(a government of india enterprise) (electrical wing) wms

105
Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru EE (E) 1 | Page Contractor (A Government of India Enterprise) (Electrical Wing) Office of the Executive Engineer (E) BSNL Electrical Division - II, WMS Compound, 47th Cross, 9th Main, 5th Block, Jayanagar, Bengaluru - 560 041 SHORT NOTICE INVITING TENDER E-TENDER DOCUMENT (SINGLE BID TWO STAGE TENDER) (To be submitted ONLINE on website: www.eprocure.gov.in) Name of Work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru. Dvn. NIT No: 47/2020 - 2021/BSNL ED-II /BGL CE(E) DNIT No. 15/CE(E)/KEZ/BSNL/BGL/2020-2021 This tender document contains 105 pages (One Hundred and Five Pages) only (Seal of the firm) Signature of Contractor / Firm NOTE :- Kindly submit your bid well in advance of bid submission dead line on www.eprocure.gov.in as there could be last minute problems due to internet time out, breakdown etc.

Upload: others

Post on 24-Apr-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road,

Bengaluru

E E ( E ) 1 | P a g e C o n t r a c t o r

(A Government of India Enterprise)

(Electrical Wing)

Office of the Executive Engineer (E) BSNL Electrical Division - II,

WMS Compound, 47th Cross, 9th Main, 5th Block, Jayanagar, Bengaluru - 560 041

SHORT NOTICE INVITING TENDER

E-TENDER DOCUMENT

(SINGLE BID TWO STAGE TENDER)

(To be submitted ONLINE on website: www.eprocure.gov.in)

Name of Work: Providing Electrical Installations and miscellaneous works at O/o

CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru.

Dvn. NIT No: 47/2020 - 2021/BSNL ED-II /BGL

CE(E) DNIT No. 15/CE(E)/KEZ/BSNL/BGL/2020-2021

This tender document contains 105 pages (One Hundred and Five Pages) only

(Seal of the firm) Signature of Contractor / Firm

NOTE :- Kindly submit your bid well in advance of bid submission dead line on

www.eprocure.gov.in as there could be last minute problems due to internet

time out, breakdown etc.

Page 2: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 2 | P a g e C o n t r a c t o r

INDEX

SL.

No Description Page no.

1 NIT Cover Page 1

2 Index 2

PART-I… TECHNICAL & COMMERCIAL BID

3 Information and Instructions for Bidders For E-Tendering 3

4 Tender Notification 4

5 Eligibility Criteria 5

6 Notice Inviting Tender form - BSNL EW 6 6-10

7 Vendor Contract Clauses 11-14

8 Information for Bidders 15-17

9 General Instructions to the Bidders 18-21

10 Undertaking towards physical EMD & Cost of Bid document (Form ‘A’) 22

11 Undertaking to abide by EW 6 & EW 8 (Form ‘B’) 22

12 Undertaking regarding EPF & ESI provisions & Labour license(Form ‘C’) 23

13 Certificate of Work Experience issued by Client Department (Form ‘D’) 23

14 No Near relative working certificate (Form ‘E’) 24

15 Undertaking regarding uploading of tender document (Form ‘F’) 24

16 Compliance Statement 25

17 Important Note for Contractor 26

18 Schedule D- Additional condition for contractors 27

19 Copy of Memorandum 28

20 Model form of Bank Guarantee for EMD (Annexure-I) 29

21 Model form of Performance security Guarantee bond (Annexure II) 30-31

22 Proforma of Agreement (Annexure – III) 32-33

23 Specimen copy of Schedule 34-70

24 Other Important notes 71

25 Conditions of Contract 72-74

26 General Specification for Electrical, EI & Fans Works 75-76

27 General & Commercial Specifications 77-83

28 Appendix : Form of Completion Certificate 84-85

29 Technical Specifications 86-97

30 Specific Conditions and Specifications 98-99

31 List of Approved Makes 100-101

32 Proforma of Schedules 102-103

33 BSNL EW -8 104-105

Part-II - PRICE BID

Financial bid for Quoting Rates - Price Schedule (BOQ) is available on line in Excel Format (E-

tender)

Note : Price bid is attached as separate document in Excel File format for quoting the rates

by the bidder.

Page 3: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 3 | P a g e C o n t r a c t o r

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR E-TENDERING

FORMING PART OF NIT AND TO BE POSTED ON WEBSITE

The Executive Engineer (Elect.), BSNL Electrical Division - II, WMS Compound, 47th Cross, 9th

Main, 5th Block, Jayanagar, Bengaluru -560 041 on behalf of CONTROLLER OF

COMMUNICATION ACCOUNTS, KARNATAKA, DoT, Bengaluru invites online Item rate

bids ( Notice Inviting Tender ) from eligible bidders for the following work:

1 Name of work

Providing Electrical Installations and

miscellaneous works at O/o CCA, DoT Cell,

Amenity Block, Palace Road, Bengaluru.

2 NIT No 47 /2020 - 2021/BSNL ED-II /BGL

3 NET Estimated Cost put to tender

(R s)

Rs.45,73,266/- (Excluding GST on Goods &

Services )

4 Earnest Money Deposit (Rs.)

Rs.91,465/-

5 Cost of bid document (Rs.) (Non-

Refundable)

Rs 590/- (Rupees Five Hundred & Ninety only) (Including GST @ 18%)

6 Period of completion One (1) Month after completion of Civil work

7 Validity of contract Six Months

8

Last date & time for online

submission of tender (Both

Technical and Financial Bid)

Up to 16:00 Hrs on 20/02/2021 (Note: Both the

Technical and Financial bids should be submitted

upto 16.00 hrs on 20/02/2021

9 Last date & time for submission of

physical documents & EMD Up to 16:00 Hrs on 20/02/2021

10 Date and time for opening of

tender Technical Bid (Stage-1) 15:30 Hrs on 22/02/2021

11 Date and time for opening of

tender Financial Bid (Stage-2) 15:30 Hrs on 25/02/2021

12 Help desk for E-tender process /

procedure

Help desk number: 0120-4200 462, 0120-4001 002,

0120-4001-005, 0120-6277 787

Email: [email protected]

Page 4: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 4 | P a g e C o n t r a c t o r

Bharat Sanchar Nigam Limited

(A Government of India Enterprise)

(Electrical Wing)

Office of the Executive Engineer (E), BSNL Electrical Division-II ,

WMS Compound, 47th Cross, 9th Main, 5th Block, Jayanagar, Bengaluru 560041

(STD Code 080, Phone No. 26642345, Fax: 22442375 email:[email protected]

No: 24(29)/EE(E)/BSNL/ED-II/BGL/2020-21/ Dated: / 02 /2021

NOTICE INVITING e-TENDER

To,

The Editor

Indian Trade Journal

Kolkata

Sir,

Enclosed please find herewith-full text of advertisement for publication in your Trade

Journal. The advertisement may be published latest by /01/2021. The bill may be sent in

duplicate for payment to this Office. One copy of the Trade Journal in which the NIT is

published should invariably be sent to this Office on the date of publication, failing which

payments may not be released.

Yours faithfully,

Executive Engineer (E),

B.S.N.L. Electrical Division-II,

Bengaluru 560041

BHARAT SANCHAR NIGAM LIMITED

O/o The Executive Engineer (E), BSNL Electrical Division-II, WMS Compound, 9th

Main, 47th Cross, 5th Block, Jayanagar, Bengaluru- 560 041

(STD Code 080 Phone no. 26642345, Fax :080 22442375 Email:[email protected])

NOTIFICATION (E-TENDER) E-Tenders invited (ONLINE BIDS) on behalf of CONTROLLER OF

COMMUNICATION ACCOUNTS, KARNATAKA, DoT, Bengaluru for the work of

“Providing Electrical Installations and Miscellaneous works at O/o CCA, DoT

Cell, Amenity Block, Palace Road, Bengaluru.” For further details kindly visit website at www.eprocure.gov.in and

www.karnataka.bsnl.co.in Tenders Karnataka Electrical.

Corrigendum / Addendum to this publication if any, would appear only on the said

websites and not be published.

Executive Engineer (E),

ED-II Bengaluru 560 041

Regd.& Corporate Office: Bharat Sanchar Bhawan, H.C.M Lane, Janpath, New Delhi –

10001.

CIN No U74899DL2000GOI107739 website: www.bsnl.co.in

Page 5: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 5 | P a g e C o n t r a c t o r

The intending bidder must have valid class-III digital signature to submit the bid

ELIGIBILITY CRITERIA

The Contractors satisfying the following conditions:

1) BSNL enlisted contractors in Electrical category of respective class as per their

tendering limits.

OR 2) The Contractors satisfying the following conditions:

2.1 The contractor enlisted in CPWD, M.E.S and Railways for carrying out

Electrical works in respective class as per their tendering limits.

AND 2.2 Average annual turnover during the last 3years, ending 31st March of the previous

financial year, should be at least 30% of the estimated cost put to tender

AND 2.3 Experience of having successfully completed similar works in Central Government

/State Government/Central Govt. Autonomous Body/Central Govt. Public Sector Undertaking during last 7 years ending last day of the month previous to the one in

which NIT applications are invited , should be either of the following:-

a) Three similar successfully completed works costing not less than the amount equal to

40% of the estimated cost put to tender.

OR b) Two similar successfully completed works costing not less than the amount equal to

60% of the estimated cost put to tender.

OR

c) One similar successfully completed works costing not less than the amount equal to

80% of the estimated cost put to tender.

The following note A, B & C is applicable for Sl No. 1 & 2 above: Note A: In addition to above, the contractor must have valid Electrical License issued by any

State Government under clause 45 of I.E.R1956 or as amended from time to time,

The contractor /firm should have Valid Goods and services (GST)

registration certificate Number eligible for raising GST Tax invoice to BSNL for claiming input tax credit & shall possess registration/license from

appropriate labour authority, EPF & ESI registration.

Note B: The Price bid will not be opened at all, if the firm fails to submit the documentary

proof for eligibility as said above including note.

Note C: Similar Work means Providing Electrical Installations, Light fittings,

Wiring, Fans, Split AC units, Audio Conference Systems, Projectors, VRF AC, AFD

Note D: The AFD Work shall be carried out through a specialized dealer/manufacturer/OEM

BSNL EW-6

Page 6: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 6 | P a g e C o n t r a c t o r

Bharat Sanchar Nigam Limited

(A Government of India Enterprises)

(Electrical Wing)

Electrical Division: - II, Bengaluru Sub Division:-II, Bengaluru

No: 24(29)/EEE/BSNL/ED-II/BGL/2020-21/791 Dated: 12/02/2021

1. Item rate tenders on single bid system are invited on behalf of CONTROLLER OF

COMMUNICATION ACCOUNTS, KARNATAKA, DoT, Bengaluru for the work

“Providing Electrical Installation and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru” from the eligible bidders as per NIT

notification. In case the date of opening of tender is extended, the enlistment of bidder

should be valid on the original date of opening of tender.

2. Intending bidder is eligible to submit the bid provided that he has definite proof from the

appropriate authority, which shall be to the satisfaction of the competent authority as per

the eligibility conditions mentioned in the NIT notification page.

3. The work is estimated to NET cost Rs.45,73,266/- (Excluding GST on goods &

services). This estimate, however, is given merely as a rough guide.

4. Agreement shall be drawn with the successful bidder on prescribed form as amended up to

the date of opening of tender. Bidder shall quote his rates as per various terms and

conditions of the said form which will form part of the agreement.

5. The time allowed for carrying out the work will be One (1) Month after completion of

Civil work from the 10th day after the date of written order to commence the work.

6. The site for the work is available / or the site for the works shall be made available in

parts. The successful bidder shall execute the work in coordination with other agencies

working in the campus.

7. The tender for the work by another Contractor shall not be witnessed by the bidder

who himself/themselves has/have tendered or who has/may have, tendered for the same

work. Failure to observe this condition would render, tenders of the Contractors

tendering, as well as witnessing the tender liable for summarily rejection.

8. The bid documents consisting of plans, specifications, the schedule of quantities of various

types of items to be executed and the set of terms and conditions of the contract to be

complied with and other necessary documents can be seen and downloaded from website

www.eprocure.gov.in at free of cost from 13/02/2021 at 10.00 Hrs onwards & upto 16.00

Hrs on 20/02/2021. The BSNL EW-8 document can be seen from the web site

www.karnataka.bsnl.co.in free of cost. The tender document is also available on

www.karnataka.bsnl.co.in Tenders Karnataka Electrical.

9. After submission of the bid, the bidder can re-submit revised bid any number of times but

before last time and date of submission of tender as notified. While submitting the revised

bid, bidder can revise the rate of one or more item(s) any number of times (he need not re-

enter rate of all the items) but, before last time and date of submission of tender as

notified.

10. The Earnest money deposit (EMD) for Rs.91,465/- in the form of demand draft / FDR /

BG (Bank Guarantee is only for Air Conditioning, Diesel Engine Alternator, Lifts, and

Sub Station Works wherever the amount of EMD is more than Rs.20,000)/ CDR of a

nationalized / scheduled bank of the Reserve Bank of India, drawn in favour of ‘The

Page 7: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 7 | P a g e C o n t r a c t o r

Accounts Officer (Cash), O/o The CCA, KTK Circle, Bengaluru, payable at Bengaluru,

shall be scanned & uploaded to the e-tendering website within the period of tender

submission. The validity of the EMD in the form of DD shall be 90 days from the date of

opening. If the EMD is in the form of CDR/FDR/BG, the validity shall be 120 days from

the date of opening. In case of L1 bidder, the validity of CDR/FDR/BG is to be extended

up to the observation period as that of the Performance guarantee / Security deposit.

11. Cost of Bid Document amounting to Rs.590/- (Including GST @ 18%) (in the form of

Demand Draft / Pay Order / Banker’s Cheque ) drawn in favour of The Accounts Officer

(Cash), O/o The CCA, KTK Circle, Bengaluru, payable at Bengaluru, shall be scanned &

uploaded to the e-tendering website within the period of tender submission.

12. The Physical EMD & cost of bid document of which the scanned copies are uploaded shall

be deposited by all the bidders within the due date & time of bid submission, failing which

the tender shall be rejected and the tenderer shall not be allowed to participate in the

retendering process. The undertaking in this regards as per Form-A shall also be

uploaded by the intending bidders.

13. The EMD of the all unsuccessful bidders shall be released on issue of award letter to the

successful tenderer. This shall be done within a week of award letter.

14. All the documents as specified in the tender document shall be scanned and uploaded to

the e-Tendering website within the period of bid submission. However, self certified copy

of all the scanned and uploaded documents shall have to be submitted by all the bidders,

along with physical EMD & cost of bid document in original (of the scanned copy of EMD

& cost of bid document uploaded) within the period of bid submission, to the tender

opening authority.

Note: The credentials shall be self attested and certified by any BSNL Executive. If not

certified by BSNL Executive then original documents shall be produced at the time of

tender opening.

It shall be submitted to the following name and address.

Designation : Executive Engineer(E)

Address : BSNL Electrical Division - II, WMS Compound,47th Cross,

9th Main, 5th Block, Jayanagar, Bengaluru - 560041.

Phone : 080-26642345 , Fax: 22442375

Email Id : [email protected]/[email protected]

15. Online bid documents submitted by intending bidders shall be opened only of those

bidders, who have deposited Earnest Money Deposit, cost of bid document and other

documents scanned & uploaded and physically submitted to the tender opening authority

are found in order.

Note: Only uploaded documents shall be considered for deciding the eligibility of the

bidder.

16. The Technical Bid submitted shall be opened at 03:30 PM on 22/02/2021 & Financial

Bid opened at 03:30 PM on 25/02/2021. If a holiday is declared on the tender opening

day, the tender will be opened on the next working day.

17. The bid submitted shall become invalid and e-Tender processing fee & cost of bid

document shall not be refunded if:

a) The bidders are found ineligible.

b) The bidders do not upload all the documents as stipulated in the bid document.

c) If any discrepancy is noticed between the documents as uploaded at the time of submission

of bid and hard copies as submitted physically to the tender opening authority.

Page 8: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 8 | P a g e C o n t r a c t o r

d) Bids in which any of the prescribed conditions is not fulfilled or any condition including

that of conditional rebate is put forth by the bidders.

e) The bidder does not deposit physical EMD & cost of bid document along with the hard

copies of uploaded documents.

18. Performance Guarantee: The bidder 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 a nationalized/ Scheduled Bank in a standard format)

within two weeks from the date of issue of acceptance letter. This period can be

further extended by the Engineer-in-charge up to a maximum period of two weeks on

written request of Bidder. The validity period of the performance security in the form of

performance bank guarantee shall be One year from the date of completion of work. In

case the bidder fails to deposit the said performance guarantee within the stipulated period,

including the extended period if any, the Earnest Money deposited by the bidder shall be

forfeited automatically without any notice to the bidder.

19. 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 so deducted together with the sum already deposited as Bank Guaranty (5%PBG)

will amount to 10% of the contract value of the work. The security deposit shall be

released after an observation period of One year from the date of actual completion of

works.

20. In case any discrepancy is noticed between the documents as uploaded at the time of

submission of the bid online and hard copies as submitted physically in the tender opening

authority, then the bid submitted shall become invalid.

21. In case the eligibility credentials are found to be fake or falsified at any stage, i.e., before

award of work or during execution of the work or after completion of the work, the

Contractor will be debarred from tendering in BSNL for three years including any other

action under the contract or existing law.

22. The competent authority on behalf of the CONTROLLER OF COMMUNICATION

ACCOUNTS, KARNATAKA, DoT, Bengaluru does not bind itself to accept the lowest or

any other tender and reserves to itself the authority to reject any or all the tenders received

without the assignment of any reason. All tenders in which any of the prescribed condition

is not fulfilled or any condition including that of conditional rebate is put forth by the

bidder shall be summarily rejected. The competent authority on behalf of CONTROLLER

OF COMMUNICATION ACCOUNTS, KARNATAKA, DoT, Bengaluru reserves to

himself the right of accepting the whole or any part of the tender and the bidder shall be

bound to perform the same at the rate quoted.

23. Intending bidders are advised to inspect and examine the site and its surroundings and

satisfy themselves before submitting their tenders, the form and nature of the site, the

means of access to the site, the accommodation they may require and in general shall

themselves obtain all necessary information as to risks, contingencies and other

circumstances which may influence or affect their tender. A bidder shall be deemed to

have full knowledge of the site whether he inspects it or not and no extra charge

consequent on any misunderstanding or otherwise shall be allowed. The bidder shall be

responsible for arranging and maintaining at his own cost all materials, tools & plants,

water, electricity access, facilities for workers and all other services required for executing

the work unless otherwise specifically provided for in the contract documents. Submission

of a tender by a bidder implies that he has read this notice and all other contract documents

and has made himself aware of the scope and specifications of the work to be done and of

Page 9: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 9 | P a g e C o n t r a c t o r

conditions and rates at which stores, tools and plant, etc. will be issued to him by the

BSNL and local conditions and other factors having a bearing on the execution of the

work.

24. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited

and the tenders submitted by the bidders who resort to canvassing will be liable to

rejection.

25. Agreement shall be drawn with the successful bidder on prescribed form. Bidder shall

quote his rates as per various terms and conditions of the said form, which will form part

of the agreement.

26. The bidder should give a certificate as per the following that none of his/her relative is

employed in BSNL units as per Form ‘E’. 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.

a) 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:

i) Members of a Hindu Undivided family.

ii) They are husband and wife.

iii) 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).

b) 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

bidder 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.

c) 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 bidder 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 bidders service.

27. The tender for the work shall remain open for acceptance for a period of ninety (90) days

from the date of opening of tenders. If any bidder withdraws his tender before the said

period or 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 BSNL, then the

BSNL shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of

the said earnest money as aforesaid. Further the tenderer shall not be allowed to participate

in the retendering process of the work.

Page 10: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 10 | P a g e C o n t r a c t o r

28. The agency has to comply with the provisions of EPF and miscellaneous provisions Act-

1952 and employees provident fund scheme-1952 as amended up to date in respect of

labours/employees engaged by them for this work. Any consequence arising due to non-

complying of provisions as specified above shall be the sole responsibility of the firm

only. The agency shall give an undertaking to this effect as per Form -‘C’.

29. Extension of Validity of tender: In case, where the letter of award of work cannot be

placed within the validity period of the tender, the BSNL can request the lowest bidder to

extend the validity of their tender 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.

30. Rates quoted by the contractor shall be firm and shall be valid for the currency of contract.

No cost escalation shall be permitted during the currency of contract.

31. 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 CONTROLLER OF COMMUNICATION ACCOUNTS, KARNATAKA, DoT,

Bengaluru shall have the option of terminating the Contract without compensation to the

Contractor.

32. Indulging of Contractor in criminal/anti-social activities and cases under investigation/charge sheeted by CBI or any other Government agencies: If the

CBI/Independent External Monitor(IEM)/Income Tax/Sales Tax/Central Excise/GST/

Custom Department recommends such a course – Action will be taken as per the

directions of CBI or concerned Department.

33. This notice inviting tender shall form a part of the contract document. The successful

bidder, 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 part of the tender as uploaded at the time of

invitation of tender, subsequent amendments issued and the rates quoted online at the time

of submission of bid and acceptance thereof together with any correspondence leading

thereto.

b) Standard BSNL EW-8 form.

