(qualifying bid) e-tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · e-tender for...

146
E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016 Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739 Website: www.bsnl.co.in BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise) Office of the Addl. G.M.M.NTR 2 nd Floor, AMENITY BLOCK, PGMTD COMPOUND, OPPOSITE G.P.O.,M.I.ROAD, JAIPUR-302001 BID DOCUMENT (QUALIFYING BID) E-Tender for OFC Protection / Patch Works & Rate Running Contract for Optical Fiber Cable Works Name of Work : OFC Protection / Patch Works & Rate Running Contract for OF cable laying works through Trenching/Trenchless Technology and carrying out other associated works in the jurisdiction of Addl. G.M.M. NTR Jaipur. NIT NO. DGM/Mtce./NTR/ JP/NIT-01 / PROT./Patch work/ RRC /OFC/16-17/1 Dated 14-12-2016 Name of Route: ----------------------------- Issued to M/s. _____________________________________ Form # P a g e 1 Signature of Bidder

Upload: others

Post on 07-Jun-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

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

Office of the Addl. G.M.M.NTR 2

nd Floor, AMENITY BLOCK, PGMTD COMPOUND,

OPPOSITE G.P.O.,M.I.ROAD, JAIPUR-302001

BID DOCUMENT

(QUALIFYING BID)

E-Tender for OFC Protection / Patch

Works & Rate Running Contract for

Optical Fiber Cable Works

Name of Work : OFC Protection / Patch Works & Rate Running Contract for OF

cable laying works through Trenching/Trenchless Technology and

carrying out other associated works in the jurisdiction of Addl. G.M.M. NTR Jaipur.

NIT NO. DGM/Mtce./NTR/ JP/NIT-01 / PROT./Patch work/ RRC /OFC/16-17/1 Dated – 14-12-2016 Name of Route: ----------------------------- Issued to M/s. _____________________________________ Form # P a g e 1 Signature of Bidder

Page 2: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

Section No. Item Page Nos.

1. Part A Detailed NIT 3-6

1. Part B Newspaper NIT 7

2.0 Tender Information 8

3. Part A Scope of Work 9-10

3. Part B Technical Specifications/ Requirements 11-47

3. Part C Schedule of Requirement (SOR) 48

4. Part A General Instructions to Bidders (GIB) 47-58

4. Part B Special Instructions to Bidders (SIB) 59

4. Part C E-tendering Instructions to Bidder (If 60-61 Applicable)

5. Part A General (Commercial) Conditions of Contract 62-77 (GCC)

5. Part B Special (Commercial) Conditions of Contract 78-88 (SCC)

5. Part C General Conditions of AMC (If Applicable) 89

6.0 Undertaking & declaration 90-91

7.0 Proforma (s) 92-98

8.0 Bidder’s Profile 99-100

9. Part A Bid Form 101

9. Part B Price Schedule 102

Appendix-1of Section-4 Part A 103-106 P a g e | 2 Signature of Bidder

Page 3: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

SECTION – 1 Part A DETAILED NOTICE INVITING TENDER

(E-Tender for OFC Protection / Patch Works & Rate Running Contract for OF cable laying works) Dated:- 14-12-2016 Digitally Sealed Tenders (e-Tenders)under two-bid system are invited by the Addl. GMM NTR Jaipur from the eligible contractors for the following OFC Protection / Patch Works & Rate Running Contract for OF cable laying works under the jurisdiction of Addl. GMM NTR Jaipur:

Ten

der

No

.

Description of Work

Estim

ated

Quan

tum

of

work

s (In

KM

.)

Estim

ated

Cos

t of

wor

k (In

Rs)

Bid

Secu

rity

(inRs

.)

Cos

t of B

iddo

cum

ent

(Non

refu

ndab

le)

(inR

s.)

No

. of

Day

s fo

r

com

plet

ion

ofW

ork

NIT01/S-01 NAGAUR- KHERAPA & NAGAUR-

NOKHA OFC Route.

13.7 KM 2000641

50016

528

110

NIT01/S-02 SIROHI- REODAR & SIROHI-

SUMERPUR OFC Route.

19.0 KM

2767205

69180

528

147

NIT01/S-03 Jodhpur-Mathania & Jodhpur-BOARI-

KHERAPA OFC Route.

14.0 KM 1833717

45843

528

112

NIT01/S-04 SRI GANGA NAGAR -RAWLA OFC

Route,

13.7 KM

1976032

49401

528

110

NIT01/S-05 RAWATSAR-NOHAR OFC Route

13.8 KM

1934093

48352

528

111

NIT01/S-06 Bikaner-Nokha- OFC Route.

15.5 KM 1773154

44329

528

123

NIT01/S-07 Bikaner-Jalwali & Pugal-Khajuwala -

OFC Route.

13.0 KM 1832421 45811

528

102

NIT01/S-08 Gudamalani-Sanchor OFC Route., 14.0 KM 1948648

48716

528

112

NIT01/S-09 Jaisalmer -Devikot –Fatehgarh –SHIV-

Barmer OFC Route. 14.5 KM

1756402 43910

528

116

NIT01/S-10 Barmer-Sindhari OFC Route. 14.5 KM 1861150

46529

528

116

P a g e | 3 Signature of Bidder

Page 4: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

Note 1: The quantities stated above are estimated and BSNL reserves the right to

vary the quantity to the extent of -25% to +25% of specified quantity at the time of award of the contract.

Note 2 Successful Bidder may be asked to carry out 25% of the estimated work at any SSA location/site under the jurisdiction of the Addl.GMM NTR Jaipur at the approved rates with mutual consent.

Note-3: Amendment(s), if any, to the tender document will be notified on the website www.bsnl.co.in or www.ntr.bsnl..co.in, and/or www.tenderwizard.com/BSNL as and when such amendment(s) are notified. It is the responsibility of the bidder(s) who have downloaded the tender document from the website to keep themselves abr of such amendment(s) before submitting the tender document.

Note 4: Each Tender in NIT is individual and to be submitted separately as per Clause-12 Section-4 Part A.

Purchase of Tender document: 2. The Tender document can be obtained by downloading it from the website

www.bsnl.co.in,or www.ntr.bsnl..co.in and/or www.tenderwizard.com/BSNL in case of tenders invited through e-tendering process.

2.1 The bidders downloading the tender document are required to submit the cost of bid as mentioned above through DD/BC along with their tender bid, failing which the tender bid shall be rejected. The DD/BC shall be drawn from any Nationalized/ Scheduled Bank in favour of Accounts Officer (Cash), BSNL, O/o Dy.G.M.M NTR Jaipur payable at Jaipur

2.3The tender document shall be issued free of cost to MSE bidders on production of proof of current valid registration certification from MSME bodies for the tendered item i.e. for OFC construction works (As per clause 7.2 Section 4 Part A) Note-5: Any discrepancy found in the downloaded Tender document (Containing 1 to 106 pages) submitted or uploaded (in case of e-tender) by the tenderer compared to uploaded Tender document, the Tender document uploaded by the BSNL will be treated as valid and any changes (found in the Tender document submitted by the Tenderer) at any stage, will be treated as fraud done to the BSNL, and will be liable to cancellation of Agreement done (if any) and appropriate action will be taken against the Tenderer.

2.4 In case of tenders invited through e-tendering process, an amount equal to 0.05% of estimated cost of bid (With maximum Rs.5000/- and Minimum Rs.500/-) plus Service tax as applicable shall have to be paid directly to M/s ITI Ltd through on-line towards processing fees failing which the tender bid will be rejected. For registration Fee etc. refer clause-4 Section 4 Part C of tender document.

3. Availability of Tender Document 3.1. The tender document shall be available for downloading from the websites stated in

Clause 2.1 above. 3.2. In case of tenders invited through e-tendering process, physical copy of the tender

document would not be available for sale.

P a g e | 4 Signature of Bidder

Page 5: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

4.0 Eligibility Criteria The Prospective Bidder should satisfy following conditions:- 4.1 (i) The Bidder should have an experience of completion of O.F. Cable work (for NIT01/S-01

to NIT01/S-10) during any one financial year of Last Three consecutive financial years i.e. 2013-14 & 2014-15& 2015-16 in BSNL/MTNL/PSU/Government Department/Private Telecom operator company for costing at One third of tender amount/work of the Tender in which Tenderer is participating. The Experience certificate should have been issued by the officer not below the rank of JAG (DGM) level officer or the same should have been issued with approval of the SSA head/ Tender approving authority which should be mentioned in certificate itself. The Contractor/Firm should have minimum annual average turnover of Rs. 10 Lacs (for NIT01/S-01 to NIT01/S-10), during the three financial years not older than year 2013-14. Regarding turnover, the self attested copies of IT returns &self certified balance sheets for the corresponding years is to be submitted along with Technical bid document. In case of Private Telecom Operators the experience certificate should be issued by an official not below project head/CTO of the circle and should submit along with Purchase order/Work order/contractual agreement.

4.2 For Tender No. NIT01/S-01 to NIT01/S-10,the bidder should have ownership or lease deed of the HDD machine.

4.3 The Bidder should have valid Service Tax registration in favour of the firm. 4.4 The Bidder should have valid EPF and ESI registration in favour of the firm. (wherever

applicable) 4.5 The Bidder should have PAN No. 4.6 Valid MSE certificate (If applicable). 4.7 The Bidder should submit a self-attested photo copy of address proof with email address.

Self-attested/Digitally signed copy of all above mentioned documents are required to be submitted along with the bid otherwise bid will liable to be rejected.

5.0 Bid Security/ EMD 5.1 The Bid security is to be paid in the form of Crossed Demand Draft/BC issued by a Nationalized /Scheduled Bank, drawn in favour of Accounts Officer (Cash), BSNL, O/o Dy.G.M.M NTR Jaipur payable at Jaipur

5.2 The MSE/NSIC units shall be exempted from submission of Bid Security deposit and cost of tender document on production of requisite proof in respect of valid certification from MSME bodies for the tendered items i.e. OF cable construction work. (As per clause 7.2 Section 4 Part A)

6. Date & Time of Submission of Tender Bids Up to 13.30 Hrs. on or before 16-01-2017 for Tender No. NIT01/S-01 to NIT01/S-10 Note-6: In case the date of submission (opening) of bid is declared to be holiday, the date of submission (Opening) of bid will get shifted automatically to next working day at the same schedule time. Any change in bid opening date due to any other unavoidable reasons will be intimated to all the bidders separately.

7. Opening of Tender Bids On same day and after thirty minutes of the Tender closing time.

P a g e | 5 Signature of Bidder

8. Place of Opening of Tender Bids 8.1. In case of tenders invited through E-Tendering process, the tenders shall be opened

Page 6: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

through ‘Public Online Tender Opening Event (POTOE)’. BSNL’s Tender Opening Officers as well as authorized representatives of bidders can attend the Public Online Tender Opening Event (POTOE) from the comfort of their offices.

8.2 In addition & in case of tenders invited through manual bidding process, authorized representatives of bidders can attend the TOE in the O/o DGMM NTR, 2nd Floor, Amenity Block, PGMTD Compound, M.I.Road, Jaipur-302001.

9. Tender will not be accepted/received after expiry of date and time. If it happens to be a holiday on any of dates above, next working day will be applicable.

10. Each tender in NIT is individual and to be submitted separately. 11. The bidder is requested to deposit Tender section wise separate EMD for only those sections in

which he is participating. 12. Any Tender with conditions other than those specified in the Tender document or incomplete in

any respect is liable to be rejected. 13. The competent authority of BSNL does not bind himself to accept the lowest or any other

Tender & reserves the right to reject any or all tenders received. 14. As per Clause 1.2, Section-5 Part B, BSNL reserves the right to disqualify such Bidders who

have a record of not meeting contractual obligations against earlier contracts entered into with the BSNL.

15. Before quoting the rate, the Contractor is advised to do physical survey of the route to ensure actual strata and probable hindrances and difficulties to be encountered during execution of the work. (Refer Clause 9.5, Section-4 Part A).

16. The Contractor shall obtain / provide at his own cost all easements, permits, pursuance of permissions and license pertaining to local authorities for execution of the work as per work contract schedule. However for the above permissions any payment/BG/contract agreement is necessary, then the same shall be paid /submitted /executed by the BSNL against the demand note/enforce document of the local authority submitted by the Contractor / directly received through the local authorities to BSNL. No any extra charges will be paid by BSNL to the Contractors for pursuance of easements, permissions & permits etc. from the different local authorities. It shall be responsibility of the Bidder to quote the rates for execution of the work keeping in view such aspects.

17. All other terms and conditions and detail Specifications of works/ items shall be as per Tender document.

For any clarification the prospective bidders can contact SDE (Tech.) O/o Addl.G.M.M.NTR M.I.Road, Jaipur-302001 on Telephone No.:0141/2372369 Fax No. 0141-2361228.

SDE (Tech.) O/o Addl.G.M.M.NTR M.I.Road, Jaipur-302001

P a g e | 6 Signature of Bidder

Page 7: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

SECTION -1 Part B

NEWS PAPER N.I.T. (NNIT)

BHARAT SANCHAR NIGAM LIMITED

NOTICE INVITING TENDER E-Tenders are invited by SDE (Tech.) O/o Dy.G.M.M. NTR Jaipur, from eligible Contractors for OFC Protection / Patch Works & Rate Running Contract for OF cable laying works in the area of Dy.G.M.M. NTR Jaipur.Last date of receipt of tender is 16 -01 -2016 . For further details, visit our website www.bsnl.co.in, or www.ntr.bsnl.co.in and/ or www.tenderwizard.com/BSNL or contact on Tele No. 0141-2372369/2362645.

SDE (Tech.)NTR Jaipur P a g e | 7 Signature of Bidder

Page 8: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

SECTION – 2 TENDER INFORMATION

1. Type of tender:-

a) No. of Bid Submission Stages for tender: Single Stage. b) No. of Envelopes for submission of Bids: Two Nos. (Please see Note-1) c) E-reverse auction (In case of tenders invited through e-tendering only): No Note -1:- The bidders shall submit Techno-commercial & Financial bids simultaneously.

The techno-commercially bids will be evaluated first and thereafter financial bids of techno-commercially compliant bidders only shall be opened.

2. Bid Validity Period: 240 Days from the date of opening of the bid (Qualifying Bid). A Bid valid

for a shorter period shall be rejected by the BSNL as non-responsive. 3. The first envelope will be named as Qualifying Bid & will contain documents of bidder’s satisfying the

eligibility / Technical &Commercial conditions and 2nd envelope will be named as Financial Bid containing financial quote. These envelopes shall contain one set of the following documents:- a) Qualifying Bid envelope shall contain:-

(i) EMD (ii) Cost of the tender documents i.e. tender fee (In case of downloaded bid document). (iii) Certificate(s) showing fulfillment of the eligibility criteria(s) stated in Clause 4 Section-1

Part A. (iv) Power of Attorney & authorization for executing the power of Attorney in accordance with

clause 11.3 of Section-4 Part A. (v) Bidder’s Profile duly filled & signed. (vi) Non-Relation Certificate duly filled & signed. (vii) Undertaking & declaration duly filled & signed as per Section – 6. (viii) Documents stated in Clause 7 of Section-4 Part A. (ix) Tender documents duly signed at the end of each page for having read it & accepted it. (x) Tender/ Bid form- Section-9 Part A (xi) Electronic Form- Technical (in case of tenders invited through e-tendering process)

b) Financial Bid envelope shall contain:- (i) Electronic Form- financial along with Price Schedule as per Section-9 Part–B with all

relevant bid annexure. (Being tender invited through e-tendering process). (ii) Bid Form- Price Schedule (Section-9 Part-B) duly filed & signed (In case of tenders invited

through manual bidding process) Note 3:- Being the case of e-tendering, the following documents are required to be submitted offline (i.e. offline submissions) to SDE (Tech.) O/o Addl.G.M.M.NTR

2nd Floor, Amenity Block, PGMTD Compound, M.I.Road, Jaipur-302001 on or before the date & time of submission of bids in a sealed envelope. The envelope shall bear the tender number, name of work and the phrase: “Do Not Open Before” (due date & time of opening of tender).

(i) EMD – Bid security (original copy) (ii) DD/ Banker’s cheque of Tender fee. (iii) Power of Attorney in accordance with Clause 11.3 of Section-4 Part A and

authorization for executing the power of Attorney. (iv) Documents which could not be uploaded electronically. (v) The responsibility for ensuring that envelop is delivered in time would vest with the

bidder. The purchaser shall not be responsible if the envelop is delivered elsewhere or late.

4. Single Envelop System. Not applicable 5. Payment terms: As per Clause 11 of Section-5 Part-A. 6. Delivery Schedule: As per Clause 6 of Section-5 Part-A. 7. Consignee: Not Applicable. P a g e | 8 Signature of Bidder 8.

SECTION -3 Part A

SCOPE OF WORKS AND JURISDICTION OF CONTRACT

Page 9: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

SCOPE OF WORKS 1. The Optical Fiber Cables is laid through HDPE/PLB Pipes buried at a nominal depth of

165 cms. The steps involved in OF cable construction are as under: i) Excavation of trench upto a nominal depth of 165 cms, according to Construction

specifications along National/State Highways/ other roads and also in city limits as mentioned in the notice inviting tender :

ii) No. of pipes to be laid in single trench to shall be more than 1. Quantity of No. of pipes to be laid may be changed before pipe laying. Pre cast RCC Chamber will be placed almost at every 200 M. Wherever required, permission from PWD, UIT, Municipal Corporation and other local authorities will be obtained by contractor.

iii) Providing of mechanical protection by R.C.C. Pipes/G.I. pipes and / or constructing/chambering according to construction specifications, wherever required.

iv) Fixing of GI pipes with clamps at culverts/bridges and /or chambering or constructing of G.I. Pipes/troughs, wherever necessary.

v) Back filling and dressing of the excavated trenches according to construction specifications.

vi) Opening of manholes (of size 3 meters x 1 meter x 1.65 meters depth), replacing existing 6 mm P.P. ropes by 8 mm P.O. rope (from manhole to manhole ) for ensuring smooth passage for pulling the cable. Pulling of Optical Fiber Cable with proper tools and accessories as per construction specifications. Sealing of both ends of the manholes by hard rubber bush of suitable size to avoid entry of rodents into the HDPE/PLB pipes, putting split HDPE pipes, and split RCC pipes with proper fixtures over cable in the manhole to protect the bare cable in the pulling manhole. Back filling and dressing of manholes.

vii) Digging of pit of size 2 meter x 2 meter x 1.8 meter (depth) for construction of jointing chamber at approximately every two kilometers of internal size of 1.5 meter x 1.5 meter x 1.2 meter using bricks and mortar or fixing pre-caste jointing chamber of internal diameter of 1.2 meter filling of jointing chamber with clean sand, placing either pre-cast RCC cover or stone of suitable size on jointing chamber to protect the joint and back filling of jointing chamber with excavated soil.

viii) Digging of pits 1 meter towards jungle side at every manhole and jointing chamber to a depth of 60 cms, fixing of route indicator/joint indicator, constructing and back filling of pits. Painting of route indicators with yellow colour and joint indicator by red colour and sign writing denoting route/joint indicator number, as per construction specifications.

ix) Documentation. 2. BRIEF DESCRIPTION OF WORK 2.1 The work which shall be carried out as per Construction Specification contained in this section,

involves Conventional Trenching and Reinstatement (CTR); Horizontal Directional Drilling (HDD); Related Allied Works (RAW). The various works can be summarized as below. The construction specification given below covers Conventional trenching and reinstatement and allied works. The specification for Horizontal Directional drilling is specified.

2.2 Open trenching at 165 cm depth & width of 45 cms at top and 30 cms at bottom. The width of trench can be more if required to lay the requisite number of pipes. However no additional payment will be made for the extra width.

2.3 Permanently lubricated HDPE pipes (PLB pipes) will be supplied by BSNL in coils of varying lengths from 200 meter onwards. Spools should be decoiled using jack mechanism and bends removed by proper forming so that the pipes are straight. This will be part of contractor’s works and no extra payment will be paid. In addition to the laying of PLB pipes, there may be cases where PVC pipes of straight lengths may have also to be provided.

2.4 The pipes will be laid in a bunched form or layered structure as per the decision of Engineer-in-charge. Wherever necessary, the pipes should be laid in the trench in layered structure

P a g e | 9 Signature of Bidder (nest formation) using spacers at intervals of 5 mts, as per the instructions of the site-in – charge. In case of the layered structure, the nest formation will normally be (a) 4 pipes X 2 layers of 40 mm

Page 10: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

pipes or (b)3 pipes x 2 layers of 40 mm pipes or (c) 5 pipes x 2 layers (5 X 2) of 40 mm over which two pipes of 75 mm pipe will be laid . The number of pipes to be laid and the structure to be followed could change as per the requirement of BSNL and this will be in the scope of the contract. In between every layer, 5 cm of soil should be laid to provide cushion. The position of the pipes in the spacers once designated at the beginning of the trench should be followed till the end of duct. i.e., no crisscrossing of pipes in the layered structure is allowed unless a transition is required where the layered structure cannot be maintained like bridges, culverts etc., This transition will be done only with the concurrence of Engineer-in-charge. 2.5 15 cm of soil should be refilled on the top layer of duct over which the cuddapah slab / RCC

slabs should be laid throughout the trench. However additional protective pipes GI / RCC or cement concreting, should be used in case of less than nominal depth as per the spec . Where trench depth is between 120 cm to 90 cm, additional protection will be by way of cement concrete 1:2:4 with 6mm jelly, 10cm thick on 3 sides, except bottom and no RCC will be used. When trench depth is less than 90 cm, protection by GI pipe will be provided which will be embedded in 1:2:4 concrete.

3. ALLIED ACTIVITIES: 3.1 Transportation of Materials: The materials required for executing the work entrusted to the

contractors against a work order shall be made available at Telecom Projects Store Depot. In some cases the materials may be available at sub-divisional store godown. The contractor shall be responsible for transporting the materials, to be supplied by the BSNL or otherwise to execute the work under the contract, to site at his/their own cost. The cost of transportation are subsumed in the standard Schedule Rates and therefore no separate charges are payable on this account.

3.2 Disposal of Empty Cable Drums: The contractor shall be responsible to dispose of the empty cable drums after laying of the cables. The cost of various stores of empty cable drums recoverable from the contractor has been fixed taking into account the prevailing market rates as mentioned in this document.

3.2.1 It shall be obligatory on part of the contractor to dispose of the empty cable drums at his/their level and the amount fixed for various empty cable drums shall be recovered from the bill for the work for which the drum(s) was /were issued or from any other amount due to the contractor or the Security Deposit.

3.2.2 The contractor shall not be allowed to dump the empty cable drums in Govt. /Public place which may cause inconvenience to the department/public. If the contractor does not dispose of the empty cable drums within 3 days of becoming empty, the BSNL shall be at liberty to dispose of the drums in any manner deemed fit and also recover the amount fixed in this contract from the bill/security deposit/ any other amount due to the contractor.

3.3 Supply of Materials: There are some materials required to be supplied by the contractor for execution of works under this contract like Bricks, Cement, Wire Mesh and Steel for protection, etc, besides using other consumables which do/do not become the part of the asset. The contractor shall ensure that the materials supplied are of best quality and workmanship and shall be strictly in accordance with the specifications.

4 COST OF WORKS

The estimated cost of work is as mentioned in the Notice Inviting Tenders which has been worked out based on standard scheduled rates mentioned in this tender document. The actual value of work may vary based on the actual requirement but generally being limited to +/- 25% of the indicated value.

P a g e | 10 Signature of Bidder

SECTION –3 Part B

TECHNICAL SPECIFICATIONS/ Requirement

Page 11: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

The detailed Optical Fibre construction Specifications are given below. The bidders are advised to go through the Manual before quoting for bid.

OPTICAL FIBRE CABLE CONSTRUCTION PRACTICES

The guidelines in the form of Engineering Instructions (E.Is.) on Construction Practices of Optical Fibre Cables are issued by T&D wing of the BSNL from time to time. However, the present practices are summarized here under, from the point of view of describing scope of work under various items of work. The document will need revision as and when practices under go any revision. 1. GENERAL

The Optical Fibre Cable is planned considering the following objectives of the scheme. (a) Minimum possible route length vis-a-vis route having maximum number of towns

with potential telecom growth. (b) Linking of small exchanges of main road by leading in O.F.C. vis-à-vis routing the

main cable itself via such exchanges. O After deciding above-mentioned issues, a detailed measurement of lengths of cable route

along with details of rail/road crossings, culverts, causeways, etc may be recorded in the detailed survey register. The probable locations of joints, terminations and re-generators may also be decided and marked on the route map.

O On the basis of surveys, general permission from road and rail authorities for laying the Optical Fibre Cable along the decided routes and permission for rail / road crossings will have to be obtained. Generally, O.F.C. is laid straight as for as possible along the road near the boundaries, away from the burrow pits. The O.F.C. is laid along the roads at a minimum distance of 15 meters from the centre line of the road or in accordance with the permission from the concerned road authorities in view of their road widening plan. As the O.F.C. carries high capacity traffic and is planned for 40 years of life, it is imperative that the cable is laid after obtaining due permission from all the concerned authorities to avoid any damage/shifting at a later stage and also disruption of services/revenue loss.

O In special cases, where it may be necessary to avoid burrow pits or low lying areas, the cable may be run underneath the shoulders at a distance of 0.6 meters from the outer edge of the rod embankment provided the same is located ablest 4.5 meters away from centre line of road and 1.2.meter below the road surface.

O All construction and installation shall be performed in thorough and workman like manner in accordance with approved standards and shall be subject to inspection and testing during construction and also final acceptance testing before take over by the BSNL.

O The Optical Fibre Cable is laid through HDPE Pipes buried at a nominal depth of 165 cms. The steps involved in OF Cable construction are as mentioned in Clasue-1 of Section-3 Part A.

2.1 SPECIFICATIONS OF MATERIALS USED 2.2 HDPE Pipe / Coils

The Optical Fibre Cable is pulled through 50 mm outer diameter HDPE Pipes/Coils having strength of 10 kg/sq. cm. 50 mm HDPE pipes of 5meters length or 50 meters coil, should meet the specifications as given in GR no. G/CDS-OS/01 dated December 1994 and revised upto date.

2.3 HDPE Socket For coupling HDPE Pipes/coils, HDPE sockets as per IS 4984-1995 (‘O-ring tube) made of High Density Polyethylene 5010 or equivalent injection grade materiel should be used. The HDPE sockets should be black in colour and should be fitted with hard rubber rings at both ends and should confirm to GR No. G/CDS-05/01 dated December, 1994 and revised up-to-date. 5mmx 5mm projections inside at the centre of the socket should be provided to prevent the pipes from passing through. It should weigh 150gms. (With a tolerance of +/-5%) and

P a g e | 11 Signature of Bidder

Page 12: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

should be able to withstand a pressure of 10 kg per sq.cms. without any damage/deterioration in performance. (See Fig-1 for details)

2.3 P.P. Rope 6mm PP rope is drawn through the HDPE pipes/coils and safely tied to the end caps at either ends with hooks to facilitate pulling of the OF Cables at a later stage. The PP rope used is 3 strand Polypropylene Para Pro rope having yellow colour and shall be of 6 mm diameter and it should have a minimum breaking strength of 550 kgs. The length of each coil of rope should be 205 meters and it should conform to (i)BS4928 Part-II of 1974 (ii) IS 5175 of 1982 (iii) It should be of special grade and should have ISI certificate mark (iv) It should be manufactured out of industrial quality Polypropylene.

2.4 HDPE end caps For pulling the cable through the pipes, it is necessary to have suitable manholes at every 200M length and also at bends and corners suitably located. The pipes are laid for 200M or less at a time for the distance between two manholes. The ends of the HDPE pipes/coils are closed with HDPE End Caps. The End Caps used should be suitable for closing 50mm outer diameter class V HDPE pipes. The end caps should be manufactured from High Density Polyethylene, should withstand internal pressure of 10 kg per sqcms. should be black in colour, should have a weight of 100gms. (with a tolerance of +/-5% ) and should conform to G/CDS-5/01 dated December, 1994 and revised upto date . (See Fig-2 for details). A suitable arrangement should be provided in the End Cap to tie PP Rope.

2.5 Materials for mechanical protection For lesser depths requiring mechanical protection as per specifications and in built up areas, in towns and cities falling within the municipal limits, suitable mechanical protection is provided to HDPE pipes/coils using RCC full round pipes or GI pipes or concreting of size 25 cms x 25cms reinforced with MS weld mesh or a combination of any of these as per the written instructions of the Engineer-in-charge. RCC Full Round Pipes Reinforced cement concrete pipes (Spun type) coupled with RCC collars sealed with cement mortar are used to provide mechanical protection to HDPE pipes/coils. The RCC pipes/collars should be of NP-2 Class for 100 mm / 150 mm (internal diameter) full round, conforming to IS standard 458-1988 revised up to date. The pipes should have a nominal length of 2 meters. The RCC collars should be properly sealed using cement mortar 1.3 (1:53 grade cement of reputed brand, 3: fine sand without impurities).

(i) If the mechanical protection is provided by RCC pipes, every third joint will be embedded in a concrete block of size 60 cms (L) x 40 cms (W) x 25 cms (H) of 1:2:4 cement concrete mix 1:2:4 (1: Cement, 2: Coarse sand, 4: Stone aggregate of 20mm nominal size) so that the alignment of RCC pipes remain firm and intact.

(ii) Both ends of RCC / GI pipes will be sealed by providing concrete block of size 40 cm (L)x40cm (W) x 25cm (H) of 1:2:4 cement concrete mix to avoid entry of rodents.

(b) G.I. Pipes G.I. Pipes should be of medium duty class having diameter of 65 mm./40 mm. The G.I. Pipe should conform to IS 554/1985 (revised up to date) IS 1989 (Part-I) 1900 Sockets (revised upto date) & IS 1239 (Part-I) 1992 (revised up to date). Wherever protection by G.I. Pipe is provided, it is preferable to use HDPE coils. As space on parapet wall on Bridge /culverts is limited, 40 mm GI pipes may be used with 32 mm HDPE coil drawn inside.

(c) M.S.Weld Mesh The HDPE pipes can also be protected by embedding it in concrete of size of 25 cms x 25cms reinforced with MS weld mesh. The MS weld mesh used should be of 50 mm x 100 mm size, 12 SWG, 120 cms in width in rolls of 50 m each. One meter of MS weld mesh caters to approx. 3 meters of concreting. (See Fig-3 for details). The strength of RCC/CC is dependent on proper coring; therefore, it is imperative that water content of CC/RCC mix does not drain out into the surrounding soil. In order to ensure this, the RCC/CC work should be carried out by covering all the sides by yellow PVC sheets of weight of not less than 1 kg per 8 sq.m. to avoid seepage of water in to the soil.

P a g e | 12 Signature of Bidder

Page 13: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

2.6 Joint Chamber The Joint Chamber is provided at every joint normally at a distance of 2 Kms. to keep the O.F.C. joint protected and also to keep extra length of cable which may be required in the event of faults at a later date. The joint chambers are made at site using bricks and mortar or are of pre-cast RCC type. (a) Construction of brick chamber at site.

(i) For constructing brick chamber, first a pit of size 2 m x 2 m x 1.8m depth is required to be dug.

(ii) Then, base of the chamber is made using concrete mix of 1:.5:10 (1: cement, 5: coarse sand, 10: graded stone aggregate 40 mm nominal size) of size of 1.7 m x 1.7 m of thickness 7.5 cm.

(iii) Walls of brick chamber having internal dimensions of 1.2 m x 1.2 m x 1 m (H) should be constructed on this base having wall thickness of 9” using cement mortar mix of 1:5 (1: cement, 5: fine sand). The bricks to be used for this purpose should be of size 9” x 4.5” x 3” best quality available and should have smooth rectangular shape with sharp corners and shall be uniform in colour and emit clear ringing sound when struck.

(iv) The joint chamber should be so constructed that HDPE pipe ends remain protruding minimum 5 cms inside the chamber on completion of plastering. The HDPE pipes should be embedded in wall in such away so that, the bottom brick should support the pipe and upper brick should be provided in a manner that HDPE pipe remains free from the weight of the construction.

(v) The joint chamber should be plastered on all internal surfaces and top edges with cement mortar of 1:3 (1: cement, 3: coarse sand), 12 mm thick finished with a floating coat of complete cement as per standard.

(vi) Pre-cast RCC slab with two handles to facilitate easy lifting, of size 0.7 m x 1.4 m and of thickness of 5 cm having one handle for each half in centre and word ‘OFC’ engraved on it are to be used to cover the joint chamber. Two numbers of such slabs are required for one joint chamber. This pre-cast slab should be made of cement concrete mix of 1:2:4 (1:cement, 2:coarse sand, 4: stone aggregate 6 mm nominal size ) reinforced with steel wire fabrics 75 x 25 mm mesh of weight not less than 7.75 kgs per sq. meter .

(vii) The joint chamber is filled with clean sand before closing. (viii) Lastly, back filling of joint chamber pit with excavated soil is carried out.

(b) Pre cast RCC chamber (i) For fixing pre cast RCC chamber, first a pit of size 2 m x 2 m x 1.8 m depth is

required to be dug. (ii) Pre cast RCC chamber consists of three parts (i) round base plate in two half of

140 cm dia and 5 cm thickness (ii) full round RCC joint chamber with dia of 120 cm and height of 100 cm and thickness of 5 cm (iii) round top cover will be in two halves with dia of 140 cm and thickness of 5 cm having one handle for each half in centre and word ‘OFC’engraved on it. (SeeFig-4).

(iii) After, fixing the pre cast RCC joint chamber, the joint chamber is filled with clean sand before closing.

(iv) Lastly, back filling of joint chamber pit with excavated soil is carried out. 2.7 Rubber Bush To prevent entry of rodents into HDPE pipes, the ends of HDPE pipes are sealed at every manhole and joint using rodent resistant hard rubber bush (cap) after optical fibre cable is pulled. The rubber bush should be manufactured from hard rubber with grooves and holes to fit into 50 mm HDPE pipe (class V), so that it should be able to prevent the entry of insects, rodents, mud , and rain water into the HDPE pipe. It should weigh 150gms (with a tolerance of +/- 5%). It should conform to specification no. G/CDS-05/01 dated December, 1994 and revised up to date. (See Fig-5). 2.8 Route/ Joint Indicators (i) The route /joint indicators are co-located with each manhole / joint chamber. In addition route indicators are also to be placed where route changes direction like road crossings etc. P a g e | 13 Signature of Bidder

Page 14: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

(ii) The route/joint indicators made of pre-cast RCC should have the following dimensions.

Base : 250 mm x 150 mm Top : 200 mm x 75 mm Height : 1250 mm

(See Fig-6 for details) (iii) The route indicators are painted yellow and the same are placed at 2 ft away

from the centre of the trench towards jungle side. (iv) The joint indicators are placed at OFC joints and placed 1 ft away from wall of

the joint chamber facing jungle side and are painted red. (v) The engraved word ‘OFC ‘should be painted in white, on route as well as joint

indicators. Numbering of route indicators/joint indicators should also be done in white paint.

(vi) The numbering scheme for route indicators will be joint No/Route Indicator No. for that joint. For example, 2/6 marking on a route indicator means 6” route indicator after 2” joint.

(vii) Additional joints on account of faults at a later date should be given number of preceding joint with suffix A, B, C, D for example sign writing 2A on a joint indicator means, additional joint between joint No.2 and 3.The numbering of existing route/joint indicator should not be disturbed on account of additional joints.

(viii) Enamel paints of reputed brand should be used for painting and sign writing of route as well as joint indicators.

WORK SPECIFICATIONS 3.0 TRENCHLESS/HORIZONTAL DIRECTION DRILLING (HDD)

All the specifications mentioned in the Open Trench will hold good unless otherwise specifically mentioned. The specification given here under is only for laying PLB pipes by “No Dig” also called as TRENCHLESS /Horizontal directional drilling method using Trench less Technology.

3.1 Description of work The work involves laying PLB duct using “No Dig” method with Trench less Technology. The trench less method is to be used for laying PLB duct at road/rail/canal crossings, low road margins, and also laying along road, at different places with varying lengths. This method has also to be adopted where the Local and Highways authorities insist for the trench less method.

3.2 Underground Services Ground Penetrating Radar Survey shall be done by the contractor to identify and prevent damage to existingTelephone Cables and other underground services. The contractor will be responsible for all damages to the underground utilities and the compensation claimed by the service provider should be paid by the contractor failing which the same will be adjusted against any amounts due to the contractor including running/ final bills of this work. The contractor should collect all available information regarding underground services and take necessary care to protect them. He should also have sufficient arrangements to identify and protect such underground services. The contractor shall carry out Ground Penetrating radar survey along the proposed cable route at his own cost to identify the underground services and for setting out the rules as directed by Construction Officer. The contractor shall prepare a route map to and plot the existing utilities and set the route for horizontal drilling.

3.3 PLB duct laying standards (a)Horizontal Boring and Insertion of PLB pipes: Horizontal Boring and Inserting PLB Pipe along road and under railway/road/canals/streams crossing in all type of soil, at prescribed depth, including all civil works. Supply of all tested lifting tools and tackles & other required equipment and consumable, labour etc., and making all such necessary arrangements will be the contractor’s responsibility. Total job has to be completed within time schedule mentioned in work order. P a g e | 14 Signature of Bidder

Page 15: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

(b) In this system of pipe laying, following job specifications should be maintained: a) Guided boring/drilling technology is to be used b) Radio of any other detection system should be used for avoiding damage to existing

underground utilities c) The depth of boring should be such as to clear any underground

utilities/obstacles. However, in no case the depth of boring be less than 2.5 m, from the road surface

d) At the launching point, launching pit with depth of at l 2.0 mtr should be taken and the boring should be launched at minimum 1.65 mtr depth. The trench should be taken upto a minimum horizontal distance of 300 mtr.

e) In Horizontal and Vertical boring, the system should be capable of going up to 10 meter below the ground level

f) In a shift of 8 hours at l 300 meters of drilling longitudinal or 3 to 4 road crossings should be possible

g) As far as possible pipe should be laid in drum length and cutting of pipe should be avoided while laying along road.

(c)The HDD location (entry and exit points of bore) marking shall be given by the site engineer. The contractor has to remove the interlocking blocks, foot path stones and / or the foot path dividers (iron railings) in order to keep the HDD M/s. At the entry and exit points , pits have to be taken to a depth of at 2.0 M. As per the marking of the site engineer, the boring shall be done. After the bore reaches the exit point on the remote pit, the site engineer, shall record in Measurement Book, the depths enroute, every 5 metres and the alignment (offset). If the site engineer is satisfied with the depth, the pipes are inserted and the bore is pulled back. The pipes are supplied in the coil form and they should be decoiled and laid parallel on the ground. The pipes should be properly formed so that there is no coiling tendency for the pipes. The number of pipes to be laid will be instructed by the site engineer, and shall be bundled and tied every 2 meters with a tie. The pipes shall be brought above surface in the entry pit and end plugs are fixed tightly. In the exit pit, the excess pipe is cut and the end plugs are tightly fixed. In case duct laying is completed on the other side, these pipes shall be connected to the existing ducts through couplers. After the boring work is completed, the pit shall be closed and the foot path shall be restored to original form. The bore size should be sufficient to take upto 10+2 pipes. (d)At the time of completion of work, the records of actual depths of cable at which it is being laid is to be transferred to the Engineer - in – charge along with other necessary documents and drawing. The record of depth should be given at the interval of 5 meters. 4.0 EXACAVATION OF TRENCHES 4.1 Trenching Location and Alignment of the Trench (i)In city areas , the trench will normally follow the foot-path of the road except where it may have to come to the edge of the carriage way when cutting across road with specific permissions from the concerned authorities maintaining the road (Such permissions shall be arranged as per Clause 3 of Section-5 Part B. (ii)Outside the city limits the trench will normally follow the boundary of the road side land. However, where the road side land is full of burrow pits or a forestation or when the cable has to cross culverts/bridges or streams, the trench may come closer to be road edge or in some cases, over the embankment or shoulder of the Road (Such permissions shall be arranged as per Clause 3 of Section-5 Part B. (iii)The alignment of the trench will be decided by a responsible departmental official, not below the rank of a Junior Telecom Officer. Once the alignment is marked no deviation from the alignment is permissible except with the approval of Engineer-in-charge. While marking the alignment only the centre line will be marked and the Contractor shall set out all other work to ensure that, the excavated trench is as straight as possible. The Contractor shall provide all necessary assistance and labour, at his own cost for marking the alignment. Contractor shall remove all bushes, undergrowth, stumps, rocks and other obstacles to facilitate marking the centre line without any extra charges.It is to be ensured that minimum amount of bushes and shrubs shall be removed to clear the way and the contractor shall give all consideration to the preservation of the trees. P a g e | 15 Signature of Bidder

Page 16: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

(iv) Line Up: The line up of the trench must be such that HDPE Pipe(s) shall be laid in a straight line, both laterally as well as vertically except at locations where it has to necessarily take a bend because of change in the alignment or gradient of the trench, subject to the restrictions mentioned else where.

4.2 Method of Excavation (i) In city limits as well as in built up areas, the contractor shall resort to use of manual

labour only to ensure no damage is caused to any underground or surface installations belonging to other public utility services and/or private parties. However, along the Highways and cross country there shall be no objection to the Contractor resorting to mechanical means of excavation, provided that no underground installations exist in the path of excavation, if any, are damaged.

(ii) There shall be no objection to resort to horizontal boring to bore a hole of required size and to push through G.I. Pipe (65mm/40mm dia) through horizontal bore at road crossing or rail crossing of small hillocks etc.

(iii) All excavation operators shall include excavation and ‘getting out’. ‘Getting out’ shall include throwing the excavated materials at a distance of at l one meter or half the depth of excavation, which ever is more toclear off the edge of excavation. In all other cases ‘getting out’ shall include depositing the excavated materials as specified.

(iv) In Rocky strata excavation shall be carried out by use of electro mechanical means like breakers or by blasting wherever permissible with express permission from the competent authority. If blasting operations are prohibited or not practicable, excavation in hard rock shall be done by chiseling.

(v) Trenching shall as far as possible be kept ahead of the laying of pipes. Contractor shall exercise due care that the soil from trenching intended to be loose for back filling is not mixed with loose debris. While trenching, the Contractor should not cause damage to any underground installations belonging to other agencies and any damage caused should be made good at his own cost and expense.

(vi) Necessary barricades, night lamps warning boards and required watchman shall be provided by the contractor to prevent any accident to pedestrians or vehicles. While carrying out the blasting operations, the contractor shall ensure adequate safety by cautioning the vehicular and other traffic. The contractor shall employ sufficient man-power for this with caution boards, flags, sign writings etc.

(vii) The contractor should provide sufficient width at the trench at all such places, where it is likely to cave in due to soil conditions without any extra payment. A minimum free clearance of 15 cms. should be maintained above or below any existing underground installations. No extra payment will be made towards this.

(viii) In order to prevent damage to HDPE pipes over a period of time, due to the growth of trees, roots, bushes, etc., the contractor shall cut them when encountered in the path of alignment of trench without any additional charges.

(ix) In large burrow pits, excavation may be required to be carried out for more than 165 cms in depth to keep gradient of bed less than 15 degrees with horizontal. If not possible as stated above, alignment of trench shall be changed to avoid burrow pit completely.

4.3 Depth and Size of the Trench The depth of the trench from top of the surface shall not be less than 165 cms unless otherwise relaxation is granted by competent authority under genuine circumstances. In rocky terrain, the depth of the trench may be restricted to a depth of 100 to 140 cms. However, Engineer-in-charge in exceptional cases due to adverse site conditions encountered may allow to lay HDPE Pipe at a lesser depth with additional protection. In all cases, the slope of the trench shall not be less than 15 degrees with the horizontal surface. The width of the trench shall normally be 45 cms., at the top and 30 cms at the bottom. In case, additional pipes (HDPE /GI /RCC Pipes) are to be laid in some stretches, the same shall be accommodated in this normal size trench.