Page 11: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 11 | P a g e C o n t r a c t o r

Vendor Contract Clauses

Sr.

No

Contractual

Clause

Clause description

1 Definition

The term” GST Act” shall include Central Goods and Service Tax Act

2017 (CGST), State Goods and Service Tax Act, 2017 (SGST)

Integrated Goods and Service Tax Act, 2017 (IGST) Union Territory

Goods and Service Tax Act 2017 (UTGST), Rules and any other GST

related legislation in India.

2 Definition For the purpose of this agreement, the term ‘GST’ shall include Central

Goods and Service Tax, Act 2017 (CGST), State Goods and Service Tax

Act, 2017 (SGST) Integrated Goods and Service Tax Act, 2017 (IGST)

Union Territory Goods and Service Tax Act 2017 (UTGST), and any

other taxes levied under the GST related legislation in India, as may be

applicable.

3 Eligibility For the purpose of this agreement, the Vendor should:

1. Have a valid PAN No.

2. Have a valid Goods and Service Tax Registration Certificate

Number Eligible for raising GST Tax invoice to BSNL for

claiming input tax credit.

3. File a self-declaration along with the evidence that the Vendor is

not black listed by GST authorities.

4. Intimate all GST registration number to BSNL, where Vendor

holds multiple GST numbers.

4 Tax Clause All taxes except CGST, SGST, UTGST and IGST if any, required to be

paid on the invoices shall be borne by the Vendor.

5 Indemnity It is the responsibility of the Vendor to ensure that outward supply return

(GSTR-1) is filed correctly and to declare correct information on the

invoice and GST portal.

In case of mismatch because of vendor’s fault, prompt amendments must

be made by the Vendor else Vendor shall be required to indemnify

BSNL on behalf of CONTROLLER OF COMMUNICATION

ACCOUNTS, of the loss of credit due to mis-match and BSNL shall

recover the said amount from vendor. The compliance to be adhered by

Vendor includes (but is not limited to) the following:

(i) Uploading appropriate invoice details on the GSTN (Goods and

Services Tax Network) within the stipulated time:

(ii) Issuing GST compliant invoice/CN/DN. PO issued by BSNL

should be referred by Vendor for capturing information on the

invoice:

(iii) Acceptance of changes made by BSNL on behalf of

CONTROLLER OF COMMUNICATION ACCOUNTS, GSTN

on account of non upload or incorrect upload of details on

GSTN . Such changes w.r.t the mis-match are required to be

accepted by Vendor within the time limit prescribed under the

GST law. It must be noted that in case Vendor does not accept

such changes within the time limit prescribed under GST law the

loss of input tax credit(it any) would be recovered from the

Vendor.

BSNL on behalf of CONTROLLER OF COMMUNICATION

ACCOUNTS, reserves the right to be indemnified for the credit loss and

recover the said amount from the Vendor in case BSNL on behalf of

CONTROLLER OF COMMUNICATION ACCOUNTS, is unable to

Page 12: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 12 | P a g e C o n t r a c t o r

claim the input tax credit for any non-compliance or default or due to

lack of diligence on the part of the Vendor. Further in case any credit is

not received or short credit is received or in case of any error because of

which no credit is received then such equivalent amount is not liable to

be paid by the CONTROLLER OF COMMUNICATION ACCOUNTS,

BSNL. Where, however the amount has already been paid by

CONTROLLER OF COMMUNICATION ACCOUNTS, the same is

liable to be recoverable or adjustable against subsequent payments.

6 Indemnity

clause

It is hereby agreed between both the parties that in case any GST and/or

cess liability, interest, penalties or any other tax/ duty/ amount/ charge

/liability/ professional costs related to litigation becomes payable by

CONTROLLER OF COMMUNICATION ACCOUNTS, or input tax

credit is denied to CONTROLLER OF COMMUNICATION

ACCOUNTS, due to failure of the Vendor to comply with the relevant

laws/regulations applicable in India or overseas. Vendor undertakes to

indemnify CONTROLLER OF COMMUNICATION ACCOUNTS,

for an amount equal to amount payable by BSNL / CONTROLLER OF

COMMUNICATION ACCOUNTS, and the same shall be recovered

by BSNL.

7 Tax deducted

at source

Nothing contained herein in the agreement shall prevent BSNL on

behalf of CONTROLLER OF COMMUNICATION ACCOUNTS, from

deducting tax at source if required under GST Act and GST regulations,

any law or any regulation.

8 GST invoice It shall be the responsibility of Vendor to raise appropriate tax invoice as

per the previsions of GST Act. BSNL on behalf of CONTROLLER OF

COMMUNICATION ACCOUNTS reserves the right to be indemnified

for the credit loss in case BSNL on behalf of CONTROLLER OF

COMMUNICATION ACCOUNTS is unable to claim the input tax

credit for any non-compliance/ default in raising appropriate invoice by

Vendor. Further all invoices should be sent to BSNL on behalf of

CONTROLLER OF COMMUNICATION ACCOUNTS promptly.

Further the Vendor is required to comply following requirements w.r.t

issuance of invoice:

• All the details of Vendor(name, address, GSTIN/ unregistered

vendor, place of supply, SAC/HSN code etc.,) and other

mandatory details shall be mentioned on the invoice:

• Invoice/DN/CN need to be issued timely within the time

prescribed under GST law:

• In case of any deficient supply, BSNL on behalf of

CONTROLLER OF COMMUNICATION ACCOUNTS shall

convey the same in a reasonable time to enable the Vendor to

issue credit note and take tax adjustment:

• It would be the responsibility of the Vendor to declare correct

information on invoice and GST portal viz. the amount, the place

of supply, rate of tax etc. In case the eligibility of input tax credit

is questioned or denied to CONTROLLER OF

COMMUNICATION ACCOUNTS, on account of default by the

Vendor, the same would be recovered by CONTROLLER OF

COMMUNICATION ACCOUNTS from the Vendor

• Registered location of the both the parties ie. BSNL and

CONTROLLER OF COMMUNICATION ACCOUNTS and

Vendor should be mentioned in the agreement with GSTIN

• No. Further, Vendor should raise invoices at the registered

Page 13: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 13 | P a g e C o n t r a c t o r

premise of CONTROLLER OF COMMUNICATION

ACCOUNTS for availment of credit and ensure that the place of

supply as per GST law is same as registered premise:

• It shall be the responsibility of Vendor to raise invoice within the

prescribed timelines:

• E-way bill number should be mentioned on the invoices.

9 DDD Debit note The Vendor acknowledges and agrees to issue appropriate debit note/

credit note as prescribed under GST Act and send to BSNL and

CONTROLLER OF COMMUNICATION ACCOUNTS within the

prescribed time. All documents should be received well in advance so as

to enable BSNL on behalf of CONTROLLER OF COMMUNICATION

ACCOUNTS to claim proper credit.

Further it shall be the responsibility of Vendor to declare the details of

such credit note in the return for the month during which such credit note

has been issued but not later than September following the end of the

financial year in which such supply was made, or the date of furnishing

of the relevant annual return, whichever is earlier.

BSNL and CONTROLLER OF COMMUNICATION ACCOUNTS

reserves the right to be indemnified for the credit loss by Vendor in case

BSNL and CONTROLLER OF COMMUNICATION ACCOUNTS in

unable to claim the input tax credit for any non-compliance or default or

due to lack of diligence on the part of the Vendor

10 Payment terms The CONTROLLER OF COMMUNICATION ACCOUNTS, Karnataka

Circle, DoT, Palace Road, Bengaluru -560001 will make payment to

Vendor only after the invoice is approved and passed by BSNL is

uploaded by Vendor in GST outward return i.e.GSTR-1 and credit of

GST is available (reflected in GSTR-2A) to BSNL.

Further it is agreed that for claiming the payment the following

documents are to be submitted by the Vendor to the paying state

alongwith appropriate invoice:

1. Invoice alongwith e-way bills.

2. Delivery challans

3. Consignee Receipt ( L R )

4. Each equipment shall be accompanied by Vendor certification

confirming adherence to all standards for materials and

workmanship quality. On copy of the same shall be sent by the

Vendor to state quality head/ state operation heads for records:

5. Bill of materials.

6. Any other document as may be demanded by BSNL or

CONTROLLER OF COMMUNICATION ACCOUNTS

11 Payment terms Vendor hereby agrees that it will be solely responsible for performing all

compliances and making payments of GST, cesses, interest, penalties or

any other tax/ duty/ amount/ charges / liability arising either our of laws/

regulations applicable in India and overseas or because of a demand/

recovery initiated by any revenue authority under laws/ regulations

applicable in India or overseas

12 Purchase order It is understood between the parties that Vendor raise invoice basis

purchase order issued by BSNL on behalf of CONTROLLER OF

COMMUNICATION ACCOUNTS. In case of any deviation or

disagreement by Vendor on place of supply, billing location, HSN code/

SAC code stated on PO. It shall be the responsibility of Vendor to

Page 14: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 14 | P a g e C o n t r a c t o r

intimate BSNL well in advance.

Further, in case Vendor raises the invoice on an address other than

agreed, it shall be the responsibility of the Vendor to modify the invoice.

13 Place of supply For the purpose of this agreement, place of supply under GST Act shall

be the place of supply as determined under purchase order raised by

BSNL on behalf of CONTROLLER OF COMMUNICATION

ACCOUNTS. It shall be the responsibility of Vendor to intimate BSNL

well in advance in case of deviation/ disagreement with the place of

supply as determined in PO

14 Deficient

supply/

Incomplete

supply/

Rejected supply

Each party to contract agrees that in case of any deficient supply or

incomplete supply or rejected Vendor, it shall be the responsibility of

Vendor to issue GST compliance credit not within the reasonable time

and take tax adjustment. In case the Vendor fails to issue proper credit

note within the time stipulated under the GST law the taxes charged and

not adjusted would be borne by the Vendor.

15 Compliance

rating

Vendor shall be liable to comply with all the compliances as may be

prescribed to ensure that compliance rating is not reduced below the

prescribed limit as laid down under GST Act and GST regulations.

Vendor shall be required to submit a self-declaration from time to time,

that they are not black-listed on the GST portal. Notwithstanding

anything contained in agreement. In the event of black listing of Vendor

i.e compliance rating reduced below the prescribed limit, the amount

related to tax shall be paid to Vendor only on receipt of input tax credit

to CONTROLLER OF COMMUNICATION ACCOUNTS.

16 E-way bill It shall be the responsibility of Vendor to obtain e-way bill in case of

movement of goods exceeding limit as prescribed under the GST Act.

Vendor would indemnify BSNL in case of any non-compliance or

default or due to lack of diligence on the part of the Vendor to comply

with the e-way bill requirement

17 Penalty It is agreed by Vendor that in case of any deviation, default or negligence

on the part of Vendor due to which it is liable to pay penalty to

CONTROLLER OF COMMUNICATION ACCOUNTS. the same shall

be recovered by CONTROLLER OF COMMUNICATION ACCOUNTS

from Vendor along with applicable GST tax (as may be applicable)

18 Liquidated

Damages

GST (if applicable ) on account of liquidated dames due to delay in

supply of goods would be borne by Vendor

19 Set off It is agreed that in case of set off of the security deposit against any

claim of the purchase of CONTROLLER OF COMMUNICATION

ACCOUNTS or such other person or person(s) for payment of a sum of

money arising out of this contract or under any other contract made by

the Vendor with the purchaser or CONTROLLER OF

COMMUNICATION ACCOUNTS or such other person(s) contracting

through the CONTROLLER OF COMMUNICATION ACCOUNTS, the

GST on such set off will be borne by the Vendor

20 Miscellaneous 1. Vendor agrees to share the monthly information with BSNL

which would be uploaded by the Vendor in its GSTR-1

alongwith the information of input credit to be claimed by

CONTROLLER OF COMMUNICATION ACCOUNTS in such

month.

2. It shall be the responsibility of vendor to provide reconciliation

statement of all the supplies made by it including issuance of

credit note, debit note or other documents as prescribed, within

30th September following the end of relevant financial year.

Page 15: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 15 | P a g e C o n t r a c t o r

INFORMATION FOR BIDDERS ( e-TENDER)

1. The agency intending to participate in tendering process shall have to register with

https://www.etenders.gov.in

2. Those Contractors not registered on the website mentioned above, are required to

get registered beforehand. For details kindly visit website

https://www.etenders.gov.in or contact Executive Engineer.

3. The intending bidder must have valid class-III digital signature to submit the bid.

4. The intending bidder should read carefully and understand the tender document,

procedure for e- tendering etc. completely before participating in the e-tender

procedure. Participation in the e-tendering, presumes that the bidder (s) has/have

read all the conditions, Special Conditions of the contract, Schedule of quantity etc.

and agree/abide by them. He should only submit his bid if he considers himself

eligible and he is in possession of all the documents required.

5. The bid document consisting of BSNL EW 6, Specifications, Schedule of quantities

of various types of items to be executed and the set of terms and conditions of the

contract to be compiled with and other necessary documents can be seen and

downloaded from www.etenders.gov.in for free of cost.

6. The bid can only be submitted after uploading the mandatory scanned documents as

per NIT

7. Information and instructions for bidders posted on website shall form part of bid

document.

8. On opening date, the contractor can login and see the bid opening process. After

opening of bids he will receive the competitor bid sheets.

9. Contractor can upload documents in the form of JPG format or PDF format.

10. Certificate of Financial Turnover: At the time of submission of bid, contractor may

upload Affidavit/ Certificate from Charted Accountant mentioning Financial

Turnover of last 3 years or for the period as specified in the bid document`. There is

no need to upload entire voluminous balance sheet.

11. Contractor must ensure to quote rate of each item. If any cell is left blank the same

shall be treated as “0” (ZERO).

12. The intending bidder should see all the conditions of contract uploaded in the

website including Corrigendum if any, till the last date of submission of bid.

13. BSNL reserves the right to reject any prospective application without assigning any

reason and to restrict the list of qualified contractors to any number deemed suitable

by it, if too many bids are received satisfying the laid down criterion.

Page 16: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 16 | P a g e C o n t r a c t o r

E-Tendering Instructions to Tenderers General

Submission of Tender through online process is mandatory for this e-Tender.

E-Tendering is a new methodology for conducting Public Procurement in a transparent and

secured manner. For conducting electronic tendering, BSNL Electrical Zone has decided to

use the portal https://www.etenders.gov.in 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. Tender Bidding Methodology:

Electronically Sealed Bid System –“Single Stage - Two Envelopes Electronic bid system”.

In this case of two electronically sealed envelopes bid system, the Eligibility documents as

per NIT [Envelope-I] & Tender Document [Envelope-II] shall be submitted by the bidder at

the same time.

2. Broad outline of activities from Bidders prospective:

a) Procure a Digital Signing Certificate (DSC).

b) Register on central Procurement portal (e-Tender)

c) Create Users and assign roles on e-Tender

d) View Notice Inviting Tender (NIT) on e-Tender

e) Download Official Copy of Tender Documents from e-Tender

f) Clarification to Tender Documents on e-Tender

g) Query to BSNL (Optional)

h) View response to queries posted by BSNL, as addenda.

i) Bid-Submission on e-Tender

j) Attend Public Online Tender Opening Event (TOE) on e-Tender Opening.

k) View/Post-TOE Clarification posted by BSNL on e-Tender (Optional)- Respond to

BSNL’s Post-TOE queries

For participating in this tender online, the following instructions need to be read carefully.

These instructions are supplemented with more detailed guidelines on the relevant screens

of the e-Tender.

3. Digital Certificates:

For integrity of data and its authenticity/ non-repudiation of electronic records, and be

compliant with IT Act 2000, it is necessary for each user to have a Digital Certificate (DC).

also referred to as Digital Signature Certificate (DSC), of Class 3, issued by a Certifying

Authority(CA) licensed by Controller of Certifying Authorities(CCA) [refer

http://www.cca.gov.in].

Page 17: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 17 | P a g e C o n t r a c t o r

4. Registration:

To use the Electronic portal (https://www.etenders.gov.in ), vendor needs to register on the

portal (if not registered earlier). Registration of each organization is to be done by one of its

senior persons who will be the main person coordinating for the e-tendering activities. In

eTENDER terminology, this person will be referred to as the Super User (SU) of that

organization. For further details, please visit the

website/portal(https://www.etenders.gov.in), and click on the “Supplier Organization” link

under “Registration” (on the Home Page), and follow further instructions as given on the

site.

Bid related Information for this Tender (Sealed Bid)

The entire bid-submission would be online on e-TENDER. Broad outline of submissions

are as follows:

Submission of Cost of bid document, Earnest Money Deposit (EMD and Eligibility

documents (Envelope-I)

Submission of digitally signed copy of Tender documents /Addendum

/addenda.(Envelope-II)

6. Offline Submissions:

The contractor shall submit the DD for cost of Bid documents, EMD in the prescribed form,

acknowledgement of Online payment of e-tender processing fee and Eligibility documents

as per NIT in a sealed envelope mentioning Name of work, date & time of opening of bids in

the tender box available in the office of Executive Engineer (Electrical), BSNL Electrical

Division II, Bengaluru before the prescribed date & time as notified and same shall be

opened in presence of AO, SDE [EP] ( or any other authorized BSNL Executive) and

contractors present (Ref EW6).

7. Public Online Tender Opening Event (TOE):

E-Tender offers a unique facility for “Public Online Tender Opening Event (TOE)”. Tender

Opening Officers as well as authorized representatives of bidders can attend the Public

Online Tender Opening Event (TOE) from the comfort of their offices. For this purpose,

representatives of bidders (i.e. Supplier organization) dully authorized are requested to carry

a Laptop and Wireless Connectivity to Internet.

The following KEY INSTRUCTIONS for BIDDERS must be assiduously adhered to:

1) Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your

first tender submission deadline on E-tender Site or any Certifying Authority (CA)

licensed by Controller of Certifying Authorities (CCA).

2) Register your organization on e-tender site well in advance of your first tender

submission deadline on e-tender Site (http://etenders.gov.in)

3) Get your organization’s concerned executives trained on e-tender Site well in

advance of your first tender submission deadline on e-tender Site

4) Submit your tender well in advance of tender submission deadline on etenders.gov.in e-

tender site as there could be last minute problems due to internet timeout, breakdown, etc.

While the first three instructions mentioned above are especially relevant to first-time users

of e-tender Site, the fourth instruction is relevant at all times.

Page 18: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 18 | P a g e C o n t r a c t o r

General Instructions to the Bidders

1. The intending bidder must read the terms and conditions of BSNL-EW 6 carefully. He

should only submit his bid if he considers himself eligible and he is in possession of all the

documents required.

2. Information and instructions for bidders posted on website shall form part of bid

document.

3. Applicants are advised to keep visiting the above mentioned website from time to time

(till the deadline for bid submission) for any updates in respect of the tender documents, if

any. Failure to do so shall not absolve the applicant of his liabilities to submit the

applications complete in all respect including updates thereof, if any. An incomplete

application may be liable for rejection.

4. Those bidders not registered on the website mentioned above, are required to get

registered themselves beforehand. The intending bidder must have valid class-III digital

signature to submit the bid.

5. On opening date, the bidder can login and see the bid opening process. After opening of

bids he will receive the competitor bid sheets.

6. Bidder can upload documents in the PDF format under PDF signer.

7. Bidder must ensure to quote rate of each item. The column meant for quoting rate in

figures appears in yellow colour. In addition to this, while selecting any of the cells a

warning appears that if any cell is left blank the same shall be treated as “0”.Therefore, if

any cell is left blank and no rate is quoted by the bidder, rate of such item shall be treated

as “0” (ZERO)

8. Even though any bidder may satisfy the above requirements, he would be liable to

disqualification if he has:

a) Made misleading or false representation or deliberately suppressed the information

in the forms, statements and enclosures required in the eligibility criteria document.

b) Record of poor performance such as abandoning work, not properly completing the

contract, or financial failures / weaknesses etc.

9. If any information furnished by the bidder is found incorrect at a later stage, he shall be

liable to be debarred from tendering/taking up of works in BSNL. The BSNL reserves the

right to verify the particulars furnished by the applicant independently.

10. Sales Tax, Excise Duty, Work Contract Tax, Purchase tax, Turn over tax, Labour Cess or

any tax applicable in respect of this contract as applicable shall be borne by the bidder

himself. The bidder shall quote his rates considering all such taxes. The TDS as per the

Govt. regulations will be recovered from the contractor.

The bidder shall quote only Net rate excluding GST on Goods & Services . All taxes

except CGST, SGST, UTGST and IGST if any, required to be paid on the invoices

shall be borne by the supplier. The Labour welfare Cess & TDS as per the Govt.

regulations will be recovered from the contractor.

Page 19: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 19 | P a g e C o n t r a c t o r

11. Tender Evaluation :

(a) The evaluation and comparison of responsive bids shall be done on the basis of Net

cost to BSNL on the prices offered inclusive of duties and taxes (but excluding

CENVAT – able duties & taxes), sales tax, packing, forwarding, freight and insurance

charges etc., as indicated in the price schedule. The bid with lowest net cost as

elaborated above will be the L1 bidder.

The evaluation and comparison of responsive bids shall be done on the basis of

Net cost to BSNL on the prices offered exclusive of Goods & Service taxes (GST).

The bid with lowest net cost as elaborated above will be the L1 bidder.

(b) Contractors should furnish the correct E.D. / Customs tariff Head in the price

schedule. If the credit for the Duties and Taxes under CENVAT credit rules, 2004 is

found to be not admissible at any stage subsequently owing to wrong furnishing of

Tariff Head, then the Contractors will be liable to refund such non-admissible amount,

if already paid, along with penalty if charged by the concerned authority.

(c) In case the Duties & Taxes which are non CENVAT – able as per the quotes indicated

in the price schedule by the Contractors and subsequently at any stage it is found that

Credit for such Duties & Taxes is admissible as per CENVAT Credit Rules, 2004,

then the Contractors will be liable to refund the amount equivalent to such Duties &

Taxes if already paid to them. However, BSNL may allow the supplier to submit

necessary documents in this regard which may enable BSNL to avail the CENVAT

credit provided such credit is still available for the amount so paid as per CENVAT

Credit Rules 2004.

It shall be the responsibility of supplier to raise appropriate tax invoice as per the

provisions of GST Act. (d) BSNL reserves the right to ask the bidders to submit documentary proof confirming

the correct Tariff Head from the E.D. / Customs authority where the 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 E.D. / Customs

Tariff notifications.

(e) If the supplier fails to furnish necessary supporting documents i.e. Excise / Customs

invoices etc. in respect of the Duties / Taxes which are cenvatable, the amount

pertaining to such Duties / Taxes will be deducted from the payment due to the firm.

Invoice shall clearly indicate break up details of composite price i.e. Basic, E.D., Sales

Tax, any other Duties and Taxes, Freight / Packing Charges, Service Tax etc.

12. However, pursuant to the constitution (forty-sixth amendment) act, 1982, if any further

tax or levy is imposed by statute, after the last date of receipt of tenders, and the

contractors there upon necessarily and properly pays such taxes/ levies, the contractor

shall be reimbursed the amount so paid, provided such payment, if any, is not in the

opinion of Superintending engineer (whose decision shall be final and binding) be

attributable to delay in execution of work within the control of contractor.

13. In case of statutory variation in regard to excise duty GST, only in respect of package AC

units, EA set and Lifts, within the stipulated date of completion of individual agreement,

the same shall be paid or recovered as per the actual against documentary proof. However,

beyond this period BSNL will take advantage of any duty reduction but will not pay extra

on account of duty increase. Price adjustment provision on account of change in excise

duty shall not apply in respect of equipment/components of equipment/materials, other

than package AC units, EA set and lifts. The bidder shall, keep necessary books of

account and other documents for the purpose of this condition as may be necessary and

Page 20: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 20 | P a g e C o n t r a c t o r

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.

14. 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.

15. Bye laws Indemnity against liabilities:

a) The bidder shall comply with all by laws and regulations of the local and statutory

authorities having jurisdiction over the works and shall be responsible for payment of

all fees and other charges and giving and receiving all necessary notices and keep the

Engineer –in-charge informed about the notices issued and received.

b) The bidder shall indemnify the department against all claims in respect of patent rights

design, trademark 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 thereto.

c) The bidder shall defend all actions arising from such claims and shall himself pay all

royalties, License fees, damages, costs and charges of all and every sort that may be

legally incurred in respect hereof shall be borne by the bidder.

d) All liabilities / penal recoveries on matters arising out of tax/excise /levies such as

incorrect deductions discrepancies in the filing of returns, revised assessments by the

concerned authorities etc,. shall be borne by the bidder.

16. List of documents to be scanned and uploaded to the e-tendering website within the

period of tender submission:

a) EMD & tender cost in the prescribed format.

b) Certificate of financial turnover from Charted Accountant.

c) Undertaking towards Physical submission of EMD (Form- ‘A’)

d) Certificate of registration of Sales Tax / VAT Goods and Service Tax (GST)

e) PAN Card.

f) Service Tax registration certificate.

g) Undertaking to abide by EW-6 and EW-8 (Form -‘B’).

h) Undertaking regarding EPF provisions (Form -‘C’).

i) EPF Registration certificate.

j) ESI Registration certificate.

k) Labour Department Registration certificate.

l) Certificates of Work Experience issued by client department (Form- ‘D’) if applicable.

m) Undertaking regarding No Near relative working certificate (Form -‘E’)

n) Any other document as specified in the tender document.

o) Copy of valid enlistment of contractor in BSNL/CPWD/MES/Railways for carrying

out Electrical Works.

p) Undertaking – Declaration by vendor regarding GST Input Tax credit in letter head

(Refer Page 71 )

q) In addition to uploading of the above mentioned credentials/documents, the

technical bid published should be downloaded by the bidders and uploaded in the

PDF format with Digital signer.

Page 21: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 21 | P a g e C o n t r a c t o r

r) An undertaking in this regard as per Form-F shall also be uploaded by the intending

bidders.

s) If any of the documents as above is “not applicable”, then please upload in

your letter head indicating that the same as “Sl No…….. Not applicable”

17. Tender document: After the determination of L1 bidder among the eligible Contractors,

the bid submitted by the L1 bidder shall be downloaded and signed by both the parties.

The bid opening authority shall put a seal on each sheet of the tender document (schedule

of quantity and bid documents uploaded by the L1 bidder) "downloaded by me on

........................."and sign on each sheet. The agency shall also affix his seal and signature

on each sheet.

18. The bidders are advised to refer to the website (www.eprocure.gov.in &

www.karnataka.bsnl.co.in) prior to the due date prescribed for opening of the bid to ensure

that they have not missed to observe any addendum / corrigendum. The responsibility of

downloading the related addendum/ corrigendum, if any, will be that of the participating

bidder. No separate intimation in respect of this (i.e addendums/corrigendum) will be sent

to any of the bidders. All addendums/corrigendum issued by the Tender inviting authority

shall be treated as part and parcel of bid document.

Page 22: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 22 | P a g e C o n t r a c t o r

FORM ‘A’

Undertaking towards physical EMD & Tender Cost

The physical EMD & cost of bid document shall be deposited by me/us with the

tender opening authority, before opening of tender, otherwise BSNL may reject the

tender and debar from further tendering of the work.

(Seal of the firm) (Signature of Bidder)

FORM ‘B’

Undertaking to abide by EW 6 & EW 8

"I……… ……………… ……………… …………… ………Son of ………

………………… ………… …………… …………….. …………….Resident of ……

…………… ………… …………… …………… …………… …………. hereby give

an undertaking that I have read and I am aware of all the clauses and sub clauses of

BSNL EW 6 & 8 forms and I confirm that I will abide by all the terms and conditions

available in original standard BSNL EW 6 & 8 forms.

(Seal of the firm) (Signature of Bidder)

Page 23: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 23 | P a g e C o n t r a c t o r

FORM ‘C’

Undertaking regarding EPF & ESI provisions and Labour license

"I…………………………………………….………… Son of ……… …………………

………… …………… …………….. …………….Resident of …… …………… …………

…………… …………… …………… ………… hereby give an undertaking that

* I/ We have registered as per the EPF and Miscellaneous provisions Act, 1952 and our

registration no is --------------------------------. We undertake to keep it valid during the

currency of contract.

* I/ We have registered as per the ESI Act 1948, ESI rules & Regulations, 1950 and our

registration no is --------------------------------. We undertake to keep it valid during the

currency of contract.

* I/ We have registered as per the Contract Labour (Regulation & Aboltion) Act. 1970 and

our registration no is ----------------------------------------. We undertake to keep it valid

during the currency of contract.

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 Bidder)

FORM ‘D’

Certificates of Work Experience issued by Client Departments

(As specified in the Eligibility Criteria)

The Work Experience certificate issued shall be signed by an Officer not less than the rank of

Executive Engineer.

The Certificates shall be marked as D1, D2, D3, etc…

(Seal of the firm) (Signature of Bidder)

Page 24: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 24 | P a g e C o n t r a c t o r

FORM ‘E’

No Near relative working certificate

I………………………………… Son of Shri.………………………..…….…….Resident

of……………………... hereby certify that none of my relative(s) as defined in the tender

document is/are employed in BSNL unit as per details given in tender document. In case at

any stage, it is found that the information given by me is false / incorrect, BSNL shall have the

absolute right to take any action as deemed fit/without any prior intimation to me.

(Seal of the firm) (Signature of Bidder)

FORM ‘F’

Undertaking regarding uploading of tender document

"I……… ……………… ……………… …………… ………Son of ……… …………………

………… …………… …………….. …………….Resident of …… …………… …………

…………… …………… …………… …………. hereby give an undertaking that I have

down loaded the tender document, read all the terms and conditions and have uploaded the

tender document in PDF format under PDF signer, without making any

corrections/deletions/additions to the down loaded tender document.

(Seal of the firm) (Signature of Bidder)

Page 25: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 25 | P a g e C o n t r a c t o r

Compliance Statement

[Filled in hard copy is to be uploaded with signature & seal]

We……………………………………………………………………… (name of the firm)

state to comply in full manner with all the General, Commercial, Technical, Operating,

financial conditions of the Tender Document for the work of “Providing Electrical

Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace

Road, Bengaluru” without any reservation and deviation.

For and on behalf of (Name of Firm)

(Seal of the contractor /Company /Firm) (Signature of contractor/Authorized

Signatory)

(Postal address) Dated…………………

Page 26: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 26 | P a g e C o n t r a c t o r

IMPORTANT NOTE FOR THE CONTRACTOR

The firm shall read carefully the following conditions and shall quote

accordingly confirming all the points in their offer.

1. EPF CONDITIONS: - The bill of Contractor shall accompany the following documents: -

(i) The contractor must submit the list showing the details of Labours /

Employees engaged.

(ii) Duration of their engagement.

(iii) The amount of wages paid to such Labours / Employees for the duration in

question.

(iv) Amount of EPF contribution on (Both Employers and Employees

contribution) for the duration of engagement in question, paid to EPF

authority.

(v) Copies of authenticated documents of payments of such contribution to EPF

authority.

(vi) A declaration from the contractor regarding compliance of conditions of EPF

Act 1952 amended up to date.

Page 27: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 27 | P a g e C o n t r a c t o r

SCHEDULE “D”

“ADDITIONAL CONDITIONS FOR CONTRACTORS”

The firm shall read carefully the following conditions and shall quote accordingly

confirming all the points in their offer.

1. GST TAXES AND DUTIES: The firm shall quote rates for all items inclusive of all taxes, duties, Octroi except

Service Tax. No concession form will be issued by the BSNL.

The bidder shall quote only Net rate excluding GST on Goods & Services . All

taxes except CGST, SGST, UTGST and IGST if any, required to be paid on the

invoices shall be borne by the supplier. The Labour welfare Cess & TDS as per

the Govt. regulations will be recovered from the contractor. No concession form

will be issued by the BSNL.

2. WORKS CONTRACT TAX: The rates offered by the firm shall be inclusive of works contract Tax as applicable in

the state. The BSNL shall deduct works contract tax from payments due to the firm as

per rules of the State Govt. as applicable. In such case Certificate for deductions shall

be issued to the firm by the Accounts Officer of the concerned division.

3. SERVICE TAX: The rates offered by the firm shall be Exclusive of the Service Tax as applicable,

The firm shall claim service tax with the bill as per prevalent law clearly furnishing

the complete details of service tax so included. BSNL, under no circumstances, will

consider any claim of service tax not included in the bill. It will be the firm’s

responsibility to settle service tax with service tax authorities.

4. (a) Tendered rates are inclusive of taxes and levies except Service Tax payable under

the respective statutes. However pursuant to the Constitution (Forty Sixth

amendment) Act 1982, if any further Tax or levy is imposed by Statute 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 SE(E) (whose decision shall be final and

binding) attributable to delay in execution of work within the control of the

contractor(s)

(b) 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 authorised representative of Government and shall furnish such other

information’s / documents as the Engineer-in-charge may require.

c) The contractor(s) shall within a period of 30 days of imposition of any further Tax or

levy pursuant to the constitution (Forty Sixth amendments) 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 Turn Over Tax / Sales

Tax/GST on works contract. In case of additional conditions for the payment of

such taxes by the contractor the tender may be liable to be summarily rejected by

the accepting authority. No conditional offer shall be entertained and rejected.

(Standing Order No. 258)

Page 28: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 28 | P a g e C o n t r a c t o r

COPY OF MEMORANDUM

Option for deposit of Earnest Money in the form of Bank Guarantee for Air -

Conditioning, Engine Alternator Sets, Lifts and Sub - Station works.

1. In modifications of the existing procedure of Deposit of Earnest Money with each

tender in the shape of Demand Draft / Pay Order, it has been decided by the Telecom

Commission to provide for an option to the contractor(s) for depositing Bank

Guarantee along with the tenders for Air- conditioning, Diesel Engine Alternator, Lifts

and Sub - Station works wherever the amount of EMD is more than Rs. 20,000.

2. The Bank Guarantee shall be from a scheduled bank or from a Nationalized Bank /

State Bank guaranteed by Reserve Bank of India.

3. The Bank Guarantee shall remain in force for 30 days after the period for which the

tenders are valid.

4. The value of 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-A.

5. The Bank Guarantee Deposit by the contractors shall be entered in a register to be

maintained by the Divisional Officer / Accounts Officer of the concerned Electrical

Division and the register shall be reviewed periodically and appropriate action to be

taken for extending / encashing or release of these Bank Guarantee.

Encl:--Annexure--I

Page 29: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 29 | P a g e C o n t r a c t o r

Annexure I

MODEL FORM OF BANK GUARANTEE FOR EMD

(For submitting 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 bidder(s)”) has

submitted its Tender dated_________for the work

__________________________________________________________

_______________________________________KNOW ALL MEN by these presents that WE

_____________________________________ OF ______________________ having our

registered office at_______________________ (hereinafter called “the Bank”) are bound unto

_______________________ (hereinafter called “the BSNL”) in the sum of

_________________ for which payment will and truly to be made of the said BSNL, the Bank

binds itself, its successors and assigns by these presents.

THE CONDITIONS of the obligation are:

1. If the Bidder(s) withdraws its Tender during the period of Tender validity specified

on the Tender Form: or

2. If the Bidder(s) having been notified of the acceptance of its Tender by the BSNL

during the period of Tender validity.

(a) Fails or refuses to execute the Contract.

(b) Fails or refuses to furnish security Deposit in accordance with the conditions of

Tender document.

We undertake to pay to the BSNL up to the above amount upon receipt of its first written

demand, without the BSNL having to substantiate its demand, provided that in its demand,

the BSNL will note that the amount claimed by it is due to it owing to the occurrence of one

or both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force as specified in the Tender Document up to and including

Thirty (30) days after the period of the Tender validity and any demand in respect thereof

should reach the Bank not later than the specified date/dates.

Signature of the Bank

Signature of the Witness

Name of Witness

Address of Witness:

Page 30: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 30 | P a g e C o n t r a c t o r

ANNEXURE II

PERFORMANCE SECURITY GUARANTEE BOND

1. In consideration of the CONTROLLER OF COMMUNICATION ACCOUNTS, KTK Circle,

Bengaluru (hereinafter called ‘BSNL’) having agreed to exempt ___________________

(hereinafter called ‘the said bidder(s)’) from the demand under the terms and conditions of an

agreement/Advance Purchase Order No ________________ dated ____________ made

between _____________________ and __________________ for the supply of

_______________________ (hereinafter called “the said agreement ”), of security deposit for

the due fulfillment by the said bidder (s) of the terms and conditions contained in the said

Agreement, on production of the bank guarantee for

_____________________________________we, (name of the bank)

_________________________ ( hereinafter refer to as “the bank”) at the request of

___________________________________ (bidder(s)) do hereby undertake to pay to the

BSNL an amount not exceeding ___________________ against any loss or damage caused to

or suffered or would be caused to or suffered by BSNL by reason of any breach by the said

Bidder(s) of any of the terms or conditions contained in the said Agreement.

2. We (name of the bank) ____________________ do hereby undertake to pay the amounts due

and payable under this guarantee without any demur, merely on a demand from the BSNL by

reason of breach by the said bidder(s)’ of any of the terms or conditions contained in the said

Agreement or by reason of the bidders(s)’ failure to perform the said Agreement. Any such

demand made on the bank shall be conclusive as regards the amount due and payable by the

Bank under this guarantee where the decision of BSNL in these counts shall be final and

binding on the bank. However, our liability under this guarantee shall be restricted to an

amount not exceeding _____________________.

3. We undertake to pay to the BSNL any money so demanded notwithstanding any dispute or

disputes raised by the bidder(s)/supplier(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 valid discharge of our liability for payment

there under and the bidder(s)/supplier(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 the BSNL under or by virtue of the said Agreement have been fully paid and its claims

satisfied or discharged or till ________________________ (office/BSNL) BSNL certifies that

the terms and conditions of the said Agreement have been fully or properly carried out by the

said bidder(s) and accordingly discharges this guarantee. Unless a demand or claim under this

guarantee is made on us in writing on or before the expiry of TWO/TWO AND

HALF/THREE YEARS (as specified in P.O) from the date hereof, we shall be discharged

from all liabilities under this guarantee thereafter.

5. We (name of the bank)_________________________ further agree with the BSNL that the

BSNL shall have the 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 bidder(s) from time to time or to postpone for any

time or from time to time any of the powers exercisable by the BSNL against the said

Bidder(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

Page 31: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

E E ( E ) 31 | P a g e C o n t r a c t o r

extension being granted to the said Bidder(s) or for any forbearance, act or omission on the

part of the BSNL or any indulgence by the BSNL to the said Bidder(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

Bidder(s)/supplier(s).

7. We (name of the bank) ____________________ lastly undertake not to revoke this guarantee

during its currency except with the previous consent of the BSNL in writing.

Dated the ________________ day of _______

for__________________________________ (indicate the name of bank)

Page 32: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 32 | P a g e C o n t r a c t o r

ANNEXURE - III (Rs.100/-Stamp paper agreement copy)

The agreement shall be signed by both the parties [EE (E)] concerned and the

contractor] on Non judicial stamp paper of appropriate value which shall be purchased

by the agency. The proforma of agreement to be prepared on Non judicial stamp paper

is given below:

CONTRACT AGREEMENT FOR THE WORK OF ……………………………………

………………………………………………………………………………….. Dated……

……………………M/s……………………………………………………………………

…………..(refer to not) in the town of …………………………….. herein after called the

contractor (which term shall unless excluded by or repugnant to be subject or context

include its successor and permitted assigns) of the one part and the Bharat Sanchar Nigam

Limited herein after called the BSNL (which term shall unless excluded by or repugnant to

the subject or context include its successors and assigns) of the other part.

WHEREAS A. The BSNL is desirous that the ………………………………………………........

…………………………………………………………………… should be executed as

mentioned enumerated referred to in the tender including Press Notices Inviting tender,

General Conditions of the Contract, Special conditions of the contract, Specifications,

Drawing Plan, Time Schedule of completion of jobs. Schedule of quantities and Rates,

Agreed variations, other documents, has called for tender.

B. The contractor has inspected the site and surrounding of the work specified in the tender

documents and has satisfied himself by carefully examination before submitting his tender

as to the nature of surface, strata, soil, sub-soil and grounds, the form and nature of the site

and local conditions, the quantities, nature and magnitude of the work, the availability of

labour and material necessary for the execution of work, the means of access to site, the

supply of power and water there to and the accommodation he may require and has made

local and independent enquires and obtained complete information as to the matters and

things referred to or implied in the tender documents or having any connection therewith,

and has considered the nature and extent of all the probable and possible contingencies, and

generally all matters incidental thereto and ancillary thereof affecting the execution and

completion of the work and which might have influenced him in making his tender.

C. The tender documents including the BSNL’s Press Notices inviting Tender, General

Conditions of contract, Schedule of quantities and rates, General obligation specification

Drawings, plan time schedule for completion of work letter of acceptance of tender and any

statement of agreed variations with its enclosures copies of which are hereto annexed form

part of this contract through separately set out herein and are included in the expression

contract wherever herein used.

AND WHEREAS

The BSNL accepted the tender of M/s…………………………………………………

…………………………………………………………………………………………………

………………………………………………………………vide letter

No….…………………………………………………………………….. at the rates stated in

the schedule of quantities for the works and accepted by the BSNL (herein after called the

schedule of Rates ) upon the terms and subject to the conditions of the contract.

Page 33: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 33 | P a g e C o n t r a c t o r

NOW THIS AGREEMENT WITNESSETH & IT IS HERERBY AGREED AND

DECLARED AS FOLLOWS.

1. In consideration of payment to be made into the contract for the work to be executed

him, the contractor hereby convenient with the BSNL that the contractor shall and will

duly provide, execute, complete and maintain the said work and shall do and perform all

other acts and things on the contract mentioned or described or which are to be implied

and three form or may be reasonably necessary of the completion of the said works and

the said times and in the manner and subject to the terms and conditions or stipulations

mentioned the contract, AND

2. In considerations of the due provision execution, completion and maintenance of the said

work, the BSNL does hereby agree with the contractor that the BSNL will pay to

contractor the respective amounts for the work actually done by him and approved by the

BSNL at the schedule or Rates and such other sum payable to the contractor under

provision the contract, such payment to be made at such time in such manner as prescribed

for in the contract.