(a) When trenches are excavated in slopes, uneven ground, inclined portion, the lower edge shall be treated, as top surface of land and depth of trench will be measured accordingly. In certain locations, such as uneven ground, hilly areas and all other places ,due to any reason whatsoever it can be ordered to excavate beyond

P a g e | 16 Signature of Bidder

Page 17: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

standard depth of 165 cms to keep the bed of the trench as smooth as possible. Near the culverts, both ends of the culverts shall be excavated more than 165 cms to keep the gradient less than 15 degree with horizontal for additional depth in excess of 165 cms., additional payment of pro rata basis shall be applicable.

(b) If excavation is not possible to the minimum depth of 165 cms, as detailed above, full facts shall be brought to the notice of the Engineer-in-charge in writing giving details of locations and reason for not being able to excavate that particular portion to the minimum depth. Approval shall be granted by the competent authority in writing under genuine circumstances. The decision of the competent authority shall be final and binding on the contractor.

4.4 Dewatering The Contractor shall be responsible for all necessary arrangements to remove or pump out water from trench. The Contractor should survey the soil conditions encountered in the section and make his own assessment about dewatering arrangements that may be necessary. No extra payment shall be admissible for this.

4.5 Wetting Wherever the soil is hard due to dry weather conditions, if watering is to be done for wetting the soil to make it loose, the same shall be done by the contractor. No extra payment shall be admissible for this.

4.6 Blasting For excavation in hard rock, where blasting operations are considered necessary, the contractor shall obtain approval of the Engineer-in-charge in writing for resorting to blasting operation. (a) The contractor shall obtain license from the competent authority for undertaking

blasting work as well as for obtaining and storing the explosive as per the Explosive Act. 1884 as amended up to date and the explosive Rules, 1983. The Contractor shall purchase the explosives fuses, detonators, etc. only from a licensed dealer. Transportation and storage of explosive at site shall conform to the aforesaid Explosive Act and Explosive Rules. The contractor shall be responsible for the safe custody and proper accounting of the explosive materials. Fuses and detonators shall be stored separately and away from the explosives. The Engineer –in-charge or his authorized representative shall have the right to check the contractor’s store and account of explosive. The contractor shall provide necessary facilities for this.

(b) The contractor shall be responsible for any damage arising out of accident to workmen, public or property due to storage, transportation and use of explosive during blasting operation.

(c) Blasting operations shall be carried out under the supervision of a responsible authorized agent of the contractor (referred subsequently as agent only), during specified hours as approved in writing by the Engineer-in-charge. The agent shall be conversant with the rules of blasting.

(d) All procedures and safety precautions for the use of explosive drilling and loading of explosives before and after shot firing and disposal of explosives shall be taken by the contractor as detailed in IS : 4081 safety code for blasting and related drilling operation.

4.7 Trenching Near Culverts/Bridges (a) The HDPE pipes shall be laid in the bed of culvert at the depth not less than 165 cms

protected by G.I. pipes and concreting as decided by Engineer-in-charge. Such ends of culverts shall be excavated more than 165 cms in depth to keep the gradient of not less than 15 degree with horizontal. The bed of trench should be as smooth as possible.

(b) While carrying out the work on bridges and culverts, adequate arrangements for cautioning the traffic by way of caution boards during day time and danger lights at night shall be provided.

(c) In case of small bridges and culverts, where there is a likelihood of their subsequent expansion and remodeling, the cable should be laid with some curve on both sides of the culvert or the bridge to make some extra length, available for readjustment of the cable at the time of reconstruction of culvert or the bridge.

5.0 LAYING OF H.D.P.E. / PLB PIPES P a g e | 17 Signature of Bidder

Page 18: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

5.1 Laying of HDPE Pipe/ PLB pipe (a) After the trench is excavated to the specified depth, the bottom of the trench has to be

cleared of all stones or pieces of rock and leveled up properly. A layer of soft soil/ or sand (in case the excavated material contains sharp pieces of rock/stones) of not less than 5 cms is required for leveling the trench to ensure that the cable when laid will follow a straight alignment. Adequate care shall be exercised while laying so that the OF Cables are not put to undue tension/pressure after being laid as this may adversely affect the optical characteristics of cables with passage of time.

(b) The contractor shall ensure that trenching and pipe laying activities are continuous, without leaving patches or portions incomplete in between. In case intermediate patches are left, measurement of the completed portions will be taken only after work in such left over patches are also completed in all respects.

(c) Preparatory to aligning the pipe for jointing, each length of the HDPE pipe shall be thoroughly cleaned to remove all sand, dust or any other debris that may clog, disturb or damage the optical fibre cable when it is pulled at a later stage. The ends of each pipe and inside of each HDPE Socket shall be thoroughly cleaned of any dirt or other foreign materials.

(d) After the trench is cleaned the HDPE Pipe/Coil shall be laid in the cleaned trench, jointed with ‘O’ ring type HDPE Sockets & 6 mm PP rope should be drawn through the HDPE Pipes at the time of laying the pipes to facilitate cable pulling at a later stage. At every manhole approximately at every 200 mm or at bends or turns the PP rope will be tied to the HDPE end caps used for sealing the HDPE pipes, to avoid entry of rodents/mud etc.

(e) At the end of each day work, the open ends of the pipes sections shall be tightly closed with end caps to prevent the entry of dirt/mud, water or any foreign matter into HDPE pipe until the work is resumed.

(f) In City, Town, Urban area falling within Municipal/Corporation limits, the HDPE Pipes shall be laid with protection using RCC/G.I. Pipes/Concreting reinforced with weld mesh. Moreover, in cross country routes, if depth is less than 1.2 meters, protection by using RCC/G.I. Pipe/Concreting reinforced with weld mesh shall be provided. Engineer-in-Charge shall decide about such stretches and type of protection to be provided in view of the site requirements. Normally, 100 mm RCC Pipe shall be used for protecting HDPE Pipe but if more than one HDPE Pipe is to be laid and protected, RCC Pipe of suitable size to accommodate the required number of HDPE Pipe shall be used.

(g) The HDPE Pipes shall be laid in RCC Full Round spun Pipes/GI pipes as required at road crossings. The RCC pipes/GI pipes shall extend at l 3 meters on either side of the road at road crossings. At road crossings, extra GI/HDPE Pipes may be laid as per the direction of the Engineer –in-Charge. On Rail bridges and crossings, the HDPE Pipes shall be encased in suitable cast iron as prescribed by the Railway Authorities.

(h) Whenever RCC pipes are used for protection, the gaps between the RCC collars and the RCC pipes shall be sealed using cement mortar 1:3 (1: 53 grade cement of reputed brand. 3: fine sand without impurities) to bar entry of rodents. Every third collar of RCC pipes (normally of 2 meters length) and also both ends of RCC Pipes will be embedded in a concrete block of size 40 cms (I) x40cms (W) x 25 cms (H) of 1:2:4 cement concrete mix (1:53 grade cement of reputed brand 2: coarse sand, 3: stone aggregate of normal size of 20 mm) so that the alignment of RCC pipes remain firm and intact and to avoid entry of rodents.

(i) In case of protection by concreting at site, the nominal dimension of concreting shall be 250mm x 250 mm section. Cement Concrete Mixture used shall be of 1:2:4 composition i.e 1:53 grade cement of a reputed company, 2 : Coarse Sand, 4: Graded Coarse Stone aggregate of 20 mm nominal size, reinforced with MS weld mesh. As the RCC is cast at site, it is imperative to ensure that special care is taken to see that proper curing arrangements are made with adequate supply of water. The contractor shall invariably use mechanical mixer at site for providing RCC protection to ensure consistency of the mix.

(j) For carrying out concreting work in trenches, yellow PVC sheets of width not less than 1.0 m of weight not less than 1 kg. Per 8 sq. meters shall be spread and nailed on sides of the trench to form trapezoidal section for concreting in the cleaned trench, to avoid seepage of water into the soil. A bed of cement concrete mixture of appropriate width and

P a g e | 18 Signature of Bidder

Page 19: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

75 mm thickness shall be laid on the PVC sheet, before laying HDPE pipes. The HDPE pipes shall then be laid above this bed of concrete. After laying the HDPE pipes, MS weld mesh is wrapped around and tied and concrete mix is poured to form the cross sectional dimensions as instructed by the Engineer-in-charge. The strength of RCC is dependent on proper curing; therefore it is imperative that water content of RCC mix does not drain out into the surrounding soil. Portions where cement concreting has been carried out shall be cured with sufficient amount of water for reasonable time to harden the surface. After curing refilling of the balance depth of the trench has to be carried out with excavated soil.

(k) The HDPE pipes / RCC / GI pipes shall be laid only in trenches accepted by Engineer-in-charge or his representative. The contractor shall exercise due care to ensure that the HDPE pipes are not sufficient to any damage or strain.

(l) Water present in the trench at the time of laying the HDPE pipes shall be pumped out by the contractor before laying the pipes in the trench to ensure that no mud or water get into the pipes thus choking it.

(m) In case of nallahs, which are dry for nine months in a year, the HDPE pipes shall be laid inside the RCC pipes or GI and concrete laid at a minimum depth of 165 cms. as instructed by the Engineer-in-charge. The mechanical protection shall extend 5 meters beyond the bed of nallah on either side.

(n) Not with standing anything contained in clauses referred above, the Engineer-in-charge may order based on special site requirements, that the HDPE pipes may be encased in reinforced cement concrete, as detailed ibid.

(o) While laying the pipes, a gap of 2 M. is kept at convenient locations approx. 200 m. apart and at the bends and turns, which will be used as manholes during OF cables pulling, Ends of the HDPE pipes at the manholes shall be sealed using HDPE end caps after tying the pp rope to the end caps to laid chocking of the pipes. In a similar manner, manholes shall be kept while approaching bridges road crossing etc as instructed by the Engineer-in-charge.

5.2 Laying Protection Pipes on Bridges and Culverts

In case trenching and pipe laying is not possible in the beds of the culverts, the pipes shall be laid over the culverts / bridges after getting due permission from the competent authority. Of late the bridge construction authorities are providing ducts below the footpaths on the bridge for various services. The telecom officers need to maintain good liaison with the concern authority to get one side of the duct allotted for Telecom Cables. In such ducts, GI pipes can be coupled and laid for pulling the cables. It would be pertinent to mention here that close liaison with bridge construction authorities would be of immense advantage in ensuring provision of ducts on one or both the sides of the bridges as per future requirements. However, for laying cables on existing bridges, where ducts arrangement does not exist, one of the following methods may be adopted. (a) Normally in the Bridge/Culverts, where there are no ducts and where the cushion on the

top of the Arch is 50 cm to 100 cm or more, G.I.Pipe (Carrying HDPE pipe and cable) may be buried on the top of the Arch adjourning the parapet wall, by digging close to the wheel guards. Every precaution shall be taken to see that no damage occurs to the arch of culvert. After burying the GI pipe, the excavated surface on the arch shall be restored.

(b) Where the thickness of the Arch is less than 50 cms, the pipe must be buried under the wheel guard masonry and the wheel guard rebuilt.

(c) If neither of the two methods is possible, the GI pipes/GI Troughs must be clamped out side the parapet wall with the clamps supplied by the BSNL. If necessary, the pipes may be taken through the parapet wall at the ends where the wall diverges away from the road.

(d) In case where the methods explained in clauses referred above are not possible, the GI Pipes/GI Troughs can be fixed on the top of the road kerb close to the inside face of the parapet wall by means of clamps supplied, using raw plugs and wood screws or small diameter bolts, without damaging the concrete and limiting the external diameter of the bolts to 7.5 mm. The permission for carrying out this work will be obtained from the Road Authorities by the BSNL.

(e) Methods cited in above clauses should be carried out under close supervision of Road authorities.

P a g e | 19 Signature of Bidder

Page 20: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

(f) The surface to be concreted should be thoroughly cleaned and leveled before concreting. At both ends of the Bridges/Culverts ,where the GI Pipes /GI Troughs slope down and get buried, the concreting should be extended to ensure that no portion of the GI Pipes/GI Troughs is exposed as ordered by the Engineer-in-charge to protect the Pipe/Trough from any possible damage externally caused.

(g) Where white wash/colour wash is existing on the Bridges/Culverts, the same should also be carried out on the concreted portion to ensure uniformity.

6.0 BACK FILLING AND DRESSING OF THE TRENCH

(a) The earth used for filling shall be free from all roots, grass, shrubs, vegetation, trees, saplings and rubbish. Provided that the HDPE Pipes have been properly laid in the trench at the specified depth, the back filling operation shall follow as closely as practicable. The back filling operation shall be performed in such a manner so as to provide firm support under and above the pipes and to avoid bend or deformation of the HDPE pipe when the HDPE pipes get loaded with the back filled earth.

(b) At locations where the back filled materials contains stones/sharp objects which may cause injury to the HDPE pipes and where the excavated or rock fragments are intended to refill the trench in whole or in part, the trench should be initially filled, with a layer of ordinary soil or derocked loose earth of not less than 10 cms above the pipes.

(c) Back filling on public, private roads railways crossings, footpath in city areas shall be performed immediately after laying the HDPE pipes. Back filling at such locations shall be thoroughly rammed, so as to ensure original condition and made safe for traffic. All excess soil/material left out on road/footpath/railway crossings shall be removed by contractor. However, along the high ways and cross-country, the dug up material left out should be kept as heap above the trench while refilling.

(d) In city limits, no part of the trench should be kept open for more than 50 meter length at any time and in all places where excavation has been done, no part of the trench should be kept open over night to prevent any mishap or accident in darkness.

7.0 CABLE PULLING AND JOINTING/ SPLICING 7.1 Cable Pulling

(a) Manholes marked during HDPE pipe laying of approx. size of 3m length x 1.0m width x 1.65m Depth shall be excavated for pulling the cables. There may be situations where additional manholes are required to be excavated, for some reasons, to facilitate smooth pulling of cable. Excavation of additional manholes will be carried out, without any extra cost. De-watering of the manholes, if required, will be carried out without any extra cost. De-watering /De-gasification of the ducts, if required, will alsobe carried out without any extra costs.

(b) The existing 6mm PP rope shall be replaced by with PP rope of 8mm dia between the two consecutive manholes. This is to ensure that the HDPE pipes are cleaned for pulling the cable without exerting under tension on the OF Cable. While cleaning, excessive pressure should not be put which may result in breaking of PP rope and this require opening of additional manholes. However, in case the cleaning rope gets stuck up during pulling, the location of dogging of HDPE pipe should be measured and located accurately. The trench at that location should be opened and the HDPE Pipe should be cleaned properly or if not possible it should be changed by a clean new HDPE Pipe to facilitate easy cable pulling at a later stage without any breakage. If dogging of HDPE Pipe is in the location where the pipes are protected either by RCC Pipe or by concreting and the protection is broken for cleaning/changing the HDPE pipe, the protection thus removed should be brought back to normal by the contractor without any extra cost. However, HDPE Pipes, RCC Pipes required for this purpose will be supplied by the BSNL.

(c) The Optical fibre cables are available in drums in lengths of approx.2Kms. The cables shall be manually pulled through already laid HDPE Pipes by using the 8 mm P.P. rope. This work is to be carried out under the strict supervision of site in charge. At a time, maximum three persons at every manhole should be deployed to pull the cable as more tension to cable may lead to breaking of fibres. Cost of such damages will be recovered from the contractor.

P a g e | 20 Signature of Bidder

Page 21: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

(d) After pulling of the drum is completed, both ends of the HDPE Pipes in each manhole

should be sealed by hard rodent resistant rubber bush, to avoid entry of rodents/mud into HDPE Pipes.

(e) The Manholes are prepared by providing 65 mm split HDPE pipe of 2.5 to 3m lengths and closing the split HDPE pipes by providing necessary clamps/adhesive tap as per the directions of Engineer-in-charge. Afterwards, the split/cut HDPE pipe are covered with 100mm split RCC pipe of 2m length and sealing the ends of RCC pipe with clean cement solution for protecting bare cable in the manhole. After fixing of HDPE/RCC Split Pipes necessary back filling/reinstatement and dressing of manholes should be carried out as referred under trenching. The location of the pulling manhole should be recorded for preparation of documentation.

7.2 Jointing / Splicing

(a) The OFC cabledrums are usually of 2 Kms. in length hence optical fibre joints will be approx.at every 2 Kms. The 6/12/24fibres are to be spliced at every 2 Kms. and at the both ends (terminations) in the equipment room as directed by the Engineer-in-charge.

(b) The infrastructure required for cable splicing i.e. Splicing machine, Air Conditioned van, OTDR, Optical Talk Set, Tool kit etc. will be arranged by the bidder at his own cost and also any additional accessories, e.g. engine etc. required at site for splicing will also be arranged by the bidder at his own cost.

(c) The OFC thus jointed end to end will be tested by an officer of A/T unit for splice losses and transmission parameter as specified by TCHQ and prevalent at that time. The OF Cable should meet all the parameters specified and no relaxation will be granted.

(d) It should also be ensured that during jointing no fibre are interchanged or broken. The number of joints should not be more than 10% of the theoretical value calculated by the BSNL.

(e) For instructions/ specifications of Ribbon Splicing,ReferClause 12 Section-5 Part B. Note:- The jointing /splicing of optical fibre cable is an optional item. The BSNL units which are equipped for this work should preferably carry out this work departmentally.

8.0 CONSTRUCTION OF JOINTING CHAMBER

The joint chambers are provided at every joint to keep OFC joints well protected and also to keep extra length of cable, which may be, required to attend the faults at a later date. Jointing chambers are to be prepared normally at a distance of every 2Kms. Actual location of jointing chamber depends on length of cable drum and appropriateness of location for carrying out of jointing work. The location is finalized by Engineer-in-charge. The jointing chambers are constructed either of brick masonry work at site & pre-cast RCC slabs for cover or by way of fixing pre-cast RCC chamber and cover as per the directions from Engineer–in-charge.

8.1 Construction of Brick chamber at site. For details, refer Clause-2.6 (a).

8.2 Pre- Cast RCC Chamber For details, refer Clause-2.6 (b).

9.0 FIXING OF ROUTE INDICATORS / JOINT INDICATORS

Pits shall be dug 1 m towards jungle side at every manhole and jointing chamber for fixing of Route / joint Indicator. In addition, Route Indicators are also required to be placed where OFC changes directions like road crossing etc. The pits for fixing the indicator shall be dug for size of 60 cm x 60 cm and 75 cm (depth). The indictor shall be secured in up right position by ramming with stone and murrum up to depth of 60 cms and concreting in the ratio of 1:2:4 )1: Cement, 2: coarse sand, 4: stone aggregate 20 mm nominal size) for the remaining portion of 15 cms. necessary curing shall be carried out for the concreted structure with sufficient amount of water for reasonable time to harden the structure. For details of construction specifications, colouring and sign writing refer Clause-2.8. .

10.0 DOCUMENTATION P a g e | 21 Signature of Bidder

Page 22: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

The documentation, consisting of the following shall be prepared exchange to exchange for intra SSA OFC links and for each section in case of inter SSA / National long distance routes.

10.1 Route Index Diagrams (a) General: This diagram shall consist of Cable Route Details on Geographical Map drawn

to scale with prominent land marks and alignment of cable with reference to road. This shall be prepared on A-3 sheets of 80GSM.

(b) Profile: These diagrams will contain Make and size of the cable. Offset of cable from centre of the road at every 10 meters Depth profile of cable at every 10 meter Details of protection with type of protection depicted on it. Location of culvert and bridges with their lengths and scheme of laying of

HDPE pipe there on. Important land marks to facilitate locating the cable in future. Location of Joints and pulling manholes.

These diagrams shall be prepared on A-4 sheets of 80 GSM. On one sheet profile of maximum 400 meters shall be given to ensure clarity.

10.2 Joint Location Diagram This diagram will show.

Geographical location of all the joints. Depth of joint chamber covers from ground level. Type of chamber (Bricks / pre cast). Length of OFC kept inside the joint chamber from either

direction. This shall be prepared on A-4 sheet of 80 GSM. 10.3 All the above diagrams shall bear the signatures of the contractor, the Engineer-in-charge as

a proof of accuracy of the details. The diagrams shall be bound in A-4 size book with cover. The cover sheets shall be of 110 GSM and laminated. The front cover shall have the followings details.

1. Name of the SSA / Project Organization. 2. Name of the OFC link. 3. Name of the Contractor 4. Date of commencement of work 5. Date of completion of work

For each route / section 6 sets of above mentioned documents shall be submitted. 11.0 SAFETY PRECAUTIONS 11.1 Safety precautions when excavating of working in excavations close to electric cables

(a) The Engineer-in-charge of the work should get full information from Electricity undertaking regarding any electric cables, which are known or suspected to exist near the proposed excavation and unless this is done, excavation should not be carried out in the section concerned. The electricity undertaking should be asked to send a representative and work should be preceded with close consultation with them.

(b) Only wooden handled tools should be used until the electric cables have been completely exposed. Power cables, not laid in conduits are usually protected from above by a cover slab or concrete, brick or stone. They may or may not be protected on the sides. It is safer, therefore always to drive the point of the pickaxe downwards then covering a cable, so that there is less chance of missing such warning slabs.

(c) No workman should be permitted to work alone where there are electric cables involved. At l one more man should be working near by so that help can be given quickly in case of an accident.

(d) If disconnection of power could be arranged in that section it will be better. No electric cables shall be moved or altered without the consent of the Electric Authority and they should be contacted to do the needful.

(e) If an electric cable is damaged even slightly, it should be reported to the Electric Authority and any warning bricks disturbed during excavation should be replaced while back filling the trench. Before driving a spike into the ground the presence of other underground properties should be checked.

P a g e | 22 Signature of Bidder

Page 23: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

(f) Information on plans regarding the location of power cables need not to be assumed as wholly accurate. Full precautions should be taken in the vicinity until the power cable is uncovered. All electric cables should be regarded as being live and consequently dangerous. Any power is generally dangerous, even low voltage proving fatal in several cases.

(g) Electric shock-Action and treatment: Free the victim from the contact as quickly as possible. He should be jerked away from the live conductors by dry timber, dry rope or dry clothing. Care should be taken not to touch with bare hands as his body may be energized while in contact. Artificial respiration should begin immediately to restore breathing even if life appears to be extinct. Every moment of delay is serious, so, in the meanwhile, a doctor should be called for.

11.2 Safety precautions while working in Public Street and along railway lines Where a road or footpath is to be opened up in the course of work, special care should be taken to see that proper protection is provided to prevent any accidents from occurring. Excavation work should be done in such a manner that it will not unduly cause in convenience to pedestrians or occupants of buildings or obstruct road traffic. Suitable bridges over open trenches should be so planned that these are required for the minimum possible time. Where bridges are constructed to accommodate vehicular traffic and is done near or on railway property, it should be with the full consent and knowledge of the competent authorities.

11.2.1 Danger from failing material Care should be taken to see that apparatuses, tools or other excavating implements or excavated materials are not left in a dangerous or insecure position so as to fall or be knocked into trench thereby injuring any workman who may be working inside the trench.

11.2.2. Care when working in Excavations Jumping into a trench is dangerous. If it is deep, workmen should be encouraged to lower themselves. Workers should work at safe distance so as to avoid striking each other accidentally with tools. If the walls of the trench contain glass bits, corroded wire or sharp objects they should be removed carefully. If an obstruction is encountered, it should be carefully uncovered and protected if necessary. Care must be taken to see that excavated material is not left in such a position that it is likely to cause any accident or obstruction to a roadway or waterway. If possible ,the excavated material should be put between the workmen and the traffic without encroaching too much on the road.

11.2.3 Danger of cave in When working in deep trenches in loose soil, timbering up/shoring the side will prevent soil subsidence. The excavated material should be kept at sufficient distance from the edge of the trench or pit. Vehicles or heavy equipment must not be permitted to approach too close to the excavation. When making tunneled opening, it should be ensured that the soil is compact enough to prevent cave in even under adverse conditions of traffic. Extra care should be taken while excavating near the foundations of buildings or retaining walls. In such cases, excavation should be done gradually and as far as possible in the presence of the owners of the property.

11.2.4 Protection of Excavations Excavations in populated areas, which are not likely to be filled up on the same day should be protected by barriers or other effective means of preventing accidents and the location of all such openings must in any event be indicated by red flags or other suitable warning signs. During the hours from dusk to dawn, adequate number of red warnings lamps should be displayed. Supervisory officers should ensure that all excavations and adequately protected in this manner as serious risk and responsibility is involved. Notwithstanding adoption of the above mentioned precautions, work involving excavations should be so arranged as to keep the extent of opened ground and the time to open it to a minimum.

11.2.5 Precautions while working on roads The period between half and hour after sun-set ad half an hour before sunrise, and any period of fog or abnormal darkness may also be considered as night for the purpose of these instructions, for the purpose of providing the warning signs.

(a) Excavation liable to cause danger to vehicles or the public must at all times be protected with fencing of rope tied to strong uprights or bamboo pole at a suitable height or by some other effective means.

P a g e | 23 Signature of Bidder

Page 24: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

(b) Any such temporary erection which is likely to cause obstructions and which is not ready visible should be marked by posts carrying red flags or boards with a red background by day and by continuously lighted lamps at night.

(c) The flags and the lamps should be placed in conspicuous positions so as to indicate the pedestrians and drivers of vehicles the full expanse i.e. both width and length of the obstruction. The distance between lamps or between floors should not generally exceed 1.25m along the width and 6m along length of the obstruction in non-congested areas, but 4 meters along the length in congested areas. If the excavation is extensive, sufficient notice to give adequate warning of the danger should be displayed conspicuously not less than 1.25m above the ground and close to the excavation. Where any excavation is not clearly visible for a distance of 25 m to traffic approaching from any direction or any part of the carriage way of the road in which the excavation exists, a warning notice should be placed on the kerb or edge of all such roads from which the excavation or as near the distance as is practicable but not less than 10 m from the junction of an entering or intersecting road in which the excavation exists. All warnings, in these should have a red background and should be clearly visible and legible. All warning lamps should exhibit a red light, but while lights may be used in addition to facilitate working at night. Wherever required a passage for pedestrians with footbridge should be provided.

(d) At excavations, cable drums, tools and all materials likely to offer obstructions should be properly folded round and protected. This applies to jointer’s tents as well. Leads, hoses etc. stretched and across the carriage way should be guarded adequately for their own protection and also that of the public.

11.2.6 Traffic Control The police authorities are normally responsible for the control of traffic and may require the setting up of traffic controls to reduce the inconvenience occasioned by establishment of a single line of traffic due to restriction in road width or any other form of obstruction caused by the work. As far as possible, such arrangements should be settled in advance. If there are any specific regulations imposed by the local authorities, these should be followed.

11.2.7 Work along Railway lines: Normally all works at Railway crossing is to be done under supervision of the railway authorities concerned, but it is to be borne in mind that use of while, red or green flags by the BSNL staff is positively forbidden to be used when working along a railway line as this practice may cause an accident through engine drivers mistaking them for railway signals. When working along a double line of railway, the men should be warned to keep a sharp look on both the “UP” and “DOWN” lines to avoid the possibility of any accident when trains pass or happen to cross one another near the work spot.

11.3 Procedure and Safety precautions for use of explosive during blasting for trenching

In areas where the cable trench can not be done manually on account of boulders and rocks, it is necessary to blast the rocks by using suitable explosive. The quality of explosive to be used depends on the nature of the rocks and the kind of boulders. A few types of explosive fuses and detonators normally used for making trenches for cable works are detailed below:-

i) Gun powder ii) Nitrate Mixture iii) Gelatin iv) Safety fuse v) Electric Detonator vi) Ordinary Detonator

11.3.1 Procedure A detailed survey of the route is to be done to assess the length of the section where trenching is to be done with the help of blasting. A route diagram of the rocky section may be prepared indicating the length of the route where the explosives are to be used. For the purpose of obtaining license, a longer length of route should be given in the application as in many cases, after digging, rocks appear were blasting was not initially anticipated. Next a license will have to be obtained for use and storing of explosive in that section. If the area falls under a police commissioner, the authority for grating such license is the police

P a g e | 24 Signature of Bidder

Page 25: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

commissioner of the concerned area. When the route does not fall in the jurisdiction of a police commissioner, the authority for issuing license is the District Magistrate. The concerned authority should be applied in prescribed form with a route map. The concerned authority will make an enquiry and issue a license for using/storing explosive for cables trenching work. Such license will be valid for 15 days only. The license should be got renewed if the blasting operation need to be extended. Once the license is granted it is the responsibility of the holders of the license for the proper use of explosives, its transportation and storing.

11.3.2 Method of using The safest explosive is the gelatin and electric detonator. Gelatin is in the form of a stick. Electric detonator is a type of fuse used for firing the explosive electrically. Holes are made at suitable intervals on rocky terrain or boulders, either by air compressor or by manual chipping. The depth of the holes should be 2 to 3ft, Fill up the holes with small quantity of sand for about 6”. First the electric detonator is to be inserted into the gelatin and the gelatin is to be inserted into the holes keeping the +ve and -ve wiring of electric detonators outside the holes. Again refill the holes with sand. These +ve and –ve insulated wires of detonator are than extended and finally connected to an EXPLODER kept at a distance of not less than 100m. Now the explosive is ready for blasting. But, before connecting wires to exploder for blasting, all necessary precautions for stopping the traffic, use of red flags, exchange of caution signals, etc., should be completed and only then Exploder should be connected and operated.

11.3.3 Operation of exploder (LDLschaffler type 350 type exploder) The type 350 blasting machine consists of a bearing block with blasting machine system and the explosion proof light – alloy injection molded housing. The exploder is held with the left hand. The twist handle is applied to the drive pin, clapped with the right hand turned in the clock wise direction in continuous measurements at the highest speed from the initial position until it reached to a stop. At this stage an indication lamp will glow. When the indication lamp glows, “press button switch “should be pressed. This will extend the electric current to detonator and gelatin will be detonated. The rock will be blasted out of the trench. Number of holes can be blasted in a single stroke by connecting all such detonators in series connection and finally to the exploder. After blasting, againmazdoors are engaged on the work to clear the debris. If the result of the first blasting is not satisfactory, it should be repeated again on the same place.

11.3.4 Warning There may be two reasons for unsatisfactory results of the blasting:

a) Misfire of gelatin due to leakage of current from detonator. b) Over loading because of over burdens.

Never pull the broken wire pieces from the holes in such cases. Attempt should not be made to re-blast the misfired gelatin. The safest way is to make a fresh hole by its side and put fresh gelatin in that hole and blast it.

11.3.5 Precautions The abstract of Explosives Rules 1983 which are relevant to our work is given below : (i) Restriction of delivery and dispatch of explosives

No person shall deliver or dispatch any explosives to any one other than a person- a) Who is the holder of a license to posses the explosive or the agent of a holder

of such license duly authorized by him in writing on his behalf. OR

b) Who is entitled under these rules to possess the explosives without a license. The explosives so delivered or dispatched shall in no case exceed the quantity, which the person to whom they are delivered or dispatched is authorized to possess with or without a license under these rules. No person shall receive explosives from any person other than the holder of a license granted under these rules. No person shall receive from or transfer explosives to any person for a temporary storage or safe custody in a licensed premise unless prior approval is obtained from the Chief Controller. A person holding license for possession of explosives granted under these rules shall store the explosive only in premises specified in the license.

P a g e | 25 Signature of Bidder

Page 26: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

(ii) Protection from Lightening During Storing Every magazine shall have attached there to one or more efficient lightening conductors designed and erected in accordance with the specifications laid down in Indian Standard Specifications No. 2309 as amended from time to time. The connections to various parts of earth resistance of the lightening conductor terminal on the building to the earth shall be tested at l once in every year by a qualified electrical engineer or any other competent person holding a certificate of competency magazine and store house shall be kept closed and locked until the thunder storm has ceased or the threat of it has passed.

(iii) Maintenance of records Every person holding a license granted under these rules for possession, sale or use of explosives shall maintain records in the prescribed forms and shall produce such record on demand to an Inspecting Officer.

(iv) Explosives not to be kept in damaged boxes : The license of every magazine or store house shall ensure that the explosives are always kept in their original outer package. In case , the outer package gets damaged so that the explosive contained therein cannot be stored or transported, such explosives shall be repacked only after the same are examined by controller of explosives.

(v) Storage of explosives in excess of the licensed quantity: The quantity of any kind of explosives kept in any licensed magazine or store house shall not exceed the quantity entered in the license against such kind of explosives. No explosives in excess of the licensed quantity shall be stored in the magazine or storehouse unless a permit in this behalf is obtained from the licensing authority by a letter or telegram.

11.3.6 Precautions to be observed at Site: The electric power at the blasting site shall be discontinued as far as practical before charging the explosives. No work other than that associated with the charging operations shall be carried out within 10 meters of the holes unless otherwise specified to the contrary by the licensing authority. When charging is completed, any surplus explosive detonators and fuses shall be removed from the vicinity of the hole and stored at a distance which should prevent accidental detonation in the event of a charge detonating prematurely in any hole. The holes which have been charged with explosives shall not be left unattended till the blasting is completed. Care shall be taken to ensure that fuse or wires connected to the detonation are not damaged during the placing of stemming materials and tamping. * Suitable warning procedure to be maintained: The licensee or a person appointed by the licensee to be in charge of the use of explosives at the site shall lay down a clear warning procedure consisting of warning signs and suitable signals and all persons employed in the area shall be made fully conversant with such signs and signals. *Precautions to be observed while firing: The end of the safety fuse (if used in place of a detonator should be freshly cut before being lighted. The exploders shall be regularly tested and maintained in a fit condition for use in firing. An exploder shall not be used for firing a circuit above its rated capacity. The electric circuits shall be tested for continuity before firing. All persons other than the shot-firer and his assistance, if any, shall be withdrawn from the site before testing the continuity. For the purpose of jointing, the ends of all wires and cables should have the insulation removed for a maximum length of 5 cms. and should, then be made clear and bright for a minimum length of 2.5 cms. and the ends to be joined should be twisted together so as to have a positive metal contact. Then these should be taped with insulation to avoid leakage when in contact with earth. In case of blasting with dynamite or any other high explosive, the position of all the bore holes to be drilled shall be marked in circles with white paint. These shall be inspected by the contractor’s agent. Bore holes shall be of a size that the cartridge can easily pass down. After the drilling operation, the agent shall inspect the holes to ensure that drilling has been done only at the marked locations and no extra hole has been drilled. The agent shall then prepare the necessary charge separately for each bore hole. The bore holes

P a g e | 26 Signature of Bidder

Page 27: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

shall be thoroughly cleaned before a cartridge is inserted. Only cylindrical wooden tamping rods shall be used for tamping. Metal rods or rods having pointed ends shall never be used for temping. One cartridge shall be placed in the bore hole and gently pressed but not rammed down. Other cartridges shall then be added as may be required to make up the necessary charge for the bore hole. The top most cartridge shall be connected to the detonator which shall in turn be connected to the safety fuses of required length.. All fuses shall be cut to the length required before being inserted into the holes. Joints in fuses shall be avoided. Where joints are unavoidable, a semi-circular niche shall be cut in one piece inserted into the niche. The two pieces shall then be wrapped together with string. All joints exposed to dampness shall be wrapped with rubber tape. The maximum of eight bore holes shall be loaded and fired at one occasion. The charge shall be fired successively and not simultaneously. Immediately, before firing, warning shall be given and the agent shall see that all persons have retired to a place of safety. The safety fuses of the charged holes shall be ignited in the presence of the agent, who shall see that all the fuses are properly ignited. Careful count shall be kept by the agent and others of each blast as it explodes. In case all the charged bore holes have exploded, the agent shall inspect the site soon after the blast but in case of misfire the agent shall inspect the site after half an hour and mark red crosses (X) over the holes which have not exploded. During his interval of half an hour, nobody shall approach the misfired holes. No driller shall work near such bore until either of the following operators have been done by the agent for the misfired boreholes. a) The contractor’s agent shall very carefully (when the tamping is damp clay) extract

the tamping with a wooden scraper and withdraw the primer and detonator. b) The holes shall be cleaned for 30 cm of tamping and its direction ascertained by

placing a stick in the hole. Another hole shall then be drilled 15 cm away and parallel to it. This hole shall be charged and fired. The misfired holes shall also explode along with the new one.

Before leaving the site of work, the agent of one shift shall inform the agent relieving him for the next shift, of any case of misfire and each such location shall be jointly inspected and the action to be taken in the matter shall be explained to the relieving agent. The Engineer-in-charge shall also be informed by the agent of all cases of misfire, their cause and steps taken in that connection.

11.3.7 General Precautions: For the safety of persons red flags shall be prominently displayed around the area where blasting operations are to be carried out. All the workers at site, except those who actually ignite the fuse, shall withdraw to a safe distance of at l 200 meter from the blasting site. Audio warning by blowing whistle shall be given before igniting the fuse. Blasting work shall be done under careful supervision and trained personnel shall be employed. Blasting shall not be done within 200 meters of an existing structure, unless specifically permitted by the Engineer-in-charge in writing. Precautions against misfire: The safety fuse shall be cut in an oblique direction with a knife. All saw dust shall be cleared from inside of the detonator. This can be done by blowing down the detonator and tapping the open end. If there is water present or if the bore hole is damp, the junction of the fuse and detonator shall be made water tight by means of tough grease or any other suitable material. The detonator shall be inserted into the cartridge so that about one - third of the copper tube is left exposed outside the explosive. The safety fuse just above the detonator shall be securely tied in position in the cartridge. Waterproof fuse only shall be used in the damp bore hole or when water is present in the bore hold. If a misfire has been found to be due to defective fuse, detonator or dynamite, the entire consignment from which the fuse ,detonator or dynamite was taken shall be got inspected by the Engineer-in-charge or his authorized representative before resuming the blasting or returning the consignment.

11.3.8 Precaution against stray currents: Where electrically operated equipments is used in locations having conductive ground or continuous metal objects, tests shall be made for stray current to ensure that electrical firing can proceed safely.

P a g e | 27 Signature of Bidder

Page 28: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

Fig.1

HDPE Socket For coupling HDPE/PLB pipes/ coils, HDPE sockets as per IS 4984-1995 (‘()’ ring type) made of High Density Polyethylene 50’) or equivalent injection trade material should be used . The HDPE sockets should be black in colour and should be fitted with hand rubber rings at both ands and should confirm to GR No. G/CDS-05/01 dated December, 1994 and revised upto date. 5mm x 5 mm projections inside at the centre of the socket should be provided to pr event the pipes from passing through. It should weigh 150 gm (with a tolerance of 1/- 5% ) and should be able to withstand the pressure of 10 kg per sq. cms. Without any damage/ deterioration in performance. (See figure ‘l’ for details)

P a g e | 28 Signature of Bidder

Page 29: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

Fig.2 HDPE END CAPS For pulling the cable through the pipes, it is necessary to have suitable manholes at every 200 M length and at suitable bends and cornets . The pipes are land for 200 M or less at a time for the distance between two manholes. The ends of the HDPE/PLB pipes/ coils are closed with HDPE End Caps. The End Caps used should be suitable for closing 50 mm outer diameter class size HDPE/PLB pipes. The end cap should be manufactured from High Density Polyethylene, should withstand internal pressure of 10 kg per sq. cms., should be black in colour, and should have a weight of 100 gms. (with a tolerance of 1/-5% ) and should conform to G/CDS- 05/01 dated December, 1994 and revised upto date. (See figure ‘2’ for details)

66.0

58

4 4

4 4

50 50

40

7 7

FRONT ELEVATION

SECTION ON A.B

58 5 0

40

66 P a g e | 29 Signature of Bidder

Page 30: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

Fig. 3 M.S. WELDMESH

The HDPE/PLB pipes are protected by embedding it in concrete of size of 25 cms. X 25 cms reinforced with MS weld mesh. The MS weld mesh should be of 50 mm x 100 mm size, 12 SWG of size, 120 cms in width in rolls of 50 m each. One meter of MS weld mesh caters to 3 meters of concreting. (See figure ‘3’ for details).

DETAILS OF 100 MM X 50 MM, 12 SWG MILD STEEL WELD MESH HAVING WIDTH OF 120 CM.

Note : All measurements are in centimeters. P a g e 30 Signature of Bidder

Page 31: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

Fig.4

SPECIFICATION AND REINFORCEMENT DETAILS OF R.C.C. JOINT PROTECTION CHAMBERS

1. R.C.C. COLLAR

Specification :

1. Diameter : 1.00 Mtr.(inner side) 2. Thickness : 5 cm. 3. Height : 50 cm. 4. 6 mm Horizontal Iron round

rings – 4 Nos. 5. 6 mm vertical bars Iron – 12 mm Nos. 6. 12 gauge GI wire mesh to be

wrapped before reinforcing the concrete.

Note Please:

a) Concrete ‘Mix. 1: 2:3 ( 1 Cement : 2 Sand : 3 graded Stone aggregate 20 mm nominal size.

b) Finishing : Smooth

Other conditions:

1. Prepared reinforcement to be shown to the concerning DET OFC or his representative before pouring Cement.

2. Concrete mixing to be made in his presence 3. The words O F C to be inscribed on top and bottom covers. 4. The top and bottom covers should also be reinforced and two handles should

be provided for top cover & bottom covers. P a g e | 31 Signature of Bidder

Page 32: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

Fig.5

Rubber cork :

20

49

19 55 19

6.0

40 55

65

40 65

19 40

37

37

FRONT VIEW SIDE VIEW

49

25.5

20 20

25.5

22

19

55

TOP VIEW

P a g e | 32 Signature of Bidder

Page 33: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

Fig.6

Route Indicator: DRAWING

SPECIFICATION:-RCC route indicator will be 1.250 meter long with Bottom cross section of 150mm × 250mm and Top cross section of 75mm × 200 mm with reinforcement of cement, concrete & sand in ratio 1:2:4, concrete size 10mm & 20mm mixed. It will be supported by four bars of 10mm dia and having 8 no. rings of 6mm dia rod (size 20*10 cm.) equally spaced throughout the length of route indicator as per the above drawing. “OFC BSNL” may be engraved on upper side of route indicator.

P a g e | 33 Signature of Bidder

Page 34: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

12. CONSTRUCTION SPECIFICATIONS OF RCC MANHOLES All construction and installation shall be performed in through and workman like manner in accordance with approved standards and shall be subject to inspection and testing during construction and also final acceptance testing before take over by the BSNL.

12.1 BRIEF DESCRIPTION OF WORK

The work which shall be carried out as per Construction Specification contained in this section, involves construction of RCC manholes at site or prefabricated as instruction of site incharge.

12.1.1 Manholes

(a) Manholes and Joint Chambers will be provided at intervals of about 200 metres for cable blowing and also for access points. The chambers will normally be provided in the footpath. However if required the same has to be provided in the road. The walls will be built up of solid RCC blocks. The top will be covered with heavy duty removable RCC slabs. This type of Chamber will be used when manholes are provided in footpath b)

(b) RCC Chambers: Here the wall will be made by RCC cast at site. The roof will also be heavy duty RCC slab with two openings.

(c) The duct and manhole construction is to be proceeded and completed together in a particular stretch. Manhole concreting / construction can be achieved independent of the laying of duct.

(d) Manholes chambers for about 160×100×165 cmtr (internal dimension) shall be provided for the PLB pipes at an average interval of 200 metres or as instructed by the Site Engineer, while laying the PLB pipes. In a similar manner, manholes chamber may also be kept at the bends that the pipe line may take, approaches to the bridges, road crossings, etc., as instructed by the Site Engineer.

12.1.2 Specification for Reinforced Cement Concrete Manholes

a) Manhole/Joint chambers, due to constraints of the location, may have to be constructed on the road. The wall, roof and floor thickness will be 15 cm. The Manhole chamber with above said measurement should be constructed with solid RCC blocks having 15 cm thickness / or with prefabricated CC structure. The top of the manhole should be covered with prefabricated CC structure. The top of the manhole should be covered with RCC slabs. The RCC slabs so covered should be flush with the level of the adjacent ground, footpath etc., The drawing for manhole may be referred.

b) All jointing chambers / manholes shall be made water proof using water proofing compound. Necessary care shall be taken at construction joints to make the jointing chamber water proof. Whenever required, special water proofing treatment like gunting chemical water proofing treatment, cement based water proofing treatment, polythene sheet water proofing treatment etc., may be resorted as per direction of Engineer-in-charge.

c) The Manhole chamber with the said measurement should be constructed using reinforced cement concrete (RCC) casting. The tope of the manhole should be covered with 4 RCC slabs of size 15cm (thick) × 120cm (length) × 40 cm (width).

d) All chambers shall be provided with a sump of size 30 × 30 × 30 cm (depth) placed at center of manhole / hand hole.

e) After excavation, bottom of the pit shall be leveled and shall be free from stones and other objects and obstructions. Necessary space shall be prepared to accommodate sump. 75mm cement concrete 1:5:10 (1 cement: 5 coarse sand: 10 graded stone aggregate 40 mm nominal size) shall be laid in level as a base course. Over this 10 cm RCC with 1:1½:3 mix shall be laid with 6 mm rod and 10×10 cm grid.

f) Curing of concrete: After the concrete hardens, it shall be protected from quick drying with moist gunny bags, sand or any other materials approved by Site Engineer. The curing shall be done for a minimum period of 5 days or as determined by the Site Engineer.

P a g e | 34 Signature of Bidder

Page 35: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

g) Finishing chambers / pedestal: The internal faces of roof, walls and neck of chamber and exposed areas of pedestals shall be finished smooth with cement mortar 1:3 (1 cement: 3 coarse sand), finished smooth with a floating coat of neat cement.

h) Finishing of outer surface of chambers: Finishing of outer face of the chamber shall be done with 12 mm thick cement plaster 1:3 (1:Cement, 3:fine sand).

i) Finishing of floor of chambers: The floor of manhole / hand hole including sump shall be finished with 40 mm thick (av) cement concrete flooring by providing adequate slope.

j) Fixtures pulling-in-eyelet: It shall be secured to the reinforcement bar in the manhole floor and embedded in such way that a pulling force of 3 Tones can be withstood. An eyelet shall always be provided for each duct nest assembly and placed in the center line of the duct at the opposite corner or rear corner in the base of the manhole / handhole.

k) Holding bolts for pedestals: These shall be fixed during casting of pedestals. To maintain their position, templates shall be used after obtaining their approval from Engineer-in-charge. (Modified & Amended)

l) Covering plate for pedestal hole: The pedestal hole shall be covered with an SFRC cover plate 10mm thick carrying suitable holes to fit in the location of pedestal bolts. The pedestal plate shall be fixed in position with nuts of appropriate size and the number around the bolt shall be sealed with plaster of pares for easy retrieval of the nuts at the time of opening. (deleted)

m) Termination of ducts in the joint / manhole chambers: Concrete or mortar will not bond well with PLB duct forever. It is, therefore, advisable not to embed the PLB pipes directly into the manhole walls. For this purpose, a sand end of the pipe to be terminated using solvent cement. The surface is made rough by means of smooth file. Then a thin coat of solvent cement is applied all over about 15 minutes. When the wall is concreted the sand faced socket comes in contact with the concrete and therefore, a water tight sealing is obtained at the termination joint of manholes.

n) Vertical Racking: The arrangement for fixing channels can be done by providing and fixing holding bolts during concreting by providing and fixing stainless steel expander bolt assembly by drilling only. The expander bolt assembly shall be able to withstand a load of 500 Kg. The vertical racking shall be fixed with horizontal separation as specified by Engineer-in-charge. Arrangement or fixing horizontal racking to the vertical racking with welding or with nuts and bolts or both shall be done as per the direction of Engineer-in-charge. Galvanized vertical channels shall be made from MS Channel ISMC-75 as per drawing. For fixing racking suitable holes shall be made in web of the channel. To allow vertical fixing of cable bearers, holes shall be made at intervals in flanges (both sides). Tie bolts for fixing the racking shall be designed to withstand a load of 500 Kg. (Modified & amended)

o) Frame and cover assembly: The frame for the cover shall be fixed as per standard drawings. The top level of frame shall be flush with road level or footpath level as the case may be.

p) Loading : The manhole cover and frame shall be able to withstand heavy duty grade of loading conforming to relevant IS Code, square type and shall be galvanized according to ISO : 1460 R & R 1461 or IS 4736.

q) Manufacture: Manhole cover and frame shall be MS Galvanized. Channels for cover and frames shall be folded with MS Galvanized sheet as per direction of the Engineer-in-charge. The inner cover shall be filled with cement concrete 1:1:2 (1 Cement : 1 Coarse sand : 2 graded stone).

r) Key Holes And Key: Suitable keyholes or / and lifting arrangements shall be provided in manhole cover to facilitate proper handling. (Deleted)

s) Marking: Each manhole cover and frame shall have a permanent marking sunk cast on them providing following information. Year of manufacture. Figure of BSNL emblem.

t) Sump: It shall be located at center of manhole or at location decided by the Engineer-in-charge. The space shall be made in the floor so that sump cover properly rests on it and does not rock. Sump cover assembly shall be fixed on the sump chamber. It shall be flush the floor level. The sump shall be covered with galvanized G.I. Grating of size 330 × 330 mm (having weight not less than 10 Kg. each without frame) of standard pattern and as per direction of Engineer-in-charge.

P a g e | 35 Signature of Bidder

Page 36: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

12.2 STORES TO BE PROCURED BY THE CONTRACTOR All materials for use shall be new and duly tested as per approved standards and shall comply the material specifications. Where no specification is specified, it shall conform to BIS/ISI/CPWD standards. Construction of chambers (manhole) should be done as per the specification at places as instructed by the Site Engineer. The cost shall be paid at, with count on basic unit. In case dimensional variation is required due to site condition, the payment will be proportional to the volume of chamber.

The stores procured by the contractor will be tested for meeting standards prescribed and only such material which meets the standards will be accepted and allowed to be utilized. This does not absolve the contractor from his responsibility to replace and redo the work in case of failure of the construction during 1 year from date of completion of construction.

12.2.1 Specification for stone aggregates, coarse sand, fine sand (a) Stone aggregate: Stone aggregate to be used in the work shall be hard broken stone

and shall be conform to CPWD specification 1996 volume II. (b) Coarse Sand: Coarse sand to be used shall conform to CPWD specifications 1996,

Volume II. (c) Fine Sand: Fine sand for finishing to be used in the work shall conform to CPWD

specifications 1996 volume II.Note: Where only one variety of sand is available, the sand will be sieved for use in finishing work as directed by the Engineer-in-charge in order to obtain smooth surface and nothing extra will be paid on this account.

12.2.2 Testing of Material: To have the quality control on the material used for construction OF manhole; Contractor will prepare Cubes of a size as desired by site incharge using the same material which is used for construction of manhole. These cubes will be sent for testing by an authorized testing laboratory for verifying the quality of material.

12.3 FINAL INSPECTION (i) The Engineer-in-charge after his satisfactory preliminary inspection shall offer the works

for final inspection to the Acceptance Testing Unit (hereinafter called A/T Unit). (ii) The A/T unit and Site Engineer shall jointly inspect completed work and satisfy

themselves that the work has been completed and passed all the checks and test prescribed in Acceptance Testing Schedules.

(iii) After completion of final inspection, the acceptance-testing unit shall issue the completion and testing reports in prescribed proforma. The A/T, Completion Report shall be issued only after all the points have been attended to. The rport shall normally be released within 30 days from receipt of offer form the Site Engineer.

(iv) No work shall be treated as complete unitl acceptance testing and quality control checks are completed and found satisfactory.

(v) All the defects pointed out by the A/T unit or/and Engineer-in-charge shall be rectified and go re-tested by the contractor at his own cost before the work is treated as completed. The responsibility of non-clearing the defects and thus non-completion of work shall always rest with the contractor.

(vi) The rejection of the work shall be intimated to all concerned to ensure prompt action. (vii) All material, T&P, equipment labour and assistance required by Engineer-in-charge

and A/T Unit for preliminary testing or final A/T shall be provide by the contractor at his own cost.

12.4 SAFTEY PRECAUTIONS WHILE CONSTRUCTION OF MAHNOLE 12.4.1 GENERAL

Where a road or footpath is to be kept opened up in the course of work, special care shall be taken to see that proper protection is provided to prevent any accidents from occurring. Work shall be done in such a manner that it will not unduly inconvenience pedestrians or occupants of buildings or obstruct road traffic.

12.4.2 DANGER FROM FALLING MATERIAL Care shall be taken to see that apparatus, tools or other excavating implements are not left in a dangerous or insecure position as to fall or be knocked into the trench thereby injuring any workmen who may be working inside the trench.

P a g e | 36 Signature of Bidder

Page 37: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

12.4.3 DANGER OF CAVE-IN When working in deep trenches in loose soil, timbering up the side will prevent soil subsidence. The excavated material shall be kept far enough from the edge of the trench or pit. Vehicles or heavy equipment must not be permitted to approach too close to the construction site.

12.4.4 PRECAUTIONS WHILE WORKING ON ROADS 4 The flags and the lamps shall be placed in conspicuous position so as to indicate the

pedestrians and drivers of vehicles the full extent, i.e. both width and length of the obstruction. The distance between lamps or between floors shall not generally exceed 1.25 mtrs. along the width and 6 mtrs. along length of the obstruction in non-congested areas, but 4 metres along the length in congested areas. If the excavation is extensive, sufficient notices to give adequate warning of the danger, shall be displayed conspicuously not less than 1.25 mtrs. above the ground and close to the excavation.

5 Where any excavation is not clearly visible for a distance of 25 mtrs. to traffic approaching from any direction or any part of the carriage way of the road in which the excavation is not clearly visible for a distance of 25 mtrs. to traffic approaching from any direction or any part of the carriage way of the road in which the excavation exists, a warning notice shall be placed on the kerb or edge of all such roads from which the excavation is not visible. Such warning shall be placed at a distance of 25 mtrs. from the excavation or as near the distance as is practicable but not less than 10 mtrs. from the junction of an entering or intersecting road with in the road in which the excavation exists.

6 All warnings, in these cases shall have a red back ground and shall be clearly visible and legible. All warning lamps shall exhibit a red light, but white lights may be used in addition to facilitate working at night. Wherever required a passage for pedestrians with foot bridge shall be provided. At excavations tools and all materials likely to offer obstruction shall be properly folded round and protected.

7 While permission for manhole work shall be arranged as per clause 3, section VI and the manhole should be properly covered while no work is going on to avoid any accident. Contractor shall be solely responsible in case of laxity on his part.

8 Contractor shall provide the caution board of appropriate size at his own cost on all the sides of the manhole stating “Caution, BSNL manhole work is progress.”

12.4.5 DAMAGE TO UTILITIES The damage to the exposed utilities shall be contractor’s responsibility. Round the clock safety of utilities shall be sole responsibility of the contractor and the damage cost shall be deducted from the contractor. While constructing manholes the utilities should be properly accommodated in manholes.

12.4.6 TRAFFIC CONTROL The Police authorities are normally responsible for the control of traffic and may require the setting up of traffic controls to reduce the inconvenience occasioned by the establishment of a single line of traffic due to restriction in road width or any other form of obstruction caused by the work. As far as possible, such arrangements shall be settled in advance. If there are any specific regulations imposed by the local authorities, these shall be followed. For control of traffic if any liaison with local bodies/ Police is required it will be managed by the Contractor.

12.5 IMPORTANT INSTRUCTIONS FOR RCC MANHOLE

(a) The size of the RCC Manhole (L×B×H) External Dimension: 190 × 130 × 197.5cm Internal Dimension: 140 × 100 × 165 cm

(b) The size of the RCC MH Cover (L×B×H) 120×40×15 cm (c) The RCC MH Cover reinforcement & cement concrete Mixture 1:1:2 (1-Cement, 1-

Coarse Sand, 2-Graded stone of aggregate 2.5mm nominal size with 12mm reinforcement and 10×10 cm grid.

(d) The internal faces of roof/walls and neck of chamber and exposed Areas of Pedastals shall be finished smoother with cement mortar 1:3 (1-Cement : 3-Coarse Sand) finished smooth with a floating coat of neat cement.

(e) Finishing of outer face of the chamber shall be done with 12mm thick Cement plaster 1:3 (1-Cement: 3-Fine sand).

P a g e | 37 Signature of Bidder

Page 38: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

(f) The floors of Manhole including sump shall be finished with 40mm Thick (av.) cement concrete flooring by providing adequate slope.

(g) Sump shall be covered with Galvanized GI Grating of size 330/330mm (having weight not less than 10Kg each without frame).

Amendment to Construction of R.C.C. Manhole Following amendments have been made :-

1. Regarding Vertical Racking arrangement Vertical Racking arrangement has been changed. Ladder in minimum three steps may be provided for going inside & coming outside from the manhole using 12mm dia M.S. rod on smaller size of walls and on opposite side and fixing it in RCC (as per drawing given). End to end runway should be provided having 20 Cm. widths along 140 Cm. wall sides at a height of 40Cm. from the bottom (as per drawing).

2. Cover Lifting arrangement Cover lifting arrangement has been changed. Now it may be as per drawing given. 16mm did rod of 40Cm. in U shape at existing positions and a bowl of cast iron of 10cm. dia is to be provided so that the cover may be lifted easily.

3. Reinforcement of rods should be extended up to collars. 4. Black paint with primer is to be done on channel and angle iron members of manholes.

P a g e | 38 Signature of Bidder

Page 39: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

P a g e | 39 Signature of Bidder

Page 40: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

P a g e | 40 Signature of Bidder

Page 41: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

P a g e | 41 Signature of Bidder

Page 42: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

P a g e | 42 Signature of Bidder

Page 43: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

P a g e | 43 Signature of Bidder

Page 44: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

P a g e | 44 Signature of Bidder

Page 45: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

150 mm GI pipe to be provided in three sides or more Pipes may be provided as per site requirements P a g e | 45 Signature of Bidder

Page 46: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

P a g e | 46 Signature of Bidder

Page 47: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

SECTION-3 Part C

SCHEDULE OF REQUIREMENTS (SOR)

The details of works to be carried out and quantity are as per Price Schedule (Section-9 Part B )

P a g e | 47 Signature of Bidder

Page 48: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

SECTION-4 Part A GENERAL INSTRUCTION TO BIDDERS (GIB)

1. DEFINITIONS (a) BSNL authority: The BSNL authority means the Bharat Sanchar Nigam limited, which

invites the tenders on behalf of the All references of: CMD BSNL Chief General Manager Principal General Manager General Manager Addl. General Manager /Deputy General Manager / Area Manager / Director / Telecom District. Manager/Director (Mtce.) Divisional Engineer /Divisional Engineer (Mtce.) Sub Divisional Engineer Junior Telecom Officer Chief Accounts Officer Accounts Officer Assistant Accounts Officer Junior Accounts Officer (Including other officers in the BSNL, whatever designations assigned to them from time to time, who may be the in-change of direction, supervision, testing, acceptance and maintenance including their successor(s) in the office appearing in various clauses, shall be taken to mean the BSNL.)

(b) I) The Addl. GMM NTR Jaipur means the Head of Telecom NTR MAINTENANCE AREA, RAJASTHAN and his successors.

(c) I) The Jurisdiction of the Addl. GMM NTR Jaipur means the total area of Rajasthan . (d) Representative of the Addl. GMM NTR Jaipur : Representative of the Addl. GMM NTR Jaipur means Officer and staff for the time being deputed by the Addl. GMM NTR Jaipur for inspecting or supervising the work or testing etc. (e) Engineer– in-charge: The Engineer–in-charge means the Engineering Officer nominated by

the BSNL to supervise the work, under the contract (Minimum) Divisional Engineer level Officer.

(f) Site Engineer: Site Engineer shall mean an SDE of the BSNL who may be placed by the Addl. GMM NTR Jaipur as in- Charge of the work at site at any particular period of time.

(g) A/T Unit :A/T Unit shall be mean Acceptance and Testing unit of the BSNL. (h) A/T Officer : An officer authorized to conduct A/T. (i) Contract :The term contract means, the documents forming the tender and acceptance

there of and the format agreement executed between the competent authority on behalf of the President of India and the contractor, together with the documents referred to therein including these conditions, the specifications, designs, drawings and instructions issued from time to time, by the engineer in-charge and all these documents taken together shall be deemed to form one contract and shall be complementary to one another. In the contract, the following expressions shall, unless the context otherwise requires, have the meanings, hereby respectively assigned to them. The expression works or work shall unless there be something either in the subject or context repugnant to such constructions, be construed and 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.

(j) Contractor: The contractor shall mean the individual, firm or company, enlisted withBSNL in

accordance with procedure for enlistment of contractor, whether incorporated or not, undertaking the works and 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.

(k) Works: The expression “works” shall unless there be something either in the subject or context repugnant to such construction be construct and 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.

P a g e | 48 Signature of Bidder

Page 49: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

(l) Schedule(s):Schedule (s) referred to in these conditions shall mean the relevant

schedule(s) or the standard schedule of rates mentioned in the document. (m) Site: The site shall mean the land/ or other places on, into or through which work is to be

executed under the contract or any adjacent land, path or street through which, the work is to be executed under the contract or any adjacent land, or street which may be allotted or used for the purpose of carrying out the contract.

(n) Normal time or stipulated time:Normal time or stipulated time means time specified in the work order to complete the work.

(o) Extension of Time: Extension of Time means the time granted by the BSNL to complete the work beyond the normal time or stipulated time.

(p) Date of commencement of Work: Date of Commencement of Work means the date of actual commencement of work or 7

th day from the date of issue of work order, whichever is

earlier. (q) Due date of completion: Due date of completion shall be the date by which the work shall

be completed at site including clearance of site. (i)The time of completion will be on the basis of formula given below:

1 4(four) weeks time will be provisioned for ROW/permissions and organizing initial setup to start the work.

2 Apart from above, the time of completion of work would be calculated on the basis of 1(one) Km per 1 week , to be rounded off .

ii) Right of Way (ROW) is to be obtained by the contractor from the concerned Road/ Forest/ Civic authorities etc, including permission for working form Police/ District/ Civic authorities. For this, the contractor shall have to coordinate with various authorities on behalf of BSNL. No separate rates will be applicable for getting permission. However, the payment of ROW/ Permission charges for reinstatement to the Government agencies concerned will be made by BSNL.The time of completion will be on the basis of formula given below:

3 4(four) weeks time will be provisioned for ROW/permissions and organizing initial setup to start the work.

4 Apart from above, the time of completion of work would be calculated on the basis of 1(one) Km per 1week , to be rounded off

(r) Excepted risk: Excepted risk are risks due to 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 earthquake, lightening and unprecedented floods and other causes over which, the contractor has no control and the same having been accepted as such, by the Accepting Authority or causes solely due to use or occupation by the BSNL of the part of the work, in respect of which a certificate of completion has been issued.

2. ELIGIBILITY OF BIDDERS

Refer to Clause 4 of Section-1 i.e. Detailed NIT.

P a g e | 49 Signature of Bidder

Page 50: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

(B) THE BID DOCUMENTS

3. BID DOCUMENTS

3.1. The construction work to be carried out, goods required, bidding procedures and contract terms are prescribed in the Bid Documents. The Bid Documents include:

3.1.1. Qualifying Bid: 3.1.1.1. Notice Inviting Tender. 3.1.1.2. Bid Form 3.1.1.3. Tenderer’s Profile. 3.1.1.4. Instruction to Bidders. 3.1.1.5. General (Commercial) Conditions of the Contract. 3.1.1.6. Special Conditions of Contract. 3.1.1.7. Scope of Work and jurisdiction of the contract. 3.1.1.8. OF Cable Construction Specifications 3.1.1.9. Material Security Bond Form. 3.1.1.10. Agreement (Sample) 3.1.1.11. Letter of Authorization for Attending Bid Opening. 3.1.1.12. List of Documents to be submitted along with the Qualifying Bid 3.1.1.13. Rates of Empty Cable Drums.

3.1.2. Financial Bid

3.1.2.1. Schedule of rates – for construction 3.2. The Bidder is expected to examine all instructions, forms, terms and specifications in the

Bid documents. Failure to furnish all information required as per the Bid Documents or submission of bids not substantially responsive to the Bid Documents in every respect will be at the bidder’s risk and shall result in rejection of the Bid.

4. QUERIES ON BID DOCUMENTS

4.1 A prospective bidder, requiring any clarification of the Bid Documents shall notify the BSNL in writing or by fax or by Email at the BSNL’s mailing address indicated in the invitation for Bids.

The BSNL shall respond in writing to any request for clarification of the Bid Documents, which it receives not later than 07 days prior to the date of opening of tender. Copies of the query (without identifying the source) and the clarifications by the BSNL shall be made available on the websitewww.bsnl.co.in, www.ntr.bsnl.co.in and/or www.tenderwizard.com/BSNL& also will be sent to all the prospective bidders who have purchased the bid documents.

4.2 Any clarification issued by BSNL in response to query raised by prospective bidders shall form an integral part of bid documents and shall amount to an amendment of the relevant clauses of the bid documents.

5. AMENDMENT OF BID DOCUMENTS

5.1 At any time, prior to the date for submission of bids, the BSNL may, for any reason whether suo motto or in response to a clarification requested by a prospective Bidder, modify the bid documents by amendments.

5.2 The amendments shall be notified,in writing by FAX or by Email or by Addendum through e-tendering portal (for tenders invited through e-tendering process), to all prospective bidders on the address intimated at the time of purchase of bid document from the BSNL and these amendments will be binding on them. The amendments by the BSNL shall be made available on the websitewww.bsnl.co.in or www.ntr.bsnl.co.inand/orwww.tenderwizard.com/BSNL also.

5.3 In order to afford prospective bidders a reasonable time to take the amendments into account in preparing their bids, BSNL may, at its discretion, extend the deadline for the submission of bids suitably.

P a g e | 50 Signature of Bidder

Page 51: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

(C)PREPARATION OF BIDS

6 COST OF BIDDING

The bidder shall bear all costs associated with the preparation and submission of the bid. The BSNL, will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

7. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATIONS

The bidder shall furnish following documents as part of his bid, establishing the bidder’s eligibility (wherever applicable)Any bid not accompanying the below mentioned documents/deposits, will liable to be rejected. 7.1. Bid Security in accordance to Clause 8 7.2. The self-attested/Digitally signed copy of Current MSE certificate, issued by the MSME bodies(

MSE units registered with District Industries centers or Khadi & Village Industries Commission or Khadi & Village Industries Board or Coir Board or National Small Industries Corporation(NSIC) or Directorate of Handicrafts & Handloom or any other body specified by Ministry of Micro, Small & Medium Enterprise)as per Section-1 Part-A. (If applicable)

7.3. Tender document(s), in original, duly filled in and signed by tenderer or his authorized representative along with seal on each page. All corrections and overwriting must be initialed with date by the tenderer or his authorized representative.(digitally signed in case of e-tender)

7.4. The self-attested/Digitally signed copy of required experience certificate issued by the competent authority. (As per NIT)

7.5. The self-attested/Digitally signed copy of PAN Card. 7.6. The self-attested/Digitally signed copy of (a) the registration of the firm and

Authenticated copy of partnership deed in the office of Registrar of firms in case of partnership firm or (b) Articles of Associations duly registered with Registrar of Company affairs, in case of Limited/Pvt. Limited company or (c) Proprietor certificate from the proprietor of the firm on Non Judicial stamp paper of appropriate value as applicable attested by the Notary public that he is the sole proprietor of the firm, in case of proprietary Firm.

7.7. Bid Form, duly filled in and signed, as per Section-9 of the tender document. 7.8. Tenderer’s profile duly filled in and signed, as per Section-8 of the tender document. 7.9. Power of Attorney as per clause 11.3 (a),(d) & (e)and authorization for executing the

power of attorney as per clause 11.3 (b) or (c). 7.10. The self-attested/Digitally signed copy of valid Service Tax Registration Certificate in

favour of firm. 7.11. The bidder should own HDD machine in his/her name/in the name of the firm or should

have HDD machine on lease (wherever applicable as per NIT). The machine should be able to bore up to 200 Meters in single stretch.

(a) For ownership of HDD machine, the contractor should submit self attested/Digitally signed copy of the commercial invoice of the Machine containing following details: Make of HDD machine, its capacity and Serial No.

(b) Those having HDD machine on lease should enclose a self-attested/Digitally signed copy of lease deed of the machine with copy of the commercial invoice of the Machine. The Lease of HDD Machine Should not be older than four months and should be valid for at l eight months from the date of NIT.

7.12. The self-attested/Digitally signed photo copy of address proof with email address. 7.13. List of qualified experienced personnel, who are working for the

Tenderer, who will be deployed for the work. P a g e | 51 Signature of Bidder

Page 52: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

7.14. The self-attested/Digitally signed copy of valid EPF & ESI Registration Certificate in

favour of firm.(Wherever applicable) 7.15. Regarding turn over, the Bidder should submit the self-attested/Digitally signed copies

of IT Return &self-certified balance sheets (As per NIT). 7.16. The self-attested/Digitally signed copy of commercial Invoice of stone breaker in case

of ownership or self-attested copy of lease deed in case of leased stone breaker along with an undertaking for the experience of work in hilly /rocky soil. (Wherever applicable as per NIT).

Note: - All the documents should be serially numbered and properly tied/punched with each other. These documents should be indexed properly. Any document submitted loose, will liable to be rejected.

8. BID SECURITY

8.1. The bidder shall furnish, as part of his bid, a bid security (EMD) for an amount as indicated in Section-1 (DNIT). No interest shall be paid by the BSNL on the bid security for any period what so ever.

8.2. The bid security is required to protect the BSNL against the risk of bidders conduct, which would warrant the security’s forfeiture, pursuant to Para 8.8.

8.3. The Bid Security shall be paid in the form of crossed Demand Draft/ BC issued by a Nationalized/ Scheduled Bank, drawn in favour of Accounts Officer (Cash), BSNL, O/o Dy.G.M.M NTR Jaipur payable at Jaipur .

8.4 The bidders in the category of Micro and Small Enterprises (MSEs) who are registered with MSME bodies. are exempted from payment of bid security. A proof regarding current Registration with MSME bodies for the tendered items will have to be attached along with the bid.

8.5 A bid not secured in accordance with para 8.1 & 8.3 shall be rejected by the BSNL being non-responsive at the bid opening stage and archived unopened on e-tender portal for e-tenders and returned to the bidders unopened (for manual bidding process).

8.6 The bid security of the unsuccessful bidder will be refunded as promptly as possible,but not later than 30 days after the expiry of the period of bid validity prescribed by the BSNL.

8.7 The successful bidder’s bid security will compulsorily be converted to part Performance security deposit in accordance with Clause-5 Section 5 Part A.

8.8 The bid security shall be forfeited; 8.8.1 If a bidder withdraws his bid during the period of bid validity specified in the bid

document or 8.8.2 If the bidder makes any modifications in the terms and conditions of the tender

before his acceptance of the letter of intent, which are not acceptable to the BSNL or

8.8.3 In case of a successful bidder, if the bidder fails (i) to sign the agreement in accordance with clause-26. (ii) to furnish Material Security in accordance with clause 5(ii) section 5 Part A

8.8.4 In case a bidder submitted fake/false/forge document. 8.8.5 Or any other default whose complete list is enclosed in Appendix-1 of this

Section. P a g e | 52 Signature of Bidder

Page 53: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

9. BID PRICES 9.1. The bidder shall give the total composite price inclusive of all levies and taxes, packing,

forwarding, freight and insurance in case of materials to be supplied and inclusive of all taxes and levies except Service Tax, which will be paid extra as applicable in case of works to be executed. The contractor shall be responsible for transporting the materials, to be supplied by the BSNL (At the distinct Telecom Projects Store) or otherwise to execute the work under the contract, to site at his/their own cost. The costs of transportation are subsumed in the standard Schedule Rates and therefore no separate charges are payable on this account. The offer shall be firm in Indian Rupees. Service Tax shall be paid extra as per prescribed rate of Govt. of India time to time.

9.2. Prices shall be quoted by the bidder as percentage below/above/at par the schedule of rates given in schedule of rates (Financial Bid). Prices quoted at any other place shall not be considered.

9.3. The price quoted by the bidder shall remain fixed during the entire period of contract and shall not be subject to variation on any account. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected.

9.4. Discount, if any, offered by the bidders shall not be considered unless they are specifically indicated in the schedule of rates (financial Bid). Bidders desiring to offer discount shall therefore modify their offers suitably while quoting and shall quote clearly net price taking all such factors like Discount, free supply, etc. in to account.

9.5. Before quoting the rate, the contractor is advised to do physical survey of the route to ensure actual strata and probable hindrance and difficulties encountered during execution of the work.

10 PERIOD OF VALIDITY OF BIDS

10.1. Bid shall remain valid for period specified in Clause-2 Section-2 (Tender Information). A bid valid for a shorter period shall be rejected by the BSNL being non- responsive.

10.2. The BSNL reserves the right to request the lowest 3 bidders as per read out list on the opening day to extend the bid validity for a period of further 120 days and the bidder has to necessarily extend the bid validity. Refusal to extend the bid validity will result in forfeiture of the bid security. A bidder accepting the request and extending the bid validity will not be permitted to modify his bid.

11. SIGNING OF BID

11.1 The bidder shall submit his bid, online (In case of e-tender) & through sealed envelopes physically (In case of tenders with manual bidding process), complying all eligibility conditions, other terms and conditions of tender document to be read along with the clarifications and amendments issued in this respect. All the documents must be authenticated, by hand signature on each and every page/digitally signed by bidder/ authorized person. The letter of authorization shall be indicated by written power-of-attorney accompanying the bid. Note: The tenderer is advised to keep a photocopy (at his own cost) of the bid documents for his own reference.

11.2 The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the bidder in which case such corrections shall be signed by the person or persons signing the bid. All pages of the original bid, except for un-amended printed literatures shall be signed digitally (In case of e-tender)/ manually with date by the person or persons signing the bid.

11.3 Power of Attorney: (a) The power of attorney in original, in case, person other than the sole proprietor/

authorized signatory has signed the tender document, shall be on a non-judicial stamp paper of appropriate value as applicable in case same has been executed in between blood relations and in other cases, it should be on a non–judicial stamp paper of appropriate value as applicable and should be attested by the Notary Public or same should be registered before the sub registrar.

(b) The power of Attorney is executed by a person who has been authorized by the Board of Directors of the bidder in this regard, on behalf of the company/ institution/ Body corporate.

P a g e | 53 Signature of Bidder

Page 54: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

(c) In case of the bidder being a partnership firm, the said Power of Attorney should be executed by all the partner(s) in favour of the said Attorney.

(d) Attestation of the specimen signature of such authorized signatory of the bid by the Company’s/Firm’s bankers shall be furnished. Name, designation, phone number, mobile number, email address and postal address of the authorized signatory shall be provided.

(e) In case the representative of bidder company, who uploads the documents on e-tender portal using his Digital Signature Certificate (DSC), is different from the authorized signatory for the bid (Power of attorney holder) then the representative who uploads the documents on e-tender portal using DSC issued in his name shall also be made as one of the power of attorney holder by the bidder company, on a non-judicial stamp paper having value as mentioned in para(a) , in addition to the authorized signatory for the bid.

(D) SUBMISSION OF BID

12. METHOD OF PREPARATION OF BID 12.1 Bid for each tender should be submitted in two envelopes placed inside a main cover.

These envelopes should contain the following:

Marked Contents of Envelops

Envelops on the Cover

DOCUMENT COST FOR DOWN LOADED DOCUMENT FROM

First Qualifying Bid WEB

Bid Security as per Clause 8.

Qualifying bid documents along with documents

required as per Clause 7

Second Financial Bid Rates duly quoted by the tenderer in the prescribed

format.

On all these envelopes, the names of the firm and whether “Qualifying “ OR “Financial” bid must be clearly mentioned and should be properly sealed (with sealing wax/ Packing PVC tape). These envelopes are to be placed inside an outer envelope and properly sealed (with sealing wax/Packing PVC tape). The tenders who are not submitted in above-mentioned manner shall be summarily rejected.

12.2. All envelopes (Two inner & one outer ) must bear the following : E-Tender for OFC Protection / Patch Works & Rate Running Contract for OF cable laying works Under Addl. GMM NTR Jaipur

“NOT TO OPEN BEFORE (DUE DATE OF TENDER) (Tender no.________________________________________________) (Full

Address of the tendering Authority) 12.3 The address of the tendering authority shall be:

Additional GMM (NTR) 2

nd floor, Amenity Block, PGMTD Compound,

M.I.Road, Jaipur-302001. 12.4 The tenderers will be bound by all terms, conditions & specifications as detailed inthe tender

documents. 12.5 Any tender with conditions other than those specified in the tender document is liable to be

summarily rejected. No modification by the contractor in any of the conditions will be permitted after the tender is opened.

12.6 Being e-tender:- Bid cost (i.e. Tender Fee), Bid Security (i.e. EMD), Power of Attorney as per clause 11.3 and documents which could not be uploaded electronically (if applicable) – All in original have to be submitted before 13.30 Hrs of the day of e-bid opening. The same may be

P a g e | 54 Signature of Bidder

Page 55: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

sent through courier or in person. The scanned copies of the Bank Guarantee and DD have to be attached in the e-portal i.e. www.tenderwizard.com/BSNL. Technical Bid: Scanned copies/digitally signed of the required documents as per clause 2 &7 have to be uploaded on the e -tendering website i.e. www.tenderwizard.com/BSNL. Financial Bid (Price Schedule): Financial e- bid containing the Price schedule in the excel format has to be filled carefully in the FINANCIAL BID e-portal i.e. www.tenderwizard.com/BSNL. Manual submission of bid shall not be considered in case of e-tender.

12.7 Venue of Tender Opening: Tender will be opened in the SDE (Tech.) O/o Addl.G.M.M.NTR 2nd Floor, Amenity Block, PGMTD Compound, M.I.Road, Jaipur-302001 on due date and time as stated in NIT through e-tendering mode/ Manual bidding process only. If due to administrative reason, the venue of bid opening is changed, it will be displayed prominently on Notice Board in O/o DGM TP, 4

th Floor, Amenity Block, PGMTD Compound, M.I. Road, Jaipur-302001.

13.0 SUBMISSION OF BIDS 13.1 Bids must be submitted by the bidders physically (in case of manual bidding process) or

through e-tendering mode as stated in clause-12.6 (in case of e-tender) on or before the specified date & time as stated in DNIT. In case of manual tenders, tender should be dropped in person in the tender box placed in the office of SDE (Tech.) O/o Addl.G.M.M.NTR 2nd Floor, Amenity Block, PGMTD Compound, M.I.Road, Jaipur-302001 before the closing (date & time) of tender, as mentioned in NIT or sent by registered post to above mentioned address. The responsibility for ensuring that the tenders are delivered in time would vest with the bidder. The BSNL shall not be held responsible for delivery of bid to the wrong address. The slit of the tender box will be sealed immediately after the specified time for receipt of tender. Any tender presented in person after the sealing of box will not be received by (the tendering authority) or by any of the subordinates or will not be allowed to be deposited in the tender box.)

13.2 Postponement of Tender opening: Whenever it is considered necessary to postpone the opening date of tender, the decision will be communicated to the tenderers who have purchased the tender documents before opening of the tender. The reasons for postponing the tender along with next date of opening shall be recorded in writing and such notice of extension of date of opening shall also be put up on the notice board and also on the website www.bsnl.co.in, or www.ntr.bsnl.co.in and/or www.tenderwizard.com/BSNL(in case of e-tender). If the date of opening of bids is declared as holiday, the bids will be opened on the next working date at the same time and venue.

13.3 The BSNL if subsequently declares date fixed for opening of bids as holiday, the revised schedule will be notified. However, in absence of such notification the bids will be opened on next working day, time and venue remaining unaltered.

14. LATE BIDS

Tenders will not be accepted either online by E-tender Portal or physically in case of manual bidding process after the specified time of closing of the tender and the same shall be rejected and returned unopened to the bidder. It is the sole responsibility of the tenderer that he should ensure timely submission of tender.

15. MODIFICATIONS AND WITHDRAWL OF BIDS 15.1. The bidder may modify, revise or withdraw his bid after submission and before opening,

provided that the intimation is deposited by the bidder in a properly sealed envelope (with Wax/Packing PVC tape) in the tender box, before the scheduled time & date for closing of tender.

15.2. Subject to clause-17, No bid shall be modified subsequent to the deadline for submission of bids.

15.3. The bidder’s modification, revision or withdrawal shall have to be online and digitally authenticated (in case of e-tendering) & physically (in case of manual bidding process) as per clause-12.

P a g e | 55 Signature of Bidder

Page 56: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

(E) BID OPENING AND EVALUATION 16. OPENING OF BIDS BY THE BSNL 16.1 The BSNL shall open the bids online (in case of e-tender) or physically (in case of manual

bidding process) in the presence of bidders or his authorized representatives online (in case of e-tender) or physically present (in case of e-tender as well as manual bidding process) who choose to attend, at the time mentioned in clause-7 Section-1(DNIT) on due date. The bidder’s representatives, who are present, shall sign an attendance register. The bidder shall submit authority letter to this effect before they are allowed to participate in the bid opening. (A format is given in Section-7C)

16.2 A maximum of two (2) representatives for any bidder shall be authorized and permitted to attend the bid opening.

16.3 The Bids shall be opened in the following manner : 16.3.1 The bid opening committee shall count the number of bids and assign serial

numbers to the bids. For example, if 10 tenders have been received the bids shall be numbered as 1 of 10, 2 of 10 S. etc. All the members shall initial on the outer envelopes of all the bids with date.

16.3.2 The envelopes containing the tender offer and not properly sealed, as required vide Para 12.1 shall not be opened and shall be rejected outright. Closing the cover with gum will not be treated as sealed cover. The reasons for not opening such bidder offers shall be recorded on the face of the envelope and all the members of the opening committee shall initial with date.

16.3.3 First the outer envelope containing the two envelopes is opened. The bid opening committee shall initial on all envelopes with date.

16.3.4 Among these envelopes, the envelope marked “QUALIFYING BID” shall be opened first and examined.

16.3.5 The bidders who have submitted tender document cost for the downloaded tender document from web & proper bid security as per tender document, their “QUALIFYING BID” shall be considered and papers/documents submitted by the bidder shall be examined and recorded by the TOC. After opening the qualifying bid, all the documents contained therein shall be serially numbered and signed by the bid opening committee members.

16.4. Financial Bid shall be opened in the following manner : 16.4.1 The financial bid will not be opened on the date of opening of qualifying bid.

The financial bids will be sealed and handed over to SDE (Tech.) NTR Jaipur for retention. There after TEC will evaluate the qualifying bids and the report of TEC will be approved by the competent authority. The financial bids of those bidders, who are approved to be techno-commercially compliant by the competent authority, will be opened by the TOC in front of techno-commercially eligible bidders/ authorized representatives by sending them a suitable notice.

16.4.2 After opening the “Financial Bid”, the bidder’s name, bid prices, modifications, bid withdrawals and such other details as the BSNL, at its discretion, may consider appropriate, will be announced at the opening.

16.4.3 In case there is discrepancy in figures and words in the quote, the same shall be announced in the bid opening, but the quote in words shall prevail.

17.1 VERIFICATION OF BIDS BY THE BSNL 17.2 To assist in examination, evaluation and comparison of bids, the BSNL may at discretion

ask the bidder for clarification of its bid. The request for its clarification and response shall be in writing. However, no post bid clarification at the initiative of the Bidder shall be entertained.

17.3 If any of the documents, required to be submitted along with the technical bid is found wanting, the offer is liable to be rejected at that stage. However the BSNL at its discretion may call for any clarification regarding the document within a stipulated time period. In case of non-compliance to such queries, the bid will be out rightly rejected without entertaining further correspondence in this regard.

18. PRELIMINARY EVALUATION 18.1 BSNL shall evaluate the bids to determine whether they are complete, whether any

computational errors have been made, whether required sureties have been furnished, P a g e | 56 Signature of Bidder

Page 57: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

whether the documents have been properly signed and whether the bids are generally in order.

18.2 If there is discrepancy between words and figures, the amount in words shall prevail, if the Contractor does not accept the correction of the errors, his bid shall be rejected.

18.3 Prior to the detailed evaluation, pursuant to clause 22, the BSNL will determine the substantial responsiveness of each bid to the bid document. For purpose of these clauses a substantially responsive bid is one which conforms to all the terms and conditions of the bid documents without deviations. The BSNL’s determination of bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.

18.4 A bid, determined as substantially non responsive will be rejected by the BSNL and shall not subsequent to the bid opening be made responsive by the bidder by correction of the non-conformity.

18.5 The BSNL may waive any minor infirmity or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of the bidder.

19.0 EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS 19.1 The BSNL shall evaluate in detail and compare the bids previously determined to be

substantially responsive pursuant to clause 18. 19.2 The evaluation and comparison of responsive bids shall be on the percentage deviation

(above/below/at par) offered and indicated in schedule of rates of the bid documents.

20.0 CONTACTING THE BSNL Subject to Clause-17, no bidder shall try to influence the BSNL on any matter relating to its bid, from the time of bid opening till the time the contract is awarded. Any effort by the bidder to modify his bid or influence the BSNL in the BSNL’s bid evaluation, bid comparison or the contract award decisions shall result in the rejection of the bid

21 AWARD OF CONTRACT 21.1 The BSNL shall consider award of contract only to those eligible bidders whose offers have

been found technically, commercially and financially acceptable. 21.2 The work against the OFC Protection / Patch Works & Rate Running Contract

worksis for one year’s requirement and the terms and conditions of this tender shall be operative during the Agreement period from the date of signing of agreement between the department of BSNL and contractor. But the agreement may be further extended for suitable period for completion of the balance work on same rate, terms & conditions with the consent of contractor.

22. BSNL’s RIGHT TO VARY QUANTUM OF WORK 22.1 The BSNL at the time of award of work under the contract, reserves the right to decrease or

increase the work by up to 25% of the total quantum of work specified in the schedule of requirements/approved tender cost without any change in the rates or other terms and conditions.

22.2 Successful Bidder may be asked to carry out up to 25% of the estimated work at any SSA location/site under the jurisdiction of the Addl.GMM NTR Jaipur at the approved rates with mutual consent.

23. BSNL RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS

The BSNL reserves the right to accept or reject any bid and to annul the bidding process and reject all bids, at any time prior to award of contract without assigning any reasons what-so-ever and without thereby incurring any liability to the affected bidder or bidders on the grounds for the BSNL’s action.

24. ISSUE OF LETTER OF INTENT 24.1 The issue of letter of intent shall constitute the intention of the BSNL to enter in to the contract

with the bidder. Letter of intent will be the issued as offer to the successful bidder. P a g e | 57 Signature of Bidder

Page 58: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

24.2 The bidder shall within 10 days of issue of letter of intent, give his acceptance along with the performance securityand material security in conformity with the clause5 Section-5 Part A.

25. SIGNING OF AGREEMENT 25.1 The signing of agreement shall constitute the award of contract on the bidder. The agreement

with the successful bidder shall be signed by the BSNL within 7 days of acceptance of LOI. 25.2 As soon as the tender is approved by the competent authority, the Bid Security deposited by

the successful bidder shall be compulsorily converted in to the Performance security deposit, which will be held by the BSNL till the completion of warranty period.

26 ANNULMENT OF AWARD:

Failure of the successful bidder to comply with the requirement of clause 25 shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security, in which event; the BSNL may make the award to any other bidder at the discretion of the BSNL or call for new bids.

27. VERIFICATION OF DOCUMENTS AND CERTIFICATES

The bidder will ensure that all the documents and certificates, including experience/ performance and self certificates submitted by him are correct and genuine before enclosing them in the bid. The onus of proving genuineness of the submitted documents would rest with the bidder. If any document/ paper/ certificate submitted by the participant bidder is found / discovered to be false / fabricated / tempered / manipulated either during bid evaluation or during award of contract or thereafter, then the Purchaser will take action as per Clause-1 of Appendix-1 of this section. Note for Tender opening Committee: At the time of tender opening, the TOC will check/ verify that the documents conforming to eligibility part are submitted by the participant bidder duly authenticated by the authorized signatory to obviate any possibility of doubt and dispute and maintain veracity of the documents / papers/ certificates. The documents/ papers to be submitted in respective bid part have been explicitly stated in clause- 7 of Section-4 Part A. This opened bid part which is already signed by the authorized representative of the bidder company during bid submission will be signed by the tender opening committee on hard copy and preserve it along with the bids received online in case of e-tendering. These papers will be treated as authentic one, in case of any dispute.