3. It specifically and distinctly under stood and agreed between the BSNL and the contractor

that the contractor shall have no right, title or interest in the site made available by the

BSNL for execution of the works or in the buildings, structures or works executed or the

said site by the contractor or in the goods, articles, materials, etc., brought on the said site(

unless the same specifically belongs to the contractor) and the contractor shall not have or

deemed to have any lien whatsoever for unpaid bills will not be entitled to assume or

retain possession or control of the site or structures and the BSNL shall have an absolute

unfettered right to take full possession of site or structures and the BSNL shall have an

absolute unfettered right to take full possession of site and to remove the contractor, their

servants, agents and materials belonging to the contractor and lying on the site.

In witness whereof the parties here-into set their respective hands and seal in the day

and the year first above written.

Signed and delivered for and on Signed and delivered for and on

Behalf of CONTROLLER OF Behalf of Contractor

COMMUNICATION ACCOUNTS,

KTK Circle, Bengaluru

(BHARAT SANCHAR NIGAM LIMITED) M/s.

Date : Date:

Place: Place:

IN PRESSENCE OF TWO WITNESSES

Signature Signature :

Name Name:

Page 34: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 34 | P a g e C o n t r a c t o r

SPECIMEN COPY OF SCHEDULE

Name of work :- Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru. NUMBER

#

TEXT # NUMBER #

TEXT #

NUMBER #

CGST SGST IGST NUMBER

NUMBER

NUMBER

NUMBER #

NUMBER

NUMBER #

TEXT #

Sl. No.

Item Description Quantity(4)

Units BASIC RATE In Figures To be

entered by the

Bidder in Rs.

P(13)

Rate (16)

Amt 17=13x

16

Rate (20)

Amt 21=(13

x20

Rate(22) Amt 23=13x

22

All Inclusive

Unit Cost

27=(13+17+21) or (13+23)

Amount of Input tax

Credit (ITC) to be availed by

BSNL 28=(17+21

) or 23

Unit Price

excluding ITC

amount (net unit Cost to BSNL)

29=27-28

Total Price

Inclusive of

all levis and

charges but

excluding

ITC(net total cost)

53=13x4

HSN for goods

and SAC for

services

1 2 4 5 13 16 17 20 21 22 23 27 28 29 53 55

1 SUBHEAD - 1

ELECTRIFICATION

1.01 Supplying and drawing

following sizes of FRLS

PVC insulated copper

conductor, single core

cable in the existing

surface/ recessed steel /

PVC conduit as required

(a)3 x 1.5 Sqmm

350 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.02 (b)3 x 2.5 Sqmm

400 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.03

(c)3 x 4 Sqmm

175 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.04 (d)3 x 6 Sqmm

75 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 35: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 35 | P a g e C o n t r a c t o r

1.05 (e)4 x 16 with 2x6 sqmm

FRLS copper wire

100 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.06 Supplying & Drawing of

UTP 4 Pair CAT 6 LAN

Cable in the existing

surface/recessed

Steel/PVC conduit as

required. (a)1 run of

cable

750 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.07 Supplying and drawing

following pair 0.5 mm

dia FRLS PVC insulated

annealed copper

conductor, unarmoured

telephone cable in the

existing surface/recessed

steel/PVC conduit as

required.(a)2 pair

300 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.08 Supplying & fixing of

following sizes of

medium class PVC

conduit along with

accessories in

surface/recess including

cutting the wall and

making good the same in

case of recessed conduit

as required (a)20 mm

size

200 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.09 (b)25 mm size

150 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.1 (c)32 mm size 75 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 36: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 36 | P a g e C o n t r a c t o r

1.11 Supplying and Fixing of

following size trunk box

(Polycarbonate cable

management) system on

the surface of wall / floor

/ ceiling / on the existing

cable tray with necessary

connected accessories

like bends, Elbows, Tee,

etc as required.

[Make:MDS/Legrand/

MK India / LK or any

Similar Superior Make]

(a)32 mm x 12.5mm

100 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.12 (b)25 mm x 25mm

100 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.13 (c)50 mm x 50mm

200 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.14 (d)100 mm x 50mm

100 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.15 (e)50 mm divider

50 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.16 Wiring for light point/

fan point/ exhaust fan

point/ call bell point with

1.5 sq.mm FRLS PVC

insulated copper

conductor single core

cable in surface /

recessed medium class

PVC conduit, with

modular switch, modular

plate, suitable GI box

and earthing the point

with 1.5 sq.mm. FRLS

357 Pt 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 37: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 37 | P a g e C o n t r a c t o r

PVC insulated copper

conductor single core

cable etc. as required. a)

Group C

1.17 Supplying & fixing of

36W, 600mmx600mm

size recess/surface type

LED Luminaire suitable

for working on 230V

50Hz AC supply

directly on ceiling/wall,

including connection

with 1.5Sqmm FR PVC

insulated, copper

conductor, single core

cable etc as reqd. [ M/s

Crompton Greaves

LCTLR-36-CDL, LCPL-

36-CDL/TL (2X2)

LCTLS-36-CDL / M/s

Havells 36W 865 2x2 or

Similar superior make]

157 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.18 Supplying & fixing of

12W recess/surface type

LED round/square

Luminaire suitable for

working on 230V 50Hz

AC supply directly on

ceiling/wall, including

connection with

1.5Sqmm FR PVC

insulated, copper

8 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 38: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 38 | P a g e C o n t r a c t o r

conductor, single core

cable etc as reqd. [ M/s

Crompton Greaves

LCDN-12-CDL/

LCDSPL-S-12-CDL/

M/s Havells 12W 840 or

Similar superior make]

1.19 Supplying & fixing of

4ft 20W LED fitting

with LED tube, driver

suitable for working on

230V 50Hz AC supply

directly on ceiling/wall

including connection

with 1.5Sqmm FR PVC

insulated, copper

conductor, single core

cable etc as reqd. [ M/s

Crompton Greaves, M/s

Havells or superior

make]

75 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.2 Supplying & fixing of

following modular

switches/sockets, on the

exiting modular plate &

switch box including

connections but

excluding Modular plate,

etc as reqd (a)5/6 A

switch

92 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.21 (b) 3 pin 5/6 A socket

outlet

276 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 39: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 39 | P a g e C o n t r a c t o r

1.22

(c) 15/16 A switch

16 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.23 (d) 6 pin 15/16 A socket

outlet

16 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.24 Supplying & fixing

RJ11 Telephone Jack

with shutter on the

exiting Modular plate &

Switch Box etc as

required

25 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.25 Supplying and fixing GI

Modular Box & Modular

base & cover plate with

RJ-45 socket suitable for

CAT 6 LAN cable

(Legrand/Crabtree or

Similar superior make)

including LAN End

termination for CAT 6

Cable, providing jack,

crimping etc as

required.(D-Link or SS

Make)

92 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.26 Supplying & fixing

Modular blanking plate

on the existing modular

plate & switch box

excluding modular plate

as required.

75 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.27 Supplying and fixing

following size / modules,

GI box alongwith

modular base & cover

24 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 40: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 40 | P a g e C o n t r a c t o r

plate for modular

switches in recess etc. as

required. (a) 1 or 2

Module (75 mmX75

mm)

1.28 (b) 3 Module (100

mmX75 mm)

27 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.29 (c) 4 Module

(125mmx75mm)

16 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.3 (d) 8 Module

(125mmx125mm)

92 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.31 (e) 12 Module (200

mmX150 mm)

4 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.32 Supplying and fixing

following Modular base

& cover plate on existing

modular metal boxes etc.

as required. (a) 1 or 2

Module

24 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.33 (b) 3 Module

27 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.34 (c ) 4 Module 16 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.35 (d) 8 Module

92 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.36 (e ) 12 Module

4 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.37 Supplying and fixing of

following way,

horizantal type three

pole and neutral, sheet

steel, MCB distribution

board, 415 V, on surface

/ recess, complete with

3 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 41: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 41 | P a g e C o n t r a c t o r

tinned copper bus bar,

neutral bus bar, earth

bar, din bar,

interconnections, powder

painted including

earthing etc. as required.

(But without

MCB/RCCB/Isolator.(a)

4 way, (4+12), Double

door

1.38 Supplying and fixing

following way, single

pole and neutral, sheet

steel, MCB distribution

board, 240 V, on surface/

recess, complete with

tinned copper bus bar,

neutral bus bar, earth

bar, din bar,

interconnections, powder

painted including

earthing etc. as required.

(But without

MCB/RCCB/Isolator)

(a) 8 Way Double door

5 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.39 Supplying & fixing of

following DP MCBs, SP

MCBs of 'C' Curve,

10KA Breaking capacity

in existing MCB DB

suitable for working on

230V, Single phase,

50Hz, AC supply etc, as

reqd (M/s Hager or

3 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 42: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 42 | P a g e C o n t r a c t o r

superior make) (a)63A

4P MCB

1.4 (b)32A DP MCB 5 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.41 Supplying and fixing 5A

to 32 A rating, 240/415

V, 10 kA, "C" curve,

miniature circuit breaker

suiable for inductive

load if following poles in

the existing MCB DB

complete with

connections, testing and

commissioning etc. as

required.(a)Single pole

96 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.42 Supplying & fixing

single pole blanking

plate in the existing

MCB DB complete etc.

as required.

10 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.43 Supplying and fixing

following electrical

accessories in the

existing Emergency light

MCB DB i/c

modification in the door,

interconnection etc., as

required. (a)RED &

GREEN LED indicator

lamps (Vaishno -

22.5mm/Rishab/L&T or

1 Set 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 43: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 43 | P a g e C o n t r a c t o r

ss make)

1.44 (b)AC to AC MXO 22E

(2 NO+2NC) control

relay (Auxillary

contactors). (M/s L&T -

Cat No.CS94020 or

Schneider Electric /

Siemens/

Lakshmi(LECS) make)

1 No 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.45 (c)Push Button (Vaishno

-22.5mm Rishab/L&T or

ss make)

1 No 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.46 Supplying and Fixing of

weather proof box made

of SMC / Polyvinyl with

ingress protection rating

of IP 66 for outdoor

installation and size of

approximate dimension

200mm x 140mm x

95mm with 1 No 6 A DP

MCB & Connector i/c

fixing, locking hinges,

knockouts for

cableentry,

interconnections etc as

reqd. [Make: Hensel

enycase Sintex or

equivalent make &

model make]

6 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 44: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 44 | P a g e C o n t r a c t o r

1.47 Supplying & fixing of 50

Watt, LED type Outdoor

Flood Light fixture with

IP 66 protection and

minimum 60° beam

angle, drivers,

accessories and suitable

for mounting on existing

masonry / CC pedastal /

MS angle iron stand in

ground, above flood

level, duly wired ready

to use, suitable for 230

Volts. 50 Hz. AC supply

including inter

connection , testing

commissioning etc.,

complete as reqd.,(Make:

Crompton LFL-50-

CDL/60-

M,Jaquar/Philips /Wipro

or equivalent make &

model)

4 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.48 Supplying and fixing

inverted pyramid tripod

type LED bollard with

soft 360 degree light, IP

65 protection, Resistant

to corrosion, better

optics for uniform

distribution [LED Post

Top Lantern]. (Make:

Crompton Greaves or SS

make)

2 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 45: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 45 | P a g e C o n t r a c t o r

1.49 Supplying and fixing

trunk box made of

16SWG MS sheet with

openable covers

including powder coated

painting to match with

existing panels/DB etc as

reqd.

2 Sqm 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.5 Supplying and Laying of

Electrical insulating

2mm thick Rubber Mat

in accordance with IS

15652/2006 (for 3.3KV)

etc as required.

4 Sqm 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.51 Supplying and Fixing

32 mm dia GI bracket

for fixing of street light

Fitting including

necessary

interconnecting wiring,

clamps and bolts and

nuts etc as required.

4 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.52 Supplying and laying 2

core 6 sqmm PVC

insulated, PVC

sheathed/XLPE insulated

Aluminium Conductor

Armoured UG cable of

1.1KV grade on surface

of wall including

clamping, etc as required

260 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 46: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 46 | P a g e C o n t r a c t o r

1.53 Supplying & making end

termination with brass

compression gland and

aluminium lugs for 2

core 6 sqmm PVC

insulated PVC

sheathed/XLPE

Aluminium conductor

armoured UG Cable

including connections

etc as required.

12 Sets 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.54 Supplying and laying of

following size HDPE

PVC pipes of pressure

handling capacity

(6kgf/sqcm) along with

accessories in the

following ways as per

dept spec etc as reqd.

(a)40mm dia heavy duty

rigid PVC pipe On

surface of wall/floor

including support

/clamping/cutting the

concrete etc as reqd. ISI

marked

40 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.55 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

2 Sets 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 47: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 47 | P a g e C o n t r a c t o r

watering pipe of 2.7

metre long etc. with

charcoal / coke and salt

as required.

1.56 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. a required.

40 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.57 Providing and fixing 25

mm X 5 mm G.I. strip on

surface or in recess for

connections etc. as

required.

20 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.58 Supplying and Fixing

Red LED type

"Engaged" signage board

(Apprx Dimension 15"L

x 5"H) with curved

acrylic suitable for

hanging from ceiling/

fixing on surface of wall

1 No 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.59 Supplying and Fixing

Red LED type "Meeting

in Progress" signage

board (Approx

Dimension 15" L x 5"

H) with curved acrylic

suitable for hanging

from ceiling/ fixing on

1 No 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 48: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 48 | P a g e C o n t r a c t o r

surface of wall

1.6 SITC of 300mm sweep,

1350 rpm exhaust fan,

metal body, 4 blades

suitable for 230V AC

supply i/c s/f Aluminium

frame in the existing

opening / window,

including making good

the damages etc as

required (crompton/usha/

khaitan/bajaj/ orient or

any Similar Superior

make)

29 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.61 Dismantling of ceiling

fan and painting the

same with with one or

more coats of spray

painting with synthetic

enamel paint of

approved brand and

manufacture to give an

even shade, including

cleaning of surface with

detergent and replacing

the damaged rubber

reel, nuts and bolts with

washers and safety pins,

reinstalling the same as

required.

75 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 49: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 49 | P a g e C o n t r a c t o r

1.62 SITC of 24-Port

10/100/1000 Gigabit SP

Switch (LAN Switch)

customer premises

equipment (CPE) switch

for Ethernet

deployments,

Comprehensive security

features for robust

multitenant separation,

Optimized for triple-play

(VoIP, video, and data)

services, Service

provider provisioning

and management

features etc suitable for

RJ-45 termination as

required.

(Cisco 24-Port

10/100/1000 Gigabit SP

Switch or Similar

Superior make)

4 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.63 SITC of RACK FOR

MOUNTING

SERVICES: Supply

Installation Testing and

Commissioning of 19"

Rack 650mm depth, 12U

high amplifier rack

assembly for housing 1

No. Amplifier, 1 no.

Main Console, CD

Player etc made of

aluminum channel, with

1 No 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 50: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 50 | P a g e C o n t r a c t o r

side and rear panels

made of 14 swg. Powder

coated sheet steel front

transparent perplex door

and with rails, rollers &

bearings. Fans provided

at the top for ventilation.

Side panels will be

ventilated type. The rack

shall be powder coated

of approved color and

spare 'U' shall be

covered with blank

panels.

Page 51: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 51 | P a g e C o n t r a c t o r

1.64 SITC of Floor Mounting

LT Distribution Panel

made up of 16G CRCA

sheet, complying to

latest IE rules suitable

for extendable type ,

panel shall be powder

coated with approved

colour & shade panel

shall have clear sign

writing with fluorescent

paint including supply &

fixing the following

switches & accessories,

interconnection with

suitable bus bar links for

the incoming & outgoing

& suitable size

removable type gland

plate at the bottom of

sheet for outgoing cable,

including earthing the

switches with 2nos

copper strip of size

20mmx5mm, providing

tinned earth bus bar in

the bottom, lifting

hooks, providing C

channel in bottom of size

100mmx50mmx5mm

etc. as reqd. Details of

switch gears & other

accessories to be

provided are listed

1 Job 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 52: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 52 | P a g e C o n t r a c t o r

below.(a)MFM

4410LED Meter Class

0.2 with RS485 having

Parameters with LED

display: V, A, F, PF,

kW, kVA, kVAR, kWh,

kVAh,

kVARh,Runhours, On

hours, Phase angle,

Interrupts, THD, Events

(High-Low), Neutral

Current site selectable

kWh/ kVAh - 1 No

(Make: L&T Cat

No.WL441011OOOO or

any equivalent approved

make and model)(b)LED

RYB Indication lamp

with toggle switch, fuse

and fuse base - 1 set

(Make:

L&T/Schindler/Siemens

or any equivalent

approved make and

model)(c)C.T.200/5

AMP - 3 nos(d)250A,

4pole, MCCB with

thermal magnetic

Release with 36KA

Breaking Capacity, relay

range of 160 to

200Amps. with extended

rotary operating Handle -

1No (Make: L&T

Page 53: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 53 | P a g e C o n t r a c t o r

DU250 Cat no.

CM98065OONO/Schind

ler/Siemens or any

equivalent approved

make and model)(e)ACC

Spreader terminals

DU250A - 4 Pole - 1

No(f)Auxilary Contact

2C/O ACC

DN0/1,DU100H/DU250

- 1No(g)Shunt release ,

250/415V AC,ACC

DN0/1,DU100H/250 -

1No(h)Electrical &

Mechanical Interlock

[L&T Cat

No.CM99958TOOOO or

Schneider

Electric/Siemens/HPL/H

avells make or any

equivalent approved

make and model)] -

Total 2 Nos Lock with 1

No Key (i)300A , 4Strip

Aluminium Bus Bar with

Insulated Supports-

1Set(j)125A, 4pole

MCCB with thermal

magnetic Release with

35KA Breaking

Capacity, relay range of

63 to 80Amps with

extended operating

Handle - 5 Nos (Make:

Page 54: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 54 | P a g e C o n t r a c t o r

L&T CM

97919OOJ20G/Schindler

/Siemens or any

equivalent approved

make and model)(k)ACC

Spreader terminals

DU100H/DN0 -

5Nos(l)Auxilary Contact

2C/O - ACC

DN0/1,DU100H/DU250

AuxCont 2C/O Rh-

5Nos(m)Shunt release ,

250/415V AC -ACC

DN0/1,DU100H/250

AuxCont 2C/O - 5Nos

Page 55: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 55 | P a g e C o n t r a c t o r

1.65 SH - II ITC of Spilt AC

units :ITC of 1.5 TR

Inverter type wall

mounting split AC unit

operating on 230V, 50Hz

AC supply, filled with

R-410 refrigerent gas,

having nominal cooling

capacity of 4500 Kcal/hr

(5.2 KW), minimum

room air flow of 700 cub

mtr/hr and minimum

Indian Seasonal Energy

Efficient Ratio (ISEER)

of 3.5, and Minimum 3

star rated, performing

functions like cooling,

dehumidifying, air

circulating, filtering etc

along with the hot and

cold refrigerent copper

piping up to 5 Mtrs,

cordless remote,

including transportation

etc. complete as per

required. ( Make:

Panasonic/Universal

comfort (Voltas) /

Hitachi / LG / Carrier /

Daikin / Mitsubishi / O-

General / Videocon /

Bluestar / Samsung)

2 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 56: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 56 | P a g e C o n t r a c t o r

1.66 Supplying & Laying 50

mm Rigid/flexible PVC

pipe with accessories for

protection of refrigerant

piping including

clamping etc as required

10 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.67 Supplying & fixing of

prefabricated powder

coated MS stand

grouting, painting and

minor civil works etc

complete as required. (to

be provided wherever

wall stands are not

feasible)

1 No 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.68 Providing and fixing

additional 3 x 2.5 Sqmm

PVC insulated copper

conductor cable over and

above 5mtrs length

suitable for the above

AC units wherever

required including

termination as required.