28. CANCELLATION OF WORK

If a Contractor fails to start the work or complete the work in stipulated time, then his tender will be straightaway rejected and the work will be got done from any approved contractor at the risk and cost of the defaulted contractor.

29. ACTION BY BSNL AGAINST BIDDER(S) IN CASE OF DEFAULTS

In case of defaults by bidder(s) whose complete list is enclosed in Appendix-1, BSNL will take action as specified in Appendix-1 of this section.

P a g e | 58 Signature of Bidder

Page 59: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

SECTION-4 Part B SPECIAL INSTRUCTIONS TO BIDDERS

SELECTION CRITERIA(Distribution of Quantity) (i) In case L-1 Bidders are more than one, the bidder having total maximum turn over

during required three financial years not older than year 2013-14, will be given priority. (ii) The Purchaser(BSNL) intends to limit the number of technically and commercially

responsive SS..(N) bidders from the list of such bidders arranged in increasing order of their evaluated prices starting from the lowest for the purpose of ordering against this tender. The distribution of the quantity shall be as given in Table 1 below.

Table 1(A) (Without provisions for MSE Units)

No. of Bidders Quantity allotted to the respective bidder (Col. 2)

to be approved

L1 L2 L3 L4 L5 and so on

(Col. 1)

One bidder 100% Nil Nil Nil Nil

Table 1(B) (With provisions for MSE Units) No. of Bidders Quantity allotted to the respective bidder (Col. Qty earmarked to be 2) for MSE bidder(s) approved L1 L2 L3 L4 L5 and so on (Col. 3) (Col. 1) One bidder 80% Nil Nil Nil Nil 20 %

Note-1: 20 % of the Estimated Quantity /requirement in any tender is earmarked to be

procured from MSEs provided their quoted price is within the band of L1+15%. The work/supply shall be allotted at the approved price of L-1 bidder. Out of this quantity, a sub target of 4% is earmarked to be procured from SC/ST owned eligible MSEs. In case of non availability of SC/ST owned MSEs, this 4% quantity shall be offered to other MSEs.

Note-2: If no eligible MSE bidders are available then aforesaid earmarked 20%

quantity shall be de-reserved & the allotted quantity for other general bidders will be restored to 100% and distribution shall be as per Table -1(A) above.

Note-3: If L-1 happens to be MSE bidder then 100% tendered quantity will be

allotted to L-1 MSE bidder. Note-4: In case, L-1 is not the MSE bidder, then the whole 20% reserved quantity

shall be allotted to the MSE bidder who has quoted the lowest price within the band of L1+15% and if he gives consent to execute the work at the approved price of L-1 bidder.

Note -5: The distribution of work will be in continuity from one side such that the L-1

bidder will be awarded work from beginning location of work/section as per NIT.

P a g e | 59 Signature of Bidder

Page 60: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

SECTION-4 Part C E-TENDERING INSTRUCTIONS TO BIDDER

General: These Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, as enclosed in Sec 4 Part A of the Tender Documents. Submission of Bids only through online process is mandatory for this Tender. For conducting electronic tendering, NTR Circle of BSNL is using the portal (https://www.tenderwizard.com/BSNL of M/s ITI Ltd, a Government of India Undertaking. 1.0 Tender Bidding Methodology: Sealed Bid System: Single Stages – Using Two Envelopes. In case of two envelope system Financial & Techno-commercial (Qualifying) bids shall be submitted by the bidder at the same time. 2.0 Broad outline of activities from Bidders prospective:

(i) Procure a Digital Signing Certificate (DSC). (ii) Register on tenderwizard portal. (iii) View Notice Inviting Tender (NIT) on tenderwizard portal. (iv) Download official copy of Tender Documents from tenderwizard portal. (v) Bid-Submission on tenderwizard portal. (vi) Attend Public Online Tender Opening Event (TOE) on tenderwizard portal (vii) Opening of Financial-part (Only for Technical Reverse Responsive Bidders).

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 tenderwizard portal. 3.0 Digital Certificates: It is mandatory for all the bidders to have class-III Digital Signature Certificate (in the name of person who will sign the Bid) from any of the licensed Certifying Agency (Bidders can see the list of licensed CA’s from the link www.cca.gov.in) to participate in e-tendering of BSNL. 4.0 Registration: The Bidder has to register (if not registered earlier) with our website www.tenderwizard.com/BSNL with a non-refundable registration fee of Rs. 3500/- (RsThree Thousand Five Hundred plus taxes as per GoI latest tax structure. The registration fee is payable once on a yearly basis. For Registered vendors: Renewal is required. The procedure for the registration is as under:

1) Go to the url:-www.tenderwizard.com/BSNL 2) In the home page, click on Vendor Registration 3) In the Vendor Registration form, vendor has to fill up the applicant details, upload minimum

any of three self-attested documents (PAN Card, Registration, DVAT, Service Tax Registration, Work Order), digital signature information.

4) After submission of the form, the User-id and Password are generated in the form of Acknowledgement.

5) The Annual registration fee shall be in the form of e-payment of amount Rs.3500/- plus taxes as per GoI latest tax structure.

Note: After successful submission of Registration details and Annual Registration Fee (as applicable), please contact ITI Helpdesk (as given below), to get your registration accepted/activated. 1. Helpdesk landline No: 011-49424365 2. Sh. Deepak Jangid, M/s ITI Ltd: 91-9680005669

All the bidders are requested to get themselves registered well in advance and no extra time will be considered for the delay in on-line Vendor Registration, if any. In case bidders wait till the last moment for uploading tenders, and if any technical problem is encountered at that time, the Bid closing time may elapse. P a g e | 60 Signature of Bidder

Page 61: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

5.0 Bid related Information for this Tender (Sealed Bid) The entire bid-submission would be online on tenderwizard portal i.e. https://www.tenderwizard.com/BSNL . Broad outline of submissions are as follows:

(i) Submission of Bid Security/ Earnest Money Deposit (EMD). (ii) Submission of digitally signed copy of Tender Documents/Addendum/addenda. (iii) Two Envelopes. (iv) Techno-commercial –Part. (v) Financial-Part.

6.0 Offline Submissions:

The bidder is requested to submit the following documents offline to SDE (Tech.) O/o Addl.G.M.M.NTR 2nd Floor, Amenity Block, PGMTD Compound, M.I.Road, Jaipur-302001 on or before the date & time of submission of bids specified in covering letter of this tender document, in a Sealed Envelope. The envelope shall bear (name of the work), the tender number and the words ‘DO NOT OPEN BEFORE’ (due date & time).

1. EMD-Bid Security in Original. 2. DD/ Bankers cheque against payment of tender fee. 3. Power of attorney in accordance with clause 11.3 of Section-4 Part A.

7.0 E-Reverse Auction (Optional): Not Applicable 8.0 Minimum Requirements at Bidders end: Computer System with good configuration (Min P IV, 1 GB RAM, Windows XP, Window 7)) • Broadband connectivity. • Microsoft Internet Explorer 7.0 or above. • Digital Certificate(s) for users. 9.0 Vendors Training:

Please contact to Sh. Deepak Jangid, M/s ITI Ltd: M. No.91-9680005669

P a g e | 61 Signature of Bidder

Page 62: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

SECTION-5 Part A

GENERAL (COMMERCIAL) CONDITIONS OF THE CONTRACT 1. APPLICATION

The General conditions shall apply in contracts made by the BSNL for the execution of O.F. Cable construction works.

2. STANDARDS

The works to be executed under the contract shall conform to the standards prescribed in the OF Cable construction practice.

3. PRICES 3.1 Prices charged by the Contractor for the works performed under the Contract shall not be

higher from the prices quoted by the Contractor in his Bid. 3.2 Price once fixed will remain valid for the period of contract. Increase and decrease of

taxes/duties will not affect the price during this period. 4. SUBCONTRACTS

The contractor shall not assign, sub contract or subject the whole or any part of the works covered by the contract, under any circumstances.

5.

(i) PERFORMANCE SECURITY (SECURITY DEPOSIT) The person whose tender/Tenders is accepted (hereinafter called the contractor){including MSE, who are registered with the designated MSME bodies}, shall deposit with the BSNL full security deposit which shall be 10% of the Contract Value subject to maximum of Rs. 5 lacs at the time of agreement. It will include the Earnest Money paid along with tender. The said security deposit may be deposited in the form of Demand Draft/Bank guarantee (Valid upto 24 months from the date of signing the agreement) from any nationalized/scheduled bank drawn in favour of “ Accounts Officer (Cash), BSNL, O/o Dy.G.M.M NTR Jaipur payable at Jaipur “ unless he is/they are exempted from payment of such security deposits by any order of the Govt. Pending bills, if any, will not be adjusted in the security deposits.

The successful bidder who have submitted EMD/Bid Security 2.5% of Estimated Cost of Tender in the form of Crossed Demand Draft/BC as per clause 5 of section-1 Part A of tender document, will have option to get returned back this submitted as EMD/Bid Security after submission of Performance Bank Guarantee of amount 10% of contract value of tender as performance security.

(a) All compensation or the other sums of money payable by the contractor under the terms of this contract may be deducted from or paid by the sale of the sufficient part of his security deposit or from the interest arising there from or from any sums which may be due to or may become due to contractor by B.S.N.L. or any account whatsoever and in the event of his Security Deposit being reduced by reasons of any such deductions or sale as aforesaid, the contractor shall within 10 days make good in D.D. receipt tendered by the State Bank of India or by scheduled Bank endorsed in favor of the Accounts Officer (Cash), BSNL, O/o Dy.G.M.M NTR Jaipur payable at Jaipur , any sum of sums which may have been deducted from or raised by sale of his security deposit shall be collected from the running bills of the contractor at the rates mentioned above and the Earnest Money if deposited, in cash at the time of Tenders, will be treated as part of the security deposit.

(b) The Performance security deposits shall be refunded after one year from the date of completion of works or Six month from the date of commissioning whichever is earlier provided there are no recoveries to be made arising out of poor quality of work, incomplete

P a g e | 62 Signature of Bidder

Page 63: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

JAIPUR

work and/or violation of any terms and conditions of the contract as stipulated in the bid document.

(c) The material security shall be released/ refunded within fortnight from the date of payment of last and final bill of the work under the contract or final settlement of material account whichever is later on production of no dues certificate from engineer- in- charge.

(d) No interest will be Payable on the Earnest money or the performance/ material security deposit or the amount payable to the contractor under the contract.

(e) In case of rescinding of the work /contract agreement performance security amounting 10% of the estimated cost of the work/contract shall be recovered from any money due to him by the BSNL or from material security deposited by him under the contract or any other account what so ever anywhere in BSNL or from a security deposits.

(f) For release of PSD as well as Material Security (If any), ‘No claim certificate’ is to be submitted by the bidder to the concerned Divisional Engineer.

(ii) MATERIAL SECURITY The successful Tenderer {(including MSE, who are registered with the designated MSME bodies (NSIC)} will have to deposit material security as mentioned in the scope of work, subject to a minimum of Rs. 1 lacs, in the form of bank guarantee (Valid upto 24 months from the date of signing the agreement) from a scheduled bank and in the material security bond form provided in Section-7 (7E). Material Security can also be submitted in the form of Crossed Demand Draft drawn in favour of “ Accounts Officer (Cash), BSNL, O/o Dy.G.M.M NTR Jaipur payable at Jaipur “. The material Security will be a non interest bearing deposit for any period what so ever.

(a) The contractor at any point of time will not be issued stores costing more than material security. If due to any reason more stores have to be issued to the contractor, then the material security will be suitably enhanced. In this regard the decision of the Jaipur shall be final and binding.

(b) The proceeds of the material security shall be payable to BSNL as a compensation for any loss resulting from the contractor failure to handle properly the material issued to him under the contract.

(c) The material security shall be released/ refunded within fortnight from the date of payment of last and final bill of the work under the contract or final settlement of material account whichever is later on production of no dues certificate from engineer- in- charge.

6. ISSUE OF WORK ORDERS AND TIME LIMIT 6.1 The work order shall be issued so as to include all items of works for the section allotted to

the contractor as put in the NIT/Tender Schedule. 6.2 The work order shall be issued by the Divisional Engineer in-charge of OF cable construction

works after examining the technical and planning details of the works to be executed. 6.3 The Divisional Engineer shall mention the time limit to execute the work order after seeing

the quantum of work and store availability position. 6.4 The BSNL reserves the right to cancel or modify the scope of work stipulated to be carried

out against the work order in the event of change of plan necessitated on account of technical reasons or in the opinion of work order issuing authority or the Addl. GMM NTR Jaipur, the contractor is not executing the work at the required place

6.5 The work is likely to be available throughout the year but BSNL will be at liberty to award work at any time of commencing of contract depending on the availability of stores & other reasons.

P a g e | 63 Signature of Bidder

Page 64: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

7. EXTENSION OF THE TIME LIMIT

7.1 General: 7.1.1 In each work order, the work order issuing authority shall specify the time allowed for

completion of work consistent with the magnitude and urgency of work. The time allowed for carrying out the work is to be strictly observed by the contractor and shall be reckoned from Seventh day from the date of issue of work order.

7.1.2 In as much as “ the time being deemed to be the essence of contract ” , throughout the stipulated period of contract, the work is to be proceeded with all due diligence on the part of contractor.

7.1.3 Application for Extension of the Time & Sanction of Extension of Time (EOT): 7.2.1. There may be some hindrances, other than covered under force majeure, while execution of

work and in such cases the contractor shall apply in writing to the engineer-in-charge for extension of time (EOT), on account of which he desires such extension on the same day of occurrence of hindrance. The Engineer-in-charge shall forward the request to the competent authority (an officer of the rank of JAG level in-charge of OF Cable construction work) with his detailed report and photocopy of the hindrance register, within two days of receipt of request from the contractor. The competent authority is empowered to grant extension of time for completion of work on certain conditions. He shall exercise such powers, if the following conditions are satisfied :-

7.2.1.1. The application contains the ground(s), which hindered the contractor in execution of work. 7.2.1.2. The Engineer-in-charge is of the opinion that the grounds shown for extension of time are

reasonable. 7.2.2. The competent authority shall consider the request keeping all the facts and circumstances

in view and shall grant extension of time, if in his opinion, there are reasonable and sufficient grounds for granting such extension and the reasons for delay are not ascribable to the contractor.

7.2.3. The competent authority may also grant extension of time for completion of work in cases where reasons for delay are ascribable to the contractor, but such extension of time shall be with LD charges as per clause dealing with penalty for delays in execution of works. The extension of time with LD charges shall be issued under the signature of JAG level Telecom/BSNL Officer competent to grant the extension of time.

7.2.4. The competent authority shall grant EOT with time period for completion of work expressly mentioned. The sanction of the competent Authority of EOT shall be issued under the signature of the Engineer-in -charge.

7.2.5. If the competent authority is of the opinion that the grounds shown by the contractors are not reasonable and sufficient and declines to grant the extension of time, the contractor cannot challenge the soundness of the opinion by reference to arbitration. The decision of the competent authority on period of extension of time or refusal for extension of time shall be final and binding on the contractor.

7.3. Grant of Extension of Time without Applications: 7.3.1. There are, at times, practical difficulties like non-availability of materials, delay in providing

permissions/right of way etc due to the local authority. In such cases, the Engineer-in-Charge with the approval of competent authority to sanction EOT may issue extension of time suomoto without waiting for contractor to make an application for EOT. Entry of hindrances shall be made in the Hindrance Register. The BSNL will, however, not be liable to the contractor for any losses or damages, costs, charges, or expenses that the contractor may in any way sustain/ suffer due to delay in making the above available.

P a g e | 64 Signature of Bidder

Page 65: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

8. MEASUREMENT, INSPECTION, TESTING AND ACCEPTANCE TESTING 8.1. Measurement: 8.1.1 The measurement books are to be maintained by the officer in-charge of the work or his

immediate engineering subordinate not below the rank of Junior Telecom Officer. The entry shall be made in ink. No entry shall be erased. If a mistake is made, it should be corrected by crossing out the incorrect words or figures and inserting the corrections, the corrections thus made shall be initialed & dated by the officer concerned.

8.1.2 Responsibility of taking and recording measurements: The measurement of various items of work shall be taken and recorded in the measurement book issued with each work order. The measurement shall be taken and recorded by an officer not below the rank of Junior Telecom Officer, supervising the work. The Junior Telecom Officer /Sub Divisional Engineer, directly responsible for supervision of work, shall be responsible for accuracy of 100% of measurement. The Sub Divisional Engineer where Junior Telecom Officer is supervising officer shall be responsible for conducting test check of 50% of measurements. The Divisional Engineer shall be responsible for conducting test check of 10% of measurement.

8.1.3 Method of recording of nomenclature of items : Complete nomenclature of items, as given in the agreement need not be reproduced in the measurement book for recording the measurements but corresponding Item Code as provided, shall be used.

8.1.4 Method of measurements: The measurements of the work shall be done for activity-wise as and when the item of work is ready for measurement. The methods of measurement of various items are enumerated as under: (a) Measurement of depth of trenches The cable routes of one work order shall be divided into a number of segments each of maximum 200 meters length bounded by identifiable landmarks at both the ends of the segments. If landmarks are not available, length of segment may be maintained at 200 meters. The measurement of depth shall be recorded at each point of measurement (POM) in the measurement book in meters in the multiple of 5cms. For example 97 cms will be recorded as 95 cms. and 103 cms as 105 cms. The point of measurements shall be at a distance of 10 meter starting from 0 (zero) Meter. For example, if the length of segment is 75 meters, the PCMs shall be at 0 M ,10 M, 20 M, 30 M, 40 M, 50 M, 60 M, 70 M, The last POM shall be at 75 M to be recorded against Residual PCM for each segment the average depth shall be worked out by dividing the total depth by number of POMS. The efforts required to excavate trenches is not proportionate especially with reference to depth. Therefore, normally the workers tend to dig shallow trenches. As standard depth of the trench is important for future life and protection of cables, this tendency has to be discouraged in order to encourage the contractor to achieve best possible depth in the face of site constraints, the following scale of payment shall be applied for digging trenches of lesser depth, subject to condition that relaxation has been granted by the competent authority for lesser depth.

(i) If tender called for Depth of trench 165 cm Depth between Reduction in rate < 165 cms to >= 150 cms 5% < 150 cms to >= 130 cms 12.5% of approved rates < 130 cms to >= 100 cms 25% of approved rates Below 100 cms 40% of approved rates

(ii) If tender called for Depth of trench (less than or equal to 140cms to greater than120) Depth between Reduction in rate < 140 cms to >= 125 cms 5% < 125 cms to >= 100 cms 15% of approved rates Below 100 cms 40% of approved rates

(iii) If tender called for Depth of (less than or equal to 120cms to 100 cms) Depth between Reduction in rate < 120 cms to >= 100 cms 5% Below 100 cms 40% of approved rates

P a g e | 65 Signature of Bidder

Page 66: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

The payment for sub normal depth will be calculated as per equation given below:- P = (100-ROR) x RA x D/ (ND x 100) P = Payment for one meter. ROR = Reduction in rate in percent as applicable as per table given above RA = Approved rate of Trenching per meter D = Actual depth achieved in cms. ND = Nominal depth of Trench 165 cms for which Tender has

been floated. (b) Measurement of lengths and profiles of strata and protection The measurements of length of trenches are on running meter basis, irrespective of type of soil encountered while digging or as per actual strata which one is applicable as per tender schedule. In case of dispute arises, between the contractor & recording officer / DE OFC NTR then, a Committee constituted by the DGMTP may visit the disputed site and the finding of the committee & approval of the same by DGMTP will be final & binding to the contractor & DE concerned. The type of protection provided (item code-wise) in a segment shall be recorded in the measurement book in the sheet provided for this purpose. (c) Measurement of length of cable. The length of cables laid in trenches, through pipes and through ducts shall be measured by use of RODO Meter/ Measuring Tape. The length should be cross-verified with the marking of lengths on the cables. The lengths shall be recorded in sheet provided in the measurement book. (d) Measurement of other items. The measurement/numerical details of other items shall be recorded in the sheets provided for respective items viz:

Digging of joint pit and preparation of joint chamber along with its type i.e. Brick chamber or Pre Cast RCC type. Fixing, Painting and sign writing of route/joint indicators. Termination of Cable in equipment room and no. of Joints.

8.1.5. The contractor shall sign all the measurement recorded in the measurement book. The contractor, of measurements recorded in the MB, will consider this as an acceptance. In case contractor fails to attend at the measurements or fails to countersign or to record the difference with in a week, then in any such events the measurements taken by Engineer-in-charge or by the subordinate as the case may be shall be final and binding on the contractor and the contractor shall have no right to dispute the same.

8.1.6. The Divisional Engineer before passing the bill for sections covered by each set of measurement may carry out test check by re-opening trench at as many locations as necessary as specified in document ‘procedures for underground cable construction’ bills will be passed when he is personally satisfied of the correctness of entries of the “measurement Book” and also when he is satisfied of other aspects of the work as per the terms of the contract. The contractor shall provide the necessary assistance of labour for re-opening of trench for test check by the Divisional Engineer. Separate payment shall not be made to the contractor for excavation of such test checks; however such test pits shall not be more than 10% of the cable laying work.

8.1.7. Measurement of the work of cable pulling through pipe/duct will be taken equal to the length of the pipe / duct through which the cable has been pulled and not the total length of the cable pulled through pipe / duct.

8.1.8. Categorization of soil strata 1. Non- Rocky Soil : - Soft soil, Murrum, soil with stone, soft rock. 2. Hard Rocky Soil : - Rocky area with hard, solid stone and trenching by blasting or chiseling. P a g e | 66 Signature of Bidder

Page 67: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

8.2 Inspection and Quality Control 8.2.1. The Quality of Works: The importance of quality of Optical Fibre Cable Construction works

cannot be over-emphasized. The quality and availability of long distance media and efficiency of the reliable media connectivity to exchanges depends up on quality of laying of Optical Fibre Cable. Further, the OF cables are vulnerable to damages due to work of other agencies.

8.2.2. It is importance that the contractor(s) is/are fully conversant with the construction practices and shall be fully equipped to carry out the work in accordance with the specifications. The contractors are expected and bound to ensure quality in construction works in accordance with specifications laid down. The contractor shall engage adequate and experienced supervisors to ensure that works are carried out as per specifications and with due diligence and in a professional manner. The contractors shall satisfy himself/themselves that the work conforms to the quality specifications before offering the same to A.T. Officer for Acceptance testing.

8.2.3. An assessment of extent of interest shown by the contractors in executing the works with requisite quality shall be recorded and used in evaluating the Contractors’ Performance Rating (CPR).

8.2.4. In addition to Acceptance Testing being carried out by A.T. Officer and supervision by Construction Officers, all works at all times shall be open to inspection of the BSNL. The contractors shall be bound, if called upon to do so, to offer the works for inspection without any extra payment.

8.2.5. Site Order Book: The site order book is one of the primary records to be maintained by the JTO/SDE supervising the work during the course of execution of works. The noting made by officers as well as contractors, will form as basis for operation of many contractual clauses. The contractor shall remove all the defects pointed out by the BSNL in the Site order book. The site order book is to be maintained in the prescribed format. The contractor or their authorized representatives shall also be at liberty to note their difficulties etc. in these books. The site order books shall invariably be consulted at the time of making final payments to the contractor.

8.3 Testing and Acceptance Testing 8.3.1. The work shall be deemed to have been completed only after the same has been accepted

by the A/T Officer. The contractor shall make test pits at the locations desired by A.T. Officer for conducting test checks without any extra payment. The contractor shall restore the pits after test measurements to its original shape. The contractor shall be responsible to provide test/measurement tools and testers for conducting various tests.

8.3.2. Scope of Acceptance and Testing:The purpose of acceptance and testing is to verify integrity of measurement and quality of work done. The A.T. Officer shall not be responsible for recording of measurements for the purpose of billing and contractual obligations. However, if the measurements taking by A.T. Officer are found to be lesser than the measurements recorded by the officer responsible for recording the measurements, the measurement taken by A.T. Officer shall prevail without prejudice to any punitive action against the contractors per provisions of the contract and the officer recording the measurements. The contractor shall be obligated to remove defects/ deficiencies pointed out by the A.T. Officer without any additional cost to the BSNL.

8.3.3. Offering the work for acceptance and testing: The Sub Divisional Engineer responsible for construction, after having satisfied himself of completion of work ready for A.T., shall offer the work to A.T. Officer for conducting Acceptance and Testing. The work shall be offered for A.T. as soon as part of work is complete in all respects. The work against any work order can be offered for A.T. in a number of stages.

8.3.4. The contractor shall provide labour, if demanded by the A/T Officer for digging of test pits and other necessary infrastructure for carrying out the A/T work. No extra payment will be made for the digging of test pit.

8.3.5. At present there is no clear guideline for depth A/T in case of pipe laying using trenchless method. The depth A/T will be carried out as per the instructions available at the time of execution of work and that will be binding on contractor.

P a g e | 67 Signature of Bidder

Page 68: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

Guidelines for Depth AT of Horizontal Directional Drilling (HDD) (a) Brief Description of the work:

A high capacity drilling machine is used to drill the earth in almost horizontal manner and hence the name of the technology. Two manholes of 2M x 2M x 2M pits are taken at the places marked by the site engineer. The distance between these manholes can vary from a minimum of 40 mt to 250 mt. The drilling is done from Entry pit towards the Exit pit. At the Exit pit the PLB pipes are attached to the drill rods and the pipes are pulled back towards the Entry pit. In general RCC manholes are constructed at the Entry pit and Exit pit after the HDD work is completed.

(b) HDD work along with manholes The location of manholes shall not only depend on the capacity of the machine but also on the roads. The manhole where the drilling commences is called the Entry Pit. The second manhole is called as Exit pit. Normally if the HDD machine is kept near the Entry pit and the drilling is carried out, then the depth at which the Machine enters the earth shall be less than 1.2 Mt. As per the T&D standard any pipe laying less than 1.2 Mt requires additional protection. In order to achieve higher depth at the Entry pit the HDD machine is kept at around 6 to 8 meters away from the Entry pit. A separate pit called as pilot entry pit is dug up at 4 to 6mtr away from the Entry pit. Wherever the roads are not in straight line, the span length reduces between the Entry and Exit pits. In general in overlay access works, the manholes are constructed at every 200 mtrs approximately. The PLB pipes are coupled using the HDPE couplers. The HDD machine drills the earth using 3 meter length rods. These rods jointed to each other by using welding. In the beginning of the first rod contains the drill bit and an electronic beacon house. While the underground drilling work is in progress the drill bit position can be monitored from the surface of the earth using a tracker. The depth and the direction of the bit are monitored from the tracker. This is due to beacon house located in the drill bit. In the onward drilling from the entry pit to Exit pit normally a lesser diameter (4 inch diameter) drill bit is used. After the drill bit reaches the Exit pit, the drill bit and the beacon house are removed from the first rod. A higher diameter drill bit called, Back reamer is attached to the first rod. The pipes are attached to the reamer and the rods are pulled back. Thus in the return path the tracker cannot detect the depth and direction of the reamer. Hence depth of the pipes can be monitored during the drilling from Entry pit towards Exit pit only. In general the HDD technology is used in the cities where open trenching is not permitted. These roads are covered thick BT surface. For verifying the depth the test pits cannot be taken in the middle of the road. The second difficulty arises due to the depth of the pipes, which are at about 3 meters below the surface. It is very difficult to manually open a test pit to verify the depth. Hence carrying out the depth AT after the entire work is completed is not possible as is done in the usual depth check. Hence the committee recommends for the online Depth AT for the HDD work. The following tests and suggestions are recommended for the PLB pipes being laid using the HDD technology. Apart from the depth check, the pipes continuity check is also recommended especially for the ACCESS network jobs where multiple pipes are laid. (c) Standard Tests: Online depth and offset check of the PLB pipes. The depth can be monitored from the tracker. The accuracy of the tracker may be verified by T&D before the work is commenced. The depth of the pipe should be more than 2.0 Mtrs.

In one Km two furlongs are to be tested if the work is completed in 5 spans of 200 Mtrs each. In general, 40% of the work may be verified by the T&D wing. Due to road bends and junctions if the number of spans increases, at l 40% of the number of spans may be tested. The depth of the pipe may be recorded at the Entry pit and the Exit pit of the spans under test. The depth at both the places should be more than 1.2 Mtrs. The depths at l two coupling points are to be verified in one KM. The depth should be more than 1.2 Mtrs. The offset of the pipe may be recorded both from the center of the road and also from the edge of the road wherever the compound wall exists (City Areas). The depths of the pipes at a minimum of six continuous rods are to be verified by the T&D wing. The depth should be more than 2 M beyond 10 meters from the trailing edge of Entry pit. The colors of the pipes to be recorded. Different types of colored pipes are to be used for Overlay Access works. P a g e | 68 Signature of Bidder

Page 69: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

Since manholes are proposed to be constructed, No route indicators are required to be installed. Duct integrity test is to be conducted for the pipes. The test is divided into two parts. (i) Leak Test: Pipes are to be sealed at one end using end plug. An compressor is connected to the pipe at the other end. 10 Bar Air pressure is to be maintained in the pipe for half an hour. The leakage of air should be within 5%. The leak test is to be carried out for at l 1 span of 200 mtr minimum. All the pipes in that span are to be tested. (ii) Continuity Test: A wooden bullet is blown from one end of the pipe to the other end. The dimension of the bullet shall be 80% of the inner dimension of the PLB pipe used. The length of the bullet shall be not more than 2 inches. Protection: It is recommended that the regular depth protection standards may be applied for HDD works also. (iii) Depth Relaxation: The depth relaxation is required at some situations. In general when HDD is used only for crossing the roads and short spans of 15 to 25 mtr length, due to the paucity of the road margin and due to the site conditions, the depth of 2.5 mtr may not be achieved. The depth also cannot be achieved at places where very old underground concrete structures, water and drainage pipes. It is recommended that the depth relaxation may be given by the competent authority.

Depth measured at

S. No. 10 Mtrs from the Recommending Relaxing Remarks

railing edge of Authority Authority

the Entry Pit

1 > or = 2.0 M to 2.5 M Site Engineer, SDE in

Concerned DE OFC Mtce of

Division

Charge

2 > or = 1.65 M to 2.0 M Concerned DE OFC DGM Mtce. NTR

DET Projects and DET

DGM Mtce. NTR GMM NTR Mtce shall jointly inspect

3 > or = 1.2 M to 1.65 M and recommend the

case to DGM Mtce. NTR

It is hereby recommended that no pipe shall be laid by HDD method for depths less than 1.2 Mtrs. Hence no protection is required for the Pipes.

9. WARRANTY: 9.1. The contractor shall warrant that the material supplied for the work shall be new and free

from all defects and faults in material, workmanship and manufacture and shall be of the highest grade and consistent with the established and generally accepted standards for materials of the type ordered and shall perform in full conformity with the specifications and drawings. The contractor shall be responsible for any defects that may develop under the conditions provided by the contract and under proper use, arising from faulty materials, design or workmanship such as corrosion of the equipment, inadequate quantity of materials etc. and shall remedy such defects at his own cost when called upon to do so by the BSNL who shall state in writing in what respect the stores are faulty. This warranty shall survive inspection or payment for, and acceptance of goods, but shall expire except in respect of complaints notified prior to such date, twelve months after the acceptance testing.

9.2. If it becomes necessary for the contractor to replace or renew any defective portion/portions of the material under this clause, the provisions of the clause shall apply to the portion / portions material so replaced or renewed or until the end of the above period of twelve months, whichever may be later. If any defect is not remedied within a reasonable time, as prescribed by the BSNL, the BSNL may proceed to do the work at the contractor’s risk and costs, but without prejudice to any other rights, which the BSNL may have against the contractor in respect of such defects.

9.3 The Cable joint shall be guaranteed for a period of ONE year from the date of closing of joint. In case of failure of the joint due to poor workmanship i.e. failure of joint without external damage, with in the stipulated period of guarantee the contractor shall repair the joint(s) at his own cost within 24 hours of informing him,

P a g e | 69 Signature of Bidder

Page 70: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

failing which the BSNL may carry out the repairs and penalty equivalent to five times of the approved rate of the jointing work plus the cost of materials used shall be recovered from the contractor from his pending bill/SD or any amount due to him without prejudice to any other action as per terms and conditions of the tender. The cost of jointing kit, supplied by the BSNL, so used to revive the joint shall be deducted from the running bills of the contractor pending for payment or from security if all bills have been settled.

9.4 Replacement under warranty clause shall be made by the contractor free of all charge sat site including freight, insurance, cost of works and other incidental charges.

10. AUDIT AND TECHNICAL EXAMINATION : 10.1 BSNL shall have the right to cause an audit and technical examination of the work and the final

bills of the contractor including all supporting vouchers, abstract etc. to be made after payment of the final bill and if as a result of such audit and technical examination any sum is found to have been overpaid in respect of any work done by the contractor under the contract or any work claimed by him to have been done by him under the contract and found not to have been executed, the contractor shall be liable the refund the amount of over payment and it shall be lawful for BSNL to recover the same from him in the manner prescribed in clause with the heading payment of bills (same chapter), or any other manner legally permissible and if it is found that the contractor was paid less than what was due to him under the contract in respect of any work executed by him under it, the amount of such under payment, shall be duly paid by BSNL to the Contractor.

10.2 Provided that BSNL shall be entitled to recover any sum overpaid, for the contractor shall be entitled to payment of any sum paid short where such payment have been agreed upon between the Divisional Engineer or his subordinate officer on one hand and the contractor on the other under any term of the contract permitting payment for work after assessment by the Addl. GMM NTR Jaipur or his subordinate officer.

10.3 Any sum of money due and payable to the contractor (including security deposit returnable to him) under his contract may be appropriate by the BSNL for the payment of a sum of money arising out or under any other contract made by the contractor with the BSNL.

11. PAYMENT TERMS 11.1 Procedure for Preparation and settlement of bills : 11.1.1 All items of work involved in the work order shall be completed in all respects before

preferring the bills for the work. The provision of running bills has been made to make it easy for the contractor to manage his cash flow and to complete the work systematically and meaningfully in a shortest possible time but the running bill will be paid to the contractor after completion of work (Pipe laying and Cable pulling) from one end of the allotted route. The procedure for preparation of running and final bills is enumerated as under:-

11.1.1.1. Procedure for preparation, processing & payment of running bills: The contractor shall prepare the running bills after completion of laying of PLB Pipe and cable pulling work in triplicate ensuring execution of part work in its completeness as envisaged above, correctness of rates and quantum of work and submit the bills to S.D.E. in-charge of work except patches work with necessary information for NEFT/RTGS i.e. Name of Bank, Bank Account No., Address of the Bank, IFSC Code of Bank etc for e-payment of the bills. The bills shall be prepared accurately and as per measurements recorded in the measurement book. The S.D.E. in-charge shall record the certificate on the running bill that the site order books have been consulted before signing the running bills. This would enable the S.D.E. to ensure whether the defects pointed during execution have been rectified or not. The S.D.E. in-charge of work shall scrutinize the bills and accord necessary certificates and submit the running bills with the documents as mentioned below to the Divisional Engineer in-charge of work.

* First copy of bill with first copies of measurement sheets of measurement book. (Payable Copy)

* Second copy of bill with second copies of measurement sheets of measurement book.. (Not for Payment).

* Third copy of the bill with photocopies of measurement sheets (Not for Payment). 11.1.1.2. The Divisional Engineer shall exercise the prescribed checks on the bills and accord necessary

certificates on the bills. The Divisional Engineer shall retain the third copy in record and record it in the estimate file maintained in his office and send first and second copies with all documents as well as NEFT/RTGS information to relevant higher office for processing of bills and release of payment.

P a g e | 70 Signature of Bidder

Page 71: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

11.1.1.3. The office cell dealing with OFC bills shall process the bills in the estimate file of the concerned work

and scrutinize the bills vis-à-vis work order issued, sanctioned provisions in the estimate etc. The bill shall be passed, after necessary scrutiny by Works Section, by the officer competent to pass the bill. Against any running bill, payment to the extent of only 90% shall be made which shall be treated as an advance to the contractor. 7.5% of the bill amount towards Performance Security Deposit and Statutory taxes (Income Tax etc.) applicable to contract shall be deducted at the time of payment from each running bill. E-payment/Account payee cheque for the amount passed in the bill will be issued only after the contractor gives as stamped receipt for the amount, if the bills are not pre-receipted. Details of payment of all the bills shall be entered into contract’s ledger by Work Section of the Planning Cell.

11.1.1.4. In exceptional cases where work required for preferring a Running Bill can not be completed within reasonable time due to non-availability of stores or any other reason and where the BSNL is responsible for delay, the concerned D.G.M. may permit payment of running bill (prepared without completing the work end –to-end for that unit of work) to the extent of 70 % so that the contractor does not face resource crunch. Such payment shall be treated as an advance payment to the contractor like any other Running Bills.

11.1.2. Procedure for preparation, processing and payment of final bill : The contractor shall prepare the final bill in triplicate & acceptance and testing of all the works and submit the same to S.D.E. in-charge of work with details for NEFT/RTGS i.e. Name of Bank, Bank Account No., Address of the Bank, IFSC Code of Bank etc within 30 days of acceptance and testing and payment shall be made within three months if the amount of the contract is uptoRs. Two lac and in six months if the same exceed Rs. Two lacs, of the submission of such bill. The final bill shall be prepared for all the measurements of all items involved in execution of complete work order. The contractor shall prepare the final bill containing the following details:-

The bill for all the quantities as per Measurements at the approved rates Adjustment of amount received against running bills. Adjustment of performance security deposit and statutory taxes already recovered. Store reconciliation statement furnishing account of stores received against the work

order and returned to the designated Store godown as surplus with requisite verification from store in-charge /S.D.E. in-charge of work.

Letters of grant of E.O.T. (s), If work could not be completed within stipulated time. ‘No claim certificate’ regarding payment of works executed.

Six sets of bound documentation. 11.1.2.1. The S.D.E. in-charge of work shall scrutinize the final bill against the works entrusted and accord

necessary certificates stating that the work has been executed satisfactorily in accordance with specifications and terms and conditions of the contract. The S.D.E. shall verify the quantities of items of work with reference to measurements recorded in the measurement book ( and also A/T reports in case of any deviations noted by A/T officer). The S.D.E. in-charge of work shall submit the final bills, along with other documents mentioned above, with the documents as mentioned hereunder as well as NEFT/RTGS information to the Divisional Engineer, in-charge of work.

* Bill prepared by the contractor. * Material reconciliation statement. * Measurement Book. * A/T Certificate * The site order Book. * The hindrance register. * Details of recoveries/penalties for delays, damages to BSNL/Third party properties as per

provisions of the contract. In case no recovery is to be made, NIL report needs to be submitted. * Details of empty cable drums cost which needs to be recovered from the bill. * Off Set diagram one copy soft & hard copy.

11.1.2.2. The Divisional Engineer shall exercise the prescribed checks on the bills and accord necessary certificates on the bills. The Divisional Engineer shall retain the third copy of the bill along with photocopies of other documents not available in his estimate file and send first and second copies of the bill, measurement book and other documents as well as NEFT/RTGS information submitted by S.D.E. along with the bills as above to the higher office for processing and final payment.

11.1.2.3. The office cell dealing with OFC bills shall process the bills in the estimate file of the concerned work and scrutinize the bills vis-à-vis work order issued, sanctioned provisions in the estimate etc. The office cell shall also scrutinize the bill to recover all the liabilities of the contractor and statutory taxes besides 7.5 % payments against security deposit. The bill shall be passed, after necessary scrutiny by Works Section , by the officer competent to pass the final bill.

11.2 Procedure for Payment for sub standard works: P a g e | 71 Signature of Bidder

Page 72: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

11.2.1 The contractors are required to execute all works satisfactorily and in accordance with the

specifications. If certain items of work are executed with unsound, imperfect or unskilled workmanship or with materials of any inferior description or that any materials or articles provided by him for execution of work are unsound or of a quality inferior to that contracted for a otherwise not in accordance with the contract ( referred to as substandard work hereinafter), the Divisional Engineer in-charge shall make a demand in writing specifying the work, materials or articles about which there is a complaint.

11.2.2 Timely action by Construction Officers: Timely reporting and action, to a great extent , can prevent occurrence of sub standard work, which will be difficult or impossible to rectify later on. It is incumbent on the part of Construction Officers to point out the defects in work in time during progress of the work. The Junior Telecom Officer/Sub Divisional Engineer responsible for execution and supervision of work shall without any loss of time submit are part of occurrence of any sub standard work to the Divisional Engineer in-charge besides making an entry in the site order book. A notice in respect of defective work shall be given to the contractor by Divisional Engineer in-charge in writing during the progress of work asking the contractor to rectify/replace/remove the sub standard item of work and also definite time period within which such rectification/removal/replacement has to be done. After expiry of the notice period, if the contractor fails to rectify/replace/remove the sub standard items, the defects shall be got rectified/replaced/removed departmentally or through some other agency at the risk and cost of the contractor.

11.2.3 Non-reporting of the sub standard work in time on the part of Construction Officer (s) shall not in any way entitle the contractor to claim that the defects were not pointed out during execution and as such the contractor cannot be absolved of the responsibility for sub standard work and associated liabilities.

11.2.4 Authority and Procedure to accept sub standard work and payment thereof: There may be certain items of work pointed out as sub standard which may be difficult to rectify and in the opinion of the Head of S.S.A. , the items in question will not materially deteriorate the quality of service provided by the construction, the head of S.S.A. shall appoint committee to work out the reduced rates payable to the contractor for such sub standard work. The Committee shall constitute one Divisional Engineer other than the one who is directly in-charge of Cable Construction involving sub standard items of work, as Chairman and one S.D.E. and an Accounts Officer as members. The committee shall take into account the approximate cost of material /work pointed out as sub standard and recommend the rates payable for sub standard work which shall not exceed 60 % of the approved rates of the items in question.

11.2.5 Record of sub standard work: The items adjudged as sub standard shall be entered into the measurement book with red ink.

12 DISPOSAL OF EMPTY CABLE DRUMS : 12.1. The contractor shall be responsible to dispose off the empty cable drums after laying of the

cable. The competent authority taking in to account the prevailing market rates has fixed the cost of Optical Fibre cable drums. The cost of empty cable drums shall be deducted from the bill for the work on which the cable along with the drum has been issued or any other amount due to the contractor or from security deposit.

12.2. Rates fixed for Optical Fibre cable drums are given in Tender Document (Qualifying Bid). The rates are fixed and there is no percentage above or below applicable on these rates.

12.3. The contractor shall be responsible for the accounting of the cable drums issued and shall mention the number of cable drums in the bill so that the amount is deducted from the bills due.

12.4. The contractor shall not be allowed to dump the empty cable drums in Govt/public place, which may cause inconvenience to Govt./Public . If the contractor does not dispose off the empty cable drums with in 3 days of becoming empty, the BSNL is at liberty to dispose off the drum in any manner deemed fit and also recover the amount fixed in this contract for empty cable drums along with the transportation charges (to be decided by the Addl. GMM NTR Jaipur from the bill/ security deposit/ any other amount due to the contractor.

P a g e | 72 Signature of Bidder

Page 73: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

13. PENALTY CLAUSE 13.1 Delays in the contractor’s performance : 13.1.1. The time allowed for completion of the work as entered in the tender shall be strictly adhered by

the contractor and shall be deemed to be the most important aspect of the contract on the part of the contractor and shall be reckoned from Seventh day from issue of work order by the BSNL. The work shall, throughout the stipulated period of contract, be proceeded with all due diligence to achieve the desired progress uniformly, and the contractor shall pay as penalty an amount equal to 1.0 (One) percent of the amount (minimum one thousand per week) of the incomplete work for every one week of delay, subject to a maximum of 10 (ten) percent of the cost of work awarded. Moreover if during this period, DGM/DET is not satisfied with the performance of the contractor then the work order will be cancelled and whole work will be terminated.

13.1.2. On any date the penalty payable as above, reaches 10(ten) percent of the estimated cost of the work, the contractor should proceed with the work further only on getting a written instructions from the Divisional Engineer that, he is allowed to proceed further with the work. It will be in the discretion of the Divisional Engineer to allow the contractor to continue with the work on the basis of any written agreement reached between the contractor and the Divisional Engineer one of the conditions of such agreement may be a stipulation for the contractor to agree for realization of penalty for delay at a higher rate as may be agreed between the Divisional Engineer and contractor.

13.1.3. The days on which work is not done due to reasons beyond the control of contractor, such as natural calamities, law & order situation etc., will not be accounted for in imposing the penalty.

13.1.4. Penalty for delay in completion of the work shall be recoverable from the bills of the contractor and/ or by adjustment from the security deposit or from the bills of any other contract. However, adjustment from security deposit will be made only when the contract has been terminated or at the time of final settlement of bills on completion of work.

13.1.5. In case of slow progress of the work in a section which have been awarded to a particular contractor, and the public interest does not permit extension of time limit for completion of the work, the Addl. GMM NTR Jaipur will have the full right to order that the scope of the contractor may be restricted to such fraction of the whole of the work and get the balance executed at the risk and cost of the contractor. The details are given in Rescission of the contract clause of the bid document. All such payments shall be recovered from the contractor’s pending bills or security deposit.

13.1.6. The Addl. GMM NTR Jaipur reserves the right of cancel the contract and forfeit the security deposit if the contractor fails to commence the work within 7 days after issue of the work order.

13.1.7 If contractor is failed to reporting the site visit within 7days to comply the provision contained in clause 3.1& 3.2, Section 5 Part B, 2% penalty shall be imposed of approved tender cost and shall be recovered from PSD/R/bill/Final bill which is convenient to BSNL.

13.2. Penalty for causing inconvenience to the Public : 13.2.1 To ensure progress during the execution of work and to cause minimum in convenience to

the public, the contractor shall not dig a trench of more than 200 meters at a stretch in a route at a time. He shall cause to lay cable and close such trenches expeditiously. Under any circumstances stretch of trench of maximum 200 meters shall not be kept open for more than 4 days in case of cable laying by digging paved surfaces. In the event of contractor failing to comply with, these conditions, a penalty of recovery up to Rs. 300/- per day the trench is kept open beyond the time limit allowed may be imposed by the BSNL. This penalty will be in addition to that payable for delay or slow work.

13.2.2 The contractor shall not be allowed to dump the empty cable drums /waste materials in Govt./Public place, which may cause inconvenience to Govt./Public . If the contractor does not dispose off the empty cable drums/waste materials within 3 days of becoming empty, the BSNL is at liberty to dispose off the drum in any manner deemed fit and also recover the amount fixed in this contract for empty cable drums/waste materials from the bill /security deposit along with the costs incurred by the BSNL in disposing off such materials. The BSNL may also levy a penalty up to Rs. One thousand for each such default.

P a g e | 73 Signature of Bidder

Page 74: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

13.2.3 If any such penalty is levied on a contractor for more than 2 occasions, then his/her contract could be terminated. In this regard the decision of The Addl. GMM NTR Jaipur shall be final and binding.

13.3. Penalty for cutting/damaging the old cable: During excavation of trench utmost care is to be taken by the contractor, so that the existing underground BSNL PIJF/OFC cables are not damaged or cut.

13.3.1.1 In case any damage/cut is done to, the existing PIJF/UG cables, the amount will be deducted/recovered from his PSD/running bill/ final bill /any available security deposit/payment due anywhere in BSNL on actual basis the demand notes received from concerned agencies.

13.3.1.2 In case any damage/cut is done to existing BSNL Optical fibre cable during excavation work, Then a penal and compensation amount of Rs 50,000/=per fault will bededucted/recovered from his PSD/running bill/ final bill /any available security deposit/payment due anywhere in BSNL

13.3.2 Penalty for damaging any other utilities. There is a damage caused to any utility. Injury/loss occurs to any person because of any lack of proper precaution on the part of the

Contractor. 13.3.2.1 The contractor will be held solely responsible and has to compensate for such damage/injuries/losses

which will be deducted from his bills payable or from the security deposit or from what ever amount due to him.

13.3.2.2 If BSNL has to incur any expenditure to repair such damages or to compensate for such injuries/lapses, the amount plus five percent as processing charge will be recovered from the dues of the Contractor or from the security deposit or both.

13.3.2.3 In every case by virtue of the provisions and Workman’s Compensation Act the BSNL is obliged to pay compensation to a work man employed by the contractor in charge of the execution of the work, the BSNL will be entitled to recover from contractor the amount of compensation so paid plus five percent processing charge.

13.3.2.4 Insurance coverage for the materials supplied to the contractor must be borne by the contractor for covering the loss if any due to fire, hazardous lifting, explosions, impact by rail / road, Vehicle, animal, riot, strike malicious and terrorist damages.

13.3.2.5 The contractor has to apprise himself of the laws/rules/regulations of the area of works allotted to him

and abide by such laws/rules/regulations concerning his work. Any lapses on this account may lead to penalty and prosecution for which the contractor will be solely responsible.

13.4 Penalty to damage stores/materials supplied by the BSNL while laying 13.4.1 The contractor while taking delivery of materials supplied by the BSNL at the designated

place shall thoroughly inspect all items before taking them over. In case of execution of the work, if any material is found damaged/working unsatisfactorily, then a penalty equivalent to the cost of material + 10% as penalty shall be recovered from the contractor’s payments/ securities.

13.4.2 However, contractor will not be penalized for any defect in workmanship of the materials, which shall be taken up separately with the supplier of the stores.

14. RESCISSION/ TERMINATION OF CONTRACT 14.1. Circumstances for rescission of contract: Under the following conditions the competent

authority may rescind the contract: a) If the contractor commits breach of any items of terms and conditions of the contract. b) If the contractor suspends or abandons the execution of work and the engineer in-charge of the

work comes to conclusion that work could not be completed by due date for completion or the contractor had already failed to complete the work by that date.

c) If the contractor had been given by the officer-in-charge of work a notice in writing to rectify /replace any defective work and he/she fails to comply with the requirement within the specified period.

14.2. Upon rescission of the contract, the security deposit of the contractor shall be liable to be forfeited and shall be absolutely at the disposal of the BSNL as under:

14.2.1 Measurement of Works executed since the date of last measurement and up to the date of rescission of contract shall be taken in the presence of the contractor or his authorized representative who shall sign the same in the MB. If the contractor or his authorized representative do not turn up for joint measurement, the measurement shall be taken by the officer authorized for this purpose after expiry of due date given for joint measurement. The measurement taken by the officer so authorized shall be final and no further request for joint measurement shall be entertained.

P a g e | 74 Signature of Bidder

Page 75: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

14.2.2 The unused material (Supplied by the BSNL) available at site, shall be transported back by

the BSNL to the Telecom Projects Store at the risk and cost of the contractor. If any such material is found damaged/lost then the penalty shall also be recovered from the contractor as per conditions in tender documents, ibid.

14.2.3 The un-executed work shall be got executed through the qualified bidder from the bidders, who participated in the bidding process, by giving them offers in their order of ranking (L-2,L-3) at their quoted rates. If the work was awarded on single tender basis then the BSNL shall get the unexecuted work completed through any other contractor approved in Addl. GMM NTR area at the approved rates of that particular section or to execute the work departmentally, as is convenient or expedient to the BSNL at the risk and cost of the contractor. In such a event no compensation shall be payable by the BSNL to the contractor towards any inconvenience/loss that he may be subjected to as a result or such an action by the BSNL. In this regard the decision of (the Addl. GMM NTR Jaipur) shall be final and binding. In all these cases, expenses which may be incurred in excess of the sum which would have been paid to the original contractor if the whole work had been executed by him shall be borne and paid by the original contractor and shall be deducted from any money due to him by the BSNL under the contract or any other account whatsoever any where in the BSNL or from a security deposit.

14.2.4 The certificate of the Divisional Engineer in-charge of work as to the value of work done shall be final and conclusive against the contractor, provided always that action shall only be taken after giving notice in writing to the contractor.

14.3 Termination for Insolvency : 14.3.1 The BSNL may at any time terminate the Contract by giving written notice to the Contractor ,

without compensation to Contractor, if the Contractor becomes bankrupt or otherwise insolvent as declared by the competent court provided that such termination will not prejudice or affect any right or action or remedy which has accrued or will accrue thereafter to the BSNL.

14.4 Optional Termination by BSNL (Other than due default of the Contractor): 14.4.1 The BSNL may, at any time, at its option cancel and terminate this contract by written notice

to the contractor, in which event the contractor shall be entitled to payment for the work done up to the time of such cancellation and a reasonable compensation in accordance with the contract prices for any additional expenses already incurred for balance work exclusive of purchases and/or whole of material, machinery and other equipment for use in or in respect of the work.

14.4.2 In the event of the termination of the contract, the contractor shall forthwith clear the site of all the contractor’s materials, machinery and equipment’s and hand over possession of the work/operations concerned to the BSNL or as the BSNL may direct.

14.4.3 The BSNL may, at its option, cancel or omit the execution of one or more items of work under this contract and may part of such items without any compensation whatsoever to the contractor.

14.5 Issuance of Notice : 14.5.1. The Divisional Engineer in-charge of work shall issue show cause notice giving details of

lapses, violation of terms and conditions of the contract, wrongful delays or suspension of work or slow progress to the contractor directing the contractor to take corrective action. A definite time schedule for corrective action shall be mentioned in the show cause notice. If the contractor fails to take corrective action within the stipulated time frame, the Divisional Engineer in –charge shall submit a draft of final notice along with a detailed report to the competent authority who had accepted the contract.

14.5.2. The final notice for rescission of contract to the contractor shall expressly state the precise date and time from which the rescission would become effective. The following safe guards shall be taken while issuing the final notice.

P a g e | 75 Signature of Bidder

Page 76: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

a) During the period of service of notice and its effectiveness, the contractor should not be allowed to

remove from the site any material/equipment belonging to the BSNL. b) The contractor shall give in writing the tools and plants he would like to take away/remove from

the site. Such of the materials as belong to him and which may not be required for future execution of balance work may be allowed by the Divisional Engineer in-charge of work to be removed with proper records.

c) No new construction beneficial to the contractor shall be allowed. d) Adequate departmental security arrangement in replacement of the contractor watch and ward

shall be made forthwith. Expenses on this account are recoverable from the security deposit or any amount due to the contractor.

15. INDEMENITIES 15.1 The contractor shall at all times hold the BSNL harmless and indemnify from against all

action, suits, proceedings, works, cost, damages, charges claims and demands of every nature and descriptions, brought or procured against the BSNL, its officers and employees and forthwith upon demand and without protect or demur to pay to the BSNL any and all losses and damages and cost (inclusive between attorney and client) and all costs incurred in endorsing this or any other indemnity or security which the BSNL may now or at any time have relative to the work or the contractors obligation or in protecting or endorsing its right in any suit on other legal proceeding, charges and expense and liabilities resulting from or incidental or in connection with injury, damages of the contractor or damage to property resulting from or arising out of or in any way connected with or incidental to the operations caused by the contract documents. In addition the contractor shall reimburse the BSNL or pay to the BSNL forthwith on demand without protect or demur all cost, charges and expenses and losses and damages otherwise incurred by it in consequence of any claim, damages and actions which may be brought against the BSNL arising out of or incidental to or in connection with the operation covered by the contractor.

15.2 The contractor shall at his own cost at the BSNL’s request defend any suit or other proceeding asserting a claim covered by this indemnity, but shall not settle, compound or compromise any suit or other finding without first consulting the BSNL.

16. FORCE MAJEURE: 16.1 If any time, during the continuance of this contract , the performance in whole or in part by

either party or any obligation under this contract shall be prevented or delayed by reason of any war, or hostility , acts of the public enemy, civil commotion sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes , lockouts or act of God (Herein after referred to as events) provided notice of happenings, of any such eventuality is given by either party to the other within 21 days from the date of occurrence thereof, neither party under the contract shall be resumed as soon as practicable after such event may come to an end or cease to exist, and the decision of the BSNL as to whether the work have been so resumed or not shall be final and conclusive ,provided further that if the performance ,in whole or part of any obligation under this contract is prevented or delayed by reason of any such event for a period exceeding 60 days either party may, at his option terminate the contract.

16.2 Provided also that if the contract is terminated under this clause, the BSNL shall be at liberty to take over from the contractor at a price to be fixed by the BSNL, which shall be final, all unused, undamaged and acceptable materials bought out components and stores in the course of execution of the contract, in possession of the contractor at the time of such termination of such portions thereof as the BSNL may deem fit excepting such materials bought out components and stores as the contracts may with the concurrence of the BSNL elect to retain.

17. ARBITRATION 17.1 In the event of any question, dispute or difference arising under this agreement or in

connection there-with except as to matter the decision of which is specifically provided under this agreement, the same shall be referred to sole arbitration of the Chief General Manager or in case his designation is changed or his office is abolished then in such case to the sole arbitration of the officer for the time being entrusted whether in addition to the functions of the Chief General Manager or by whatever designation such officers may be called (hereinafter referred to as the said officer ) and if the Chief General Manager, P a g e | 76 Signature of Bidder

Page 77: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

Name of the Circle) or the said officer is unable to act as such to the sole arbitration or some other person appointed by the Chief General Manager, or the said officer. The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act 1996. There will be no objection to any such appointment that the arbitrator is BSNL Servant or that he has to deal with matter to which the agreement relates or that in the course of his duties as BSNL Servant has expressed view on all or nay of the matter under dispute. The award of the arbitrator shall be final and binding on the parties. In the event of such arbitrator to whom the matter is originally referred, being unable to act for any reasons whatsoever such Chief General Manager or the said officer shall appoint another person to act as arbitrator in accordance with terms of the agreement and the person so appointed shall be entitled to proceed from the stag at which it was left out by his predecessors.

17.2 The arbitrator may from time to time with the consent of parties enlarge the time for making and publishing the award, subject to aforesaid Indian Arbitration and Conciliation Act 1996 and the rules made there under, any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this clause.

17.3 The venue of the arbitration proceeding shall be the office of the Chief General Manager, (Name of the circle) or such places as the arbitrator may decide. The following procedure shall be followed:

17.3.1 In case parties are unable to reach a settlement by themselves, the dispute should be submitted or arbitration in accordance with contract agreement.

17.3.2 There should not be a joint submission with the contractor to the sole arbitrator. 17.3.3 Each party should submit its own claim severally and may oppose the claim put forward by

the other party. 17.3.4 The onus of establishing his claims will be left to the contractor. 17.3.5 Once a claim has been included in the submission by the contractor, a reiteration or

modification there of will be opposed. 17.3.6 The “points of defence” will be based on actual conditions of the contract. 17.3.7 Claims in the nature of ex-gratia payment shall not be entertained by the Arbitrator as these

are not contractual. 17.3.8 The question whether these conditions are equitable shall not receive any consideration in

the preparation of “points of defence”. 17.3.9 If the contractor includes such claims in his submission, the fact that they are not contractual

will be prominently placed before the Arbitrator. The award of the sole Arbitrator shall be final and binding on all the parties to the dispute. 18 SET OFF: 18.1 any sum of money due and payable to the contractor (including security deposit refundable

to him) under this contract may be appropriated by the BSNL or the Govt. or any other person contracting through the Govt. of India and set off the same against any claim of the BSNL or Govt. such other person or persons for payment of a sum of money arising out of this contract made by the Contractor with BSNL of Govt. or such other person contracting through Govt. of India.

19 ACTION BY BSNL AGAINST BIDDER(S) IN CASE OF DEFAULTS In case of defaults by bidder(s) as mentioned in Appendix-1 of Section-4 Part-A, action will be taken by BSNL as mentioned in Appendix-1 in addition to the existing clasues-13 & 14 of this section

P a g e | 77 Signature of Bidder

Page 78: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

SECTION-5 Part B SPECIAL CONDITIONS OF CONTRACT

1. GENERAL 1.1 The work shall be accepted only after Acceptance Testing carried out by DOT/DTS/BSNL

team, designated by the BSNL, as per prescribed schedule and work / material passing the test successfully.

1.2 The BSNL reserves the right to disqualify such bidders who have a record of not meeting contractual obligations against earlier contracts entered into with the BSNL.

1.3 The BSNL reserves the right to black list a bidder for a suitable period in case he fails to honour his bid without sufficient grounds.

1.4 The BSNL reserves the right to counter offer price(s) against price(s) quoted by any bidder. 1.5 Any clarification issued by BSNL in response to query raised by prospective bidders shall

form an integral part of bid documents and it may amount to amendment of relevant clause of the bid documents.

1.6 Tender will be evaluated as a single package of all the items given in the price schedule. 1.7 All work to be executed under the contract shall be executed under the direction and subject

to the approval in all respects of by the Divisional Engineer or Site Engineer in-charge or work site who shall be entitled to direct at what point or points and what manner they are to be commenced, and from the time to time carried on.

1.8 The work in each section may be spilt up between two or more contractors or accept any tender in part and not entirely if considered expedient by The Addl. GMM NTR Jaipur.

1.9 If the contractor shall desire an extension of time for completion of the work on the grounds of unavoidable hindrance in execution of work or on any other ground he shall apply in writing to the Divisional Engineer within 3 days of the date of hindrance on account of which he desired such extension as aforesaid. In this regard decision of The Addl. GMM NTR Jaipur shall be final.

1.10 If at any time after the commencement of the work, the BSNL may feel that execution of whole or part of work, as specified in the tender is not required to be carried out, then the BSNL shall give notice in writing of the fact to the contractor who shall have no claim to any payment of compensation whatsoever on account of any profit or advantage which he might have derived in consequence of the full amount of the work not having been carried out neither shall be have any claim for compensation by reason of any alterations having been made in the original specifications, drawings, designs and instructions which shall involve any curtailment of the work as originally contemplated.

1.11 Whenever any claims against contractor for the payment of a sum of money arises out of or under the contract, the BSNL shall be entitled to recover such sum by appropriating in part or whole the security deposit of the contractor, and to sell any BSNL promissory notes etc, forming the whole or part of such security or running / Final bill pending against any contract with the BSNL. In the event of the security being insufficient or if no security has been taken from the contractor, then the balance or the total sum recoverable as the case may be, shall be deducted from any sum then due or which at any time there after may become due to the contractor under this or any other contract with BSNL, should this sum be not sufficient to cover the full amount recoverable the contract or shall pay to BSNL on demand the balance remaining due.

1.12 No official of Gazetted rank or other Gazetted officer employed in Engineering or administrative duties in an Engineering Department or any other Department of the BSNL is allowed to work as a contractor for a period of two years after his retirement from BSNL service without the previous permission of BSNL of India. This contract is liable to the cancelled if either the contractor or any of his employee is found at any time to be such a person who hadn’t obtained the permission of BSNL as aforesaid before submission of the engagement in the contractor’s service as the case may be.

1.13 In the event of the contractor being, adjusted insolvent or going voluntarily into liquidation of having received order or other order under insolvency act made against him or in the case of company, of the passing of any resolution or making of any order for winding up whether voluntarily or otherwise, or in the event of the contractor failing to comply with any of the conditions herein specified, the Addl. GMM NTR Jaipur, shall have the power to terminate the contract without any notice.

1.14 Without prejudice to any of the rights or remedies under this contract, if the contractor dies, the Addl. GMM NTR Jaipur on behalf of the president can terminate the contract without

P a g e | 78 Signature of Bidder

Page 79: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

compensation to the contractor. However The Addl. GMM NTR Jaipur, at his discretion may permit contractor’s heirs to perform the duties or engagement of the contractor under the contract, in case of his death. In this regard the decision of The Addl. GMM NTR Jaipur shall be the final. 1.15 In the event of the contractor, winding up his company on account of transfer or merger of

his company with any other, the contractor shall make it one of the terms and stipulations of the contract for the transfer of his properties and business, that such other person or company, shall continue to perform the duties or engagement of the contractor under this contract and be subject to his liabilities there under.

1.16 Interpretation of the contract document: 1.16.1 The representative of The Addl. GMM NTR Jaipur and the contractor shall in so far as

possible by mutual consultation, try to decide upon the meaning and intent of the contract document. In-case of disagreement the matter shall be referred to The Addl. GMM NTR Jaipur whose decision shall be final. Any change in the contract documents shall be set forth in writing by the representative of the parties hereto. It shall be the contractor’s responsibility to thoroughly familiarize all of his supervisory personnel with the contents of all the contract documents.

1.17 Notification 1.17.1 The contractor shall give in writing to the proper person or authority with a copy to the

Divisional Engineer such notification as may be mandatory or necessary in connection with the commencement, suspension, resumption, performance and / or completion of the contract work. All notice shall be given sufficiently in advance of the proposed operation to permit proper co-relation of activities and the contractor shall keep all proper or authorities involved and advised of the progress of operations throughout the performance of the work and / or with such other information and / or supporting figure and data as may from time to time as directed or required.

1.18 Shut down on account of weather conditions: 1.18.1 The contractor shall not be entitled to any compensation whatsoever by reason of

suspension of the whole or any part of the work made necessary by the BSNL or demand advisable on account of bad weather conditions or other force major conditions.

2. STORES SUPPLIED BY THE BSNL: 2.1 At no point of time the contractor shall be issued stores of value more than the contractor’s

material security as per clause number 5(ii) of Section 5 Part A If at all the work requires more amount of materials to issued to the contractor, then the security shall suitably be revised before the issue of the store and the contractor will not have any objection to it.

2.2 The contractor shall transport (including loading and unloading) all stores issued to him from DE OFC (M) Store to the site of work at his own cost. The BSNL shall not pay any transportation charges to the contractor.

2.3 All material supplied to the contractor by the BSNL shall remain the absolute property of BSNL and shall not be removed from site of the work except for use in the work and shall be at all times open to inspection by the Representative of The Addl. GMM NTR Jaipur.In case the materials like cable and accessories are taken delivery of the contractor and stored at the site office / store of the contractor such site office / store will also be treated “as site” for this purpose. Any such materials remaining unused at the time of the abandonment, completion or determination of the contract shall be returned to the Departmental a place informed to him by the BSNL, failing which the cost of the unused materials shall be deducted from the contractor’s martial security or any of his pending bills or from any other security.

2.4 The contractor shall be responsible for the transportation of store, storage and safe custody of all material supplied to him by the BSNL, which in the contractor’s custody whether, or not installed in the work. The contractor shall satisfy himself regularly the quality of the materials supplied to him and he will be responsible for any subsequent deterioration and discrepancy (inclusive of theft) in the quantity / quality of the materials.

2.5 The contractor shall submit a proper account every month of all the materials supplied to him by the BSNL and those consumed for items of work any discrepancy of difference between the materials issued to the contractor and those consumed in the work as per the “BSNL’s Calculation” (which shall be final) will be charged to the contractor or deducted from his bills at additional 17.5% prevailing standard price including freight, handling charges, storage charges etc.

P a g e | 79 Signature of Bidder

Page 80: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

2.6 The contractor shall ensure that only the required materials are issued to him. Upon completion of work, the contractor shall return to the Govt. at the later designated store in good condition, free of charges, any unused materials that were supplied by the BSNL.

3. EASEMENTS, PERMITS, LICENCES AND OTHER FACILITIES 3.1 The contractor shall obtain / provide at his own cost all easements, permits, pursuance of

permissions and license pertaining to local authorities for execution of the work as per work contract schedule. However for the above permissions any payment/BG/contract agreement is necessary then the same shall be paid /submitted /executed by the BSNL against the demand note/enforce document of the local authority submitted by the contractor / directly received through the local authorities to BSNL. No any extra charges will be paid by BSNL to the contractors for pursuance of easements, permissions & permits etc. from the different local authorities. It shall be responsibility of the bidder to quote the rates for execution of the work keeping in view such aspects.

3.2 The scope of the work to be done for the following permission 3.2.1 A “Right of User” easements and permits

B Railway and Highway crossing permits including bridge C Canal / Stream crossing permits.

3.2.2 As soon as the work contract agreement is received by the contractor, The contractor shall report to concerned DEOFC NTR within 7 days from receipt of work contract agreement

3.2.3 The contractor shall visit the proposed route for the cable construction work to be followed along with BSNL officer. After that the contractor will consult the local authority to assess whether permission is required or not on the said route, if no permission is required then he may report the same that he is ready to execute the work in the full route length or in certain specific length and accordingly Work order will be issued by concerned DE OFC NTR

3.2.4 Wherever the permission is necessary the BSNL will apply to the concerned authorities for seeking necessary permission. The contractor will carry the BSNL application/documents and submit the same to concern local authority and subsequently the contractor has to visit the route along with local authorities to assess the quantum of road cutting, railway, Oil & Gas Pipeline, Water Pipeline crossing ,forest area etc and subsequently collecting the demand notes of local authority if any and depositing the same to concern DE OFC NTR and collecting the demand note payments, cheques from BSNL office and depositing the same to concern authority and seek the permission letter from the local authority and submit the same. As soon as the permission is received the concern DE OFC NTR shall issue W.O. the above process shall be completed in one month

3.3 The contractor shall be fully responsible for angling and obtaining all necessary easements, permits and license, for moving all construction equipment, tools supplied materials and men across Railway and highways, across public or private road as well as premises of any public utility within the right of user and for bearing all costs that may be incurred in respect of the same.

3.4 The contractor is to confine his operation to the provided construction “Right of user” unless it has made other arrangements shall be entirely at the responsibility of the contractor as to cost and arrangements as also breach and claim and shall be entitled with a copy to the Divisional Engineer.

3.5 The contractor will not be entitled to extra compensation for hardship and increase in cost by the cable trench being routed adjacent to or across other pipeline, highway, Railway, telephones or poser poles and wires or guy wires, embankments, clifts, streams or other obstacles with may physically or otherwise in any manner, restrict or limit the use of the contraction “Right of User”. Some construction and such contingency shall be deemed to have been providing for in the rates.

3.6 At location where the OF Cable trench is routed across or along railway or roads the contractor shall without extra cost provide and maintain such detours and road controls as are required by the railways or BSNL or local agencies having jurisdiction.

3.7 Delay due to grant of permission by the local authority, then the extension of time limit shall be provided as per EOT clause given in tender document.

4 QUALITY OF WORK P a g e | 80 Signature of Bidder

Page 81: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

4.1 The BSNL shall be the final judge of the quality of the work and the satisfaction of the BSNL in respect of set forth in the contract documents. Laxity or failure to enforce compliance with the contract documents by the BSNL and / or its representative shall not manifest a change or intent of waiver, the intention being that, notwithstanding the same, the contractor shall be and remain responsible for complete and proper compliance with the contract documents and the specification there in. The representative of The Addl. GMM NTR Jaipur has the right to prohibit the use of men and any tools, materials and equipments which in his opinion do not products work or performance meet the requirement of the contract documents.

5. TAXES AND DUTIES 5.1 Contractor shall pay all rates, levies, fees royalties, taxes and duties payable or arising from

out of, by virtue of or in connection with and/or incidental to the contract or any of the obligation of the parties in terms of the contractor documents and / or in respect of the works or operations or any part thereof to be performed by the contractor and the contractor shall indemnify and keep indemnified the BSNL from and against the same or any default by the contractor in the payment thereof.

5.2 The contractor has to deposit Service Tax (wherever applicable) as received from BSNL from time to time with concerned authorities in due course & shall submit a copy of paid challan with subsequent bills for verification.

6. PROTECTION OF LIFE AND PROPERTY AND EXISTING FACILITIES: 6.1 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 operation and shall minimize the disturbance and inconvenience to the public.

6.2. If the excavation of trench alters the contours of the ground around road and highway crossing in such locations dangerous to traffic, the contractor shall at his own cost, take all necessary precautions to protect public and shall comply with all the BSNL regulations as to placing of warning boards (Minimum size 3’ x 2’ ) ,traffic signals, barricades, flags etc. at such location. If the contractor does not put the warning signals as per above directions, then a penalty of Rs. 500/- per day shall be levied on the contractor, till the directions are complied by the contractor. The contractor shall take due precautions to avoid damages to other pipe lines , water mains, sewers, telephones, telegraphs ad power conduits, laid wirers poles and guy wirers, railways, highways, bridges or other underground or above ground structure and/ or property crossing or adjacent to the cable trench being excavated.

6.3. Attention of the contractor is drawn to the rules regarding laying of cables at road crossing, along Railways Bridges, Highways safety precautions while working in public street. The contractor in writing shall obtain the detailed engineering instructions from the Divisional Engineer of the area.

6.4. The contractor shall be solely responsible for location through approved non-destructive means and ensuring the safety of all existing underground pipelines, electrical cables, and or other structures.

6.5. The contractor shall be solely liable for all expense for an in respect of repairs and / or damage occasional by injury of or damage to such underground and above structures or other properties and under take to indemnify the BSNL from and against all actions, cause of actions, damages, claims and demands what-so-ever, either in law or in equity and all losses and damages and costs (inclusive between attorney and client), charges and expenses in connection therewith and / or incidental thereto. The contractor shall take all responsibilities, and risk in crossing other pipelines and cables and shall be responsible for protecting all such existing pipelines, poles, electric lines, sewers, cables or other facilities from damage by the contractor’s operation in connection with the work. The contractor without cost of the BSNL shall promptly repair any damage incurred.

6.6. The current market value of any commodities lost as a result of any damage to the aforesaid existing facilities shall be paid by the contractor together with such additional sums necessary to liquidate the personal of property damages, resulting there from.

7. LABOUR WELFARE MEASURES AND WORKMAN COMPENSATION 7.1 Obtaining License before commencement of work : Pa g e | 81 Signature of Bidder

Page 82: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

The contractor shall obtain availed labour license under the Contract labour (R&A Act 1970 and the Contract Labour (Regulation and Abolition ) Central Rules 1971, before commencement of the work, and continue to have a valid license until the completion of work. The contractor shall also abide by the provisions of the Child Labour (Prohibition and Regulation) Act 1986. Any failure to fulfill the requirement shall attract the penal provisions of this contract arising out of the resultant non-execution of work. 7.2 CONTRACTORS LABOUR REGULATIONS: 7.2.1.1. Normally working hours of an employee should not exceed 9 hours a day. The working day

shall be so arranged that inclusive of interval for rest, if any, it shall not spread over more than 12 hours on any day.

7.2.1.2. When a worker is made to work for more than 9 hours on any day or for more than 48 hours in any week he shall be paid over time for the extra hours put in by him.

7.2.1.3. Every worker shall be given a weekly holiday normally on a Sunday, in accordance with the provision of Minimum Wages (Central) Rules 1960 as amended from time to time, irrespective of whether such worker is governed by the Minimum Wages Act or not.

7.2.1.4. Where the minimum wages prescribed by the BSNL, under the Minimum Wages Act, are not inclusive of the wages for the weekly day of rest, the worker shall be entitled to rest day wages, at the rate applicable to the next preceding day, provided he has worked under the same contractor for a continuous period of not less than 6 days.

7.2.1.5. Where a contractor is permitted by the Engineer –in-charge to allow a worker to work on a normal weekly holiday, he shall grant a substituted holiday to him for the whole day, on one of the five days, immediately before or after the normal weekly holiday, and pay wages to such worker for the work performed on the normal weekly holiday at the overtime rate.

7.2.2. Display of Notice Regarding Wages etc. The contractor shall, before he commences his work on contract, display and correctly maintain and continue to display and correctly maintain, in a clear and legible condition in conspicuous places on the work, notices in English and in local Indian languages spoken by the majority of the workers, giving the minimum rates of the wages fixed under Minimum Wages Act, the actual wages being paid, the hours of work for which such wage are earned, wages period, dates of payments of wages and other relevant information.

7.2.3. Payment of Wages. 2. The contractor shall fix wage periods in respect of which wages shall be payable. 3. No wage period shall exceed one month. 4. The wages of every person employed as contract labour in an establishment or by a contractor,

where less than one thousand such persons as employed, shall be paid before the expiry of seventh day and in other cases before the expiry of tenth day after the last day of the wage period in respect of which the wages are payable.

5. Where the employment of any worker is terminated by or on behalf of the contractor, the wages earned by him shall be paid before the expiry of the second working day from the date on which his employment is terminated.

6. All payment of wages shall be made on a working day at the work premises and during the working time and on a date notified in advance and in case the work is completed before the expiry of the wage period, final payment shall be madewithin48 hours of the last working day, Wages due to every worker shall be paid to him direct or to other person authorized by him in this behalf.

7. All wages shall be paid in current coin or currency or in both. 8. Wages shall be paid without any deductions of any kind except those specified by the Central

BSNL by general or special order in this behalf or permissible under the Payment of Wages Act 1956.

9. A notice showing the wages period and the place and time of disbursement of wages shall be displayed at the place of work and a copy sent by the contractor to the Engineer –in-charge under acknowledgement.

It shall be duty of the contractor to ensure the disbursement of wages in presence of the site. Engineer or any other authorized representative of the Engineer-in-charge who will be required to be present at the place and time of the disbursement of wages by the contractor to workmen. The contractor shall obtain from the site Engineer or any other authorized representative of the Engineer–in-charge ,as the case may be, a certificate under his signature at the end of the entries in the “ Register of Wages” or the “Wages-cum- Muster Roll “ , as the case may be, in the following form:-

“Certified that the amount shown in the column No____ has been paid to the workman concerned in my presence on _..__.. at _____”

P a g e | 82 Signature of Bidder

Page 83: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

7.2.4 Fines and deductions which may be made from wages. 7.2.4.1 The wages of a worker shall be paid to him without any deduction of any kind except the

following:- (a) Fitness (b) Deductions for absence from duty i.e. from the place or the places where the terms of

his employment he is required to work. The amount of deduction shall be in proportion to the period for which he was absent.

(c) Deductions for damage to or loss of goods expressly entrusted to the Employed person for custody, or for loss of money or any other deductions which he is required to account, where such damage or loss is directly attributable to his neglect or default.

(d) Deductions for recovery of advances or for adjustment of overpayment of wages, advances granted shall be entered in a register.

(e) Any other deductions, which the Central Govt. may from Time to time, allow. 7.2.4.1. No fines should be imposed on any worker save in respect of such acts and omissions on

his part as have been approved of by the Labour Commissioner. 7.2.4.2. No fine shall be imposed on a worker and no deduction for damage or loss shall be made

from his wages until the worker has been given an opportunity of showing cause against such fines or deductions.

7.2.4.3. Every fine shall be deemed to have been imposed on the day of the act or omission in respect of which it was imposed.

7.2.5. Labour records. 7.2.5.1. The contractor shall maintain a Register of Persons employed on work on contract in form

XIII of the Contract Labour (R&A) Central Rules 1971. 7.2.5.2. The contractor shall maintain a Muster Roll in respect of all workmen employed by him on

the work under Contract in Form XVI of the CL (R&A) Rules 1971. 7.2.5.3. The contractor shall maintain a Wage Register in respect of all workmen employed by him

on the work under contract in form XVII of the CL (R&A) Rules 1971. 7.2.5.4. Register of accidents - The contractor shall maintain a register of accidents in such form as

may be convenient at the work place but the same shall include the following particulars:- a) Full Particulars of the labourers who met with accident. b) Rate of wages. c) Sex. d) Age. e) Nature of accident and cause of accident. f) Time and date of accident. g) Date and time when admitted in hospital. h) Date of discharge from the hospital. i) Period of treatment and result of treatment. j) Percentage of loss of earning capacity and disability as assessed by Medical Officer. k) Claim required to be paid under workmen’s Compensation Act. l) Date of payment of compensation. m) Amount paid with details of the person to whom the same was paid. n) Authority by whom the compensation was assessed o) Remarks.

7.2.5.5. The contractor shall maintain a Register of Fines in the form XII of the Cl (R&A) Rules 1971. The Contractor shall display in a good condition and in a conspicuous place of work the approved list of acts and omission for which fines can be imposed.

7.2.5.6. The contractor shall maintain a Register of deductionsfor damages or loss in Form XX of the Cl (R&A) Rules, 1971.

7.2.5.7. The contractor shall maintain a Register of Advances in Form XXIII of the CL (R&A) Rules 1971.

7.2.5.8. The contractor shall maintain a Register of Overtime in Form XXIII of the CL (R&A) Rules 1971.

7.2.6. Attendance card-cum wage slip 7.2.6.1 The contractor shall issue an Attendance card cum wage slip to each workman employed

by him. The card shall be valid for each wage period. P a g e | 83 Signature of Bidder

Page 84: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

7.2.6.2. The contractor shall mark the attendance of each workman on the card twice each day, once

at the commencement of the day and again after the rest interval, before he actually starts work.

7.2.6.3. The contractor shall remain in possession of the worker during the wage period under reference.

7.2.6.4. The contractor shall complete the wage slip portion on the reverse of the card at l a day prior to the disbursement of wages in respect of the wage period under reference.

7.2.6.5. The contractor shall obtain the signature or thumb impression of the worker on the wage slip at the time of disbursement of wages and retain the card with him.

7.2.7. Employment card The contractor shall issue an Employment Card in the Form XIV of CL (R&A) Central Rules 1971 to each worker within three days of the employment of the worker.

7.2.8. Service certificate On termination of employment for any reason whatsoever the contractor shall issue to the workman whose services have been terminated, a Service Certificate in the Form XV of the CL (R&A) Central Rules 1971.

7.2.9. Preservation of labour records The labour records and records of fines and deductions shall be preserved in original for a period of three years from the date of last entries made in them and shall be made available for inspection by the Engineer –in-charge or Labour Officer or any other officers authorized by the Ministry of Communications in this behalf.

7.3. Power of labour officer to make investigation or enquiry. The labour officer or any person authorized by the Central BSNL on their behalf shall have power to make enquiries with a view to ascertaining and enforcing due and proper observance of Fair Wage Clauses and provisions of these Regulations. He shall investigate into any complaint regarding the default made by the contractor in regard to such provision.

7.4 Report of Investigating Officer and action thereon The Labour Officer or other persons authorized as aforesaid shall submit a report of result of his investigation or enquiry to the Engineer –in-charge indicating the extent, if any, to which the default has been committed with a note that necessary deductions from the contractor’s bill be made and the wages and other dues be paid to the labourers concerned. The Engineer–in-charge shall arrange payments to the labour concerned within 45days from the receipt of the report from the Labour Officer or the authorized officer as the case may be.

7.5 Inspection of Books and Slips The contractor shall allow inspection of all the prescribed labour records to any of his workers or to his agent at a convenient time and place after due notice is received or to the Labour Officer or any other person, authorized by the Central BSNL on his behalf.

7.6 Submission of Returns The contractor shall submit periodical returns as may be specified from time to time.

7.7 Amendments The Central BSNL may from time to time add to or amend the regulations and on any question as to the application/ interpretation or effect of those regulations.

8. INSURANCE: 8.1 Without limiting any of his other obligations or liabilities, the contractor shall, at his own

expense, take and keep comprehensive insurance including third party risk for the plant, machinery, men, materials, etc. brought to the site and for all the work during the execution. The contractor shall also take out workmen’s compensation insurance as required by law and under take to indemnity and keep indemnified the BSNL from and against all manner of claims and demands and losses and damages and cost (including between attorney and client ) charges and expenses that may arise in regard the same or that the BSNL may suffer or incur with respect to end/ or incidental to the same. The contractor shall have to furnish original and / or attested copies as required by the BSNL of the policies of insurance taken within 15 (fifteen) days of being called upon to do so together with all premium receipts and other papers related thereto which the BSNL may require.

9. COMPLIANCE WITH LAWS AND REGULATION 9.1 The contractor will observe/abide all the provision of labour act; EPF act, service Tax act etc

wherever applicable as per the law. P a g e | 84 Signature of Bidder

Page 85: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

9.2 EPF Act, 1952 9.2.1 The contractor should be registered EPF Act, 1952 possessing a valid EPF Code. 9.2.2 The contractor shall be abide by provisions of EPF Act, 1952. 9.2.3 The each claim of contractor must accompany the:

(a) List showing the details of labours/employees engaged. (b) Duration of their engagement. (c) The amount of wages paid to such labours/employees for the duration in question. (d) Amount of EPF contributions (both employer’s & employee’s contribution) for

theduration of engagement in question, paid to the EPF authorities. (e) Copies of authenticated documents of payments of such contribution to EPF

authorities and (f) A declaration from the contractors regarding compliance of the conditions of EPFAct,

1952. 9.2.4 While passing the bills of contractors, the Divisional Engineer Telecom Projects must check

the payment particulars regarding EPF contribution furnished by the contractors along with the bill as mentioned in Para-3 above and keep full records of the payments etc. each contract wise. The bill passing authority only if the contractor complies with the terms and condition of EPF Act, 1952 will pass the bill.

9.2.5. The contract wise information kept by bill passing authority as mentioned in Para-3 above may be produced to EPF authorized as and when demanded by the latter.

9.3 During the performance of the works the contractor shall at his own cost and initiative fully comply with all applicable laws of the land and with any and all applicable by -laws rules, regulations and orders and any other provisions having the force of law made or promulgated or deemed to be made or promulgated by the BSNL or the Government, Governmental agency or department, municipal board, Government of other regulatory or Authorized body or persons and shall provide all certificates of compliance therewith as may be required by such applicable law. By-laws, Rules, Regulations, orders and/or provisions. The contractor shall assume full responsibility for the payment of all contributions and pay roll taxes, as to its employees, servants or agents engaged in the performance of the work specified in the contractor documents. If the contractor shall require any assignee or sub-contractor to sham any portion of the work to be performed hereunder may be assigned, sub leased or sub-contracted to comply with the provisions of the clause and in this connection the contractor agrees as to undertake to save and hold the BSNL harmless and indemnified from and against any / all penalties, actions, suits, losses and damages, claims and demands and costs (inclusive between attorney and client) charges and expenses whatsoever arising out or occasioned, indirectly or directly, by failure of the contractor or any assignee or sub-contractor to make full and proper compliance with the said by-laws Rules, Regulations, Laws and other and provisions as aforesaid.

10. TOOLS and PLANTS

The contractor shall provide at his own cost all tools, plants appliances implements, measures instruments etc. required for proper execution of works. The contractor shall also supply without charge the requisite number of persons with the means and materials necessary for the purpose of setting out works, counting, weighing and assisting the measurements for examination at any time and from time to time. The contractor shall be responsible to make all arrangements, at his own cost for dewatering of trenches/ducts and de-gasification of the ducts before carrying out the work. The contractor shall also be responsible to make arrangements, at his own cost, for water required for carrying of works at sites including curing of CC/RCC works. Failing his so doing the same may be provided by the Engineer – in-charge at the expense of the contractor and the expenses shall be deducted from any money due to the contractor under this contract or otherwise.

11. IMPORTANT INSTRUCTIONS

1. After the work commences the contractor or his authorized representative(s) shall be present at the site. The representative shall be authorized by the DET based on the contractor’s request.

2. Work shall be recorded in the site register by the site Engineer. The contractor or his authorized representative shall sign in the site register held by the site Engineer.

P a g e | 85 Signature of Bidder

Page 86: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

3. Since the time provided for the work is only a few days/weeks, all the communication shall be done at the site. If the contractor or his authorized representatives shall not sign the register, then it shall be considered that nobody is present at the site. Then only written communication shall be sent through registered post.

4. If the contractor does not provide the barricades, warning cones, warning tapes and work notice board, 5% additional penalty shall be levied. The same shall be provided by BSNL and 150% of the cost of the items shall be recovered from the contractor.

5. Any additional work, road crossings in the neighborhood of the work, when assigned by the DET in charge shall be carried out by the contractor.

6. Due to underground utilities, if the manhole cannot be constructed at the site shown, the decision of the site engineer shall be final and binding on the contractor. If it is decided to shift the manhole within the neighborhood, the contractor shall construct at the place shown by the site engineer.

7. The work will be executed as per direction and condition mentioned in clause 3 of section VI clause with the conditions imposed by the corporation or Traffic Police. In general, the permission is available for working at right only. The probable time for allowing trench less/ HDD/ Open trench is from 10 PM to next day 6 AM. Delay in the work and non-commencement of the work due to these reasons shall not be entertained. The work may be accordingly restricted or terminated.

8. If the work extends beyond the time given in the work order. BSNL shall not provide the Right of Way. The permissions from Corporation and Police shall be obtained by the contractor. If the contractor finds the time allowed for completion of work to be less, he may accordingly deploy more men/machines to complete the work in time.