10 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.69 SITC of wall mounting

type voltage stabilizer

cum starter with 170-270

volts input voltage range

and output range of 220

volts +/- 10% with auto

start facility, time delay

over load relay Suitable

for 1.5TR AC units as

required. (M/s. V Guard

2 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 57: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 57 | P a g e C o n t r a c t o r

-VG 500 or SS Make)

1.7 SH III-SITC of audio

conferencing System

:SITC of Central

Amplifier having digital

recorder for recording

the proceedings, with

playback of the pre-

recoded messages,

switchable send/return

facility in central

amplifier, facility of

feeding two independent

groups of delegate units,

Three MIC inputs and

one Aux input for

various user applications

etc as required. The

amplifier shall be

19”rack mountable and

suitable for operation on

230V AC Mains and

24V DC Supply (Ahuja

make -CMA 5400 or SS

Make)

1 No 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.71 SITC of Chairman unit-

input-line, with

gooseneck microphone,

output line, headphone

socket, speaker with max

1 No 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 58: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 58 | P a g e C o n t r a c t o r

input 300mW, Controls-

priority switch, talk

switch, speaker volume

and head phone volume

control etc as

required.(Ahuja make -

CMC 5100 SS Make)

1.72 SITC of Delegate unit -

input-line, output line,

headphone socket,

speaker-max input

300mW, Controls-talk

switch, speaker volume

and head phone volume

control etc as

required.(Ahuja make -

CMD 5200 or SS Make)

8 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.73 SITC of Amplifier

120Watts, 5 Mic & 2

Auxilary Inputs 19" rack

mounted PA mixer

amplifier, Freq.Resp:60-

15,000Hz, bass/treble &

master control on front

panel etc as

required.(Ahuja make -

SSB 120 or SS Make)

1 No 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.74 Supplying of false

ceiling mounting

Speaker with 30 watt

RMS power taps:

30/15/7.5 W on 100V,

Freq.Resp: 80-20,000Hz

etc as required.(Ahuja-

4 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 59: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 59 | P a g e C o n t r a c t o r

CSD6303T or SS Make)

1.75 Supplying and Laying of

following miscellaneous

items for installation of

the above system etc as

required.(a) 8 core

shielded cable

35 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.76 (b)2 Core flexible

Speaker cable

30 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.77 (c)Connectors/accessorie

s

1 Lot 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.78 SITC of UHF band

frequency conference

wireless microphone

system with high quality

wireless gooseneck

microphone, Mic-

Receiver-True

Deliversity, Frequency-

50HZ to 16KHZ, Polar

pattern-cardioid,

Powered with 2x1.5V

AA Pencil Cells for each

unit etc as required. (M/s

Studio Master XR 20C

or equivalent)

2 Sets 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.79 SITC of UHF band

frequency wireless

microphone system with

2H Wireless (2 Hand

Microphone), Mic-

Receiver-True

1 Set 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 60: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 60 | P a g e C o n t r a c t o r

Deliversity, Frequency-

50HZ to 16KHZ, Polar

pattern-cardioid,

Powered with 2x1.5V

AA Pencil Cells for each

unit etc as required. (M/s

Studio Master XR 40HH

or equivalent)

1.8 SH IV-SITC of

Projectors and associated

works :SITC of 55" (139

cm) 4K HDR LED

display Smart TV with

all accessories such as

power cord, power

adaptor, remote control

to be fixed on the

existing wall/partition

with suitable mounting.

The TV shall support

wifi, Bluetooth, Ethernet

inputs, HDMI inputs,

smartphone connectivity

options etc as required

(M/s Sony or similar

superior make)

2 Jobs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.81 SITC of projector with

LCD 3600 lumens,

Resolution 1024 x 768

XGA, Aspect Ratio 4:3,

15000:1 Contrast Ratio,

with min 10000 lamp

hours along with

supplying and fixing

1 Set 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 61: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 61 | P a g e C o n t r a c t o r

ceiling mounting kit

including VGA, Power

cord of standard length

etc as required. (M/s

EPSON X41 XGA 3600

Lumens LCD)

1.82 SITC of motorized

projector screen of size

about 130" diagonal with

aspect ratio 16:10 along

with necessary supports,

aligning etc as required

1 No 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.83 Supplying and Laying of

following type of cables

of specified length with

end connectors etc as

required (M/s Kramer or

similar superior

make)(a)25 mtr HDMI

cable

1 No 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.84 (b)25 mtr VGA cable

1 No 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.85 (c)1.8 mtr HDMI cable

2 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.86 (d)1.8 mtr VGA cable

2 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.87 (e)1.8 mtr Audio cable

1 No 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.88 SITC of the following

HDMI/VGA splitters

and switchers suitable

for use with the above

projectors etc as required

(a)1 in - 4 output HDMI

Splitter

1 No 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 62: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 62 | P a g e C o n t r a c t o r

1.89 (b)4 in - 2 output HDMI

Switcher with Audio

1 No 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.9 SH V-SITC of VRF

Units :SITC of Variable

Refrigerant Flow (VRF)

Air Conditioning System

comprising of modular

type high efficiency DC

Scroll/Single/ , Multiple

Compressor with DC

inverter, High efficiency

heat transfer cooling coil

suitable for Environment

friendly R410a

refrigerant, i/c initial fill

410a refrigerant as

supplied with unit, Air

cooled propeller type

condenser fan with DC

motor drive,

interconnecting piping,

suction line insulation

etc. and Micro-processor

control panel suitable for

automatic operation,

High speed calculation

inverter control, active

oil control mechanism

incorporating all safety

functions etc as per

attached specifications

(HP Rounded off to

nearest value)(Make

:Voltas/Blue

1 Job 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 63: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 63 | P a g e C o n t r a c t o r

Star/Daikin/Carrier/Hitac

hi/Toshiba) (a)12 HP

1.91 SITC of Ceiling

suspended VRF four

way/Round flow

Cassette unit with low

noise, multi speed fan,

multi row cooling coil,

insulated extended drain

pan, filter (TR Rounded

off to nearest

value)(Make

:Voltas/Blue

Star/Daikin/Carrier/Hitac

hi/Toshiba) (a)3.0 TR

Cassette unit

4 Jobs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.92 Providing, Fixing,

testing and

commissioning of

Variable refrigerant flow

distribution REFNUTS

in the suction & liquid

lines for various sizes of

copper refrigerant piping

including insulating the

refnut etc. as required.

3 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.93 Supply of Cordless

Remote and Receivers

3 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.94 Carrying out pressure

testing of total VRF

system (total copper

1 Job 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 64: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 64 | P a g e C o n t r a c t o r

piping network of both

indoor and outdoor

units) including purging

with necessary gas,

Vacumizing, Leak

testing, etc. as per

attached specifications

(a)12 HP

1.95 Supply & Filling

additional fresh

refrigerant gas R410a

including testing and

commissioning as

required.

5 Kgs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.96 Supply fabrication &

Installation of suitable

MS base frame for

outdoor units complete

with 2 coats of red oxide

& epoxy paintings,

vibration isolated pads,

supports, hangers,

railing, brackets

(a)Outdoor unit modules

1 Job 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.97 Supply, Installation,

Testing &

Commissioning of

seamless heavy gauge

eddy current tested

copper piping.

Refrigeration piping will

have to be taken in the

existing piping rack/G.I

Cable tray & cover with

10 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 65: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 65 | P a g e C o n t r a c t o r

necessary support,

saddles, necessary bends,

tees & fittings.(a)28.6

mm with 19mm thick

insulation

1.98 (b)22.1mm with 19mm

thick insulation

10 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

1.99 ( c)19.1mm with 19/13

mm thick insulation

10 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

2 (d)15.9 mm with

19/13mm thick

insulation

10 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

2.01 (e)12.70 mm with 13mm

thick insulation

10 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

2.02 (f)9.5 mm with 13 mm

thick insulation

10 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

2.03 (g)6.3 mm with 13 mm

thick insulation

10 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

2.04 Supply, Laying, Testing

& Commissioning of ISI

marked CPVC insulated

condensate water

pipping complete with

all floor, wall & Ceiling

supports, fitting, U

trap/seal to the nearest

drain point (a)25mm Dia

(Minimum wall

thickness 3.38mm) with

insulation

15 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

2.05 (b)32mm Dia (Minimum

wall thickness 3.56mm)

without insulation

15 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 66: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 66 | P a g e C o n t r a c t o r

2.06 Supply & Installation of

control cum transmission

wiring between ODU &

IdU, 2Core X 1.5 Sqmm

Copper Shielded

unarmoured cable with

PVC conduits.

50 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

2.07 Supply & Installation of

power cable between the

power socket and indoor

unit, IDU to ODU etc,

with Copper flexible

cable 4Core X 2.5 Sqmm

10 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

2.08 Supply & Laying of

copper armoured cables

for each of the ODU's

from customer 4pole

MCB to VRF ODU/LT

panel to VRF AC

panel.(a)4C X 10 Sqmm

30 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

2.09 Providing fabricated

MS/ aluminium roofing

sheet, Weldmesh frame

size 10G of 2"x1" grid

and 38 x 38 x 5mm MS

angle, making door

with following items

including transportation,

cutting to the required

size, fixing with suitable

hardware, grouting, etc

as required (a) 2" X 1"

size 10G MS weldmesh

25 Sqmt 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 67: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 67 | P a g e C o n t r a c t o r

2.1 (b) 38 x 38 x 5 mm MS

angle

42 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

2.11 (c) 0.6 mm Thick

Aluminium sheet i/c U

Clamps, bolts, nuts, tar

washers, etc

6 Sqmt 0.00 0.00 0.00 0.00 0.00 0.00 0.00

2.12 (d)Locking arrangement

with 7 Lever lock &

keys

1 Job 0.00 0.00 0.00 0.00 0.00 0.00 0.00

2.13 Painting of existing

angle iron weldmesh of

12G of size 2"x1"/ 1" x

1" along with frame and

support channels with 2

coat of green colour

synthetic enamel paint

i/c cleaning the rusted

parts etc as reqd.

25 Sqmt 0.00 0.00 0.00 0.00 0.00 0.00 0.00

2.14 SH VI-

CONVENTIONAL

AUTOMATIC FIRE

DETECTION SYSTEM

(ONLY FOR

CONFERENCE

ROOM): Supplying,

Installing, Testing and

Commissioning of

microprocessor based

conventional type, Fire

Alarm main control

panel suitable for

working on 240 V AC

Supply and 24 V DC,

1 No 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 68: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 68 | P a g e C o n t r a c t o r

power supplies,

consisting of 4 Zones

with necessary controls,

audio/visual indications

for fire, fault i/c relay

output unit for mimic &

providing 2 Nos. 12 V,

7Ah built-in sealed

maintenance free

batteries with battery

charging circuit i/c

removing existing

defective panel etc.

complete as required

(Make: Agni / Ravel /

Naveen / Carmel)

2.15 SITC of Photo Electric

type smoke detector with

base plate i/c removing

existing defective

detector etc., as required

25 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

2.16 SITC of Heat detector

with base plate,

including connections

with existing wires,

testing etc., as required

2 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

2.17 SITC of Electronic

Hooter including

connections with

existing wires/cables,

testing etc. as required

5 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

2.18 Supplying and Fixing

Manual call point

7 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 69: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 69 | P a g e C o n t r a c t o r

including connections

with existing

wires/cables, testing etc.

as required

2.19 Supplying and Fixing

Response indicator

including connections

with existing

wires/cables, testing etc.

as required

18 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

2.2 Supply and Laying of

additional 2 x 1.5 sq.mm

PVC/XLPE insulated,

PVC sheathed, FRLS

armoured copper cable

on surface of wall

/ceiling with necessary

glands, sadels etc.,

complete as required.

(Make: Any ISI marked

cable with FRLS

insulation)

450 Mtrs 0.00 0.00 0.00 0.00 0.00 0.00 0.00

2.21 Supplying & Fixing MS

metal Box of following

size (Nominal size) on

surface of with suitable

size phenolic laminated

sheet cover in front

including panting etc., as

reqd

(a)100mmx100mmx60m

m deep

25 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Page 70: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 70 | P a g e C o n t r a c t o r

2.22 Supply & making end

termination with brass

compression gland

suitable for 2x1.5 sqmm

copper cond UG cable

etc., as reqd

40 Nos 0.00 0.00 0.00 0.00 0.00 0.00 0.00

Total in Figures

0.00

PRICE SCHEDULE for Indigenous Items: 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 charges should be shown in column-13 & the Goods and

Services Tax (GST) in column 17,21 & 23.

3. The bidder who submits the offer with concessional Goods and Services Tax (GST) shall submit the proof of applicable concessional GST. In case

the concessional GST is not credit to BSNL it should be included in the 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 amount in column 17 , 21 & 23.

5. * %age Rate of FF & packing should be shown of basic Unit Price excluding all taxes & charges ( i.e. as %age of Col.4).

6. Vendor must mandatorily mention HSN & SAC numbers

7. The FF & packing amount quoted shall not be subject to change after bid evaluation / ordering an account of change of Copper, Lead base

price,charges in duties & taxes of item. etc.

8. Price will be no price variation basis if applicable (See Clause of Section 5 Part-A)

Declaration by bidder 1. " We hereby declare that in quoting the above prices, we have taken into account the entire credit on Inputs available under

the GST ACT Introduced w.e.f 1st July 2017 and further extended on more Items till date"

2. " We here by certify that HSN / SAC shown in Column 55 are correct & credit of GST for the amount shown in column 28 above are admissible as

per GST Laws"

Name of the Firm and Signature of the Bidder.

The bidder shall quote only Net rate excluding GST on Goods & Services . All taxes except CGST, SGST, UTGST and IGST if any, required to be

paid on the invoices shall be borne by the supplier. The Labour welfare Cess & TDS as per the Govt. regulations will be recovered from the

contractor. No concession form will be issued by the BSNL.

Page 71: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 71 | P a g e C o n t r a c t o r

OTHER IMPORTANT NOTES:-

1 The prices shall be quoted after taking into account the entire credit on inputs available

under the MODVAT SCHEME introduced w.e.f. 1st March 1986 and further extended

on more items till date

2 The firm shall be responsible to ensure that E.D / Customs / Service Tax shown in the

above columns are correct & CENVAT Credit for the amount shown above is

admissible as per CENVAT Credit Rules 2004”.

3 No concession form will be issued by BSNL except Form C for Supply of Lift/EA

set/PAC/Transformers. Form C will be issued only on specific request.

4 Invoice /Bill should be preprinted with serial number and service tax / CST / VAT

registration number. Invoice / Bill favouring BSNL shall be issued by the supplier /

Contractor indicating the amount of customs duty, Excise duty, CST, VAT and Service

Tax etc., with documentary proof to avail CENVAT credit.

It shall be the responsibility of supplier to raise appropriate tax invoice as per the

provisions of GST Act.

5 The evaluation and comparison of responsive bids shall be done on the basis of Net cost

to BSNL on the prices offered inclusive of duties and taxes (but excluding CENVAT –

able duties & taxes), sales Tax, packing, forwarding, freight and insurance charges etc.,

as indicated in the price schedule. Octroi / Entry Taxes are not to be included in the

composite price and hence the same will not be considered for the purpose of evaluation

and comparison of responsive bids. However, Octroi / entry taxes will be paid extra as

per actual wherever applicable on production of proof of payment / relevant invoices

documents.

The evaluation and comparison of responsive bids shall be done on the basis of Net

cost to BSNL on the prices offered exclusive of Goods & Service taxes (GST). The

bid with lowest net cost as elaborated above will be the L1 bidder.

6 If any levy / duty is not payable or documentary proof is not produced, the amount for

the same shall be deducted.

7 The rates for all items of work shall, unless clearly specified otherwise, include cost of

all labour, materials and other inputs involved in the execution of the terms as specified

in the scope of work.

8 The WCT will be deducted as per Govt. notification. In case supplier / contractor brings

exemption certificate from the commercial tax BSNL, the WCT shall not be deducted at

source.

9 No advance payments can be made. Stipulations like levy of interest if payment is not

made in a specified time are also not acceptable and the payment is governed by the

normal BSNL practice.

10 Firms are advised to depute their representatives to visit the site to familiarize & assess

the site conditions etc., prior to submitting their bids to avoid any ambiguity at a later

date. Nothing Extra will be paid on this account.

11 Tenders with any condition including that of conditional rebates shall be rejected

forthwith

Page 72: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 72 | P a g e C o n t r a c t o r

CONDITIONS OF CONTRACT

Definitions:

1. The 'contract' means the documents forming tender & acceptance thereof & the formal

agreement executed between the competent authority on behalf of CONTROLLER OF

COMMUNICATION ACCOUNTS, KTK Circle, Bengaluru & the contractor, together

with the documents referred to therein including the conditions, specifications, designs,

drawings & instructions issued from time to time by the Engineer-in-Charge & all these

documents taken together, shall be deemed to form one contract & shall be

complementary to one another.

2. In the contract the following expression shall, unless the context there otherwise requires

have the meanings hereby respectively assigned to them:-

i) The expression 'works' or 'work' shall unless there be something either in the subject

or context repugnant to such construction, be construed & taken to mean the works

by or by virtue of the contract contracted to be executed whether temporary or

permanent and whether original, altered, substituted or additional.

ii) The' site' shall mean the land / Building / or other places an into or through which

work is to be executed under the contract or any alternate land, building, path or

street which may be allotted or used for the purpose of carrying out the contract.

iii) The 'contractor' shall mean the individual or firm or company whether incorporated

or not, undertaking the works & shall include the legal personal representative of

such individual or the persons composing such firm or company or the successors of

such firm or company and the permitted assignees of such individual, firm or

company.

iv) BSNL means Bharat Sanchar Nigam Ltd. having its corporate office at Bharat

Sanchar Bhavan, Janpath, New Delhi-110001 & its successors.

v) The' Engineer-in-charge' means the Engineer officer who shall supervise & be in-

Charge of the work & who shall sign the contract on behalf of CONTROLLER OF

COMMUNICATION ACCOUNTS, KTK Circle, Bengaluru as mentioned in Schedule

F hereunder.

vi) Accepting Authority means the authority mentioned in Schedule 'F'.

vii) Excepted Risk are risks due to riots (other than those on account of contractor's

employees), war (whether declared or not) invasion, act of foreign enemies,

hostilities, civil war, rebellion, revolution, insurrection, military or usurped power,

any acts of Government, damages from Aircraft, Acts of God such as earth quake,

lightning & unprecedented floods, & other causes over which the contractor has no

control & accepted as such by the accepting authority or causes solely due to use or

occupation by BSNL of the part of the works in respect of which a certificate of

completion has been issued or a cause solely due to BSNL's faulty design of works.

viii) Schedule(s) referred to in these conditions shall mean the relevant schedule(s)

annexed to the tender papers or the standard Schedule of Rates of the Government

mentioned as per Schedule 'F' hereunder, with the amendments thereto issued up-to

the date of receipt of the tender.

ix) Tendered value means the value of the entire work as stipulated in the letter of award.

x) Market rate shall be the rate as decided by the Engineer-in-Charge on the basis of the

cost of materials and labour at the site where the work is to be executed plus the

percentage mentioned in Schedule 'F' to cover, all overheads & profits.

Page 73: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 73 | P a g e C o n t r a c t o r

3. Scope & Performance Where the context so requires, words imparting singular only also include the plural &

vice versa. Any reference to masculine gender shall whenever required include feminine

gender & vice versa.

4. The contractor shall be furnished, free of cost, one copy of the contract documents except

standard specifications, Schedule of Rates and such other printed and published

documents, together with all drawings as may be forming part of the tender papers. None

of these documents shall be used for any purpose other than that of this contract.

5. Works to be carried out: The work to be carried out under the Contract shall, except as

otherwise provided in these conditions, Include all labour, materials, tools, plants,

equipment & transport which may be required in preparation of & for & in the full &

entire execution & completion of the works. The descriptions given in the schedule of

quantities shall, unless otherwise stated, be held to include wastage on materials, carriage

& cartage, carrying and return of empties, hoisting, setting, fitting and fixing in position

and all other labours necessary in & for the full and entire execution & completion of the

work as aforesaid in accordance with good practice and recognized principles.

6. The contractor shall be deemed to have satisfied himself before tendering as to the

correctness & sufficiency of his tender for the works & of rates & prices quoted in the

Schedule of Quantities, which rates & prices shall, except as otherwise provided, cover

all his obligations under the contract & all matters & things necessary for the proper

completion & maintenance of the works.

7. Sufficiency of Tender The several documents forming the contract are to be taken as mutually explanatory of

one another, detailed drawings being followed in preference to small scale drawing &

figured dimensions in preference to scale & special conditions in preference to General

Conditions.

8. Discrepancies & adjustments of Error: a) In the case of discrepancy between the schedule of quantities, the specifications & /

or the drawings, the following order of preference shall be observed:-

i) Description of Schedule of Quantities.

ii) Particular Specification and Special condition, if any.

iii) Drawings.

iv) BSNL / C.P.W.D. Specifications.

v) Indian Standard Specifications of B.I.S.

b) If there are varying or conflicting provisions made in anyone document forming part

of the contract, the Accepting Authority shall be the deciding authority with regard to

the intention of document & his decision shall be final and binding on the contractor.

c) Any error in description, quantity or rate in Schedule of Quantities or any omission

there from shall not vitiate the Contract or release the contractor from the execution

of the whole or any part of the works comprised therein according to drawings &

specifications or from any of his obligations under the contract.

Page 74: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 74 | P a g e C o n t r a c t o r

9. Signing of Contract: The successful tenderer/ contractor, on acceptance of his tender by the Accepting

Authority, shall, within 15days from the stipulated date of start of work, sign the

contract consisting of the notice inviting tender, all documents including drawings, if

any, forming the tender as issued at the time of invitation of tender & acceptance thereof

together with any correspondence leading thereto.

The agreement to be signed on non-judicial stamp paper and the cost to be decided as per

the prevailing local bye-laws or zonal head of the circle.

10. CURTAILMENT OF QUANTITY: BSNL reserves the right to enforce curtailment in the assigned quantum of work for any

contractor on the grounds of defaults/delay in regard to execution of the individual work

assigned.

11. COMPLETION OF WORK: At the time of issuing NIT for a particular work, the time allowed for completion of

work consistent with magnitude and urgency of work is specified. The time allowed for

carrying out the work as entered in the contract is reckoned from the tenth day after the

date on which the orders to commence the work are given to the Contractor. To ensure

good progress of the work during the execution, the contractor is bound in all cases in

which the time allowed for any work exceeds one month (except special jobs) to

complete 1/8th of the whole of the work before 1/8th of the time allowed under the

contract has elapsed,3/8th of the work before half of the time has elapsed and 3/4th of

the work before 3/4th of such time has elapsed. However, for special jobs, if a time

schedule has been submitted by the Contractor and the same has been accepted by the

Engineer-in-charge, the contractor shall comply with such time schedule.

12. 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 desires 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.

13. COMPENSATION FOR DELAY: If the contractor fails to maintain the required progress or complete the work and clear

the site on or before the contract or extended date of completion, he has to pay the

compensation for delay which is limited to 0.5% per week of work order value for the

first 10 weeks and 0.7% per week for next 10 weeks and thereafter subject to a

maximum of 12% of the work order value for the location where the work is delayed

and the firm is found responsible for the same.

Flow chart of the procurement process/ contract shall be supplied by the

contractor and approved by Executive Engineer concerned.

Page 75: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 75 | P a g e C o n t r a c t o r

General Specification for the work of providing Electrical ,EI & Fans works

1) The work shall be done as per current CPWD General specification for Electrical

work Part –I Internal, Part –II External, Part –IV Sub Station, Part –VII DG Sets, HVAC works as amended from the time-to-time and Indian Electricity rules amended

upto date.

For Electrical Panels, CPWD General Specification for Electrical works Part –IV

shall be applicable. [Important CPWD specifications/publications are available in website

http://cpwd.gov.in/Publications.htm for reference & also with authorised bookshops]

2) The work shall be supervised by qualified technical staff.

3) The engineer-in-charge or his duly authorized representative at site of work will give the

lay out of work.

4) The following wiring shall be done in separate conduits.

a) Power wiring (b) Light and fan point wiring.

c) Emergency light point with (AC/DC) (d) Telephone wiring.

e) Clock wiring (f) AC unit wiring.

5) Lighting circuit shall feed light/fan/ call bell points. Each circuit shall not have more than

800 Watt connected load or more than 10 points whichever is less. However, in case of

CFL points where load per point may be less, number of points may be suitably increased.

6) Power circuit in non-residential building will have only one outlet per circuit.

7) The earthing sets shall be provided in presence of Engineer-in-charge.

8) Sample of all materials fittings, accessories, switchgears 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.

9) The contractor shall submit completion plan as per clause 6A (1)/6B of the agreement

within 30 days of completion of work. Failing to submit the completion plan he will be

liable to pay of sum equivalent to 2.5% of the value of work subject to ceiling of 2500/-

10) The contractor will have to conduct the following test at his cost at site and intimate the

results before final bills are paid. Nothing extra will be paid to him on this account.

a) Earth test b) Polarity test c) Insulation test

d) Earth continuity test of surface & recessed conduit pipes

11) 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 (Determined by the Engineer-in-charge) The same will be got done at his cost

departmentally after giving notice to him.

12) The outlet boxes for switches and end of conduits for different categories of conduits runs

shall be painted with different colours so as to avoid mixing of wiring. Nothing extra shall

be paid for this

13) At the time of laying conduit pipe in the slab in recess, the contractor Should keep fish

wire of 16 SWG GI wire throughout conduit pipe and we have to take special care so that

the conduit do not cross through AC conduits, grills etc.

14) The contractor should recess the conduits in the walls before they are plastered and in

coordination with progress of building works. The conduit should be mechanically and

electrically continuous.

15) All the Switchboard, SDB and DB shall be clearly sign written indicating the number

/type of load/Circuit No etc.

16) Underground cables of both 1.1 KV and 11 KV should be subject to pressure/insulation

tests before and after laying the same.

17) While making end connections of wire, no strand shall be cut and termination of wire

shall be done with necessary lugs without any extra cost.

Page 76: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 76 | P a g e C o n t r a c t o r

18) The termination of conduits etc in the junction box should be done by making proper

holes instead of cutting the box.

19) The contractor will have to make arrangements to take the materials to site of work at his

own risk and cost.

20) Cabling:

a) Overheating due to loose thimbling / undersize cables causes most of electrical

failures, hence correct size of cable and thimbles should always be used, if cable

is specified.

b) While terminating cables, avoid any tension on the bolts/ busbars. (if cable is

specified) While terminating R, Y& B phase notations should be maintained in the

alternator and control panel for easy maintenance.

c) It is recommended to support output cables on separate structure on ground so that

weight of cables should not fall on alternator/ base rail.

Page 77: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 77 | P a g e C o n t r a c t o r

GENERAL AND COMMERCIAL SPECIFICATION

1. SCOPE (i) These General Specifications indicate the requirements and precautions to be taken during

the execution of Internal Electrical Installation & Misc. works to ensure efficient, safe,

economical and practical use of materials and equipments including prevention of risks

and fire hazards

(ii) These General Specifications are subject to revision from time to time.

This Chapter covers the general commercial requirements applicable to works contracts

for Internal Electrical Installation & Misc. works.

2. PROGRAM FOR EXECUTION OF WORK:

The firm shall supply detailed program to Engineer-in-Charge for execution of contract

within 15days of award of work. The program shall contain details about submission

of drawing, supply of materials, tentative dates for ITC.

Since the work is to be carried out in a working Telephone Exchange where vital

communication equipments are functioning, extreme care is to be taken while carrying

out the work without any interruption to the power supply to the Telephone Exchange.

The work has to be carried out in steps so that there is no interruption to the power

supply.

The work has to be carried out only in the presence of qualified supervisors competent

for carrying out such works as per IE/Lift Rules.

Whenever any power shut down is sought, advance permission is to be obtained from

the Engineer in charge and Telephone Exchange authorities.

3. RELATED DOCUMENTS.

(i) Each work has its own particular requirements. These General specifications shall be

read in conjunction with the standard conditions of contract contained in BSNL contract

forms concerned, & their correction slips, the tender specifications, schedule of work,

drawings & other documents in the tender papers connected with the particular work.

(ii) In the event of any discrepancy between these General Specifications & the inter-

connected document, the requirements & conditions as per the latter shall have overriding

value & shall be followed.

4. SUBMISSION OF TENDERS

(i) The tender shall be submitted complete with the following:-

(a) Complete tender documents as purchased from BSNL / downloaded from

www.eprocure.gov.in / www.karnataka.bsnl.co.in duly filled in & signed; the price

part of the tender shall be indicated only on the tender schedule of work.

(b) Earnest Money deposit in one of the acceptable forms as specified

5. RATES

(i) The work shall be treated as supply and ITC and the rates tendered shall be for complete

items of work inclusive of all taxes (excluding GST on Goods & Services ), duties, &

levies etc. & all charges for items contingent to the work, such as, packing, forwarding,

insurance, freight and delivery at site for the materials to be supplied by the contractor,

watch and ward of all materials for the Sub Station & Internal E.I. work at site etc.

(ii) Prices quoted shall be firm.

(iii) In the event, no rates has been quoted for any item(s), then the rate for such item(s) will

be considered as zero & the work will be required to be executed accordingly.

Page 78: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 78 | P a g e C o n t r a c t o r

6. MOBILISATION ADVANCE

No mobilisation advance shall be paid for the work.

7. COMPLETENESS OF TENDER

All sundry fittings, assemblies, accessories, hardware items, foundation bolts, termination

lugs for electrical connections as required, & all other sundry items which are useful &

necessary for proper assembly & efficient working of various components of work shall be

deemed to have been included in the tender, whether such items are specifically

mentioned in the tender documents or not.

8. WORKS TO BE ARRANGED BY THE DEPARTMENT

Unless and otherwise specified in the tender documents, the following works shall be

arranged by the Department:

(i) Storage space for all equipments, components and materials for the work.

(ii) Supply of materials to the contractor as stipulated in the tender documents.

9. WORKS TO BE DONE BY THE CONTRACTOR

Unless & otherwise mentioned in the tender documents, the following works shall be done

by the contractor, & therefore their cost shall be deemed to be included in their tendered

cost:-

(i) Foundations for equipments and components where required, including foundation bolts.

(ii) Cutting and making good all damages caused during installation and restoring the same to

their original finish.

(iii) Sealing of all floor openings provided by him for pipes and cables, from fire safety point

of view, after laying of the same.

(iv) Painting at site of all exposed metal surfaces of the installation other than pre-painted items

like fittings, fans, switchgear / distribution gear items, cubicle switch board etc. Damages

to finished surfaces of these items while handling and erection, shall however be rectified to

the satisfaction of the Engineer-in-charge.

(v) Temporary shed if required over the storage space & locking arrangement thereof, watch

and ward of materials & completed installation till completion of the work.

(vi) Testing and commissioning of completed installation.

(vii) Arranging Scaffolding, Safety Belts, Safety Helmets, Safety Gloves etc. for his workers at

site.

10. STORAGE AND CUSTODY OF MATERIALS

Suitable & lockable storage accommodation shall be provided by the BSNL free of

cost to the contractor. However, their proper storage and safe custody shall be his

responsibility till the final taking over of the installations by the Department.

11. TOOLS FOR HANDLING AND ERECTION

All tools and tackles required for handling of equipments and materials at site of

work as well as for their assembly and erection and also necessary test instruments

shall be the responsibility of the contractor.

12. CO-ORDINATION WITH OTHER AGENCIES

The contractor shall co-ordinate with other agencies involved in the building work so

that the building work is not hampered due to delay in his work. Recessed conduit &

other works which directly affect the progress of building work should be given

priority.

Page 79: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 79 | P a g e C o n t r a c t o r

13. CARE OF BUILDINGS

Care shall be taken by the contractor to avoid damage to the building during

execution of his part of the work. He shall be responsible for repairing all damages

and restoring the same to their original finish at his cost. He shall also remove at his

cost all unwanted and waste materials arising out of his work from the site.

14. STRUCTURAL ALTERATIONS TO BUILDINGS

(i) No structural member in the building shall be damaged/altered, without prior

approval from the competent authority through the Engineer-in-charge.

(ii) Structural provisions like openings, cut-outs, if any, provided by the department for

the work, shall be used. Where these require modifications, or where fresh provisions

are required to be made, such contingent works shall be carried out by the contractor

at his cost.

(iii) All such openings in floors provided by the Department shall be closed by the

Contractor after installing the cables/ conduits/ rising Mains Etc. as the case may be,

by any suitable means as approved by The Engineer-in-charge without any extra payment.

(iv) All chases required in connection with the electrical works shall be provided and

filled by the contractor at his own cost to the original architectural finish of the

buildings.

15. WORK IN OCCUPIED BUILDINGS

(i) When work is executed in occupied buildings, there should be Minimum of

inconvenience to the occupants. The work shall be programmed in consultation with

the Engineer-in-charge and the occupying department. If so required, the work may

have to be done even before and after office hours.

(ii) The contractor shall be responsible to abide by the regulations or restrictions set in

regard to entry into, and movement within the premises.

(iii) The contractor shall not tamper with any of the existing installations including their

switching operations or connections there to without specific approval from the

Engineer-in-charge.

16. TERMS OF PAYMENT:

Payment to the Contractors is regulated as below:

Payment will be made to the contractors during progress of work is regulated for all items

as below only after uploading the invoice in GSTN. Invoice must be submitted on time

with this uploading proof.

(a) 80 % of the price shall be paid on the receipt of goods at site by the consignee (for major

items only).

(b) The balance 10% payment shall be released after satisfactory installation.

(c) The balance 10% payment shall be released after satisfactory commissioning, Testing and

handing over of the work.

No payment will be made for goods rejected at the site on testing. Payment, if made for

such items shall be recovered from subsequent bills or other bills.

The payment condition in EW8 stands deleted.

Page 80: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 80 | P a g e C o n t r a c t o r

Payment to the contractors shall be made through e-payment system like ECS & EFT as detailed below:- a) In cities/areas where ECS/EFT facility is provided by Banks, the tenderer must have

Account in such ECS/EFT facility providing Banks and that Bank A/c Number shall be quoted in the tender by the tenderer.

b) The cost of ECS/EFT will be borne by The Controller of Communication Accounts in all cases where the payment to contractor is made in a local Branch i.e. tenderer is having bank account in the same place from where the payment is made by the Controller of Communication Accounts

c) In case payment is made to outside branch i.e. tenderer is having bank account not in

the same place form where the payment is made by Controller of Communication Accounts unit, the crediting cost will have to be borne by the tenderer only.

d) The payments to contractors will compulsorily be made through ECS/EFT.

17. CONFORMITY TO IE ACT, IE RULES, AND STANDARDS:

All Electrical works shall be carried out in accordance with the provisions of Indian

Electricity Act, 2003 and Indian Electricity Rules, 1956 amended up to date (Date of call of

tender unless specified otherwise). List of Rules of particular importance to Electrical

Installations under these General Specifications is available in CPWD General specification

for Electrical work Part –I Internal Appendix C for reference.

18 GENERAL REQUIREMENTS OF COMPONENTS:

18.1 QUALITY OF MATERIALS: All materials and equipments supplied by the contractor shall be new. They shall be of such

design, size and materials as to satisfactorily function under the rated conditions of

operation and to withstand the environmental conditions at site.

18.2 INSPECTION OF MATERIALS AND EQUIPMENTS:

(a) Materials and equipments to be used in the work shall be inspected by the Departmental

officers. Such inspection will be of following categories:

(i) Inspection of materials/equipments to be witnessed at the Manufacturer’s premises in

accordance with relevant BIS/Agreement Inspection Procedure.

(ii) To receive materials at site with Manufacturer’s Test Certificate(s).

(iii) To inspect materials at the Authorized Dealer’s Godowns to ensure delivery of genuine

materials at site.

(iv) To receive materials after physical inspection at site.

(b) The Departmental officers will take adequate care to ensure that only tested and genuine

materials of proper quality are used in work.

(c) Similarly, for fabricated equipments, the contractor will first submit dimensional

detailed drawings for approval before fabrication is taken up in the factory. Suitable

stage inspection at factory also will be made to ensure proper use of materials,

workmanship and quality control.

(d) The Engineer in Charge will stipulate the Inspection requirements or their waiver for

various materials/equipments including norms of inspection in specific cases.

Page 81: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 81 | P a g e C o n t r a c t o r

18.3 RATINGS OF COMPONENTS:

(a) All components in a wiring installation shall be of appropriate ratings of voltage,

current, and frequency, as required at the respective sections of the electrical installation in

which they are used.

(b) All conductors, switches and accessories shall be of such size as to be capable of

carrying the maximum current, which will normally flow through them, without their

respective ratings being exceeded.

18.4 CONFORMITY TO STANDARDS:

(a) All components shall conform to relevant Indian Standard Specifications, wherevers

existing. Materials with ISI certification mark shall be preferred.

(b) A broad list of relevant Indian Standards is available in CPWD General Specification for

Electrical work Part –I Internal. These Indian Standards, including amendments or

revisions thereof upto the date of tender acceptance, shall be applicable in the respective

contracts.

18.5 INTERCHANGEABILITY: Similar parts of all switches, lamp holders, distribution fuse boards, switch gears, ceiling

roses, brackets, pendants, fans and all other fittings of the same type shall be

interchangeable in each installation.

19 WORKMANSHIP:

19.1 Good workmanship is an essential requirement to be complied with. The entire work of

manufacture/fabrication, assembly and installation shall conform to sound engineering

practice.

19.2 PROPER SUPERVISION/SKILLED WORKMEN:

The contractor shall be a licensed electrical contractor of appropriate class suitable for

execution of the electrical work. He shall engage suitably skilled/licensed workmen of

various categories for execution of work supervised by supervisors / Engineer of

appropriate qualification and experience to ensure proper execution of work. They will

carry out instructions of Engineer-in-charge and other senior officers of the Department

during the progress of work.

19.3 USE OF QUALITY MATERIALS: Only quality materials of reputed make as specified in the tender will be used in work.

19.4 FABRICATION IN REPUTED WORKSHOP:

Switch boards and LT panels shall be fabricated in a factory/workshop having modern

facilities like quality fabrication, seven tank process, powder/epoxy paint plant, proper

testing facilities, manned by qualified technical personnel and having modern facilities of

design, fabrication and testing capable of delivering high quality LT panels and switch

boards after testing as per relevant specifications.

20. TESTING:

All tests prescribed in the Specifications, to be done before, during and after installation,

shall be carried out, and the test results shall be submitted to the Engineer-in-charge in

prescribed Performa, forming part of the Completion Certificate.

Page 82: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 82 | P a g e C o n t r a c t o r

21. COMMISSIONING ON COMPLETION:

After the work is completed, it shall be ensured that the installation is tested and

commissioned.

22. COMPLETION PLAN AND COMPLETION CERTIFICATE:

(i) For all works completion certificate after completion of work as given in Appendix shall

be submitted to the Engineer-in-charge.

(ii) 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.

(a) General layout of the building.

(b) Locations of main switchboard and distribution boards, indicating the circuit numbers

controlled by them.

(c) Position of all points and their controls.

(d) Types of fittings, viz. fluorescent, pendants, brackets, bulk head, fans and exhaust fans etc.

(e) All panels’ schematics & wiring diagram including control wiring.

(f) General arrangement drawing of M.V. panels, Earthing, Cable route etc. including

details of grouting of Channels / bolts of various equipment’s.

(g) Any other drawings relevant to the work.

(h) Name of work, job number, accepted tender reference, actual date of completion, names of

Division/Sub Division and name of the firm who executed the work with their signature.

23. GUARANTEE AND DEFECTS LIABILITY:

The guarantee shall be valid for 12months after successful Testing, commissioning & from

the date of handing over to BSNL by the contractor. The contractor shall guarantee that all

equipments shall be free from any defects due to the defective materials and or bad

workmanship and also the equipments shall work satisfactorily with performance and

efficiencies not less than the guaranteed values.

Any part found defective during this period shall be replaced free of cost by the contractor.

The service of the contractor’s personnel, if required during this period shall be made

available free of cost to the BSNL.

The contractor shall depute his representative on priority latest within 12 hours of

notification of defects by BSNL

The Contractor shall depute his representative on SOS basis in case of Major fault as it is a

working telephone exchange. The contractor should do everything humanly possible to set

right this problem by arranging extra help from outside .If help is arranged by the BSNL,

contractor should pay from his account, for setting right the fault.

A joint report shall be prepared by the representative of BSNL & firm regarding nature of

defects & remedial action required. Time schedule for such action shall be also finalized.

In case the contractor fails to depute his representative within 35hours of notification of the

defects and or fails to cause remedial measures within reasonable time as decided during

joint inspection, BSNL may be proceed to do so at the contractor’s risk and expenses and

without prejudice to any other right.

24. SAFETY CODES AND LABOUR REGULATIONS

(i) In respect of all labour employed directly or indirectly on the work for the performance of

the contractor’s part of work, the contractor at his own expense, will arrange for the safety

provisions as per the statutory provisions, B.I.S recommendations, factory act, workman’s

Page 83: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DoT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 83 | P a g e C o n t r a c t o r

compensation act, CPWD code and instructions issued from time to time. Failure to

provide such safety requirements would make the tenderer liable for penalty for Rs. 200/-

for each violation. In addition the Engineer-in-charge, shall be at liberty to make

arrangements and provide facilities as aforesaid and recover the cost from the contractor.

(ii) The contractor shall provide necessary barriers, warning signals and other safety measures

while executing the work of DG Set installation, cables etc. or wherever necessary so as

to avoid accident. He shall also indemnify BSNL against claims for compensation arising

out of negligence in this respect. Contractor shall be liable, in accordance with the Indian

Law and Regulations for any accident occurring due to any cause. The department

(BSNL) shall not be responsible for any accident occurred or damage incurred or claims

arising there from during the execution of work. The contractor shall also provide all

insurance including third party insurance as may be necessary to cover the risk. No extra

payment would be made to the contractor due to the above provisions thereof.

25. COMPLIANCE OF EPF ACT: The firm has to fulfill / compliance of the provisions of EPF & Misc. Provisions Act 1952

& Employees’ Provident Fund Scheme 1952. The each claim bill of contractors must

accompany the 1) List showing the details of labourers / employees engaged. 2) Duration

of their engagement. 3) The amount of wages paid to such labourers / employees for the

duration in question. 4) Amount of EPF contributions (both employer’s and employees’

contribution) for the duration of engagement in question, paid to the EPF authorities. 5)

Copies of authenticated documents of payments of such contribution to EPF authorities

and 6) A declaration from the contractors regarding compliance of the conditions of EPF

Act, 1952.

26. ERECTION TOOLS :

No tools and tackles either for unloading or for shifting the equipment’s for erection

purposes would be made available by the department. The successful tenderer shall make

his own arrangement for all these facilities.

Page 84: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DOT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 84 | P a g e C o n t r a c t o r

APPENDIX [Clause 1.20]

FORM OF COMPLETION CERTIFICATE

I/We certify that the installation detailed below has been installed by me/us and tested and that to

the best of my/our knowledge and belief it complies with as per current CPWD General

specification for Electrical work Part –I Internal, Part –II External, Part –IV Sub Station, Part –

VII DG Sets, HVAC works as amended from the time-to-time and Indian Electricity rules

amended upto date.