9. If the work is not progressing as per the schedule, the work may be either restricted or terminated.

10. If the manhole work is abandoned after commencing, the work may be either restricted or terminated.

11. The BSNL reserves the right to disqualify such bidders who have a record of not meeting contractual obligations against earlier contracts entered into with the BSNL.

12. After the ducts are laid by either Open trenching method or by HDD, the duct integrity test shall be carried out by the contractor on the next day. This is to facilitate the Manhole contractor to commence the manhole work.

13 If any one or more number of ducts are found to fail the duct integrity test, additional laying/ HDD of pipe/s shall be carried out by the contractor at no extra cost. The cost of the damaged pipe(s) shall be recovered from the contractor with additional 17.5% towards Overhead charges.

14 After the re-laying of additional pipe(s), duct integrity test shall be performed in the failed segment, on all the ducts once again.

15 After the ducts are laid by either Open trenching method or by HDD, if duct integrity test is not carried out by the contractor, the test shall be carried out by BSNL and only 50% of the actual payment shall be made to the contractor for PLB pipe laying.

16 For any unfinished work BSNL shall not effect any payment. 17 The material abandoned shall be the property of BSNL. No claim in this regard from

the contractor shall be entertained. 18 BSNL reserves the right to construct the manhole, from the stage at which the

construction is abandoned by the contractor. This is because the pipe is already terminated at the said location.

19 Rate should be quoted in figures as well as in words and corrections should be attested, otherwise tender shall be rejected.

20 It is the responsibility of the contractor to keep the pipes inside the existing cement concrete duct, where the HDD/OT commences. Duct poking shall be arranged by BSNL.

21 The contractor shall restore the cut portions of BT/Concrete roads to their original conditions by leveling & refilling immediately on completion of the pipe laying works. If the restoration work is not satisfactory with reference to the standards prescribed by the Corporation / Highways, the amount equal to the charges as claimed by the Corporation/Highways will be recovered from the contractor.

P a g e | 86 Signature of Bidder

Page 87: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

22 The contractor shall deploy as many machined as required for the timely completion of the work.

23 The fact that the contractor is working simultaneously in one or more sections, the same Division/other Divisions will not absolve him from the responsibility of completing the work in time.

24 Wastage of PLB pipes will be permitted to an extent of 5% of the completed length in HDD work as measured on the road surface.

25 In case of wastage of PLB pipes in HDD work is beyond 5%, the cost of PLB pipe will be recovered from the contractor with additional 17.5%.

26 Manhole Construction location shall be decided prior to PLB laying through HDD/open trench and Sufficient PLB Pipe spare length to be kept at the manhole location, PLB should be laid at depth of 1.65 M at exist entry.

27 All ducts in manhole shall be coupled with coupler, no end plug shall be used. 28 R/bill payment shall be made only after construction of manhole in the Pipe laid length 29 DIT shall be offered at the time of A/T, A/t certificate should be issued only after DIT

test. 30 PLB Pipe one piece of any length in case of single Pipe laying works,2 pieces,3

Pieces & 4 Pieces etc. of any length in case of laying of PLB in multiple capacity as per work site/per work order, other then the above no piece shall be allowed to deposit less than 30 M length.

31 OF cable One Piece of any length per work order for long route more than 2Km & One Piece per drum in case of multiple site of cable/BTS works & 50 mtr in other case.

12. IMPORTANT INSTRUCTIONS FOR SPLICING 1. Specification for 48 / 96 Fibre OF Cable Splicing (Ribbon) and Associated Works

1.1 Tools and plants The contractor shall provide at his own cost all tools, plants appliances, implements etc. required for proper execution of works. The contractor shall also supply without charge the requisite number of persons with the means and materials necessary for the purpose of setting out works, counting, weighing and assisting the measurements for examination at any time and from time to time. The contractor shall be responsible to make all arrangements, at his own cost. Failing his so doing the same may be provided by the Engineer-in-charge at the expense of the contractor and the expenses shall be deducted from any money due to the contractor under this contract or otherwise.

1.2 Preliminary Inspection: 1.2.1 Before offering completed works for acceptance testing to Engineer-in-charge, the

contractor shall complete all checks and tests as required and submit report. 1.2.2 The Site Engineer, Engineer – in – charge and the officers of BSNL including A/T

personnel will inspect the work from time to time during the course of splicing. The Engineer-in-charge will also conduct a preliminary inspection before offering for acceptance testing and any defects pointed out shall be rectified forthwith at contractor’s expense.

1.2.3 In case the completed cable splicing do not pass the final acceptance testing or checks as required, the contractor shall bear all costs in this regard and re-offer works after rectification for preliminary inspection of the Engineer-in-charge.

1.3Final Inspection and A/T The Engineer-in-charge after his satisfactory preliminary inspection shall offer the works for final inspection to the Acceptance Testing Unit (hereinafter called A/T Unit). The A/T unit will check fibre losses and position of cable splicing.

The inspection resulting in defect in cable splicing as inspected / Tested above shall be termed as final inspection. After completion of final inspection, the acceptance-testing unit shall issue the completion and testing reports in prescribed proforma. The A/T, completion Report shall be issued only after all the points have been attended to. The report shall normally be released within 30 days from receipt of offer from the Site Engineer.

No work shall be treated as complete until acceptance testing and quality control checks are completed and found satisfactory.

P a g e | 87 Signature of Bidder

Page 88: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

All the defects pointed out by the A/T unit or/and Engineer-in-charge shall be rectified and got re-tested by the contractor at his own cost before the work is treated as completed. The responsibility of non-clearing the defects and thus non-completion of work shall always rest with the contractor. The rejection of the work shall be intimated to all concerned to ensure prompt action. All material, T & P, equipment labour and assistance required by Engineer-in-charge A/T Unit for preliminary testing of final A/T shall be provided by the contractor at his own cost. The A/T report, offset diagrams & M- Book shall constitute the basic records of cable splicing to be maintained by the BSNL. 2. Brief description of splicing 2.1 During 48 / 96 F Splicing utmost care is to be taken by the contractors so that the existing

underground cables or any other utility services are not damaged or cut. In case any damage / cut is done to the existing cables of BSNL a penalty as per the estimates given by the concerned SSA will be deducted from his bills.

2.2 Splicing is to be done in a very organized manner i.e. opening of manholes or duct manholes and preparing the cable ends ready for splicing and executing the splicing. After splicing completed the FDMS closure should be fitted and sealed and properly kept or fitted to the walls and re-fixing the cover of the manholes.

2.3. The contractor shall be fully responsible for arranging and obtaining all necessary easements, permits and licenses, for moving all necessary equipments, tools, supplied materials and men as well as premises of any public utility within the right of user and for bearing all costs, that may be incurred in respect of the same.

2.4 If the 48 / 96 Fibre OF cable splicing and associated works alters the contours of the ground around the road and highway crossing in such locations dangerous to traffic, the contractor shall at his own cost, take all necessary precautions to protect public and shall comply with all BSNL regulations as to placing of warning boards (Minimum size 3 ft. X 2), traffic signals, barricades, flags etc., at such location.

2.5 After 48 / 96 F splicing the cable will be tested. The splice loss should be in conformity with the Acceptance Testing standards. In case if it requires the splicing is to be redone at no extra cost. However, the bill will be passed after Acceptance Testing of T&D Organization clears the cable.

2.6 During 48 / 96 F splicing all the accessories required for works including hiring of Generator or Battery should be borne by the contractor. The contractor should make his own arrangements for sufficient light at the cable splicing spot.

2.7 In case of any damages to outdoor FDMS, the cost of the FDMS will be recovered from the contractor’s running bill.

P a g e | 88 Signature of Bidder

Page 89: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

SECTION-5 Part C GENERAL CONDITIONS OF AMC

Not Applicable P a g e | 89 Signature of Bidder

Page 90: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

SECTION-6

UNDER TAKING AND DECLARATION

6(A) FOR UNDERSTANDING THE TERMS & CONDITION OF TENDER & SPEC.

OF WORK a) Certified that:

1. I/ We ----------------------------------------------. have read, understood and agree with all the terms and conditions, specifications included in the tender documents & offer to execute the work at the rates quoted by us in the tender form.

2. If I/ We fail to enter into the agreement & commence the work in time, the

EMD/ SD deposited by us will stand forfeited to the BSNL. b) The tenderer hereby covenants and declares that:

1. All the information, Documents, Photo copies of the Documents/ Certificates enclosed along with the Tender offer are correct.

2. If anything is found false and/or incorrect and/or reveals any suppression of

fact at any time, BSNL reserves the right to debar our tender offer/ cancel the LOA/ Purchase/ work order if issued and forfeit the EMD/ SD/ Bill amount pending with BSNL. In addition, BSNL may debar the contractor from participation in its future tenders.

Date: ::::: :::::::::::::

Signature of Tenderer Place: ::::: Name of Tenderer ::::::::::::.

Along with date & Seal P a g e | 90 Signature of Bidder

Page 91: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

6 (B) NEAR-RELATIONSHIPS CERTIFICATE (Format of the Certificate to be given as per the clause 34.4 of Section-4 Part-A by thebidder in respect of status of employment of his/ her near relation in BSNL)

I ----------------------------------------------------- S/o ------------------------ resident of -------------------------------------------------- hereby certify that none of my relative(s) as detailed below are employed or on deputation in BSNL. In case, at any stage, it is found that information given by me/us is false/incorrect, BSNL shall have the absolute right to take any action as deemed fit/without any prior intimation to me/us. Relative for this purpose are defined as:-

(i) Member of 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)

To be signed by:-

(a) Signature of Proprietor in case of Proprietorship

Firm---------------------------------------

(b) Signature of all partners in case of Partnership Firm.

(i) ---------------------------------------

(ii) -------------------------------------------------

(iii) ------------------------------------------------- (iv) ------------------------------------------------

(c) Signature of all Directors of Company in case of Ltd. or pvt. Ltd.

Company.

(i) ------------------------------------------------------ (ii) -----------------------------------------------

(iii) -------------------------------------------------------- (iv) ---------------------------------------------------

P a g e | 91 Signature of Bidder

Page 92: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

SECTION-7 PROFORMAS

7(A) AGREEMENT The successful tenderer shall have to execute the following agreement. The agreement made on this ----------------. day of (month) -----------------(year)------------ between M/s. -------------------------herein after called “ The Contractor ( which expression shall unless executed by or repugnant to the context , include its successors, heir, executors, administrative representative and assignee ) of the one part & the BSNL of other part. Where as the contractor has offered to enter into contract with the BSNL for the execution of work i.e OFC Protection / Patch Works & Rate Running Contract works of Trenching, Laying Protective Pipes, Laying of PLB/Coil by open trenching and trenchless technology, OFC Splicing and other associated works in Addl. GMM NTR Area Jaipur on the terms and conditions herein contained and the rates -------- % above/ below the SOR, approved by the BSNL, Jaipur vide tender NIT No. ---------------------------------------------------- approval No. ----------------- for Section No. --------------. of -----------------.. for -------.Km. (Copy of rates annexed) duly accepted by the contractor. The total approved cost is Rs. ----------------- (including all taxes and levies excluding service tax which will be paid extra as applicable for the works to be executed) whereas the contactor has deposited EMD Rs. ----------- as part of Security Deposit and has further deposited a sum of Rs. ------------.. vide DD No----------------.. dated --------------- of ----------- Bank drawn in favour of Accounts Officer (Cash), BSNL, O/o Dy.G.M.M NTR Jaipur payable at Jaipur to cover the Security Deposit of Rs. ------------------------- and whereas the necessary security deposits have been furnished in accordance with the provision of the tender document and whereas no interest will be claimed on the Security Deposit.

Now these presents witness and it is hereby agreed and declared by and between the parties to these presents as follows: 1) The contractor shall, during the period of this contract that is to say from---------------------------------

-or completion of work whichever is earlier for Rs----------------------------------.(in words)-------------------------------------- or until this contact shall be determined by such notice as is herein after mentioned, safely carryout, by means of labours, employed at his own expenses and by means of tolls, implements and equipment etc. to be supplied by him to his labour at his own expenses, all trenching, pipe laying, cable pulling, cable splicing, joint chamber preparation, fixing, painting and sign writing of route indicators and other associated works as described in tender documents ( annexed to the agreement), when The Addl. GMM NTR Jaipur or any other persons authorized by The Addl. GMM NTR Jaipur in that behalf require. It is understood by the contractor that the quantity of work mentioned on the schedule is likely to change as per actual requirements as demanded by exigencies of service.

2) The NIT (notice inviting tender), Bid documents (Qualifying and Financial), letter of intent,

approved rates, annexed hereto and such other additional particulars, instructions, drawing, work orders as may be found requisite to be given during execution of the work shall be deemed and taken to be an integral part of the contract and shall also be deemed to be included in the expression “The Agreement “or “The Contract “wherever herein used.

3) The contractor shall also supply the requisite number of workmen with means & materials as

well as tools, appliances, machine, implements, vehicles for transportation, cartage etc. required for the proper execution of work within the time prescribed in the work orders.

4) The contractor hereby declares that nobody connected with or in the employment of the DOT /

DTS/ BSNL is not/ shall not ever be admitted as partner in the contract. P a g e | 92 Signature of Bidder

Page 93: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

5) The contractor shall abide by the terms and conditions, rules, guidelines, construction practices, safety precautions etc. stipulated in the tender document including any correspondence between the contractor and the BSNL having bearing on execution of work and payments of work to be done under the contract.

In witness whereof the parties present have here into set their respective hands and seals the day and year on_____________ day of ____________ 2016.

Above written:

Signed sealed & delivered by the above named Contractor in the presence of

Witness : 1 2

Signed & Delivered on behalf of BSNL by the

Witness : 1 2 P a g e | 93 Signature of Bidder

Page 94: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

7(B) FOR THE PERFORMANCE GUARANTEE

PERFORMANCE SECURITY BOND FORM 1. In consideration of Addl.GMM NTR , 2nd floor, Amenity Block, PGMTD Compound, Bharat Sanchar

Nigam Ltd., Jaipur (here in after called the BSNL, Jaipur) having agreed to exempt __________________ __________ (here in after called the said contractor(s)) from the demand of performance security deposit (PSD) of Rs. _____________ on production of Bank Guarantee of Rs. ______________for the due fulfillment by the said contractors of the terms & conditions to be contained in an Agreement in connection with the contract for(Name of work & Tender no.) ________________ we, (name of the bank) ___________ (here in after referred to as “the Bank”) at the request of _________________ Contractor’s do hereby undertake to pay to the BSNL, _____________ an amount of not exceeding _____________________, against any loss or damage caused to or suffered or would be caused to or suffered by the BSNL, _________ by reason of any breach by the said contractor’s of any of the terms & conditions contained in the said agreement & tender terms & conditions.

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, _______________ stating that the amount claimed is due by way of loss or damages caused to or would be caused to or suffered by the BSNL, ______________ reason of breach by the said contractor’s of any of the terms & conditions contained in the said agreement or by reason of the contractors 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 the 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 Rs. ___________________________.

3. We undertake to pay to the BSNL, _________________ any money so demanded not

withstanding any disputes raised by the contractor(s) / supplier(s) in any suit or proceeding pending before any court or tribunal relating there to our liability under the present being absolute and equivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the contractor(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 immediately for a period of Twenty Four Months from date herein and further agrees to extend the same from time to time (Twenty four months after) so 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 BSNL, _________________ certifies that the terms & conditions of the said agreement have been fully and properly carried out by the said contractor(s) and accordingly discharges this guarantee.

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

_______________ shall have the fullest liberty without our consent and without affecting in any manner our obligations here under to vary and of the terms & conditions of the said agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time to time any of the powers exercisable by the BSNL, _________________ against the said contractor(s) and to forbear or enforce any of the terms & conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor(s) or for any forbearance, and or any omission on the part of the BSNL,________________ or any indulgence by the BSNL, _____________ to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the

contractor(s) / supplier(s). P a g e | 94 Signature of Bidder

Page 95: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

7. This guarantee shall be irrevocable and the obligations of the Bank herein shall not be

conditional to any prior notice by BSNL. Dated : ______________

For _______________________________ (Indicating the name of the bank)

N.B. This guarantee should be issued on non-judicial stamped paper, stamped in accordance with

the stamp act. P a g e | 95 Signature of Bidder

Page 96: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

7(C) FOR LETTER OF AUTHORIZATION FOR ATTENDING BID OPENING EVENT

LETTER OF AUTHORISATION FOR ATTEENDING BID OPENING

Tender Number _________________________________________________________ Subject: Authorization for attending bid opening on _______________ (date ) in the tender of _______________________________________________________________

Following persons are hereby authorized to attend the bid opening for the tender mentioned above on behalf of _______________________________________ _______________________ (Bidder) in order of preference given below:-

Order of Preference Name Specimen Signature

I

II

Alternate Representative

Signature of bidder Or

Officer authorized to sign the bid Documents on behalf of the bidder

No. 1. Maximum of two representatives will be permitted to attend bid opening. In cases where it is restricted to one, first preference will be allowed. Alternate representative will be permitted when regular representatives are not able to attend.

10. Permission for entry to the hall where bids are opened

may be refused in case authorization as prescribed above is not recovered.

P a g e | 96 Signature of Bidder

Page 97: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

7(D) RATES OF EMPTY CABLE DRUMS

These are the rates of the empty cable drums which have to be deducted from contractor’s bills as per tender document.

Sl. No. Size of drum Rate of disposal

1. Optical Fiber cable drum Rs. 330.00

Note: These are fixed rates and no variation shall be acceptable from these rates.

Proforma Proforma for submitting recommendation for issue of work experience certificate to contractors.

1. Name & address of contractor : 2. Name of route & section : 3. Route & section details :

(a) Length (b) Estimated cost (c) No. of day allowed to complete the work

4. W.O. details: (a) W.O. No. & Date

(b) Time allowed to completed the work as per W.O.

5. Date of start of work: 6. Date of completion of work 7. Reason for delay if any along with full justification: 8. A/T status of the work 9. Whether route commissioned: Yes/No, if no, reason thereof. 10. Whether contractor is financially O.K. & resourceful as per tender

terms & conditions: Yes/No 11. Whether any labour complaint received against the contractor: Yes/No 12. Details of work executed (a) Length (Stratawise)

(b) Amount paid 13. Comments regarding behavior of contractor & dedications towards

work 14. Comments & recommendations of SDE work incharge 15. Recommendations of DE OFC NTR

DET OFC Mtce. P a g e | 97 Signature of Bidder

Page 98: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

7(E) MATERIAL SECURITY BOND FORM

Whereas -----------------------------(hereunder called “the contractor”) has been awarded the contract of cable Construction Works i.e OFC Protection / Patch Works & Rate Running Contract works for laying underground Optical Fiber Cable for ---------------------------- as per tender number -----------------------------------------------. KNOW ALL MEN by these presents that WE-----------------------..OF-----------------------------having our registered office at -------------------------------------.(hereunder called the “the contractor”) are bound unto---------------------------------- (hereinafter called “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 assign by these presents.

THE CONDITIONS of the obligation are: 1. If the contractor is unable to keep stores issued to him properly, i.e. the stores

provided to the contractor ,by BSNL are damaged or 2. The stores issued to the contractor by BSNL are stolen or 3. The contractor is not able to provide proper account of the stores issued to him /

her/them by BSNL.

We undertake to pay to BSNL up to the above amount upon receipt of its first written demand without BSNL having to substantive its demand provided that in its demand, BSNL will note that the demand claimed by it is due to it owing to the occurrence of one or two or all of three conditions specifying the occurred condition or conditions.

This guarantee will remain in force up to and including 12 months after the period of contract validity, and any demand in respect thereof should reach the Bank not latter then the above date.

Signature of the Bank

Signature of Witness

Name of Witness

Address of Witness P a g e | 98 Signature of Bidder

Page 99: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

SECTION-8 TENDERER/ BIDDER’S PROFILE

General : 1. Name of the Tenderer/firm__________________________________ 2. Name and designation of the person submitting the tender

whose Photograph is affixed Shri / Smt. -------------------------------------------..

3. Address of the firm:- ---------------------------------- 4. Telegraphic Address:-. --------------------------------------------- 5. Tel. No.(with STD code) (O) ------------------ (Fax) ------------------- ( R ) --------------

--------. 6. Registration & incorporation particulars of the firm

i) Proprietorship ii) Partnership iii) Private Limited iv) Public Limited

Passport size photograph of the tenderer/authorised

signatory holding power of attorney

(Please attach attested copies of documents of registration/incorporation of your firm with the competent authority as required by business law )

7. Name of Proprietor/Partners/Directors--------------------------------------------- 8. Tenderer’s Enlistment Certificate details (deleted)

a. Category ---------------------------------------------- b. Number ---------------------------------------------- c. Issuing Telecom Circle ---------------------------------------------- d. Issued on ------------------------------------------- e. Valid up to ----------------------------------------------

(An attested copy of the Enlistment Certificate may please be enclosed) 9. Tenderer’s Bank particulars i.e. Name of Bank, its address,IFSC Code and his current

account number --------------------------------------------------------------- 10. Permanent Income Tax number, Income Tax circle ---------------------------------------- 11. Infrastructural capabilities :

a. Capacity of trenching per day (in meters) -------------------------- b. Capacity of pipe laying per day (in meters) ---------------------------- c. Capacity of pulling cable through duct/pipe per day (in meters) ----------------------------- d. Capacity of engaging mazdoors per day. --------------------------- e. Particulars of vehicles available with the tenderer :

Type of Vehicle (s) Registration number ---------------------------- -------------------------- ------------------------------- --------------------------------

P a g e | 99 Signature of Bidder

Page 100: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

f. Particulars of other machines ( like HDD machine etc.) possessed by the contractor which can

help in trenching, pipe laying and cable laying/pulling ; Make Model Capacity ------------------- ------------------- --------------------- ----------------------- ----------------------- ---------------------- ------------------------- ------------------------- ----------------------

12. Details of Technical and supervisory Staff: ---------------------------------

------------------------------------------------------------------------------------ ---------------------------------------------------------------------------------------.

13. Details of the previous OFC / HDD works carried out:

(For HDD work please attached copy of experience certificate) Sl. Quantity

Year Place For which

Reference

No. in Km. Organization

a.

b.

c.

I/We hereby declare that the information furnished above is true and correct.

Place:

Date:

Signature of tenderer/ Authorized Signatory

Name of the Tenderer

Seal of the tenderer

P a g e | 100 Signature of Bidder

Page 101: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

SECTION-9 Part A BID FORM

Tender No. _______________________________________ Date:______________ Ref : NIT No. -------------------------------------------------------------------------------------- To, The Addl. GMM NTR Jaipur

Dear Sir,

Having examined the conditions of contract and specifications including addenda No. ------ the receipt of which is hereby duly acknowledged, we, undersigned, offer to execute the work of Optical Fiber Cable Construction Work i.e OFC Protection / Patch Works & Rate Running Contract for OF Cable laying works____________ in conformity with said drawings, conditions of contract and specifications as may be ascertained in accordance with the schedule of prices attached herewith and made part of this Bid. We undertake, if our Bid is accepted, we will execute the work in accordance with specifications, time limits & terms and conditions stipulated in the tender document. If our Bid is accepted, we shall submit the securities as per the conditions mentioned in the contract. We agree to abide by this Bid for a period of 240 days from the date fixed for Bid opening (Qualifying Bid) and it shall remain binding upon us and may be accepted at any time before the expiry of that period. Until a formal Agreement is prepared and executed, this Bid together with your written acceptance there of, in your notification of award, shall constitute a binding contract between us. Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and replacement. Dated this _______________ day of _____________ (the year) Signature of Director (in case of Pvt. Ltd. Co.) --------------------------------------.. Or Signature of Partner (in case of Partnership Firm) ---------------------------------- ----------------------------------------------------------------------- Or

Signature of Authorized Signatory (in case of authorization) -------------------------------------- P a g e | 101 Signature of Bidder

Page 102: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

SECTION-9 Part B PRICE SCHEDULE

P a g e | 102 Signature of Bidder

Page 103: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

Appendix-1 of Section 4 Part A S. Defaults of the bidder / vendor. Action to be taken

No.

A B C

1(a) Submitting fake / forged i) Rejection of tender bid of respective

Vendor.

a) Bank Instruments with the bid to meet ii) Banning of business for 3 years which

terms & condition of tender in respect of implies barring further dealing with the vendor

tender fee and/ or EMD; for procurement of Goods & Services

including participation in future tenders invited

by BSNL for 3 years from date of issue of

b) Certificate for claiming exemption in

respect of tender fee and/ or EMD; banning order.

iii) Termination/ Short Closure of PO/WO, if

issued. This implies non-acceptance of further

and detection of default at any stage

from receipt of bids till award of APO/ supplies / work & services except to make the

issue of PO/WO. already received material work/ complete

work in hand.

Note 1:- However, in this case the performance guarantee if alright will not be forfeited.

Note 2:- Payment for already received supplies/ completed work shall be made as per

terms & conditions of PO/ WO.

1(b) Submitting fake / forged documents

towards meeting eligibility criteria such

as experience capability, supply proof,

registration with Sales Tax, Income Tax

departments etc and as supporting

documents towards other terms &

conditions with the bid to meet terms &

condition of tender :

(i) If detection of default is prior to i) Rejection of Bid &

award of APO/LOI ii) Forfeiture of EMD.

(ii) If detection of default after issue of i)Cancellation of APO/LOI, ii)

APO/LOI but before receipt of PG/ SD Rejection of Bid &

(DD,BG etc.) iii) Forfeiture of EMD.

(iii) If detection of default after receipt of i) Cancellation of APO/LOI

PG/ SD (DD,BG etc.) . ii) Rejection of Bid &

iii) Forfeiture of PG/ SD.

However on realization of PG/ SD amount,

EMD, if not already released shall be

returned.

(iv) If detection of default after issue of i) Termination/ Short Closure of PO/WO and PO/ WO Cancellation of APO/LOI

ii) Rejection of Bid & iii) Forfeiture of PG/ SD. However on realization of PG/ SD amount, EMD, if not released shall be returned.

Note 3:- However, settle bills for the material received in correct quantity and quality if pending items do not affect working or use of supplied items.

Note 4:- No further supplies are to be accepted except that required to make the already supplied items work.

P a g e | 103 Signature of Bidder

Page 104: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

2 If vendor or his representative uses Banning of business for 3 years which implies Barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL for 3 years from date of issue of banning order.

violent/ coercive means viz. Physical / Verbal means to threatens BSNL Executive / employees and/ or obstruct him from functioning in discharge of his duties & responsibilities for the following : a) Obstructing functioning of tender opening executives of BSNL in receipt/ opening of tender bids from prospective Bidders, suppliers/ Contractors.

b) Obstructing/ Threatening other prospective bidders i.e. suppliers/ Contractors from entering the tender venue and/ or submitting their tender bid freely.

3 Non-receipt of acceptance of APO/ AWO Forfeiture of EMD. and SD/ PG by L-1 bidder within time period specified in APO/ AWO. 4.1 Failure to supply and/ or Commission the i) Termination of PO/ WO. ii) Under take purchase/ work at the

risk. & cost of defaulting vendor. iii) Recover the excess charges if incurred from the PG/ SD and outstanding bills of the

defaulting Vendor.

equipment and /or execution of the Work in full even in extended delivery schedules, if granted against PO/ WO. 4.2 Failure to supply and/ or Commission the i)Short Closure of PO/ WO to the quantity already received by

and/ or commissioned in BSNL and/ or in pipeline provided the same is usable and/or the Vendor promises to make it usable.ii) Under take purchase/ work for balance quantity at the risk & cost of defaulting vendor.iii) Recover the excess charges if incurred from the PG/ SD and outstanding bills of the

equipment and /or execution of the Work in full even in extended delivery schedules, if granted against PO/ WO.

N.A. 5.1 The supplied equipment does not

perform satisfactory in the field in accordance with the specifications mentioned in the PO/ WO/Contract.

N.A.

5.2

Major quality problems (as established by a joint team / committee of User unit(s) and QA Circle) / performance problems and non-rectification of defects (based on reports of field units and QA circle).

i)Recovery of over payment from the outstanding dues of Vendor including EMD/ PG & SD etc. and by invoking ‘Set off’ clause18of Section 5 Part A or by any other legal tenable manner. Ii)Banning of Business for 3 years from date of issue of banning order or till the date of recovery of over payment in full, whichever is later.

6 Submission of claims to BSNL against a contract

(a) for amount already paid by BSNL .

(b) for Quantity in excess of that supplied by Vendor to BSNL.

c) for unit rate and/ or amount higher than that approved by BSNL for that purchase.

Note 5:- The claims may be submitted with or without collusion of BSNL Executive/ employees.

P a g e | 104 Signature of Bidder

Page 105: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

Note 6:- This penalty will be imposed irrespective of the fact that payment is disbursed by BSNL or not. 7 Network Security/ Safety/ Privacy:- If N.A.

the vendor tampers with the hardware, software/ firmware or in any other way that

a) Adversely affects the normal working of BSNL equipment(s) and/ or any other TSP through BSNL. b) Disrupts/ Sabotages functioning of the BSNL network equipments such as exchanges, BTS, BSC/ MSC, Control equipment including IN etc., transmission equipments but not limited to these elements and/ or any other TSP through BSNL. c) tampers with the billing related data/ invoicing/ account of the Customer/ User(s) of BSNL and/ or any other TSP(s).

d) hacks the account of BSNL Customer for unauthorized use i.e. to threaten others/ spread improper news etc. e) undertakes any action that affects/ endangers the security of India.

8 If the vendor is declared bankrupt or As per Clause 14.3 of Section-5 Part-A insolvent or its financial position has become unsound and in case of a limited company, if it is wound up or it is liquidated. 9 In the event of the vendor, its (a) Termination/ Short Closure of the PO/

proprietor, Director(s), partner(s) is / WO. (ii) To (v) Not applicable. are convicted by a Court of Law following prosecution for offences involving moral turpitude in relation to the business dealings. 10 If the vendor does not return/ refuses i) Take action to appoint Arbitrator to

to return BSNL’s dues: adjudicate the dispute. a) inspite of order of Arbitrator. i) Termination of contract, if any. ii) Banning of business for 3 years which implies barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL from date of issue of banning order or till the date by which vendor clears the BSNL’s dues, whichever is later. iii) Take legal recourse i.e. filing recovery suite in appropriate court. b) inspite of Court Orders. i) Termination of contract, if any. ii) Banning of business for 3 years which implies barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL from date of issue of P a g e | 105 Signature of Bidder

Page 106: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Regd. & Corporate Office: Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New Delhi-110001 Corporate Identity Number (CIN): U74899DL2000GOI107739

Website: www.bsnl.co.in

banning order or till the date by which vendor clears the BSNL’s dues, whichever is later.

11

If the Central Bureau of Investigation/ Independent External Monitor (IEM) / Income Tax/ Sales Tax/ Excise / Custom Departments recommends such a course

Take Action as per the directions of CBI or concerned department.

12

The following cases may also be considered for Banning of business:

i) Banning of business for 3 years which implies Barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL for 3 years from date of issue of banning order.

a)If there is strong justification for believing that the proprietor, manager, MD, Director, partner, employee or representative of the vendor/ supplier has been guilty of malpractices such as bribery, corruption, fraud, substitution of tenders, interpolation, misrepresentation with respect to the contract in question.

b)If the vendor/ supplier fails to execute a contract or fails to execute it satisfactorily beyond the provisions of Para 4.1 & 4.2.

c)If the vendor/ supplier fails to submit required documents/ information, where required.

d) Any other ground which in the opinion of BSNL is just and proper to order for banning of business dealing with a vendor/ supplier.

Note 7: The above penalties will be imposed provided it does not clash with the provision of the respective tender.

Note 8:-In case of clash between these guidelines & provision of invited tender, the provision in the respective tender shall prevail over these guidelines.

Note-9:-Banning of Business dealing order shall not have any effect on the existing/ ongoing works/ AMC/ CAMC which will continue along with settlement of bills.

P a g e | 106 Signature of Bidder

Page 107: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Jaipur-302001

(FINANCIAL BID)

Name of OFC route : Nagaur-Kherapa & Nagaur-Nokha OFC

Route

1.Protection/patch work:NNAGAUR-KHERAPA & NAGAUR-NOKHA OFC ROUTE

RRC (Anticipted Work ): Approx. 2KM in NAGAUR-KHERAPA & NAGAUR-NOKHA OFC ROUTE

FORTender. No. NIT-01/S-01

BHARAT SANCHAR NIGAM LIMITED(A Govt. of India Enterprise)Office of the D.G.M.M. NTR

2nd Floor, Amenity Block, PGMTD Compound,

Page 108: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

2345

6789101112

The Materials will be made available at DE ( OFC ) Mtce. Store Depot S. No. item code Amount

1 OFCT

8050 M Rs. 75.00 per M 6037500 M Rs. 550.00 per M 00 M Rs. 333.00 per M 0

1 HDD

3600 M Rs. 180.00 per M 648000M Rs. 240.00 per M 0

2.0 2 HDPE

8050 M Rs. 5.50 per M 44275

0 M Rs. 10.50 per M 0

0 M Rs. 15.00 per M 0

2.1 2 GHIB 50 M Rs. 180.00 per M 9000

0 M Rs. 17.00 per M 0

EMD Particulars :D/D No

11.7 Kms17085772.0Km

292064.0013.7 Kms2000641

50016110 DAYS

DatedName of Bank

Quantity (In Kms) of Protection/patch work:Estimated Cost (in Rs.) of Protection/patch work:

Quantity (In Kms) of RRC (Anticiapted Work) Approx. : Estimated Cost (in Rs.) RRC (Anticiapted Work) :

Total Quantity (In Kms) ( 2+4)Total Estimated Tendered cost ( 3+5)

EMD (in Rs.) : Time allowed for completion of work Protection/patch work

Schedule Qty.

Laying, Jointing and leveling of PLB/HDPE pipe of 40mm dia including transportation. (Department will supply HDPE/PLB pipe in Coils of various length,HDPE/PLB Sockets/Coupler,End caps.)

(ii) Upto depth of 1.0m (Hard Rocky Surface with or without Blasting )

i) Laying of Single HDPE / PLB Pipes/Coils, coupled with coupler.

Unit Rate1 .0

1.1 Laying of PLB pipe duct through HDD method as per Engneering instructions. (Department will supply HDPE/PLB pipe in Coils of various length,HDPE/PLB Sockets/Coupler,End caps.)( Protection/patch work) )

a)   Single PLB pipe.b) Two to three pipes in bunch

Through rate for excavating trenches upto a depth as mentioned below and back filling the excavated trenches after laying the HDPE / PLB pipe with or without protection as per tender specification. ( Protection/patch work).

(i) Upto depth of 1.65m (Non-Rocky Soil)(ii) Upto depth of 1.65m (Hard rocky)

Description of Item

2.2 Laying, Jointing , Leveling, fitting and fixing G.I. Pipe with PLB/HDPE pipes/coils in trenches. ( Department will supply G.I. Troughs/GI pipes in lengths of appox. 6M, clamps, HDPE/PLB pipes/Coils)

(a) 65mm dia G.I. Pipe

ii) Laying of Two HDPE / PLB Pipes/Coils, coupled with coupler.

2 GIPT

iii) Laying of Three HDPE / PLB Pipes/Coils, coupled with coupler.

Road/Rail crossing through horizontal boring method (manual / Mechanical) and inserting 65/40 dia GI Pipes and pushing ( HDPE / PLB Pipes/Coils inside.(i) Depth shall be 2M and above without GI protection.(ii) Depth is less than 2M with GI Protection as applicable. (Department will suplly GI pipes in lengths of approx. 6M, HDPE/PLB pipes/Coils.)

1.Protection/patch work (7.7 Kms) : (i) J15A – J16B =1000M OPEN TRENCH in Nagaur-Khinwasar, (II) J17-J17E =500M OPEN TRENCH in Nagaur-Khinwasar, (iii) J1 – Khinwasar =2000M (HDD) in Khinwasar-Soyala, (iv) J6A –J6F =600M OPEN TRENCH in Khinwasar-Soyala, (v) J8A-J10 =1000M OPEN TRENCH IN Khinwasar-Soyala,(vi) J10A-J11 =500M OPEN TRENCH IN Khinwasar-Soyala, (vii) J12A-T/J13=1500M OPEN TENCH in Khinwasar-Soyala, (viii) J4A-J5B =600 OPEN TRENCH in Soyala-Kherapa. OFC route

RRC (Anticipted Work ): Approx. 2KM in NAGAUR-KHERAPA & NAGAUR-NOKHA OFC ROUTE

Section-9STANDARD SCHEDULE FOR RATES

FOR O.F. CABLE CONSTRUCTION WORKS

Name of OFC route : Nagaur-Kherapa & Nagaur-Nokha OFC

Route

1.

Page 109: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

S. No.2.3 2GIBC 0 M Rs. 115.00 per M 0

2.4 2PCCT 0 Cu.M Rs. 4100.00 per Cu.M 0

2RCCT 0

0 M Rs. 18.00 per M 00 M Rs. 11.00 per M 0

2RCCT 0

0 M Rs. 10.00 per M 00 M Rs. 8.00 per M 0

S. No. 00

11934 M Rs. 8.00 per M 95472M Rs. 12.00 per M 0

26 No. Rs. 4000.00 per Joint termination

104000

0 No. Rs. 3000.00 per Joint termination

0

5.0 5JCBR 26 No. Rs. 6000.00 per Jointing Chamber

156000

5.1 5JCBR 22 No. Rs. 800.00 per Jointing Chamber

17600

5.2 5JCBR 0 No. Rs. 1200.00 per Jointing Chamber

0

5.3 5JCBR 0 No. Rs. 45000.00 Per Manhole

0

6 (i) 64 No. Rs. 160.00 Per Indicator

10240

6(ii) 64 No. Rs. 260.00 Per Indicator

16640

7.0 7 DOCT 12.00 Km. Rs. 300.00 Per Km. 3600

8.0 8OFCL 0 M Rs. 10.00 per M 0

9.0 No. Rs 330.00 Per Drum 01708577

Description of Item Schedule Qty. Unit Rate

4.0

Documentation (2 hard copies & 1 soft copy ) containing diagram and all details including Lat/Long of each Joint/Route indicator on good quality paper.

Digging of pit for jointing chamber construction of brick chamber, fill- ing of brick Chamber with clean sand, supply and placing of stone slabs on brick chamber, and back filling of jointing pit.( Including cost of material i.e. Bricks, Slabs, sand etc.)

Making of cross pit & Digging of joint pit on the Pacca road for tracing out old cable for splicing in the joint pit

Digging of pit for jointing chamber, Fixing of Pre-cast RCC chamber, filling of RCC chamber with clean sand, placing of Pre-cast RCC slabs on RCC chamber, and back filling of jointing pit. ( Pre Cast RCC Chamber will be supplied by BSNL)

Construction of RCC Manhole : Providing,Construction & Fixing of RCC Manholes at site as per construction specification given in the tender document, work includes excavation of pits for the manhole.(All material will be arranged by the contractor)

6 ORJF

4 OFST Conventional Splicing(a) Splicing of 24F OF cable

(b) Splicing of 12F OF cable

Laying, Jointing, leveling, fitting and fixing of GI pipe of dia 65 mm to 100mm with PLB/HDPE on bridges and culverts and fixing with clamps and nails. (Department will supply G.I. Troughs/GI Pipes in lengths of approx. 6 M, HDPE/PLB Pipes/Coils). (Clamps, nails & accessories will be arranged & supplied by the Contractor)

i) Providing RCC Protection (1:2:4) at Site to HDPE / PLB or GI Pipes & for item No.1.0 (size 25 cmx25 cm or as per requirement

& instruction of DE OFC NTR /site Engineer). (CC Material will be supplied by contractor) per Meter with weld Mesh

(b) Full Round DWC pipe

2.6 Laying Split RCC/DWC Pipes ( All sizes) in trenches with HDPE / PLBpipes / coils inside including cost for item no. 2.0 (Department will

supply Split RCC/DWC Pipes, HDPE/PLB Pipes/Coils).

Description of Item Schedule Qty. Unit Rate3.0 3 OFCP (i) Opening of Manholes, Blowing of O.F. Cable, Sealing of HDPE / PLB

Pipes by Rubber Bushes in Manholes, providing HDPE/RCC/DWC Split Pipes in manhole and Back Filling of Manholes.

(a) In new Pipe(b) In Existing duct

(a) Split RCC pipe(b) Split DWC pipe

2.5 Laying full round RCC/DWC Pipes ( All sizes) in trenches with HDPE / PLB pipes / coils inside including cost for item no. 2.0 (Department will

supply full round RCC/DWC Pipes, HDPE/PLB pipes/coils).

(a) Full Round RCC pipe

TOTAL

(i) Laying of OF Cable in corridor/rises/exchange premises (leading in work)

Recovery against empty cable drum

The Department will supply protection pipes & OF Cable. The contractor shall arrange all other materials required for the work.

Note :-(i) M.B. shall be filled as per actual starata encoutered during the execution as per clause 8.1.8 of Section V.

Fixing of Stone/RCC route Indicator including Digging of pit 1 meter towards jungle side or road side or on the trench/manhole/joint chamber for fixing of route/joint indicator, Painting & Sign writing on Route/Joint Indicators. Fixing Indicators with CC 0.45 M x 0.35 M. x 0.15 M. in ratio of 1:2:4 ( CC material will be supplied by the contractor) in 0.6 M.x 0.6 M. x 0.7 M. Pit.

Supply of RCC route/joint Indicators as per Tender Construction Specification supplied by the contractor.

Page 110: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

To

OR

OR

The contractor shall arrange all other materials required for the work.

2. All the stores supplied by the BSNL are to be transported by the contractor from Divisional store of concerned3. Rs. 330/ shall be recovered from the contractor bill for each empty Drum.

Ref: :- NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

The D.G.M.M.NTR , Jaipur

Section XIV of Tender DocumentFinancial Bid

Subject:- Our Financial Bid for Cable Construction Works on Optical Fibre Cable route Tender. No.NIT-01/S-01

In words…….............………………………percent+ Service Tax as applicable

AT PAR In figure…………………………% + Service Tax as applicable

In words…….............……………………………percent+ Service Tax as applicable

Name of OFC route : Nagaur-Kherapa & Nagaur-Nokha OFC

Route

BELOW In figure…………………………% + Service Tax as applicable

1.Protection/patch work:NNAGAUR-KHERAPA & NAGAUR-NOKHA OFC ROUTE

RRC (Anticipted Work ): Approx. 2KM in NAGAUR-KHERAPA & NAGAUR-NOKHA OFC ROUTE

Dear Sir,

Having examined the tender documents, terms and conditions stipulated therein, specifications of work etc., we the under signed offer to execute the Cable Construction Works in conformity with the said specifications and conditions of contract at the

NOTE :- The RRC (Anticipted work) as mentioned in schedule will be carried out by bidder on his quotated rate . The quantum & situation of the work will be whole discretion power of the DE OFC (M) concerned under the mentioned route.

Rate Quoted is inclusive of all Taxes except service Tax/ levies .The charges for the pursuance for permissions from road/ Canal/ Forest/Railway authorities to be born by the bidder.

Note :- Scheduled items in which scheduled quantity is Zero, may be also awarded if necessasary & encountered during the execution of works with mutual consent of contractor.1.(i)It will be the responsibility of the contractor to obtain ROW/permission .For this the contractor shall have to coordinate with various authorities on behalf of BSNL

In words…….............………………percent+ Service Tax as applicable

ABOVE In figures…………………………………% + Service Tax as applicable

I/We agree to abide by this Bid for a period of 240 days from the date of opening of financial bid and it shall remain binding upon me/us and may be accepted at any time before the expiry of that period.

(ii) The payment of ROW/permission charges for reinstatements to Govt. Agencies concerned will, however be made by BSNL(iii) The contractor shall make over the ROW/permission letter(s) of the concerned authorities to the DE OFC Incharge.

4. Route/joint indicators will have to be supplied by The contractor.If our Bid is accepted, we shall submit the securities as per the conditions mentioned in the contract.

Dated………….Signature of the tenderer…………….Name & Address of tenderer……………

Page 111: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

Name of OFC route : SIROHI REODAR & SIROHI- SUMERPUR

OFC route

1.Protection/patch work:SIROHI - REODAR & SIROHI- SUMERPUR OFC route

RRC (Anticipted Work ): (2 KMS ) in SIROHI - REODAR & SIROHI- SUMERPUR OFC route

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

(FINANCIAL BID)

FORTender. No. NIT-01/S-02

BHARAT SANCHAR NIGAM LIMITED(A Govt. of India Enterprise)Office of the D.G.M.M. NTR

2nd Floor, Amenity Block, PGMTD Compound,Jaipur-302001

Page 112: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

2345

6789101112

The Materials will be made available at DE ( OFC ) Mtce. Store Depot S. No. item code Amount

1 OFCT

10200 M Rs. 75.00 per M 7650000 M Rs. 550.00 per M 00 M Rs. 333.00 per M 0

1 HDD

6800 M Rs. 180.00 per M 1224000M Rs. 240.00 per M 0

2.0 2 HDPE

10200 M Rs. 5.50 per M 56100

0 M Rs. 10.50 per M 0

0 M Rs. 15.00 per M 0

2.1 2 GHIB 0 M Rs. 180.00 per M 0

0 M Rs. 17.00 per M 0

iii) Laying of Three HDPE / PLB Pipes/Coils, coupled with coupler.

a)   Single PLB pipe.b) Two to three pipes in bunch

i) Laying of Single HDPE / PLB Pipes/Coils, coupled with coupler.

ii) Laying of Two HDPE / PLB Pipes/Coils, coupled with coupler.

69180147 DAYS

EMD Particulars :

Total Estimated Tendered cost ( 3+5)EMD (in Rs.) :

D/D NoDated

Laying, Jointing , Leveling, fitting and fixing G.I. Pipe with PLB/HDPE pipes/coils in trenches. ( Department will supply G.I. Troughs/GI pipes in lengths of appox. 6M, clamps, HDPE/PLB pipes/Coils)

(a) 65mm dia G.I. Pipe

1 .0

1.1

2.2 2 GIPT

Laying, Jointing and leveling of PLB/HDPE pipe of 40mm dia including transportation. (Department will supply HDPE/PLB pipe in Coils of various length,HDPE/PLB Sockets/Coupler,End caps.)

(ii) Upto depth of 1.0m (Hard Rocky Surface with or without Blasting )

Laying of PLB pipe duct through HDD method as per Engneering instructions. (Department will supply HDPE/PLB pipe in Coils of various length,HDPE/PLB Sockets/Coupler,End caps.)( Protection/patch work) )

Road/Rail crossing through horizontal boring method (manual / Mechanical) and inserting 65/40 dia GI Pipes and pushing ( HDPE / PLB Pipes/Coils inside.(i) Depth shall be 2M and above without GI protection.(ii) Depth is less than 2M with GI Protection as applicable. (Department will suplly GI pipes in lengths of approx. 6M, HDPE/PLB pipes/Coils.)

Section-9STANDARD SCHEDULE FOR RATES

FOR O.F. CABLE CONSTRUCTION WORKS

1. Name of OFC route : SIROHI REODAR & SIROHI- SUMERPUR

OFC route

(i) Upto depth of 1.65m (Non-Rocky Soil)

1.Protection/patch work (5.3 Kms) : (i) J15 – J16 =780M OPEN TRENCH & 520 M HDD in SRO-RDR, (II) J21 - J22 =720 M OPEN TRENCH & 480 M HDD in SRO-RDR , (iii) J26 – J27 =840 M OPEN TRENCH & 560 M HDD in SRO-RDR, (iv) J33 – J34 =840 M OPEN TRENCH & 560M HDD in SRO-RDR 2.Protection/patch work (11.7 Kms) :(i) J0A – J1 =720M OPEN TRENCH & 480 M HDD in sro-sum, (II) J5 - J8 =1800M OPEN TRENCH & 1200M HDD in SRO-SUM , (iii) J9 – J14 =1000M OPEN TRENCH & 1500 M HDD in SRO-SUM, (iv) J16 – J21 =3000M OPEN TRENCH & 2000M HDD in SRO-SUM

2. RRC (Anticipted Work) : Approx. 2KMS in SIROHI- SUMERPUR & SIROHI- REODAR OFC route

Estimated Cost (in Rs.) of Protection/patch work: 2475920

Description of ItemThrough rate for excavating trenches upto a depth as mentioned below and back filling the excavated trenches after laying the HDPE / PLB pipe with or without protection as per tender specification. ( Protection/patch work).

Name of Bank

Schedule Qty. Unit Rate

19.0 Kms

(ii) Upto depth of 1.65m (Hard rocky)

2767205

Time allowed for completion of work Protection/patch work

Quantity (In Kms) of Protection/patch work: 17.0 Kms

Quantity (In Kms) of RRC (Anticiapted Work) Approx. : 2.0KmsEstimated Cost (in Rs.) RRC (Anticiapted Work) : 291285.00

Total Quantity (In Kms) ( 2+4)

Page 113: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

S. No.2.3 2GIBC 0 M Rs. 115.00 per M 0

2.4 2PCCT 0 Cu.M Rs. 4100.00 per Cu.M 0

2RCCT 0

0 M Rs. 18.00 per M 00 M Rs. 11.00 per M 0

2RCCT 0

0 M Rs. 10.00 per M 00 M Rs. 8.00 per M 0

S. No. 00

17340 M Rs. 8.00 per M 138720M Rs. 12.00 per M 0

24 No. Rs. 4000.00 per Joint termination

96000

0 No. Rs. 3000.00 per Joint termination

0

5.0 5JCBR 24 No. Rs. 6000.00 per Jointing Chamber

144000

5.1 5JCBR 22 No. Rs. 800.00 per Jointing Chamber

17600

5.2 5JCBR 0 No. Rs. 1200.00 per Jointing Chamber

0

5.3 5JCBR 0 No. Rs. 45000.00 Per Manhole

0

6 (i) 70 No. Rs. 160.00 Per Indicator

11200

6(ii) 70 No. Rs. 260.00 Per Indicator

18200

7.0 7 DOCT 17.00 Km. Rs. 300.00 Per Km. 5100

8.0 8OFCL 0 M Rs. 10.00 per M 0

9.0 No. Rs 330.00 Per Drum 02475920

Schedule Qty. Unit Rate

2.5

Description of ItemLaying, Jointing, leveling, fitting and fixing of GI pipe of dia 65 mm to 100mm with PLB/HDPE on bridges and culverts and fixing with clamps and nails. (Department will supply G.I. Troughs/GI Pipes in lengths of approx. 6 M, HDPE/PLB Pipes/Coils). (Clamps, nails & accessories will be arranged & supplied by the Contractor)

i) Providing RCC Protection (1:2:4) at Site to HDPE / PLB or GI Pipes & for item No.1.0 (size 25 cmx25 cm or as per requirement

& instruction of DE OFC NTR /site Engineer). (CC Material will be supplied by contractor) per Meter with weld Mesh

Laying full round RCC/DWC Pipes ( All sizes) in trenches with HDPE / PLB pipes / coils inside including cost for item no. 2.0 (Department will

supply full round RCC/DWC Pipes, HDPE/PLB pipes/coils).

(a) Full Round RCC pipe(b) Full Round DWC pipe

(i) Laying of OF Cable in corridor/rises/exchange premises (leading in work)

Recovery against empty cable drum

TOTAL

4.0 4 OFST

6 ORJF Fixing of Stone/RCC route Indicator including Digging of pit 1 meter towards jungle side or road side or on the trench/manhole/joint chamber for fixing of route/joint indicator, Painting & Sign writing on Route/Joint Indicators. Fixing Indicators with CC 0.45 M x 0.35 M. x 0.15 M. in ratio of 1:2:4 ( CC material will be supplied by the contractor) in 0.6 M.x 0.6 M. x 0.7 M. Pit.

Supply of RCC route/joint Indicators as per Tender Construction Specification supplied by the contractor.

Laying Split RCC/DWC Pipes ( All sizes) in trenches with HDPE / PLBpipes / coils inside including cost for item no. 2.0 (Department will

supply Split RCC/DWC Pipes, HDPE/PLB Pipes/Coils).

(a) Split RCC pipe(b) Split DWC pipe

Description of Item

(a) In new Pipe(b) In Existing duct

Conventional Splicing

2.6

Schedule Qty. Unit Rate3.0 3 OFCP (i) Opening of Manholes, Blowing of O.F. Cable, Sealing of HDPE / PLB

Pipes by Rubber Bushes in Manholes, providing HDPE/RCC/DWC Split Pipes in manhole and Back Filling of Manholes.

Construction of RCC Manhole : Providing,Construction & Fixing of RCC Manholes at site as per construction specification given in the tender document, work includes excavation of pits for the manhole.(All material will be arranged by the contractor)

The Department will supply protection pipes & OF Cable. The contractor shall arrange all other materials required for the work.

Note :-(i) M.B. shall be filled as per actual starata encoutered during the execution as per clause 8.1.8 of Section V.

(a) Splicing of 24F OF cable

(b) Splicing of 12F OF cable

Digging of pit for jointing chamber construction of brick chamber, fill- ing of brick Chamber with clean sand, supply and placing of stone slabs on brick chamber, and back filling of jointing pit.( Including cost of material i.e. Bricks, Slabs, sand etc.)

Making of cross pit & Digging of joint pit on the Pacca road for tracing out old cable for splicing in the joint pit

Digging of pit for jointing chamber, Fixing of Pre-cast RCC chamber, filling of RCC chamber with clean sand, placing of Pre-cast RCC slabs on RCC chamber, and back filling of jointing pit. ( Pre Cast RCC Chamber will be supplied by BSNL)

Documentation (2 hard copies & 1 soft copy ) containing diagram and all details including Lat/Long of each Joint/Route indicator on good quality paper.

Page 114: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

To

OR

OR

The contractor shall arrange all other materials required for the work.

2. All the stores supplied by the BSNL are to be transported by the contractor from Divisional store of concerned3. Rs. 330/ shall be recovered from the contractor bill for each empty Drum.

BELOW In figure…………………………% + Service Tax as applicableIn words…….............………………………percent+ Service Tax as applicable

Note :- Scheduled items in which scheduled quantity is Zero, may be also awarded if necessasary & encountered during the execution of works with mutual consent of contractor.1.(i)It will be the responsibility of the contractor to obtain ROW/permission .For this the contractor shall have to coordinate with various authorities on behalf of BSNL

Dated………….Signature of the tenderer…………….

AT PAR

(iii) The contractor shall make over the ROW/permission letter(s) of the concerned authorities to the DE OFC Incharge.

If our Bid is accepted, we shall submit the securities as per the conditions mentioned in the contract.

(ii) The payment of ROW/permission charges for reinstatements to Govt. Agencies concerned will, however be made by BSNL

NOTE :- The RRC (Anticipted work) as mentioned in schedule will be carried out by bidder on his quotated rate . The quantum & situation of the work will be whole discretion power of the DE OFC (M) concerned under the mentioned route.

Name & Address of tenderer……………

Having examined the tender documents, terms and conditions stipulated therein, specifications of work etc., we the under signed offer to execute the Cable Construction Works in conformity with the said specifications and conditions of contract at the

RRC (Anticipted Work ): (2 KMS ) in SIROHI - REODAR & SIROHI- SUMERPUR OFC route

4. Route/joint indicators will have to be supplied by The contractor.

I/We agree to abide by this Bid for a period of 240 days from the date of opening of financial bid and it shall remain binding upon me/us and may be accepted at any time before the expiry of that period.

In words…….............………………percent+ Service Tax as applicable

ABOVE In figures…………………………………% + Service Tax as applicableIn words…….............……………………………percent+ Service Tax as applicable

Rate Quoted is inclusive of all Taxes except service Tax/ levies .The charges for the pursuance for permissions from road/ Canal/ Forest/Railway authorities to be born by the bidder.

Ref: :- NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016Name of OFC route : SIROHI

REODAR & SIROHI- SUMERPUR OFC route

1.Protection/patch work:SIROHI - REODAR & SIROHI- SUMERPUR OFC route

Dear Sir,

Financial Bid

The D.G.M.M.NTR , JaipurSubject:- Our Financial Bid for Cable Construction Works on Optical Fibre Cable route Tender. No.NIT-01/S-02

In figure…………………………% + Service Tax as applicable

Section XIV of Tender Document

Page 115: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

2nd Floor, Amenity Block, PGMTD Compound,Jaipur-302001

(FINANCIAL BID)

FORTender. No. NIT-01/S-03

Name of OFC route : Jodhpur-Mathania & Jodhpur-Baori-

KHERAPPA OFC route

1.Protection/patch work: Jodhpur-Mathania & Jodhpur-Baori-KHERAPPA OFC route

RRC (Anticipted Work ): (2 KMS ) in Jodhpur-Mathania & Jodhpur-Baori-KHERAPPA OFC route

(A Govt. of India Enterprise)Office of the D.G.M.M. NTR

BHARAT SANCHAR NIGAM LIMITED

Page 116: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

2345

6789101112

The Materials will be made available at DE ( OFC ) Mtce. Store Depot S. No. item code Amount

1 OFCT

8973 M Rs. 75.00 per M 6729750 M Rs. 550.00 per M 00 M Rs. 333.00 per M 0

1 HDD

2900 M Rs. 180.00 per M 5220000 M Rs. 240.00 per M 0

2.0 2 HDPE

9000 M Rs. 5.50 per M 49500

0 M Rs. 10.50 per M 0

0 M Rs. 15.00 per M 0

2.1 2 GHIB 127 M Rs. 180.00 per M 22860

6 M Rs. 17.00 per M 102

Road/Rail crossing through horizontal boring method (manual / Mechanical) and inserting 65/40 dia GI Pipes and pushing ( HDPE / PLB Pipes/Coils inside.(i) Depth shall be 2M and above without GI protection.(ii) Depth is less than 2M with GI Protection as applicable. (Department will suplly GI pipes in lengths of approx. 6M, HDPE/PLB pipes/Coils.)

2.2 2 GIPT Laying, Jointing , Leveling, fitting and fixing G.I. Pipe with PLB/HDPE pipes/coils in trenches. ( Department will supply G.I. Troughs/GI pipes in lengths of appox. 6M, clamps, HDPE/PLB pipes/Coils)

(a) 65mm dia G.I. Pipe

1.1 Laying of PLB pipe duct through HDD method as per Engneering instructions. (Department will supply HDPE/PLB pipe in Coils of various length,HDPE/PLB Sockets/Coupler,End caps.)( Protection/patch work) )

a)   Single PLB pipe.b) Two to three pipes in bunch

Laying, Jointing and leveling of PLB/HDPE pipe of 40mm dia including transportation. (Department will supply HDPE/PLB pipe in Coils of various length,HDPE/PLB Sockets/Coupler,End caps.)

i) Laying of Single HDPE / PLB Pipes/Coils, coupled with coupler.

ii) Laying of Two HDPE / PLB Pipes/Coils, coupled with coupler.

iii) Laying of Three HDPE / PLB Pipes/Coils, coupled with coupler.

Description of Item Schedule Qty. Unit Rate1 .0 Through rate for excavating trenches upto a depth as mentioned below

and back filling the excavated trenches after laying the HDPE / PLB pipe with or without protection as per tender specification. ( Protection/patch work).

(i) Upto depth of 1.65m (Non-Rocky Soil)(ii) Upto depth of 1.65m (Hard rocky)

(ii) Upto depth of 1.0m (Hard Rocky Surface with or without Blasting )

EMD Particulars :D/D NoDated

Name of Bank

Total Quantity (In Kms) ( 2+4) 14.0 KmsTotal Estimated Tendered cost ( 3+5) 1833717

EMD (in Rs.) : 45843Time allowed for completion of work Protection/patch work 112 DAYS

Quantity (In Kms) of Protection/patch work: 12.0 KmsEstimated Cost (in Rs.) of Protection/patch work: 1571757

Quantity (In Kms) of RRC (Anticiapted Work) Approx. : 2.0KmsEstimated Cost (in Rs.) RRC (Anticiapted Work) : 261960

Section-9STANDARD SCHEDULE FOR RATES

FOR O.F. CABLE CONSTRUCTION WORKS

1. Name of OFC route : Jodhpur-Mathania &

Jodhpur-Baori-KHERAPPA OFC route

1.Protection/patch work (9.0 Kms) :(i) J24A – J23 =2600M ( OPEN TRENCH) in Jodhpur-Baori-KRP, (II) J21 – J18A =2600M ( OPEN TRENCH) in Jodhpur-Baori-KRP, (iii) J 22A – J21A =600M ( OPEN TRENCH) in Jodhpur-Baori-KRP, (iv) J16B – J15 =1200M ( OPEN TRENCH) in Jodhpur-Baori-KRP, (v) Baori ExchangeJ9-J9B =2000M ( OPEN TRENCH) in Jodhpur-Baori-KRP. 2. Protection/patch work (3.0 Kms) :(i) J34– J32A =3.0 KM (HDD) in Jodhpur-Mathania

RRC (Anticipted Work ): (2 KMS ) in Jodhpur-Mathania & Jodhpur-Baori-KHERAPPA OFC route

Page 117: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

S. No.2.3 2GIBC 0 M Rs. 115.00 per M 0

2.4 2PCCT 0 Cu.M Rs. 4100.00 per Cu.M 0

2RCCT 0

0 M Rs. 18.00 per M 00 M Rs. 11.00 per M 0

2RCCT 0

0 M Rs. 10.00 per M 00 M Rs. 8.00 per M 0

S. No. 00

12240 M Rs. 8.00 per M 979200 M Rs. 12.00 per M 0

16 No. Rs. 4000.00 per Joint termination

64000

0 No. Rs. 3000.00 per Joint termination

0

5.0 5JCBR 16 No. Rs. 6000.00 per Jointing Chamber

96000

5.1 5JCBR 22 No. Rs. 800.00 per Jointing Chamber

17600

5.2 5JCBR 0 No. Rs. 1200.00 per Jointing Chamber

0

5.3 5JCBR 0 No. Rs. 45000.00 Per Manhole

0

6 (i) 60 No. Rs. 160.00 Per Indicator

9600

6(ii) 60 No. Rs. 260.00 Per Indicator

15600

7.0 7 DOCT 12.00 Km. Rs. 300.00 Per Km. 3600

8.0 8OFCL 0 M Rs. 10.00 per M 0

9.0 No. Rs 330.00 Per Drum 01571757

(i) Laying of OF Cable in corridor/rises/exchange premises (leading in work)

Recovery against empty cable drum

TOTALThe Department will supply protection pipes & OF Cable. The contractor shall arrange all other materials required for the work.

Note :-(i) M.B. shall be filled as per actual starata encoutered during the execution as per clause 8.1.8 of Section V.

Digging of pit for jointing chamber construction of brick chamber, fill- ing of brick Chamber with clean sand, supply and placing of stone slabs on brick chamber, and back filling of jointing pit.( Including cost of material i.e. Bricks, Slabs, sand etc.)

Making of cross pit & Digging of joint pit on the Pacca road for tracing out old cable for splicing in the joint pit

Digging of pit for jointing chamber, Fixing of Pre-cast RCC chamber, filling of RCC chamber with clean sand, placing of Pre-cast RCC slabs on RCC chamber, and back filling of jointing pit. ( Pre Cast RCC Chamber will be supplied by BSNL)

Construction of RCC Manhole : Providing,Construction & Fixing of RCC Manholes at site as per construction specification given in the tender document, work includes excavation of pits for the manhole.(All material will be arranged by the contractor)

6 ORJF Fixing of Stone/RCC route Indicator including Digging of pit 1 meter towards jungle side or road side or on the trench/manhole/joint chamber for fixing of route/joint indicator, Painting & Sign writing on Route/Joint Indicators. Fixing Indicators with CC 0.45 M x 0.35 M. x 0.15 M. in ratio of 1:2:4 ( CC material will be supplied by the contractor) in 0.6 M.x 0.6 M. x 0.7 M. Pit.

Supply of RCC route/joint Indicators as per Tender Construction Specification supplied by the contractor.

Documentation (2 hard copies & 1 soft copy ) containing diagram and all details including Lat/Long of each Joint/Route indicator on good quality paper.

4.0 4 OFST Conventional Splicing(a) Splicing of 24F OF cable

(b) Splicing of 12F OF cable

Schedule Qty. Unit Rate3.0 3 OFCP (i) Opening of Manholes, Blowing of O.F. Cable, Sealing of HDPE / PLB

Pipes by Rubber Bushes in Manholes, providing HDPE/RCC/DWC Split Pipes in manhole and Back Filling of Manholes.

(a) In new Pipe(b) In Existing duct

Description of Item

i) Providing RCC Protection (1:2:4) at Site to HDPE / PLB or GI Pipes & for item No.1.0 (size 25 cmx25 cm or as per requirement

& instruction of DE OFC NTR /site Engineer). (CC Material will be supplied by contractor) per Meter with weld Mesh

2.5 Laying full round RCC/DWC Pipes ( All sizes) in trenches with HDPE / PLB pipes / coils inside including cost for item no. 2.0 (Department will

supply full round RCC/DWC Pipes, HDPE/PLB pipes/coils).

(a) Full Round RCC pipe(b) Full Round DWC pipe

2.6 Laying Split RCC/DWC Pipes ( All sizes) in trenches with HDPE / PLBpipes / coils inside including cost for item no. 2.0 (Department will

supply Split RCC/DWC Pipes, HDPE/PLB Pipes/Coils).

(a) Split RCC pipe(b) Split DWC pipe

Description of Item Schedule Qty. Unit RateLaying, Jointing, leveling, fitting and fixing of GI pipe of dia 65 mm to 100mm with PLB/HDPE on bridges and culverts and fixing with clamps and nails. (Department will supply G.I. Troughs/GI Pipes in lengths of approx. 6 M, HDPE/PLB Pipes/Coils). (Clamps, nails & accessories will be arranged & supplied by the Contractor)

Page 118: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

To

OR

OR

The contractor shall arrange all other materials required for the work.

2. All the stores supplied by the BSNL are to be transported by the contractor from Divisional store of concerned3. Rs. 330/ shall be recovered from the contractor bill for each empty Drum.

In figures…………………………………% + Service Tax as applicable

In words…….............………………………percent+ Service Tax as applicable

AT PAR In figure…………………………% + Service Tax as applicable

Name & Address of tenderer……………

Rate Quoted is inclusive of all Taxes except service Tax/ levies .The charges for the pursuance for permissions from road/ Canal/ Forest/Railway authorities to be born by the bidder.

Note :- Scheduled items in which scheduled quantity is Zero, may be also awarded if necessasary & encountered during the execution of works with mutual consent of contractor.1.(i)It will be the responsibility of the contractor to obtain ROW/permission .For this the contractor shall have to coordinate with various authorities on behalf of BSNL(ii) The payment of ROW/permission charges for reinstatements to Govt. Agencies concerned will, however be made by BSNL(iii) The contractor shall make over the ROW/permission letter(s) of the concerned authorities to the DE OFC Incharge.

I/We agree to abide by this Bid for a period of 240 days from the date of opening of financial bid and it shall remain binding upon me/us and may be accepted at any time before the expiry of that period.

NOTE :- The RRC (Anticipted work) as mentioned in schedule will be carried out by bidder on his quotated rate . The quantum & situation of the work will be whole discretion power of the DE OFC (M) concerned under the mentioned route.

Subject:- Our Financial Bid for Cable Construction Works on Optical Fibre Cable route

In words…….............……………………………percent+ Service Tax as applicable

Having examined the tender documents, terms and conditions stipulated therein, specifications of work etc., we the under signed offer to execute the Cable Construction Works in conformity with the said specifications and conditions of contract at the

BELOW In figure…………………………% + Service Tax as applicable

In words…….............………………percent+ Service Tax as applicable

ABOVE

Dated………….Signature of the tenderer…………….

Tender. No.NIT-01/S-03

Ref: :- NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016Name of OFC route : Jodhpur-

Mathania & Jodhpur-Baori-KHERAPPA OFC

route

1.Protection/patch work: Jodhpur-Mathania & Jodhpur-Baori-KHERAPPA OFC route

RRC (Anticipted Work ): (2 KMS ) in Jodhpur-Mathania & Jodhpur-Baori-KHERAPPA OFC route

Dear Sir,

4. Route/joint indicators will have to be supplied by The contractor.If our Bid is accepted, we shall submit the securities as per the conditions mentioned in the contract.

Section XIV of Tender DocumentFinancial Bid

The D.G.M.M.NTR , Jaipur

Page 119: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

Tender. No. NIT-01/S-04

FOR

Jaipur-302001

BHARAT SANCHAR NIGAM LIMITED(A Govt. of India Enterprise)Office of the D.G.M.M. NTR

2nd Floor, Amenity Block, PGMTD Compound,

(FINANCIAL BID)

Name of OFC route : Sriganganagar-Rawla OFC route

1.Protection/patch work: Sriganganagar-Rawla OFC route

RRC (Anticipted Work ): (2 KMS ) in Sriganganagar-Rawla OFC route

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Page 120: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

2345

6789101112

The Materials will be made available at DE ( OFC ) Mtce. Store Depot S. No. item code Amount

1 OFCT

6700 M Rs. 75.00 per M 5025000 M Rs. 550.00 per M 00 M Rs. 333.00 per M 0

1 HDD

5000 M Rs. 180.00 per M 900000M Rs. 240.00 per M 0

2.0 2 HDPE

6700 M Rs. 5.50 per M 36850

0 M Rs. 10.50 per M 0

0 M Rs. 15.00 per M 0

2.1 2 GHIB 0 M Rs. 180.00 per M 0

0 M Rs. 17.00 per M 0

Name of OFC route : Sriganganagar-Rawla

OFC route

1.Protection/patch work (11.7 Kms) :(i) OFC SGR – J32 =4000M (HDD) in Sriganganagar- Srikaranpur, (II) J18-J20 =2000M (OPEN TRENCH) inSriganganagar- Srikaranpur , (iii) J22 – J24 =4000M OPEN TRENCH in Raisinghnagar-Anupgarh, (iv) J11 – J12 =1000M (HDD) in Raisinghnagar-Anupgarh, (v) TJ-OFC APH =700M (OPEN TRENCH)Raisinghnagar-Anupgarh,

RRC (Anticipted Work ): (2 KMS ) in Sriganganagar-Rawla OFC route

Total Quantity (In Kms) ( 2+4) 13.7 Kms

Section-9STANDARD SCHEDULE FOR RATES

FOR O.F. CABLE CONSTRUCTION WORKS

1.

D/D No

Quantity (In Kms) of Protection/patch work: 11.7 KmsEstimated Cost (in Rs.) of Protection/patch work: 1687560

Quantity (In Kms) of RRC (Anticiapted Work) Approx. : 2.0KmsEstimated Cost (in Rs.) RRC (Anticiapted Work) : 288472.00

Time allowed for completion of work Protection/patch work 110 DAYSEMD Particulars :

Total Estimated Tendered cost ( 3+5) 1976032EMD (in Rs.) : 49401

Description of Item Schedule Qty. Unit Rate1 .0 Through rate for excavating trenches upto a depth as mentioned below

and back filling the excavated trenches after laying the HDPE / PLB pipe with or without protection as per tender specification. ( Protection/patch work).

(i) Upto depth of 1.65m (Non-Rocky Soil)(ii) Upto depth of 1.65m (Hard rocky)

(ii) Upto depth of 1.0m (Hard Rocky Surface with or without Blasting )

1.1 Laying of PLB pipe duct through HDD method as per Engneering instructions. (Department will supply HDPE/PLB pipe in Coils of various length,HDPE/PLB Sockets/Coupler,End caps.)( Protection/patch work) )

a)   Single PLB pipe.b) Two to three pipes in bunch

Laying, Jointing and leveling of PLB/HDPE pipe of 40mm dia including transportation. (Department will supply HDPE/PLB pipe in Coils of various length,HDPE/PLB Sockets/Coupler,End caps.)

DatedName of Bank

i) Laying of Single HDPE / PLB Pipes/Coils, coupled with coupler.

ii) Laying of Two HDPE / PLB Pipes/Coils, coupled with coupler.

iii) Laying of Three HDPE / PLB Pipes/Coils, coupled with coupler.

Road/Rail crossing through horizontal boring method (manual / Mechanical) and inserting 65/40 dia GI Pipes and pushing ( HDPE / PLB Pipes/Coils inside.(i) Depth shall be 2M and above without GI protection.(ii) Depth is less than 2M with GI Protection as applicable. (Department will suplly GI pipes in lengths of approx. 6M, HDPE/PLB pipes/Coils.)

2.2 2 GIPT Laying, Jointing , Leveling, fitting and fixing G.I. Pipe with PLB/HDPE pipes/coils in trenches. ( Department will supply G.I. Troughs/GI pipes in lengths of appox. 6M, clamps, HDPE/PLB pipes/Coils)

(a) 65mm dia G.I. Pipe

Page 121: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

S. No.2.3 2GIBC 0 M Rs. 115.00 per M 0

2.4 2PCCT 0 Cu.M Rs. 4100.00 per Cu.M 0

2RCCT 0

0 M Rs. 18.00 per M 00 M Rs. 11.00 per M 0

2RCCT 0

0 M Rs. 10.00 per M 00 M Rs. 8.00 per M 0

S. No. 00

12000 M Rs. 8.00 per M 96000M Rs. 12.00 per M 0

11 No. Rs. 4000.00 per Joint termination

44000

0 No. Rs. 3000.00 per Joint termination

0

5.0 5JCBR 11 No. Rs. 6000.00 per Jointing Chamber

66000

5.1 5JCBR 9 No. Rs. 800.00 per Jointing Chamber

7200

5.2 5JCBR 0 No. Rs. 1200.00 per Jointing Chamber

0

5.3 5JCBR 0 No. Rs. 45000.00 Per Manhole

0

6 (i) 75 No. Rs. 160.00 Per Indicator

12000

6(ii) 75 No. Rs. 260.00 Per Indicator

19500

7.0 7 DOCT 11.70 Km. Rs. 300.00 Per Km. 3510

8.0 8OFCL 0 M Rs. 10.00 per M 0

9.0 No. Rs 330.00 Per Drum 01687560

i) Providing RCC Protection (1:2:4) at Site to HDPE / PLB or GI Pipes & for item No.1.0 (size 25 cmx25 cm or as per requirement

& instruction of DE OFC NTR /site Engineer). (CC Material will be supplied by contractor) per Meter with weld Mesh

Unit RateLaying, Jointing, leveling, fitting and fixing of GI pipe of dia 65 mm to 100mm with PLB/HDPE on bridges and culverts and fixing with clamps and nails. (Department will supply G.I. Troughs/GI Pipes in lengths of approx. 6 M, HDPE/PLB Pipes/Coils). (Clamps, nails & accessories will be arranged & supplied by the Contractor)

Description of Item Schedule Qty.

2.5 Laying full round RCC/DWC Pipes ( All sizes) in trenches with HDPE / PLB pipes / coils inside including cost for item no. 2.0 (Department will

supply full round RCC/DWC Pipes, HDPE/PLB pipes/coils).

(a) Full Round RCC pipe(b) Full Round DWC pipe

2.6 Laying Split RCC/DWC Pipes ( All sizes) in trenches with HDPE / PLBpipes / coils inside including cost for item no. 2.0 (Department will

supply Split RCC/DWC Pipes, HDPE/PLB Pipes/Coils).

(a) Split RCC pipe(b) Split DWC pipe

4.0 4 OFST Conventional Splicing(a) Splicing of 24F OF cable

(b) Splicing of 12F OF cable

Unit Rate3.0 3 OFCP (i) Opening of Manholes, Blowing of O.F. Cable, Sealing of HDPE / PLB

Pipes by Rubber Bushes in Manholes, providing HDPE/RCC/DWC Split Pipes in manhole and Back Filling of Manholes.

(a) In new Pipe(b) In Existing duct

Description of Item Schedule Qty.

Digging of pit for jointing chamber construction of brick chamber, fill- ing of brick Chamber with clean sand, supply and placing of stone slabs on brick chamber, and back filling of jointing pit.( Including cost of material i.e. Bricks, Slabs, sand etc.)

Making of cross pit & Digging of joint pit on the Pacca road for tracing out old cable for splicing in the joint pit

Digging of pit for jointing chamber, Fixing of Pre-cast RCC chamber, filling of RCC chamber with clean sand, placing of Pre-cast RCC slabs on RCC chamber, and back filling of jointing pit. ( Pre Cast RCC Chamber will be supplied by BSNL)

Construction of RCC Manhole : Providing,Construction & Fixing of RCC Manholes at site as per construction specification given in the tender document, work includes excavation of pits for the manhole.(All material will be arranged by the contractor)

6 ORJF Fixing of Stone/RCC route Indicator including Digging of pit 1 meter towards jungle side or road side or on the trench/manhole/joint chamber for fixing of route/joint indicator, Painting & Sign writing on Route/Joint Indicators. Fixing Indicators with CC 0.45 M x 0.35 M. x 0.15 M. in ratio of 1:2:4 ( CC material will be supplied by the contractor) in 0.6 M.x 0.6 M. x 0.7 M. Pit.

Supply of RCC route/joint Indicators as per Tender Construction Specification supplied by the contractor.

Documentation (2 hard copies & 1 soft copy ) containing diagram and all details including Lat/Long of each Joint/Route indicator on good quality paper.

(i) Laying of OF Cable in corridor/rises/exchange premises (leading in work)

Recovery against empty cable drum

TOTALThe Department will supply protection pipes & OF Cable. The contractor shall arrange all other materials required for the work.

Note :-(i) M.B. shall be filled as per actual starata encoutered during the execution as per clause 8.1.8 of Section V.

Page 122: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

To

OR

OR

The contractor shall arrange all other materials required for the work.

2. All the stores supplied by the BSNL are to be transported by the contractor from Divisional store of concerned3. Rs. 330/ shall be recovered from the contractor bill for each empty Drum.

Tender. No.NIT-01/S-04

Section XIV of Tender DocumentFinancial Bid

The D.G.M.M.NTR , JaipurSubject:- Our Financial Bid for Cable Construction Works on Optical Fibre Cable route

Ref: :- NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016Name of OFC route :

Sriganganagar-Rawla OFC route 1.Protection/patch work: Sriganganagar-Rawla OFC route

RRC (Anticipted Work ): (2 KMS ) in Sriganganagar-Rawla OFC route

Dear Sir,

Having examined the tender documents, terms and conditions stipulated therein, specifications of work etc., we the under signed offer to execute the Cable Construction Works in conformity with the said specifications and conditions of contract at the

BELOW In figure…………………………% + Service Tax as applicable

NOTE :- The RRC (Anticipted work) as mentioned in schedule will be carried out by bidder on his quotated rate . The quantum & situation of the work will be whole discretion power of the DE OFC (M) concerned under the mentioned route.

In words…….............………………………percent+ Service Tax as applicable

AT PAR In figure…………………………% + Service Tax as applicableIn words…….............………………percent+ Service Tax as applicable

ABOVE In figures…………………………………% + Service Tax as applicableIn words…….............……………………………percent+ Service Tax as applicable

Rate Quoted is inclusive of all Taxes except service Tax/ levies .The charges for the pursuance for permissions from road/ Canal/ Forest/Railway authorities to be born by the bidder.

Note :- Scheduled items in which scheduled quantity is Zero, may be also awarded if necessasary & encountered during the execution of works with mutual consent of contractor.1.(i)It will be the responsibility of the contractor to obtain ROW/permission .For this the contractor shall have to coordinate with various authorities on behalf of BSNL(ii) The payment of ROW/permission charges for reinstatements to Govt. Agencies concerned will, however be made by BSNL(iii) The contractor shall make over the ROW/permission letter(s) of the concerned authorities to the DE OFC Incharge.

4. Route/joint indicators will have to be supplied by The contractor.If our Bid is accepted, we shall submit the securities as per the conditions mentioned in the contract.I/We agree to abide by this Bid for a period of 240 days from the date of opening of financial bid and it shall remain binding upon me/us and may be accepted at any time before the expiry of that period.

Dated………….Signature of the tenderer…………….Name & Address of tenderer……………

Page 123: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

FORTender. No. NIT-01/S-05

BHARAT SANCHAR NIGAM LIMITED(A Govt. of India Enterprise)Office of the D.G.M.M NTR

2nd Floor, Amenity Block, PGMTD Compound,Jaipur-302001

(FINANCIAL BID)

Name of OFC route : Rawatsar--Nohar OFC route

1.Protection/patch work: Rawatsar--Nohar OFC route

RRC (Anticipted Work ): (2 KMS ) in Rawatsar--Nohar OFC route

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Page 124: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

2345

6789101112

The Materials will be made available at DE ( OFC ) Mtce. Store Depot S. No. item code Amount

1 OFCT

7100 M Rs. 75.00 per M 5325000 M Rs. 550.00 per M 00 M Rs. 333.00 per M 0

1 HDD

4700 M Rs. 180.00 per M 846000M Rs. 240.00 per M 0

2.0 2 HDPE

7100 M Rs. 5.50 per M 39050

0 M Rs. 10.50 per M 0

0 M Rs. 15.00 per M 0

2.1 2 GHIB 0 M Rs. 180.00 per M 0

0 M Rs. 17.00 per M 0

Name of OFC route ::Rawatsar--Nohar

OFC route

1.Protection/patch work (11.8 Kms) :(i) J3-J4 =1700M ( OPEN TRENCH) in Rawatsar-Nohar, (II) J4-J4A =1800M (HDD ) inRawatsar-Noharr , (iii) J7 – J9 =2400M (OPEN TRENCH) in Rawatsar-Nohar.(IV)J7 – J9 =1600M (HDD) in Rawatsar-Nohar.(V)J13 – J14 =2000M (OPEN TRENCH) in Rawatsar-Nohar.(VI)J11A – J13 =1300M (HDD) in Rawatsar-Nohar.

2. RRC (Anticipted Work) : Approx. 2KMS in Rawatsar-Nohar OFC route

Total Quantity (In Kms) ( 2+4) 13.8Kms

Section-9STANDARD SCHEDULE FOR RATES

FOR O.F. CABLE CONSTRUCTION WORKS

1.

D/D No

Quantity (In Kms) of Protection/patch work: 11.8 KmsEstimated Cost (in Rs.) of Protection/patch work: 1653790

Quantity (In Kms) of RRC (Anticiapted Work) Approx. : 2.0KmsEstimated Cost (in Rs.) RRC (Anticiapted Work) : 280303.00

Total Estimated Tendered cost ( 3+5) 1934093EMD (in Rs.) : 48352

Time allowed for completion of work Protection/patch work 111 DAYSEMD Particulars :

Description of Item Schedule Qty. Unit Rate1 .0 Through rate for excavating trenches upto a depth as mentioned below

and back filling the excavated trenches after laying the HDPE / PLB pipe with or without protection as per tender specification. ( Protection/patch work).

(i) Upto depth of 1.65m (Non-Rocky Soil)(ii) Upto depth of 1.65m (Hard rocky)

(ii) Upto depth of 1.0m (Hard Rocky Surface with or without Blasting )

1.1 Laying of PLB pipe duct through HDD method as per Engneering instructions. (Department will supply HDPE/PLB pipe in Coils of various length,HDPE/PLB Sockets/Coupler,End caps.)( Protection/patch work) )

a)   Single PLB pipe.b) Two to three pipes in bunch

Laying, Jointing and leveling of PLB/HDPE pipe of 40mm dia including transportation. (Department will supply HDPE/PLB pipe in Coils of various length,HDPE/PLB Sockets/Coupler,End caps.)

DatedName of Bank

i) Laying of Single HDPE / PLB Pipes/Coils, coupled with coupler.

ii) Laying of Two HDPE / PLB Pipes/Coils, coupled with coupler.

iii) Laying of Three HDPE / PLB Pipes/Coils, coupled with coupler.

Road/Rail crossing through horizontal boring method (manual / Mechanical) and inserting 65/40 dia GI Pipes and pushing ( HDPE / PLB Pipes/Coils inside.(i) Depth shall be 2M and above without GI protection.(ii) Depth is less than 2M with GI Protection as applicable. (Department will suplly GI pipes in lengths of approx. 6M, HDPE/PLB pipes/Coils.)

2.2 2 GIPT Laying, Jointing , Leveling, fitting and fixing G.I. Pipe with PLB/HDPE pipes/coils in trenches. ( Department will supply G.I. Troughs/GI pipes in lengths of appox. 6M, clamps, HDPE/PLB pipes/Coils)

(a) 65mm dia G.I. Pipe

Page 125: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

S. No.2.3 2GIBC 0 M Rs. 115.00 per M 0

2.4 2PCCT 0 Cu.M Rs. 4100.00 per Cu.M 0

2RCCT 0

0 M Rs. 18.00 per M 00 M Rs. 11.00 per M 0

2RCCT 0

0 M Rs. 10.00 per M 00 M Rs. 8.00 per M 0

S. No. 00

12050 M Rs. 8.00 per M 96400M Rs. 12.00 per M 0

10 No. Rs. 4000.00 per Joint termination

40000

0 No. Rs. 3000.00 per Joint termination

0

5.0 5JCBR 10 No. Rs. 6000.00 per Jointing Chamber

60000

5.1 5JCBR 6 No. Rs. 800.00 per Jointing Chamber

4800

5.2 5JCBR 0 No. Rs. 1200.00 per Jointing Chamber

0

5.3 5JCBR 0 No. Rs. 45000.00 Per Manhole

0

6 (i) 75 No. Rs. 160.00 Per Indicator

12000

6(ii) 75 No. Rs. 260.00 Per Indicator

19500

7.0 7 DOCT 11.80 Km. Rs. 300.00 Per Km. 3540

8.0 8OFCL 0 M Rs. 10.00 per M 0

9.0 0 No. Rs 330.00 Per Drum 01653790

i) Providing RCC Protection (1:2:4) at Site to HDPE / PLB or GI Pipes & for item No.1.0 (size 25 cmx25 cm or as per requirement

& instruction of DE OFC NTR /site Engineer). (CC Material will be supplied by contractor) per Meter with weld Mesh

Unit RateLaying, Jointing, leveling, fitting and fixing of GI pipe of dia 65 mm to 100mm with PLB/HDPE on bridges and culverts and fixing with clamps and nails. (Department will supply G.I. Troughs/GI Pipes in lengths of approx. 6 M, HDPE/PLB Pipes/Coils). (Clamps, nails & accessories will be arranged & supplied by the Contractor)

Description of Item Schedule Qty.

2.5 Laying full round RCC/DWC Pipes ( All sizes) in trenches with HDPE / PLB pipes / coils inside including cost for item no. 2.0 (Department will

supply full round RCC/DWC Pipes, HDPE/PLB pipes/coils).

(a) Full Round RCC pipe(b) Full Round DWC pipe

2.6 Laying Split RCC/DWC Pipes ( All sizes) in trenches with HDPE / PLBpipes / coils inside including cost for item no. 2.0 (Department will

supply Split RCC/DWC Pipes, HDPE/PLB Pipes/Coils).

(a) Split RCC pipe(b) Split DWC pipe

4.0 4 OFST Conventional Splicing(a) Splicing of 24F OF cable

(b) Splicing of 12F OF cable

Unit Rate3.0 3 OFCP (i) Opening of Manholes, Blowing of O.F. Cable, Sealing of HDPE / PLB

Pipes by Rubber Bushes in Manholes, providing HDPE/RCC/DWC Split Pipes in manhole and Back Filling of Manholes.

(a) In new Pipe(b) In Existing duct

Description of Item Schedule Qty.

Digging of pit for jointing chamber construction of brick chamber, fill- ing of brick Chamber with clean sand, supply and placing of stone slabs on brick chamber, and back filling of jointing pit.( Including cost of material i.e. Bricks, Slabs, sand etc.)

Making of cross pit & Digging of joint pit on the Pacca road for tracing out old cable for splicing in the joint pit

Digging of pit for jointing chamber, Fixing of Pre-cast RCC chamber, filling of RCC chamber with clean sand, placing of Pre-cast RCC slabs on RCC chamber, and back filling of jointing pit. ( Pre Cast RCC Chamber will be supplied by BSNL)

Construction of RCC Manhole : Providing,Construction & Fixing of RCC Manholes at site as per construction specification given in the tender document, work includes excavation of pits for the manhole.(All material will be arranged by the contractor)

6 ORJF Fixing of Stone/RCC route Indicator including Digging of pit 1 meter towards jungle side or road side or on the trench/manhole/joint chamber for fixing of route/joint indicator, Painting & Sign writing on Route/Joint Indicators. Fixing Indicators with CC 0.45 M x 0.35 M. x 0.15 M. in ratio of 1:2:4 ( CC material will be supplied by the contractor) in 0.6 M.x 0.6 M. x 0.7 M. Pit.