Electrical installation at ____________________________________

Voltage and system of supply ________________________________

I. Particulars of work:

(a) Internal Electrical Installation

No. Total Load: Type or system

of wiring

(i) Light point

(ii) Fan point

(iii) Plug Point

(a) 3 pin 5 Amp.

(b) 3 pin 15 Amp.

(b) Others

Description HP/KW Type of

Starting

(a) Motors: (i)

(ii)

(iii)

(b) Other plants:

(c) If the work involves installation of overhead line and/or underground cable.

(d) (i) Type & description of overhead line.

(ii) Total length and no. of spans.

(iii) No. of street lights and its description.

(e) (i) Total length of underground cable & its size.

(ii) No. of joints: End joint :

Tee joint:

St. through joint:

II. Earthing (i) Description of earthing electrode.

(ii) No. of earth electrodes.

(iii) Size of main earth lead.

III. Test results: (a) Insulation resistance

(i) Insulation resistance of the whole system of Conductors to earth …….Mega ohms

(ii) Insulation between the phase conductor and neutral

Between Phase R and neutral ……. Mega ohms

Page 85: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DOT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 85 | P a g e C o n t r a c t o r

Between Phase Y and neutral ……. Mega ohms

Between Phase B and neutral ……. Mega ohms

(iii) Insulation resistance between the phase conductors in case of polyphase supply.

Between Phase R and Phase Y ……Mega ohms

Between Phase Y and Phase B …... Mega ohms

Between Phase B and Phase R …… Mega ohms

(b) Polarity test

Polarity of won linked single pole branch switches.

(c) Earth continuity test

Maximum resistance between any point in the earth continuity conductor including metal

conduits and main earthing lead ………… Ohms

(d) Earth electrode resistance

Resistance of each earth electrode

(i) . . . . Ohms

(ii) . . . . Ohms

(iii) . . . . Ohms

(iv) . . . . Ohms

(e) Lighting protective system

Resistance of the whole of lightning protective system to earth before any

bonding is effected with earth electrode and metal in/on the structure ……

Ohms.

Signature and name of Signature and Name of the

JTO (E) / SDE (E) Contractor

Page 86: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DOT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 86 | P a g e C o n t r a c t o r

TECHNICAL SPECIFICATIONS

Audio Conference System

1. Goose neck microphone for comfortable sharing by two delegates

2. Uniform band LED indicator

3. Chairman/Delegate units shall have well contoured plastic top for superior appearance

4. Die cast aluminium base for better stability

5. Adjustable headphone output from each chairman/delegate unit

Ultra Short Throw Interactive projector

1. Display system: 3 LCD

2. Resolution: 1920x1200 (WUXGA) with a spect ration 16:10

3. Color light output: 4000 lumens

4. White Light output: 4000 lumens

5. Lamp life: Not less than 20000 hours (Normal mod e)

6. With inbuilt speaker

7. Interfaces: HDMI, VGA, USB, Wireless L AN, RJ-45, with remote control

8. Interactive area: 70" - 100"

9. Input device: Digital pen or finger

10. No of pens required: Two

Long range projector

1. Display system: 3 LCD

2. Resolution: 1920x1200 (WUXGA) with a spect ration 16:10

3. Color light output: 5500 lumens

4. White Light output: 5500 lumens

5. Lamp life: Not less than 5000 hours (Normal mode )

6. With inbuilt speaker

7. Interfaces: HDMI, VGA, USB, Wireless L AN, RJ-45, with remote control

8. Display area: 50" - 300"

Page 87: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DOT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 87 | P a g e C o n t r a c t o r

TECHNICAL SPECIFICATIONS FOR VRF / VRV AC SYSTEM

A) VRF / VRV SYSTEM:

1.0 SCOPE

The scope of this Section comprises the erection testing and commissioning of the air-

conditioning system confirming to these specifications and in accordance with the

requirements given in Schedule of Equipments.

• VARIABLE REFRIGERANT FLOW SYSTEM:

The system shall be air-cooled, direct expansion type central air conditioning system

consisting of one or more Variable Refrigerant Flow Condensing unit (Outdoor Unit) and

connected to it one or more Evaporator (Indoor Units) for cooling and heating operation.

Each having the capability of individual set point control & the condensing unit should

incorporate multiple scroll compressors to obtain minimum 10% to 100% capacity

control. Refrigerant used for system should be R410A.

• Condensing Unit (Outdoor Unit): The condensing unit shall be capable of assessing the requirement of liquid refrigerant

flow of each evaporating unit at all times by means of a micro computer control

expansion valve and generating the required total flow of refrigerant liquid for supply to

the evaporator units.

The condensing unit shall be modular type, manufactured / assembled in India, designed

as per Indian atmospheric conditions and should be capable to perform for outside

ambient 48 Deg. C. Outdoor Units should be modular in type and should be equipped

with DIP IPM type Inverter Scroll Compressor,

Outdoor Units from more than 18 HP should consist of the combination of 2 or 3 base

units. Each outdoor unit should have minimum 1 no. Inverter with variable speed

compressor up to 18HP, 2 nos Inverter with variable speed compressors up to 32HP and 3

nos Inverter with variable speed compressors up to 54 HP capacity and capable of

changing the capacity in accordance to the cooling load requirement with highest

COP/EER. Provision of setting External Static Pressure as specified by the manufacturer.

Unit COP/EER should be high and designed for cooling operation for highest ambient

Temperature as per Indian atmospheric conditions. Set of Outdoor Unit should be able to

connect as specified by the manufacturer.

Outdoor unit should consists of DC variable speed motor for condenser fan with

minimum steps speed control as specified by the manufacturer to reduce input power,

auto check function for connection error, auto address setting. Unit should be equipped

with a double stage highly efficient oil separation management system to ensure

minimum oil entrenchment and proper lubrication with high reliability and stable

operation with long refrigerant piping. The noise level of the base unit shall be less than

as specified by the manufacturer. Unit should assess demand function automatically and

perform with the help of Central Station. Units having Noise reduction mode will be

preferred but must be having back up operation function for emergency to avoid complete

stop. Outdoor unit should have feature of Rotation Operation function of Compressor to

distribute load. The condenser coil should be with internally grooved Cu tubes,

mechanically bonded to super slit aluminum fins. The surface of the condenser coil shall

be coated with suitable chemical coating to prevent deterioration due to climate.

Outdoor unit must have automatic judgment function to check whether or not the

refrigerant amount is sufficient in one refrigerant cycle. Reliable Transmission system

Page 88: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DOT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 88 | P a g e C o n t r a c t o r

should be used between outdoor and indoor units. All necessary safety devices shall be

provided to ensure safe operation of the system.

• Indoor Units (Evaporating Units): Each unit shall be selected as per requirement of the cooling load and matching with

interior layout in the respective space to be air-conditioned. The unit shall be equipped

with suitable electronic expansion valve, which can communicate with the controller in

the condensing unit. The fan shall of the dual suction multi blade type and statically and

dynamically balanced to ensure low noise and vibration free operation. More steps of fan

speed will be preferable. Indoor units having inbuilt drain pump or optional drain pump

will be preferred. The Evaporator coil should be provided with Cu tubes, mechanically

bonded to super slit aluminum fins.

Indoor units shall be equipped with cordless for setting the operating parameters. The

address of the indoor unit shall be set automatically in case of individual and group

control and option of centralized control should also be achievable.

Controls shall be provided to maintain the set room temperature within close tolerance

limits.

• Cassette Type Units must be compact with different speeds of fan with lowest sound level and highest

CFM. Height of unit should be lowest & shall be suitable for housing in 2ft x 2ft. false

ceiling grid.

• In the Ceiling type (Low Height) Units must be minimum height with different speeds of fan and with in built drain pump

mechanism. Sound pressure level should as specified by the manufacturer.

• In the Ceiling type (High Static) Units must be compact type in dimension Sound pressure level should as specified by the

manufacturer and CFM / HP as specified by the manufacturer to handle high CFM load.

Sound pressure level should as specified by the manufacturer

• In the Ceiling type (Low Static) Units must be compact type in dimension with Sound pressure level should as specified

by the manufacturer with lowest sound level and maximum CFM. Sound pressure level

should as specified by the manufacturer.

• Ceiling Type Units should be hanging type with different speeds of fan, low in height and sound,

highest CFM and optional motion sensor.

Both Indoor units & outdoor units shall be factory assembled, tested and filled with first

charge of refrigerant before delivering at site.

• Refrigerant Circuit The refrigerant circuit shall include an accumulator, liquid and gas shut off valves and a

solenoid valves or pulse width modulation valve.

All necessary safety devices shall be provided to ensure the safety operation of the

system.

• Safety Devices The following safety devices shall be part of the outdoor unit;High Pressure Switch, Low

Pressure Switch, Fan Motor Safety Thermostat, Inverter Overload Protector, Over

Current Relay, Fusible Plugs, Fuses.

Page 89: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DOT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 89 | P a g e C o n t r a c t o r

• Oil Recovery System Each unit shall be equipped, with two stage ensure stable operation with long refrigerant

piping.

2.0 INSTALLATION:

Compressor, condenser and Fans shall be enclosed in a powder coated housing.

Refrigerant piping shall be of IMPORTED/Indian Make as per Manufacturer Standard,

Copper tube confirming to JIS–H3300 of minimum thickness 0.61 mm for sizes ¼” to

3/8” and 0.71 mm for sizes ½” , 5/8” & 6/8” suitable for specified test pressures. The

Refrigerant piping shall be concealed as far as possible and exposed piping shall be

covered in the PVC Channels 3” x 3” & flexible sleeves 3” dia or as required. The

Electrical wiring shall be passed through separate PVC conduit pipes, as required. The

contractor shall supply foundation bolts, nuts, washers, leveling screws, mounting frame

base plate, vibration isolation pad etc. as required, and it shall be the responsibility of the

contractor to see that all the above items are properly and securely placed in the position

on the foundation. The Room units shall be suspended from ceiling with dash fasteners of

good quality. Electronic Remote controls to be installed/located at the place desired.

The contractor shall supply the required charges of refrigerant, lubricants and other

consumables for testing and commissioning of the equipment.

The unit shall be properly leveled before grouting the foundation bolts.

All the equipments shall be thoroughly tested and checked for leaks. The refrigeration

system shall be vaccumised to within 5 mm Hg. absolute and maintain for four hours. At

the end of this period, the pumps shall be stopped and vacuum maintained for 24 hours

without exceeding a vacuum drop of 1 mm Hg. absolute. The contractor shall certify that

the vacuum was maintained as specified above.

All safety controls, low and high refrigerant pipe controls, LP-HP, internal OLP, single

phase preventer & phase reversal, starter overload trips shall be provided & suitably set

and a record of all these settings shall be furnished.

3.0 PAINTING:

All the equipment’s, mounting frames, stands etc. shall be painted with 2 coats of suitable

paints over the priming paint to prevent corrosion of the equipment.

4.0 INSTALLATION:

The units shall be mounted on ribbed rubber pads for vibration isolation. The contractor shall

supply the required charge of refrigerant, lubricant and other consumables, for commissioning

and testing of the equipment.

All the equipment shall be thoroughly tested and checked for leaks. All safety controls shall be

suitably set and a record of all setting shall be furnished to the project supervisor.

5.0 PAINTING:

Shop coats of paint that have become marred during transportation or erection shall be cleaned

off with mineral spirits, wire brushed and spot primed over the affected areas, then coated with

enamel paint to match the finish over the adjoining shop- painted surfaces.

Page 90: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DOT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 90 | P a g e C o n t r a c t o r

6.0 CONDENSATE DRAIN PIPING : All pipes to be used for cold water (makeup), drain, and condensate drain shall be PVC pipe

conforming to IS: 4985 - Class I& all joints should be Gluing or solvent cementing as per

manufacturer recommendation with 9mm thick Nitrile Rubber insulation with white painting

over it as per roof colour.

7.0 REFRIGERANT PIPING:

• All refrigerant pipes and fittings shall be hard drawn copper tubes and wrought

copper / brass fittings suitable for connection with silver solder / phos-copper.

• All joints in copper piping shall be sweat joints using low temperature brazing and /

or silver solder. Before jointing any copper pipe or fittings, its interiors shall be

thoroughly cleaned by passing a clean cloth via wire or cable through its entire

length. The piping shall be continuously kept clean of dirt etc. while constructing

the joints. Subsequently, it shall be thoroughly blown out using carbon dioxide /

nitrogen.

• Refrigerant lines shall be sized to limit pressure drop between the evaporator and

condensing unit to less than 0.2 kg per sq.cm.

• Sight glass with moisture indicator and removable type combination dryer cum filter

with MS housing and brass wire mesh / punched brass sheet shall be installed in

liquid line of the refrigeration system incorporating a three valve by pass. The liquid

line drier cartridges shall be replaced as per recommended by the Manufacturer.

• Heat exchanger shall be of heavy duty copper and without any joint in the inner

pipe.

• Horizontal suction line shall be pitched towards the compressor and no reducers

shall be provided for proper oil return.

• After the refrigerant piping installation has been completed, the refrigerant piping

system shall be pressure tested using Freon mixed with nitrogen / carbon dioxide at

a pressure of 20 kg per sq. cm (high side) and 8 kg per sq. cm (low side). Pressure

shall be maintained in the system for a minimum of 12 hours. The system shall then

be evacuated to a minimum vacuum of 70 cm of mercury and held for 24 hours.

Vacuum shall be checked with a vacuum gage.

• All refrigeration piping shall be installed strictly as per the instructions and

recommendations of air conditioning equipment manufacturer.

• The refrigerant piping shall be insulated with 13mm thick Nitrile rubber insulation

from 6.5mm to 22.2mm dia tubes and with 19mm thick insulation for tubes from

dia 25.4mm to 41.3mm.

8.0 TESTING & BALANCING:

• All piping shall be tested to hydrostatic test pressure of at least two and half times the

maximum operating pressure, but not less than 24 hours. All leaks and defects in

joints revealed during the testing shall be rectified and gotten approved at site.

• Piping repaired subsequent to the above pressure test shall be retested in the same

manner.

Page 91: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DOT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 91 | P a g e C o n t r a c t o r

• System may be tested in sections and such sections shall be securely capped, then

retested for entire system.

• The contractor shall give sufficient notice to all other agencies at site, of his intention

to test a section or sections of piping and all testing shall be witnessed and recorded

by Consultant/Project Manager.

• The contractor shall make sure that proper noiseless circulation of fluid is achieved

through all coils and other heat exchange equipment in the system concerned. If

proper circulation is not achieved the contractor shall rectify the defective connection.

He shall bear all expenses for carrying out the above rectifications, including the

tearing up and refinishing of floors and walls as required.

• The contractor shall provide all materials, tools, equipment, instruments, services and

labour required to perform the test.

• Complete certified report shall be submitted to Engineer in charge for evaluation and

approval. Upon approval, four copies of the balancing report shall be submitted with

complete drawings and documents.

9.0 Equipment Insulation:

No separate measurement for insulation of any equipment shall be made. Insulation of

equipment shall be deemed to form part of the equipment. Insulation on equipment shall

be done as per spec. provided.

ELECTRICAL ITEMS

10.0 Mode of Measurement of Electrical Items

The Works shall be measured, as prescribed in the specification of work,

notwithstanding any general or local custom, except where otherwise specifically

described or prescribed in the Contract. Wherever not specifically mentioned in the

Contract, the mode of measurement as prescribed in the relevant IS codes shall be

applicable and binding to the Contract. Only the latest editions of all the codes of

practices including all latest official amendments and revisions shall be applicable.

Page 92: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DOT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 92 | P a g e C o n t r a c t o r

GENERAL & TECHNICAL SPECIFICATIONS FOR ANALOG ADDRESSABLE FIRE

ALARM

Section – 1: ANALOG ADDRESSABLE FIRE ALARM

1.1.0 SCOPE OF WORK

1.1.1 The scope of work shall include designing supplying and installing testing and

commissioning of Analogue addressable Fire Detection cum Alarm System. This shall

conform to relevant latest standards for fire alarm systems.

1.1.2 The Analogue addressable fire detection cum alarm system shall have the approval of

UL/FM/EN-54/VDS.

1.2.0 FIRE ALARM CONTROL PANEL (FACP)

1.2.1 This is a microprocessor-based panel which shall be connected to the various

detectors/devices by means of 2 wire loops.

1.2.2 The Fire alarm control panel shall be able to supervise individual detectors for proper

performance as well as to give pin point location of fire alarm.

1.2.3 The panel shall have hooter alarm.

1.2.4 The panel shall also have the provision through potential free contact to activate an

auxiliary device in case of fire i.e. auto dialer for automatically dialing select phone

numbers in case of fire.

1.2.5 Loop a. A loop shall mean a 2-wire circuit connecting minimum 99 addressable detectors and 99

addressable modules/devices.

b. The loop card shall have built-in circuit isolator to accommodate Class „A‟ wiring.

1.2.6 Addressable Devices This term indicates the complete group of addressable devices such as detectors, Manual

call stations, addressable output/input modules etc.

1.2.7 Detectors a. The Detector shall be analog addressable type.

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

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

panel.

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

detectors.

Page 93: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DOT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 93 | P a g e C o n t r a c t o r

1.2.8 Manual Call Station a. The Manual call station shall be addressable type with input modules to define the

device/location.

b. The Manual call station shall be breakable type with suitable protection and base box.

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

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

1.2.10 Fault Isolator a. This unit shall be placed on the loop preferably between devices and shall be able to isolate

electrical short circuit in the wiring.

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

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

required.

1.2.11 Sounders a. The sounders shall be of addressable type/connected by addressable module/ panel.

b. The sounders shall derive power from separate cable with voltage adopter/panel or from loop.

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

d. The sounder shall have an output of at least 85 db at 1 mtr. The sounder shall be programmed

to get activated in event of an alarm from a single detector/device or a group of detectors/

devices.

1.3.0 FIRE ALARM SYSTEM

1.3.1 The Fire alarm system shall give audio/visual alarm signals when the temperature in case of

Heat Detector or smoke density exceeds the pre-set limit.

1.3.2 The system shall give pinpoint location of fire with warning system.

1.3.3 If the system is with PA & command control centre then, the voice communication for

commands and instruction shall be given to PA system console.

1.3.4 The system shall have a microprocessor-based control and monitoring facility.

1.3.5 It shall be possible to program each loop with up to minimum 99 addressable detectors, and

99 addressable modules/devices.

1.3.6 Annunciation facility shall also be inbuilt into the Fire alarm control panel, the panel being able

to initiate alarm signal for any particular zone.

1.3.7 The system shall be fully supervised for all fault conditions with distinctive alarm operated for

fault and fire conditions.

Page 94: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DOT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 94 | P a g e C o n t r a c t o r

1.3.8 Test buttons and software features shall be provided to test the electronic circuits and detector

health. 1.3.9 In case of Fire in an area handled by Fire suppression system the Fire alarm

control panel shall be able to actuate fire suppression system. 1.3.10 The system shall be based

on an open protocol to ensure flexibility.

1.4.0 FIRE ALARM CONTROL PANEL 1.4.1 The Fire Alarm Control Panel shall be micro processor based fully Analogue Addressable,

Analogue Control Unit with centralized monitoring which shall control all Analogue

Addressable Detectors, Manual Call Stations and Switching Systems (for actuating Fire

suppression system) connected with IP card output for communication with other panel and

central control station (CCS).

1.4.2 All addressable units shall be connected to the Fire alarm control panel through the Loop Cards

and shall be addressed through individual numbers. The Fire alarm control panel shall be able

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

The Fire alarm control panel shall be able to analyses all analogue inputs from all addressable

units, and through its own software and ambient level screening the Fire alarm control panel

shall be able to identify fire, possible fire or fault conditions. The unit supervision shall be

dynamic and continuous.

1.4.3 All the events occurring anywhere in area covered under the scope of work shall be captured in

the Main Fire alarm panel provided and repeater panel if any or should be able to communicate

with existing panel in the building if any.

1.4.4 The Fire alarm control panel shall also give adequate warning signal whenever there is dust

accumulation in detectors. It should be possible to change the level of ambient alarm calibration

condition by the use of software program.

1.4.5 Short / Open circuit fault shall also be reported at the Fire alarm control panel. In such cases, the

system through the use of fault isolators shall be able to isolate that segment. The missing

Detectors/Devices shall also be reported at the Fire alarm control panel with identification of

the location.

1.4.6 The Fire alarm control panel shall have the facility to set each smoke sensor sensitivity. It shall

also be possible to set the sensitivity to a high level or low level based on night or day time

(time based sensing).

1.4.7 When an alarm condition is sensed at the Fire alarm control panel from a smoke or heat

detector, a delay time/alarm verification period shall be started. If the sensor is still in alarm

after the delay time expires, an alarm condition is reported. The delay time shall be adjustable

from 0 to 990 sec‟s.

1.4.8 The Fire alarm control panel shall have the facility to perform walk test.

1.4.9 In the walk test mode, the performance of each device is checked out by initiating the device.

1.4.10 As each device is placed into alarm the Fire alarm control panel shall print/store the condition

and automatically reset the device. (Supply of printer not in scope of this work)

1.4.11 Audible devices shall be initiated, if required at a pre-programmed time.

Page 95: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DOT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 95 | P a g e C o n t r a c t o r

1.4.12 If a zone is inadvertently left in walk test mode, it shall automatically reset to normal after the

idle time is exceeded.

1.4.13 During the walk test the zones other than the programmed zones shall be under continuous

supervision (normal mode).

1.4.14 In case of any alarm initiated by detector/devices the walk test shall get terminated

automatically.

1.4.15 Programming functions shall include alarm/trouble type assignment, point descriptor

assignment, alarm message assignment, etc.

1.4.16 Programming shall be carried out from the Fire alarm control panel keyboard or utilizing the

authorized laptop/desktop computer software.

1.4.17 The Fire alarm control panel shall have a Liquid Crystal Display of Alphanumeric type.

1.4.18 In case of testing of the system from the Fire alarm control panel the display shall be able to

give readouts of analogue value of all detectors being tested.

1.4.19 The Fire alarm control panel shall also be able to carry out continuous self-monitoring when in

normal condition.

1.4.20 The Fire alarm control panel shall have provision to add either an in-built or external printer

coupled to the Fire alarm control panel, which shall log all events with time.

1.4.21 The printout shall clearly indicate the event – Fire/Pre Alarm/Fault etc. With the unit address

and time.

1.4.22 The Fire alarm control panel shall also be able to discriminate between false alarms and fire

conditions.

1.4.23 The Fire alarm control panel shall carry out priority selection of alarm in case alarm

activities in two or more remotely located units simultaneously. In such cases, the manual

call stations shall have the highest priority.

1.4.24 The system shall be failure safe and adequate safe guards should be ensured that in the

event of a failure of a part of the system it shall not handicap the complete system.

1.4.25 The agency shall be responsible for preparation and installation of system software into the

Fire Alarm Control Panel.

1.4.26 The software shall be user friendly. Fire Alarm panel shall have provision for IP/ TCP, so

that it can be monitored from remote location on any PC/ laptop

1.4.27 The system shall be secured against software errors.

1.4.28 The system shall have the ability to be upgraded so as to incorporate more features at a

later date.

1.4.29 The Fire alarm control panel shall have its own battery backup of a minimum of 4 hours in

normal run and then half an hour in alarm condition.

Page 96: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DOT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 96 | P a g e C o n t r a c t o r

1.4.30 The voltage rating shall be from 12V DC to 31V DC, though the voltage may be change.

1.4.31 The Fire alarm control panel shall be totally enclosed dust and vermin proof type suitable

to IP 30, dust inhibited sheet with good finish. The Fire alarm control panel shall be of

completely solid state design.

1.4.32 The Fire alarm control panel shall have EN 54/ LPCB /VdS approval.

1.4.33 The Fire alarm control panel shall have provision for interfacing with the Public Address

System & autodialer. Fire alarm control panel shall be able to call four telephone numbers

per channel.

1.5.0 ADDRESSABLE DETECTORS A Multi sensor Detector

1.5.1 All detectors shall be fitted with plug-in system type, from the maintenance and

compatibility point of views. An alarm condition should not affect a detector‟s good

functioning. After resetting the alarm, the detector shall resume operations without

readjustment of any kind.

1.5.2 The detector shall have a Multi-sensor type integrates photoelectric smoke and fixed

temperature heat sensing technology. It shall be possible to use a single detector type for both

above and below false ceiling/false flooring applications. The detector shall be capable of

detecting fast flaming fires and slow smouldering fires equally well. The detector shall

therefore be a multi technology detector or shall be of unique design whereby a single

type/model can be used in applications where either ISD/OSD would be normally used.

1.5.3 The detector shall be able to sense incipient fire by detecting the presence of visible and

invisible products of combustion. The detector shall be suitable for low voltage (between 13 to

31V DC) two wire supply. The detector shall be provided with Single/Twin LED indication.

The sensitivity of the detector shall not vary with change in ambient temperature, humidity,

pressure or voltage variation, air, currents and should not trigger the false alarm due to the

above condition.

1.5.4 The detector shall be suitably protected against dust accumulation/ ingress. The detector shall be

free from maintenance and functionally tested at periodic intervals. All detectors shall be

identical in construction design and characteristic to facilitate easy replacement and

interchangeable by suitable programming.

1.5.5 The coverage per smoke detector shall strictly follow relevant standards. It shall be possible to

connect smoke detector with heat detector or manual push button in the same circuit. The

sensitivity of detector shall be set from the fire alarm control panel to suit the site requirement.

1.6.0 MANUAL CALL STATIONS 1.6.1 The manual call station shall be breakable type with suitable protection and base box. The

device shall be red in colour and suitable for surface or flush mounting. Manual stations shall

be interface able to an addressable input module. The manual station shall have normally open

fire alarm and enunciator contacts and these contacts shall close on activation. Contacts shall

remain closed until station is manually reset. 1.6.2 The manual call station shall be fully

addressable with its own addressable module and operated by digitized signals from the FACP.

The voltage range shall be from 13V -31V DC. It shall have protection as per relevant standard.

Page 97: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DOT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 97 | P a g e C o n t r a c t o r

1.7.0 SOUNDER 1.7.1 The sounder shall be addressable electronic type and shall give discontinuous/ intermittent

audible alarm whenever any detector or call box operates. 1.7.2 The sounder shall be powered

from Main Fire alarm control panel through loop / separate 2 wire cable.

1.8.0 FIRE ALARM SYSTEM TESTING

1.8.1 Fire Alarm Control Panel (FACP)

a. The FACP shall be visually checked for input voltage and ampere. All zones one by one shall be

de-wired to check for fault signal indication in the FACP.

b. The power source shall be cut off and checked for stand by supply from the batteries. After

four hours the FACP source shall be switched on to check for auto switch over to the mains

mode.

c. Tests shall be conducted for AC fail, charger fail, DC fail, batteries disconnect or battery fail.

In all such cases the relevant LED should glow and the piezo sound shall also give sound

output.

d. Low battery indication, fault indication should be made available at the panel.

1.8.2 Smoke Detector a. The testing shall be carried out for each loop / zone.

b. Initially one detector in a zone and subsequently 2 or more disassociated detectors in each zone

shall be tested for Alarm Priority, Alarm Queuing and Call Logging with time lapse between

detectors. c. An identified detector shall be subject to smoke aspiration from burning paper /

cigarette puffs, rubber and other materials which give dense smoke held at 0.3 M distance

from the detector. d. The FACP should indicate increased analogue output for that address and

after the programmed delay time, a fire alarm signal shall be indicated. This delay shall be

utilized for alarm verification.

1.8.3 Combined Test a. The combined test shall be in combination of Photoelectric / Heat

Detectors simultaneously with time lapse between application of smoke or heat or as

Additional Test. 1.8.4 Additional Test

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

connected in the circuit.

b. Any part of the loop shall be short circuited. The FACP shall indicate the communication failure of

all the devices connected in the short circuited segment.

c. After the short circuit is corrected, the fault isolator shall return to its normal status automatically,

this being reflected in the FACP.

d. The Loop shall then be in normal operation again. Any part of the loop shall be dewired and tested

as given above for open fault.

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

1.8.6 All fire alarm system i.e. addressable panel, Smoke detector, Hooter, manual call point

should be of same make. Master and slave actuator also be of same make.

1.8.7 When the VESDA panel is in alarm condition, the necessary indications should be viewed in

Fire Alarm panel.

Page 98: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DOT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 98 | P a g e C o n t r a c t o r

SPECIFIC CONDITIONS & SPECIFICATIONS

PROTECTION OF LIFE, PROPERTY AND EXISTING FACILITIES :

1.0 The contractor is fully responsible for taking all possible safety precaution during preparation for and actual performance of the works, and for keeping the construction site in a reasonable safe condition. The Contractor shall protect all life and property from damage or losses resulting from his construction operations and shall minimize the disturbance and inconvenience to The Controller Of Communication Accounts, / Public.

2.0 In this connection, the attention of the contractors are drawn to the safety measures and precautions including code of conduct while safely carrying out the work and also detailed Engineering Instructions enumerated in this tender document.

3.0 The contractor shall be solely liable for all expenses for and in respect of repairs and / or damage oController of Communication Accounts,sioned by injury of or damage to such underground and over-ground structures or other properties and undertake to indemnify and keep indemnified The Controller Of Communication Accounts, from and against all actions, cause of actions, damages, claims and demands what-so-ever either in law or in quality and all losses and damages and costs (inclusive between attorney and client), charges and expenses in condition therewith and / or incidental thereto.

4.0 In case any commodities (supplied by the BSNL or CCA, Ktk Circle) is lost or damaged by the contractor, the cost of the same shall be paid by the contractor together with such additional sums as necessary to liquidate the personal or property damages resulting there from, as decided by the Engineer-in-Charge.

5.0 The rate for every item of work to be done under this contract shall be for all heights, depths, lengths and widths of the structure (except where specially mentioned in the item) and nothing extra will be paid on this account. The rate for all items of work, where in cement is used, is inclusive of charges of curing.

6.0 The contractor shall maintain in good condition all work during execution till completion of entire work allotted to him.

7.0 The site of work at Controller of Communication Accounts,Ktk Circle, Bengaluru campus should be seen by the tenderer before quoting his rates with respect to approaches to the site and conditions of the same. If any approach road from main road is required at the site or existing approach is to be improved and maintained, for cartage of materials by the contractor, the same shall be provided, improved and maintained by the contractor at his own cost.

8.0 As per BSNL rules, the huts for labourers are not to be erected at the site of work by the contractor, Hence the contractors are required to provide such accommodation as is acceptable to local bodies in any of the nearby localities adjacent to the campus, Bengaluru and nothing extra shall be paid on this account.

9.0 The contractor shall take all precautions to avoid all accidents by exhibiting necessary caution boards such as day and night boards, speed limit boards and flags,red lights and providing barriers etc. He shall be responsible for all damages and accidents caused due to negligence on his part. No hindrance shall be caused for smooth office functioning at O/o The Controller of Communication Accounts,Ktk Circle, Bengaluru during the execution of work. Nothing extra shall be paid on this account. Any damage done by the contractor to any existing work during the course of execution of the work awarded to him shall be made good by him at his own cost.

Page 99: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DOT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 99 | P a g e C o n t r a c t o r

10.0 The contractor will work in close liaison, during the works, with other contractors of water supply, sanitary, drainage arrangements, electrical installation, Telecom cable, OFC and any other works and adjust his work plan accordingly at no extra cost to the department.

11.0 Finished work shall be finally tested for acceptance by a team of the department, within six months from the recorded date of completion. The contractor will have to provide, without any charge labour and facilities for this acceptance testing (A/T), whenever required. He will have to set right all defective work pointed out during the course of A/T or at any other time.

12.0 The contractor has to scrupulously follow BSNL’s / CCA, Ktk Circle’s security regulations that would be in force from time to time, during the period of execution of the work. He shall take necessary entry gate passes for bringing materials and workforce inside The Controller Of Communication Accounts, campus for execution of the works and he shall furnish full details of materials collected at the sites of work and labour deployed thereon with supporting documentary evidence. He shall be permitted to take out surplus materials from the sites of the work, from The Controller Of Communication Accounts, campus, after obtaining necessary authorized gate passes from the Engineer-in-charge or his authorized representative. It should be noted that due to security reasons The Controller Of Communication Accounts, may initially take around some time for issuing entry passes for labourers employed by contractor. The contractor should not attribute this delay with the work progress and shall not claim anything extra on this account.

13.0 The Contractor shall maintain safe custody of materials brought to the site. The Contractor shall also employ necessary watch and ward establishment for the work and other purposes as required at his own cost.

14.0 Some restrictions may be imposed by The Controller Of Communication Accounts, security staff etc. on the working and / or movement of labour, materials etc. and the contractor shall be bound to follow all such restrictions / instructions and nothing extra shall be payable on this account.

15.0 As the site is a working office, the site work will be handed over in a phased manner. The

work has to be done accordingly.

Page 100: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DOT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 100 | P a g e C o n t r a c t o r

List of Approved makes for AFD

Sr. No. System Approved Make

1

Server DELL / HP / IBM

2 Monitor HP, Dell, Samsung, LG

3 Building Management System Siemens Desigo, Schneider TAC, Cisco

Richards Zeta, Honeywell

4 BMS Field Devices Siemens Desigo, Schneider TAC, Cisco

Richards Zeta/ Greystone, Kele, Honeywell

5 DDC Controller Honey Well / Schneider /Siemens / Johnson

Controls

6 Network Switch CISCO, HP

7 Access Control Panel Honey Well / Schneider /Siemens/ HID

8 Smart Card Reader HID/Cardax/L1 identity/ Honey Well /

Schneider /Siemens

9 Access Control Software Honey Well / Schneider /Siemens / Johnson

Controls

10 Biometric Finger Print Reader HID/Cardax/L1 identity/ Honey Well /

Schneider /Siemens

11 EM-LOCK For Door EBELCO / ALGATEC / Siemens/Honey

Well / Schneider

12 Indoor Dome Camera Honeywell / Axis / Pelco / Bosch / Siemens

13 Video Management Software AXIS / Honeywell / Bosch / Siemens/ Pelco

14 Fire Alarm Control Panel (FACP) Honeywell / Edwards / Siemens / Bosch /

Notifier/ Schneider

15 Addressable MultiSensor Detector Honeywell / Siemens / Edwards / Notifier/

Schneider

16 Addressable Heat Detector Honeywell / Siemens/ Edwards / Notifier/

Schneider

17 Addressable control modules Honeywell / Siemens/ Edwards / Notifier/

Schneider

18 Addressable monitoring modules Honeywell / Siemens/ Edwards / Schneider

/Notifier

19 Manual Call Point Honeywell / Siemens / Edwards / Notifier

/Schneider

20 Electronic Hooter Cum Strobe Honeywell / Siemens /Edwards / Notifier

21 Fault Isolator Module Honeywell /Siemens/ Edwards / Notifier/

Schneider

22 Response Indicator Agni / Siemens / Honeywell / Edwards /

Notifier/ Schneider

23 Portable Fire Extinguisher 4.5-Kg Minimax / Safex / Cease Fire/Similar

Superior

24 Novec 1230 Cylinders Worthington/ Jose Heiser/ Norris/ Faber

/Kidde/Ansul(Tyco)/Rama/EKC

25 Valve assembly Siemens / Kidde / Ansul(Tyco)

26 Electric Control Head Siemens / Kidde / Ansul(Tyco)

27 Discharge Nozzle Siemens / Kidde / Ansul(Tyco)

28 Manual Actuator Siemens / Kidde / Ansul(Tyco)

29 Flexible Discharge Hose Siemens / Kidde / Ansul(Tyco)

Page 101: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DOT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 101 | P a g e C o n t r a c t o r

30 Actuation Hose Siemens / Kidde / Ansul(Tyco)

31 Manual Release Switch Siemens / Kidde / Ansul(Tyco)

32. Manual Abort Switch Siemens / Kidde / Ansul(Tyco)

33. Seamless Pipe Maharashtra/ Tata/ Jindal

34. Ceiling Mount Speakers BOSCH / AUDIO TRAK / Honeywell /

Philips/ Siemens/ Schneider

35. Main PAS Controller BOSCH / Honeywell /Siemens/ Schneider /

Philips

36. Microphone BOSCH / Honeywell / Philips/ Siemens/

Schneider

37. Power Amplifier BOSCH / Honeywell / Philips/ Siemens/

Schneider

38. CD / DVD Player cum AM/FM

Tuner

PHILIPS / SONY / BOSCH

39. Cable VARSHA / Technoflex / Teleflex / Finecore

/ Bonton / Neolex / Finolex/ Polycab/ ISI

mark

40. CAT-6 Cable D-link / Cisco / MDS/Digilink

List of Approved makes for VRF / VRV AC

Sr. No. System Approved Make

1. VRF/VRV Voltas / Blue Star / Daikin / Carrier /

Hitachi / Toshiba make

Page 102: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DOT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 102 | P a g e C o n t r a c t o r

PROFORMA OF SCHEDULES

(Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE- ‘A’ Schedule of quantities : Attached

SCHEDULE- ‘B’ Schedule of materials to be issued to the bidder-

Rate at which material will be charged to the

contractor : Free of cost

The materials will be issued by EE( E ),ED-II,

Bengaluru from where the contractor shall make

his own arrangements to carry the materials in

safe condition to the site of work for which

nothing extra will be paid.

: NIL

SCHEDULE- ‘C’ Tools and plants to be hired to the bidder : Nil

SCHEDULE- ‘D’ Extra schedule for specific requirements/

documents for the work, if any : Nil

SCHEDULE- ‘E’ Schedule of components of Materials, Labour etc.

for escalation : Nil

SCHEDULE -‘F’ Reference to General Conditions of contract

Name of work:

As per NIT notification page

Estimated cost of

work:

Earnest money:

Security Deposit

and performance

Guarantee :

Page 103: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DOT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 103 | P a g e C o n t r a c t o r

General Rules & Directions:

Officer inviting tender Executive Engineer (E), BSNL Electrical

Division - II, Bengaluru

Definitions: See below

2(v) Engineer-in-charge Executive Engineer (E), BSNL Electrical

Division - II, Bengaluru.

2(vi) Accepting Authority CE(E)/SE (E), BSNL KEZ, Bengaluru.

2(x) Percentage on cost materials and

labour To cover all overheads and

profits.

10%

Clause 5

i) Time Allowed for Execution of work: 01 (One) Month after completion of

Civil work

ii) Authority to give fair and reasonable

extension of time for completion of

work.

Chief Engineer ( E )/Superintending

Engineer (E), BSNL Karnataka Electrical

Zone, Bengaluru.

Clause 12

12.2 (iii) Schedule of rates for

determining rates for additional,

altered or substituted items that

cannot be determined under 12.2.(i)

and (ii).

NA

12.2. (iii) +/- the % over the rate entered in

the Schedule of rates. NA

Clause 25

Competent authority for reconciliation/

Arbitration

As per up-to date Amendment of

arbitration & Conciliation Act 1996

Page 104: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DOT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 104 | P a g e C o n t r a c t o r

BSNL EW-8

Bharat Sanchar Nigam Limited ( A Government of India Enterprise )

Electrical Wing

Circle : Karnataka Telecom Circle Division - II, Bengaluru .

Branch : Electrical Works Sub Division - II, Bengaluru.

Name of Work: Providing Electrical Installations and miscellaneous works at O/o CCA,

DoT Cell, Amenity Block, Palace Road, Bengaluru. .

TENDER

1. I/we have read and examined the notice inviting tender, schedule, specifications

applicable, Drawings & Designs, General Rules and Directions, Conditions of

Contract, clauses of contract, special conditions, Schedule of Rates and other

documents and Rules referred to in the conditions of contract and all other

contents in the tender document for the work.

2. I/We hereby tender for the execution of the work specified for BSNL within

the time specified, schedule of quantities and in accordance in all respects

with the specifications, designs, drawings and instructions and other documents

and Rules referred to in the conditions of contract and all other contents in the tender

document for the work.

3. I/We agree to keep the tender open for ninety (90) days from the due date of

submission thereof and not to make any modifications in its terms and conditions.

4. If I / We, fail to commence the work specified, I/We agree that the said BSNL

shall without prejudice to any other right or remedy, be at liberty to forfeit the

said earnest money absolutely and the same may at the option of the competent

authority on behalf of CONTROLLER OF COMMUNICATION ACCOUNTS,

KARNATAKA, DoT, Bengaluru be recovered without prejudice to any other right

or remedy available in law out of the deposit in so far as the same may extend

in terms of the said bond and in the event of deficiency out of any other money

due to me/us under this contract or otherwise.

5. Should this tender be accepted, I/We agree to execute all the works referred to

in the tender documents upon the terms and conditions contained or referred to

therein and to carry out such deviations as may be ordered upto maximum of

percentage mentioned in clause 12.3 of the tender form and those in excess of that

limit at rates to be determined in accordance with provisions contained in clause 12.2.

Page 105: (A Government of India Enterprise) (Electrical Wing) WMS

Name of work: Providing Electrical Installations and miscellaneous works at O/o CCA, DOT Cell, Amenity Block, Palace Road, Bengaluru

EE (E) 105 | P a g e C o n t r a c t o r

6. I / we agree to furnish to BSNL, Deposit at Call receipt / FDR / Bank guarantee

of a Nationalized / Scheduled Bank for an amount equal to 5% of the of the

contract value in a standard format within two weeks from the date of issue of

award letter. I / We agree to keep the Performance Bank Guarantee valid as per the

BSNL terms and conditions.

7. I / We hereby declare that I/We shall treat the tender documents drawings and

other records connected with the work as secret/confidential documents and shall

not communicate information/derived there from to any person other than to

whom I/We am / are authorized to communicate the same or use the information

in any manner prejudicial to the safety or interest of BSNL.

Signature of Witness (Signature of Contractor )

(Required in case thumb impression is Seal of Contractor given by the contractor in place of signature ) (Name & Postal address) Occupation of Witness

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 CONTROLLER OF COMMUNICATION ACCOUNTS,

KARNATAKA, DoT, Bengaluru for a sum of Rs. _____________ (Rupees

__________________________________________________________________

__________________________________________________________________)

The letters referred to below shall form part of this contract Agreement.

a)

b)

For and on behalf of CONTROLLER OF

COMMUNICATION ACCOUNTS,

KARNATAKA, DoT, Bengaluru

Signature _________________

Date: Designation:_________