Supply of RCC route/joint Indicators as per Tender Construction Specification supplied by the contractor.

Documentation (2 hard copies & 1 soft copy ) containing diagram and all details including Lat/Long of each Joint/Route indicator on good quality paper.

(i) Laying of OF Cable in corridor/rises/exchange premises (leading in work)

Recovery against empty cable drum

TOTALThe Department will supply protection pipes & OF Cable. The contractor shall arrange all other materials required for the work.

Note :-(i) M.B. shall be filled as per actual starata encoutered during the execution as per clause 8.1.8 of Section V.

Page 126: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

To

OR

OR

The contractor shall arrange all other materials required for the work.

2. All the stores supplied by the BSNL are to be transported by the contractor from Divisional store of concerned3. Rs. 330/ shall be recovered from the contractor bill for each empty Drum.

Tender. No.NIT-01/S-05

Section XIV of Tender DocumentFinancial Bid

The D.G.M.M.NTR , JaipurSubject:- Our Financial Bid for Cable Construction Works on Optical Fibre Cable route

In words…….............……………………………percent+ Service Tax as applicable

Ref: :- NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016Name of OFC route : Rawatsar--

Nohar OFC route 1.Protection/patch work:Rawatsar--Nohar OFC route

RRC (Anticipted Work ): (2 KMS ) in Rawatsar--Nohar OFC route

Dear Sir,

Having examined the tender documents, terms and conditions stipulated therein, specifications of work etc., we the under signed offer to execute the Cable Construction Works in conformity with the said specifications and conditions of contract at the

BELOW In figure…………………………% + Service Tax as applicableIn words…….............………………………percent+ Service Tax as applicable

AT PAR In figure…………………………% + Service Tax as applicableIn words…….............………………percent+ Service Tax as applicable

ABOVE In figures…………………………………% + Service Tax as applicable

Rate Quoted is inclusive of all Taxes except service Tax/ levies .The charges for the pursuance for permissions from road/ Canal/ Forest/Railway authorities to be born by the bidder.

Note :- Scheduled items in which scheduled quantity is Zero, may be also awarded if necessasary & encountered during the execution of works with mutual consent of contractor.1.(i)It will be the responsibility of the contractor to obtain ROW/permission .For this the contractor shall have to coordinate with various authorities on behalf of BSNL(ii) The payment of ROW/permission charges for reinstatements to Govt. Agencies concerned will, however be made by BSNL(iii) The contractor shall make over the ROW/permission letter(s) of the concerned authorities to the DE OFC Incharge.

4. Route/joint indicators will have to be supplied by The contractor.If our Bid is accepted, we shall submit the securities as per the conditions mentioned in the contract.I/We agree to abide by this Bid for a period of 240 days from the date of opening of financial bid and it shall remain binding upon me/us and may be accepted at any time before the expiry of that period.

NOTE :- The RRC (Anticipted work) as mentioned in schedule will be carried out by bidder on his quotated rate . The quantum & situation of the work will be whole discretion power of the DE OFC (M) concerned under the mentioned route.

Dated………….Signature of the tenderer…………….Name & Address of tenderer……………

Page 127: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

BHARAT SANCHAR NIGAM LIMITED(A Govt. of India Enterprise)Office of the D.G.M.M NTR

2nd Floor, Amenity Block, PGMTD Compound,Jaipur-302001

(FINANCIAL BID)

FORTender. No. NIT-01/S-06

Name of OFC route : Bikaner-Nokha OFC route

1.Protection/patch work: Bikaner-Nokha OFC route

RRC (Anticipted Work ): Approx. 2KMS in Bikaner-Nokha OFC route

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Page 128: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

2345

6789101112

The Materials will be made available at DE ( OFC ) Mtce. Store Depot S. No. item code Amount

1 OFCT

11500 M Rs. 75.00 per M 8625000 M Rs. 550.00 per M 00 M Rs. 333.00 per M 0

1 HDD

2000 M Rs. 180.00 per M 360000M Rs. 240.00 per M 0

2.0 2 HDPE

11500 M Rs. 5.50 per M 63250

0 M Rs. 10.50 per M 0

0 M Rs. 15.00 per M 0

2.1 2 GHIB 0 M Rs. 180.00 per M 0

0 M Rs. 17.00 per M 0

1544360.00

Section-9STANDARD SCHEDULE FOR RATES

EMD (in Rs.) : 44329

FOR O.F. CABLE CONSTRUCTION WORKS

1. Name of OFC route :Bikaner-Nokha OFC

route

1.Protection/patch work (13.5 Kms) :(i) J14A(Km 259.550) – Km 257.650 =1900M OPEN TRENCH in Bikaner- Nokha, (II) Km-257.650– J15D (Km 257.150) =500M (HDD) in Bikaner- Nokha, (iii) (TJ 29 Bhamatsar ) – (Km 229.600) =1500M (HDD) in Bikaner- Nokha, (iv) (Km 229.600) – (Km 220.0) =9600M OPEN TRENCH in Bikaner-Nokha.

2. RRC (Anticipted Work) : Approx. 2KMS in Bikaner-Nokha OFC route

Quantity (In Kms) of Protection/patch work: 13.5 KmsEstimated Cost (in Rs.) of Protection/patch work:

Name of Bank

Quantity (In Kms) of RRC (Anticiapted Work) Approx. : 2.0KmsEstimated Cost (in Rs.) RRC (Anticiapted Work) : 228794.00

Total Quantity (In Kms) ( 2+4) 15.5 KmsTotal Estimated Tendered cost ( 3+5) 1773154.00

Time allowed for completion of work Protection/patch work 123 DAYSEMD Particulars :

D/D NoDated

1.1 Laying of PLB pipe duct through HDD method as per Engneering instructions. (Department will supply HDPE/PLB pipe in Coils of various length,HDPE/PLB Sockets/Coupler,End caps.)( Protection/patch work) )

a)   Single PLB pipe.b) Two to three pipes in bunch

Unit Rate1 .0 Through rate for excavating trenches upto a depth as mentioned below

and back filling the excavated trenches after laying the HDPE / PLB pipe with or without protection as per tender specification. ( Protection/patch work).

(i) Upto depth of 1.65m (Non-Rocky Soil)(ii) Upto depth of 1.65m (Hard rocky)

(ii) Upto depth of 1.0m (Hard Rocky Surface with or without Blasting )

Description of Item Schedule Qty.

Laying, Jointing and leveling of PLB/HDPE pipe of 40mm dia including transportation. (Department will supply HDPE/PLB pipe in Coils of various length,HDPE/PLB Sockets/Coupler,End caps.)

i) Laying of Single HDPE / PLB Pipes/Coils, coupled with coupler.

ii) Laying of Two HDPE / PLB Pipes/Coils, coupled with coupler.

iii) Laying of Three HDPE / PLB Pipes/Coils, coupled with coupler.

Road/Rail crossing through horizontal boring method (manual / Mechanical) and inserting 65/40 dia GI Pipes and pushing ( HDPE / PLB Pipes/Coils inside.(i) Depth shall be 2M and above without GI protection.(ii) Depth is less than 2M with GI Protection as applicable. (Department will suplly GI pipes in lengths of approx. 6M, HDPE/PLB pipes/Coils.)

2.2 2 GIPT Laying, Jointing , Leveling, fitting and fixing G.I. Pipe with PLB/HDPE pipes/coils in trenches. ( Department will supply G.I. Troughs/GI pipes in lengths of appox. 6M, clamps, HDPE/PLB pipes/Coils)

(a) 65mm dia G.I. Pipe

Page 129: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

S. No.2.3 2GIBC 0 M Rs. 115.00 per M 0

2.4 2PCCT 0 Cu.M Rs. 4100.00 per Cu.M 0

2RCCT 0

0 M Rs. 18.00 per M 00 M Rs. 11.00 per M 0

2RCCT 0

0 M Rs. 10.00 per M 00 M Rs. 8.00 per M 0

S. No. 00

13770 M Rs. 8.00 per M 110160M Rs. 12.00 per M 0

8 No. Rs. 4000.00 per Joint termination

32000

4 No. Rs. 3000.00 per Joint termination

12000

5.0 5JCBR 12 No. Rs. 6000.00 per Jointing Chamber

72000

5.1 5JCBR 4 No. Rs. 800.00 per Jointing Chamber

3200

5.2 5JCBR 0 No. Rs. 1200.00 per Jointing Chamber

0

5.3 5JCBR 0 No. Rs. 45000.00 Per Manhole

0

6 (i) 60 No. Rs. 160.00 Per Indicator

9600

6(ii) 60 No. Rs. 260.00 Per Indicator

15600

7.0 7 DOCT 13.50 Km. Rs. 300.00 Per Km. 4050

8.0 8OFCL 0 M Rs. 10.00 per M 0

9.0 0 No. Rs 330.00 Per Drum 01544360

2.5 Laying full round RCC/DWC Pipes ( All sizes) in trenches with HDPE / PLB pipes / coils inside including cost for item no. 2.0 (Department will

supply full round RCC/DWC Pipes, HDPE/PLB pipes/coils).

(a) Full Round RCC pipe(b) Full Round DWC pipe

3.0 3 OFCP (i) Opening of Manholes, Blowing of O.F. Cable, Sealing of HDPE / PLB Pipes by Rubber Bushes in Manholes, providing HDPE/RCC/DWC Split

Pipes in manhole and Back Filling of Manholes.

(a) In new Pipe(b) In Existing duct

Description of Item

Schedule Qty. Unit RateLaying, Jointing, leveling, fitting and fixing of GI pipe of dia 65 mm to 100mm with PLB/HDPE on bridges and culverts and fixing with clamps and nails. (Department will supply G.I. Troughs/GI Pipes in lengths of approx. 6 M, HDPE/PLB Pipes/Coils). (Clamps, nails & accessories will be arranged & supplied by the Contractor)

Schedule Qty. Unit Rate

i) Providing RCC Protection (1:2:4) at Site to HDPE / PLB or GI Pipes & for item No.1.0 (size 25 cmx25 cm or as per requirement

& instruction of DE OFC NTR /site Engineer). (CC Material will be supplied by contractor) per Meter with weld Mesh

Description of Item

2.6 Laying Split RCC/DWC Pipes ( All sizes) in trenches with HDPE / PLBpipes / coils inside including cost for item no. 2.0 (Department will

supply Split RCC/DWC Pipes, HDPE/PLB Pipes/Coils).

(a) Split RCC pipe(b) Split DWC pipe

Note :-(i) M.B. shall be filled as per actual starata encoutered during the execution as per clause 8.1.8 of Section V.

4.0 4 OFST Conventional Splicing(a) Splicing of 24F OF cable

(b) Splicing of 12F OF cable

Digging of pit for jointing chamber construction of brick chamber, fill- ing of brick Chamber with clean sand, supply and placing of stone slabs on brick chamber, and back filling of jointing pit.( Including cost of material i.e. Bricks, Slabs, sand etc.)

Making of cross pit & Digging of joint pit on the Pacca road for tracing out old cable for splicing in the joint pit

Digging of pit for jointing chamber, Fixing of Pre-cast RCC chamber, filling of RCC chamber with clean sand, placing of Pre-cast RCC slabs on RCC chamber, and back filling of jointing pit. ( Pre Cast RCC Chamber will be supplied by BSNL)

Construction of RCC Manhole : Providing,Construction & Fixing of RCC Manholes at site as per construction specification given in the tender document, work includes excavation of pits for the manhole.(All material will be arranged by the contractor)

(i) Laying of OF Cable in corridor/rises/exchange premises (leading in work)

Recovery against empty cable drum

TOTALThe Department will supply protection pipes & OF Cable. The contractor shall arrange all other materials required for the work.

6 ORJF Fixing of Stone/RCC route Indicator including Digging of pit 1 meter towards jungle side or road side or on the trench/manhole/joint chamber for fixing of route/joint indicator, Painting & Sign writing on Route/Joint Indicators. Fixing Indicators with CC 0.45 M x 0.35 M. x 0.15 M. in ratio of 1:2:4 ( CC material will be supplied by the contractor) in 0.6 M.x 0.6 M. x 0.7 M. Pit.

Supply of RCC route/joint Indicators as per Tender Construction Specification supplied by the contractor.

Documentation (2 hard copies & 1 soft copy ) containing diagram and all details including Lat/Long of each Joint/Route indicator on good quality paper.

Page 130: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

To

OR

OR

The contractor shall arrange all other materials required for the work.

2. All the stores supplied by the BSNL are to be transported by the contractor from Divisional store of concerned3. Rs. 330/ shall be recovered from the contractor bill for each empty Drum.

In figure…………………………% + Service Tax as applicable

Name of OFC route :Bikaner-Nokha OFC route

1.Protection/patch work: Bikaner-Nokha OFC route

RRC (Anticipted Work ): Approx. 2KMS in Bikaner-Nokha OFC route

+ Service Tax as applicableIn words…….............……………………………percent+ Service Tax as applicable

(ii) The payment of ROW/permission charges for reinstatements to Govt. Agencies concerned will, however be made by BSNL

Dear Sir,

Having examined the tender documents, terms and conditions stipulated therein, specifications of work etc., we the under signed offer to execute the Cable Construction Works in conformity with the said specifications and conditions of contract at the

BELOW In figure…………………………% + Service Tax as applicableIn words…….............………………………percent+ Service Tax as applicable

AT PAR

Note :- Scheduled items in which scheduled quantity is Zero, may be also awarded if necessasary & encountered during the execution of works with mutual consent of contractor.1.(i)It will be the responsibility of the contractor to obtain ROW/permission .For this the contractor shall have to coordinate with various authorities on behalf of BSNL

Section XIV of Tender DocumentFinancial Bid

The D.G.M.M.NTR , JaipurSubject:- Our Financial Bid for Cable Construction Works on Optical Fibre Cable route Tender. No.NIT-01/S-06

Ref: :- NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

(iii) The contractor shall make over the ROW/permission letter(s) of the concerned authorities to the DE OFC Incharge.

4. Route/joint indicators will have to be supplied by The contractor.If our Bid is accepted, we shall submit the securities as per the conditions mentioned in the contract.I/We agree to abide by this Bid for a period of 240 days from the date of opening of financial bid and it shall remain binding upon me/us and may be accepted at any time before the expiry of that period.

NOTE :- The RRC (Anticipted work) as mentioned in schedule will be carried out by bidder on his quotated rate . The quantum & situation of the work will be whole discretion power of the DE OFC (M) concerned under the mentioned route.

Dated………….Signature of the tenderer…………….Name & Address of tenderer……………

In words…….............………………percent+ Service Tax as applicable

ABOVE In figures…………………………………%

Rate Quoted is inclusive of all Taxes except service Tax/ levies .The charges for the pursuance for permissions from road/ Canal/ Forest/Railway authorities to be born by the bidder.

Page 131: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

(A Govt. of India Enterprise)Office of the D.G.M.M. NTR

2nd Floor, Amenity Block, PGMTD Compound,Jaipur-302001

BHARAT SANCHAR NIGAM LIMITED

(FINANCIAL BID)

FORTender. No. NIT-01/S-07

Name of OFC route : Bikaner-Jalwali & Pugal-Khajuwala OFC

route

1.Protection/patch work: Bikaner-Jalwali & Pugal-Khajuwala OFC route

RRC (Anticipted Work ): (2 KMS ) in Bikaner-Jalwali & Pugal-Khajuwala OFC route

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Page 132: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

2345

6789101112

The Materials will be made available at DE ( OFC ) Mtce. Store Depot S. No. item code Amount

1 OFCT

6500 M Rs. 75.00 per M 4875000 M Rs. 550.00 per M 00 M Rs. 333.00 per M 0

1 HDD

4500 M Rs. 180.00 per M 810000M Rs. 240.00 per M 0

2.0 2 HDPE

6500 M Rs. 5.50 per M 35750

0 M Rs. 10.50 per M 0

0 M Rs. 15.00 per M 0

2.1 2 GHIB 0 M Rs. 180.00 per M 0

0 M Rs. 17.00 per M 0

1550510

Section-9STANDARD SCHEDULE FOR RATES

EMD (in Rs.) : 45811

FOR O.F. CABLE CONSTRUCTION WORKS

1. Name of OFC route : Bikaner-Jalwali & Pugal-Khajuwala

OFC route

1.Protection/patch work (11.0 Kms) :(i) TJ6 – J8 =4000M (HDD) in Bikaner- Jalwali, (II) J8 – J8D =1000M OPEN TRENCH in Bikaner- Jalwali, (iii) J17 – J17J =1000M OPEN TRENCH in Bikaner- Jalwali, (iv) J6A – Km 97.5(J8E) =4500M OPEN TRENCH in Pugal-Khajuwala, (v) Km 97.5(J8E)-TJ9(Sattasar) =500M (HDD) Pugal-Khajuwala.

RRC (Anticipted Work ): (2 KMS ) in Bikaner-Jalwali & Pugal-Khajuwala OFC route

Quantity (In Kms) of Protection/patch work: 11.0 KmsEstimated Cost (in Rs.) of Protection/patch work:

Name of Bank

Quantity (In Kms) of RRC (Anticiapted Work) Approx. : 2.0KmsEstimated Cost (in Rs.) RRC (Anticiapted Work) : 281911.00

Total Quantity (In Kms) ( 2+4) 13.0 KmsTotal Estimated Tendered cost ( 3+5) 1832421

D/D NoDated

Time allowed for completion of work Protection/patch work 102 DAYSEMD Particulars :

1.1 Laying of PLB pipe duct through HDD method as per Engneering instructions. (Department will supply HDPE/PLB pipe in Coils of various length,HDPE/PLB Sockets/Coupler,End caps.)( Protection/patch work) )

a)   Single PLB pipe.b) Two to three pipes in bunch

Unit Rate1 .0 Through rate for excavating trenches upto a depth as mentioned below

and back filling the excavated trenches after laying the HDPE / PLB pipe with or without protection as per tender specification. ( Protection/patch work).

(i) Upto depth of 1.65m (Non-Rocky Soil)(ii) Upto depth of 1.65m (Hard rocky)

(ii) Upto depth of 1.0m (Hard Rocky Surface with or without Blasting )

Description of Item Schedule Qty.

Laying, Jointing and leveling of PLB/HDPE pipe of 40mm dia including transportation. (Department will supply HDPE/PLB pipe in Coils of various length,HDPE/PLB Sockets/Coupler,End caps.)

i) Laying of Single HDPE / PLB Pipes/Coils, coupled with coupler.

ii) Laying of Two HDPE / PLB Pipes/Coils, coupled with coupler.

iii) Laying of Three HDPE / PLB Pipes/Coils, coupled with coupler.

Road/Rail crossing through horizontal boring method (manual / Mechanical) and inserting 65/40 dia GI Pipes and pushing ( HDPE / PLB Pipes/Coils inside.(i) Depth shall be 2M and above without GI protection.(ii) Depth is less than 2M with GI Protection as applicable. (Department will suplly GI pipes in lengths of approx. 6M, HDPE/PLB pipes/Coils.)

2.2 2 GIPT Laying, Jointing , Leveling, fitting and fixing G.I. Pipe with PLB/HDPE pipes/coils in trenches. ( Department will supply G.I. Troughs/GI pipes in lengths of appox. 6M, clamps, HDPE/PLB pipes/Coils)

(a) 65mm dia G.I. Pipe

Page 133: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

S. No.2.3 2GIBC 0 M Rs. 115.00 per M 0

2.4 2PCCT 0 Cu.M Rs. 4100.00 per Cu.M 0

2RCCT 0

0 M Rs. 18.00 per M 00 M Rs. 11.00 per M 0

2RCCT 0

0 M Rs. 10.00 per M 00 M Rs. 8.00 per M 0

S. No. 00

11220 M Rs. 8.00 per M 89760M Rs. 12.00 per M 0

5 No. Rs. 4000.00 per Joint termination

20000

5 No. Rs. 3000.00 per Joint termination

15000

5.0 5JCBR 10 No. Rs. 6000.00 per Jointing Chamber

60000

5.1 5JCBR 5 No. Rs. 800.00 per Jointing Chamber

4000

5.2 5JCBR 0 No. Rs. 1200.00 per Jointing Chamber

0

5.3 5JCBR 0 No. Rs. 45000.00 Per Manhole

0

6 (i) 60 No. Rs. 160.00 Per Indicator

9600

6(ii) 60 No. Rs. 260.00 Per Indicator

15600

7.0 7 DOCT 11.00 Km. Rs. 300.00 Per Km. 3300

8.0 8OFCL 0 M Rs. 10.00 per M 0

9.0 0 No. Rs 330.00 Per Drum 01550510

2.5 Laying full round RCC/DWC Pipes ( All sizes) in trenches with HDPE / PLB pipes / coils inside including cost for item no. 2.0 (Department will

supply full round RCC/DWC Pipes, HDPE/PLB pipes/coils).

(a) Full Round RCC pipe

(b) Full Round DWC pipe

Schedule Qty. Unit RateLaying, Jointing, leveling, fitting and fixing of GI pipe of dia 65 mm to 100mm with PLB/HDPE on bridges and culverts and fixing with clamps and nails. (Department will supply G.I. Troughs/GI Pipes in lengths of approx. 6 M, HDPE/PLB Pipes/Coils). (Clamps, nails & accessories will be arranged & supplied by the Contractor)

Description of Item Schedule Qty. Unit Rate

i) Providing RCC Protection (1:2:4) at Site to HDPE / PLB or GI Pipes & for item No.1.0 (size 25 cmx25 cm or as per requirement

& instruction of DE OFC NTR /site Engineer). (CC Material will be supplied by contractor) per Meter with weld Mesh

Description of Item

2.6 Laying Split RCC/DWC Pipes ( All sizes) in trenches with HDPE / PLBpipes / coils inside including cost for item no. 2.0 (Department will

supply Split RCC/DWC Pipes, HDPE/PLB Pipes/Coils).

(a) Split RCC pipe

(b) Split DWC pipe

3.0 3 OFCP (i) Opening of Manholes, Blowing of O.F. Cable, Sealing of HDPE / PLB Pipes by Rubber Bushes in Manholes, providing HDPE/RCC/DWC Split

Pipes in manhole and Back Filling of Manholes.

(a) In new Pipe

(b) In Existing duct

Note :-(i) M.B. shall be filled as per actual starata encoutered during the execution as per clause 8.1.8 of Section V.

4.0 4 OFST Conventional Splicing(a) Splicing of 24F OF cable

(b) Splicing of 12F OF cable

Digging of pit for jointing chamber construction of brick chamber, fill- ing of brick Chamber with clean sand, supply and placing of stone slabs on brick chamber, and back filling of jointing pit.( Including cost of material i.e. Bricks, Slabs, sand etc.)

Making of cross pit & Digging of joint pit on the Pacca road for tracing out old cable for splicing in the joint pit

Digging of pit for jointing chamber, Fixing of Pre-cast RCC chamber, filling of RCC chamber with clean sand, placing of Pre-cast RCC slabs on RCC chamber, and back filling of jointing pit. ( Pre Cast RCC Chamber will be supplied by BSNL)

Construction of RCC Manhole : Providing,Construction & Fixing of RCC Manholes at site as per construction specification given in the tender document, work includes excavation of pits for the manhole.(All material will be arranged by the contractor)

6 ORJF Fixing of Stone/RCC route Indicator including Digging of pit 1 meter towards jungle side or road side or on the trench/manhole/joint chamber for fixing of route/joint indicator, Painting & Sign writing on Route/Joint Indicators. Fixing Indicators with CC 0.45 M x 0.35 M. x 0.15 M. in ratio of 1:2:4 ( CC material will be supplied by the contractor) in 0.6 M.x 0.6 M. x 0.7 M. Pit.

Supply of RCC route/joint Indicators as per Tender Construction Specification supplied by the contractor.

Documentation (2 hard copies & 1 soft copy ) containing diagram and all details including Lat/Long of each Joint/Route indicator on good quality paper.

(i) Laying of OF Cable in corridor/rises/exchange premises (leading in work)

Recovery against empty cable drum

TOTALThe Department will supply protection pipes & OF Cable. The contractor shall arrange all other materials required for the work.

Page 134: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

To

OR

OR

The contractor shall arrange all other materials required for the work.

2. All the stores supplied by the BSNL are to be transported by the contractor from Divisional store of concerned3. Rs. 330/ shall be recovered from the contractor bill for each empty Drum.

Section XIV of Tender DocumentFinancial Bid

The D.G.M.M.NTR , JaipurSubject:- Our Financial Bid for Cable Construction Works on Optical Fibre Cable route Tender. No.NIT-01/S-07

Ref: :- NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016Name of OFC route : Bikaner-

Jalwali & Pugal-Khajuwala OFC route

1.Protection/patch work: Bikaner-Jalwali & Pugal-Khajuwala OFC route

RRC (Anticipted Work ): (2 KMS ) in Bikaner-Jalwali & Pugal-Khajuwala OFC route

(ii) The payment of ROW/permission charges for reinstatements to Govt. Agencies concerned will, however be made by BSNL

Dear Sir,

Having examined the tender documents, terms and conditions stipulated therein, specifications of work etc., we the under signed offer to execute the Cable Construction Works in conformity with the said specifications and conditions of contract at the

BELOW In figure…………………………% + Service Tax as applicableIn words…….............………………………percent+ Service Tax as applicable

AT PAR In figure…………………………% + Service Tax as applicable

Name & Address of tenderer……………

In words…….............………………percent+ Service Tax as applicable

ABOVE In figures…………………………………% + Service Tax as applicableIn words…….............……………………………percent+ Service Tax as applicable

Rate Quoted is inclusive of all Taxes except service Tax/ levies .The charges for the pursuance for permissions from road/ Canal/ Forest/Railway authorities to be born by the bidder.

Note :- Scheduled items in which scheduled quantity is Zero, may be also awarded if necessasary & encountered during the execution of works with mutual consent of contractor.1.(i)It will be the responsibility of the contractor to obtain ROW/permission .For this the contractor shall have to coordinate with various authorities on behalf of BSNL

(iii) The contractor shall make over the ROW/permission letter(s) of the concerned authorities to the DE OFC Incharge.

4. Route/joint indicators will have to be supplied by The contractor.If our Bid is accepted, we shall submit the securities as per the conditions mentioned in the contract.I/We agree to abide by this Bid for a period of 240 days from the date of opening of financial bid and it shall remain binding upon me/us and may be accepted at any time before the expiry of that period.

NOTE :- The RRC (Anticipted work) as mentioned in schedule will be carried out by bidder on his quotated rate . The quantum & situation of the work will be whole discretion power of the DE OFC (M) concerned under the mentioned route.

Dated………….Signature of the tenderer…………….

Page 135: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

BHARAT SANCHAR NIGAM LIMITED

Name of OFC route : Gudamalani-Sanchor OFC route

1.Protection/patch work: Gudamalani-Sanchor OFC route

RRC (Anticipted Work ): (2 KMS ) in Gudamalani-Sanchor OFC route

(A Govt. of India Enterprise)Office of the D.G.M.M. NTR

2nd Floor, Amenity Block, PGMTD Compound,Jaipur-302001

(FINANCIAL BID)

FORTender. No. NIT-01/S-08

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Page 136: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

2345

6789101112

The Materials will be made available at DE ( OFC ) Mtce. Store Depot S. No. item code Amount

1 OFCT

7970 M Rs. 75.00 per M 5977500 M Rs. 550.00 per M 00 M Rs. 333.00 per M 0

1 HDD

4000 M Rs. 180.00 per M 720000M Rs. 240.00 per M 0

2.0 2 HDPE

8000 M Rs. 5.50 per M 44000

0 M Rs. 10.50 per M 0

0 M Rs. 15.00 per M 0

2.1 2 GHIB 30 M Rs. 180.00 per M 5400

0 M Rs. 17.00 per M 0

Quantity (In Kms) of Protection/patch work: 12.0 Kms

Total Estimated Tendered cost ( 3+5) 1948648

Section-9STANDARD SCHEDULE FOR RATES

FOR O.F. CABLE CONSTRUCTION WORKS

1. Name of OFC route : Gudamalani-Sanchor

OFC route

1.Protection/patch work (12.0 Kms) :(I) J10-J11=1000M-OPEN TRENCH ,J12-J13=1000M-HDD,J13-J14=1000M-OPEN TRENCHING,J16-J17=1000M=OPEN TRENCHING,J24-J25=1000-OPEN TRENCH ,J25-J26=2000M-OPEN TRENCHINGJ26-J27=2000M-OPEN TRENCHING J35-J36=1000M-HDD,J37-J38=2000M-HDD

RRC (Anticipted Work ): (2 KMS ) in Gudamalani-Sanchor OFC route

Dated

Estimated Cost (in Rs.) of Protection/patch work: 1670270Quantity (In Kms) of RRC (Anticiapted Work) Approx. : 2.0Kms

Estimated Cost (in Rs.) RRC (Anticiapted Work) : 278378Total Quantity (In Kms) ( 2+4) 14.0 Kms

EMD (in Rs.) : 48716Time allowed for completion of work Protection/patch work 112 DAYS

EMD Particulars :D/D No

1 .0 Through rate for excavating trenches upto a depth as mentioned below and back filling the excavated trenches after laying the HDPE / PLB pipe with or without protection as per tender specification. ( Protection/patch work).

(i) Upto depth of 1.65m (Non-Rocky Soil)(ii) Upto depth of 1.65m (Hard rocky)

(ii) Upto depth of 1.0m (Hard Rocky Surface with or without Blasting )

1.1 Laying of PLB pipe duct through HDD method as per Engneering instructions. (Department will supply HDPE/PLB pipe in Coils of various length,HDPE/PLB Sockets/Coupler,End caps.)( Protection/patch work) )

a)   Single PLB pipe.b) Two to three pipes in bunch

Laying, Jointing and leveling of PLB/HDPE pipe of 40mm dia including transportation. (Department will supply HDPE/PLB pipe in Coils of various length,HDPE/PLB Sockets/Coupler,End caps.)

Description of Item Schedule Qty. Unit Rate

Name of Bank

i) Laying of Single HDPE / PLB Pipes/Coils, coupled with coupler.

ii) Laying of Two HDPE / PLB Pipes/Coils, coupled with coupler.

iii) Laying of Three HDPE / PLB Pipes/Coils, coupled with coupler.

Road/Rail crossing through horizontal boring method (manual / Mechanical) and inserting 65/40 dia GI Pipes and pushing ( HDPE / PLB Pipes/Coils inside.(i) Depth shall be 2M and above without GI protection.(ii) Depth is less than 2M with GI Protection as applicable. (Department will suplly GI pipes in lengths of approx. 6M, HDPE/PLB pipes/Coils.)

2.2 2 GIPT Laying, Jointing , Leveling, fitting and fixing G.I. Pipe with PLB/HDPE pipes/coils in trenches. ( Department will supply G.I. Troughs/GI pipes in lengths of appox. 6M, clamps, HDPE/PLB pipes/Coils)

(a) 65mm dia G.I. Pipe

Page 137: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

S. No.2.3 2GIBC 0 M Rs. 115.00 per M 0

2.4 2PCCT 0 Cu.M Rs. 4100.00 per Cu.M 0

2RCCT 0

0 M Rs. 18.00 per M 00 M Rs. 11.00 per M 0

2RCCT 0

0 M Rs. 10.00 per M 00 M Rs. 8.00 per M 0

S. No. 00

12240 M Rs. 8.00 per M 979200 M Rs. 12.00 per M 0

0 No. Rs. 4000.00 per Joint termination

0

18 No. Rs. 3000.00 per Joint termination

54000

5.0 5JCBR 18 No. Rs. 6000.00 per Jointing Chamber

108000

5.1 5JCBR 18 No. Rs. 800.00 per Jointing Chamber

14400

5.2 5JCBR 0 No. Rs. 1200.00 per Jointing Chamber

0

5.3 5JCBR 0 No. Rs. 45000.00 Per Manhole

0

6 (i) 60 No. Rs. 160.00 Per Indicator

9600

6(ii) 60 No. Rs. 260.00 Per Indicator

15600

7.0 7 DOCT 12.00 Km. Rs. 300.00 Per Km. 3600

8.0 8OFCL 0 M Rs. 10.00 per M 0

9.0 0 No. Rs 330.00 Per Drum 01670270

i) Providing RCC Protection (1:2:4) at Site to HDPE / PLB or GI Pipes & for item No.1.0 (size 25 cmx25 cm or as per requirement

& instruction of DE OFC NTR /site Engineer). (CC Material will be supplied by contractor) per Meter with weld Mesh

Unit RateLaying, Jointing, leveling, fitting and fixing of GI pipe of dia 65 mm to 100mm with PLB/HDPE on bridges and culverts and fixing with clamps and nails. (Department will supply G.I. Troughs/GI Pipes in lengths of approx. 6 M, HDPE/PLB Pipes/Coils). (Clamps, nails & accessories will be arranged & supplied by the Contractor)

Description of Item Schedule Qty.

2.5 Laying full round RCC/DWC Pipes ( All sizes) in trenches with HDPE / PLB pipes / coils inside including cost for item no. 2.0 (Department will

supply full round RCC/DWC Pipes, HDPE/PLB pipes/coils).

(a) Full Round RCC pipe(b) Full Round DWC pipe

2.6 Laying Split RCC/DWC Pipes ( All sizes) in trenches with HDPE / PLBpipes / coils inside including cost for item no. 2.0 (Department will

supply Split RCC/DWC Pipes, HDPE/PLB Pipes/Coils).

(a) Split RCC pipe(b) Split DWC pipe

4.0 4 OFST Conventional Splicing(a) Splicing of 24F OF cable

(b) Splicing of 12F OF cable

Unit Rate3.0 3 OFCP (i) Opening of Manholes, Blowing of O.F. Cable, Sealing of HDPE / PLB

Pipes by Rubber Bushes in Manholes, providing HDPE/RCC/DWC Split Pipes in manhole and Back Filling of Manholes.

(a) In new Pipe(b) In Existing duct

Description of Item Schedule Qty.

Digging of pit for jointing chamber construction of brick chamber, fill- ing of brick Chamber with clean sand, supply and placing of stone slabs on brick chamber, and back filling of jointing pit.( Including cost of material i.e. Bricks, Slabs, sand etc.)

Making of cross pit & Digging of joint pit on the Pacca road for tracing out old cable for splicing in the joint pit

Digging of pit for jointing chamber, Fixing of Pre-cast RCC chamber, filling of RCC chamber with clean sand, placing of Pre-cast RCC slabs on RCC chamber, and back filling of jointing pit. ( Pre Cast RCC Chamber will be supplied by BSNL)

Construction of RCC Manhole : Providing,Construction & Fixing of RCC Manholes at site as per construction specification given in the tender document, work includes excavation of pits for the manhole.(All material will be arranged by the contractor)

6 ORJF Fixing of Stone/RCC route Indicator including Digging of pit 1 meter towards jungle side or road side or on the trench/manhole/joint chamber for fixing of route/joint indicator, Painting & Sign writing on Route/Joint Indicators. Fixing Indicators with CC 0.45 M x 0.35 M. x 0.15 M. in ratio of 1:2:4 ( CC material will be supplied by the contractor) in 0.6 M.x 0.6 M. x 0.7 M. Pit.

Supply of RCC route/joint Indicators as per Tender Construction Specification supplied by the contractor.

Documentation (2 hard copies & 1 soft copy ) containing diagram and all details including Lat/Long of each Joint/Route indicator on good quality paper.

(i) Laying of OF Cable in corridor/rises/exchange premises (leading in work)

Recovery against empty cable drum

TOTALThe Department will supply protection pipes & OF Cable. The contractor shall arrange all other materials required for the work.

Note :-(i) M.B. shall be filled as per actual starata encoutered during the execution as per clause 8.1.8 of Section V.

Page 138: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

To

OR

OR

The contractor shall arrange all other materials required for the work.

2. All the stores supplied by the BSNL are to be transported by the contractor from Divisional store of concerned3. Rs. 330/ shall be recovered from the contractor bill for each empty Drum.

Tender. No.NIT-01/S-08

Section XIV of Tender DocumentFinancial Bid

The D.G.M.M.NTR , JaipurSubject:- Our Financial Bid for Cable Construction Works on Optical Fibre Cable route

In words…….............……………………………percent+ Service Tax as applicable

Ref: :- NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016Name of OFC route :

Gudamalani-Sanchor OFC route

1.Protection/patch work: Gudamalani-Sanchor OFC route

RRC (Anticipted Work ): (2 KMS ) in Gudamalani-Sanchor OFC route

Dear Sir,

Having examined the tender documents, terms and conditions stipulated therein, specifications of work etc., we the under signed offer to execute the Cable Construction Works in conformity with the said specifications and conditions of contract at the

BELOW In figure…………………………% + Service Tax as applicableIn words…….............………………………percent+ Service Tax as applicable

AT PAR In figure…………………………% + Service Tax as applicableIn words…….............………………percent+ Service Tax as applicable

ABOVE In figures…………………………………% + Service Tax as applicable

Rate Quoted is inclusive of all Taxes except service Tax/ levies .The charges for the pursuance for permissions from road/ Canal/ Forest/Railway authorities to be born by the bidder.

Note :- Scheduled items in which scheduled quantity is Zero, may be also awarded if necessasary & encountered during the execution of works with mutual consent of contractor.1.(i)It will be the responsibility of the contractor to obtain ROW/permission .For this the contractor shall have to coordinate with various authorities on behalf of BSNL(ii) The payment of ROW/permission charges for reinstatements to Govt. Agencies concerned will, however be made by BSNL(iii) The contractor shall make over the ROW/permission letter(s) of the concerned authorities to the DE OFC Incharge.

4. Route/joint indicators will have to be supplied by The contractor.If our Bid is accepted, we shall submit the securities as per the conditions mentioned in the contract.I/We agree to abide by this Bid for a period of 240 days from the date of opening of financial bid and it shall remain binding upon me/us and may be accepted at any time before the expiry of that period.

NOTE :- The RRC (Anticipted work) as mentioned in schedule will be carried out by bidder on his quotated rate . The quantum & situation of the work will be whole discretion power of the DE OFC (M) concerned under the mentioned route.

Dated………….Signature of the tenderer…………….Name & Address of tenderer……………

Page 139: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

BHARAT SANCHAR NIGAM LIMITED(A Govt. of India Enterprise)Office of the D.G.M.M. NTR

2nd Floor, Amenity Block, PGMTD Compound,Jaipur-302001

(FINANCIAL BID)

FORTender. No. NIT-01/S-09

Name of OFC route : Jaisalmer-Devikot-Fatehgarh-Shiv-Barmer

OFC route

1.Protection/patch work: Jaisalmer-Devikot-Fatehgarh-Shiv-Barmer OFC route

RRC (Anticipted Work ): (2 KMS ) in Jaisalmer-Devikot-Fatehgarh-Shiv-Barmer OFC route

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Page 140: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

2345

6789101112

The Materials will be made available at DE ( OFC ) Mtce. Store Depot S. No. item code Amount

1 OFCT

10982 M Rs. 75.00 per M 8236500 M Rs. 550.00 per M 00 M Rs. 333.00 per M 0

1 HDD

1500 M Rs. 180.00 per M 270000M Rs. 240.00 per M 0

2.0 2 HDPE

11000 M Rs. 5.50 per M 60500

0 M Rs. 10.50 per M 0

0 M Rs. 15.00 per M 0

2.1 2 GHIB 18 M Rs. 180.00 per M 3240

0 M Rs. 17.00 per M 0

1514140

Section-9STANDARD SCHEDULE FOR RATES

EMD (in Rs.) : 43910

FOR O.F. CABLE CONSTRUCTION WORKS

1. Name of OFC route : Jaisalmer-Devikot-

Fatehgarh-Shiv-Barmer OFC route

1.Protection/patch work (12.5 Kms) :(I)Jaisalmer-Devikot-: J2-RI 2/6=1000M OPEN TRENCH ,RI9/10 -RI-10/4=1000M=OPEN TRENCH ,RI-12/8- 13/6=1400M=OPEN TRENCH , RI21/7-22/4=1000M=HDD (II) Devikot-Fatehgarh:- Devikot OFC Room -RI 0/2=500M=OPEN TRENCH,RI 5/5-RI 6/2 =1200M=OPEN TRENCH,RI 11/6-RI 12/2=1000M=OPEN TRENCH, (iii)Fatehgarh-Shiv-: RI 13/5-J14=600M=OPEN TRENCH, RI 24/6-RI 25/3=1300M=OPEN TRENCH,RI 29/4-RI 30/4=2000M=OPEN TRENCH,RI 33/3-RI 34/2=1000M=OPEN TRENCH (iv)Shiv-Barmer-: RI 29/3-RI 29/5=500M=HDD

RRC (Anticipted Work ): (2 KMS ) in Jaisalmer-Devikot-Fatehgarh-Shiv-Barmer OFC route

Quantity (In Kms) of Protection/patch work: 12.5 KmsEstimated Cost (in Rs.) of Protection/patch work:

Name of Bank

Quantity (In Kms) of RRC (Anticiapted Work) Approx. : 2.0KmsEstimated Cost (in Rs.) RRC (Anticiapted Work) : 242262

Total Quantity (In Kms) ( 2+4) 14.5KmsTotal Estimated Tendered cost ( 3+5) 1756402

Time allowed for completion of work Protection/patch work 116 DAYSEMD Particulars :

D/D NoDated

1.1 Laying of PLB pipe duct through HDD method as per Engneering instructions. (Department will supply HDPE/PLB pipe in Coils of various length,HDPE/PLB Sockets/Coupler,End caps.)( Protection/patch work) )

a)   Single PLB pipe.b) Two to three pipes in bunch

Unit Rate1 .0 Through rate for excavating trenches upto a depth as mentioned below

and back filling the excavated trenches after laying the HDPE / PLB pipe with or without protection as per tender specification. ( Protection/patch work).

(i) Upto depth of 1.65m (Non-Rocky Soil)(ii) Upto depth of 1.65m (Hard rocky)

(ii) Upto depth of 1.0m (Hard Rocky Surface with or without Blasting )

Description of Item Schedule Qty.

Laying, Jointing and leveling of PLB/HDPE pipe of 40mm dia including transportation. (Department will supply HDPE/PLB pipe in Coils of various length,HDPE/PLB Sockets/Coupler,End caps.)

i) Laying of Single HDPE / PLB Pipes/Coils, coupled with coupler.

ii) Laying of Two HDPE / PLB Pipes/Coils, coupled with coupler.

iii) Laying of Three HDPE / PLB Pipes/Coils, coupled with coupler.

Road/Rail crossing through horizontal boring method (manual / Mechanical) and inserting 65/40 dia GI Pipes and pushing ( HDPE / PLB Pipes/Coils inside.(i) Depth shall be 2M and above without GI protection.(ii) Depth is less than 2M with GI Protection as applicable. (Department will suplly GI pipes in lengths of approx. 6M, HDPE/PLB pipes/Coils.)

2.2 2 GIPT Laying, Jointing , Leveling, fitting and fixing G.I. Pipe with PLB/HDPE pipes/coils in trenches. ( Department will supply G.I. Troughs/GI pipes in lengths of appox. 6M, clamps, HDPE/PLB pipes/Coils)

(a) 65mm dia G.I. Pipe

Page 141: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

S. No.2.3 2GIBC 0 M Rs. 115.00 per M 0

2.4 2PCCT 0 Cu.M Rs. 4100.00 per Cu.M 0

2RCCT 0

0 M Rs. 18.00 per M 00 M Rs. 11.00 per M 0

2RCCT 0

0 M Rs. 10.00 per M 00 M Rs. 8.00 per M 0

S. No. 00

12750 M Rs. 8.00 per M 1020000 M Rs. 12.00 per M 0

0 No. Rs. 4000.00 per Joint termination

0

24 No. Rs. 3000.00 per Joint termination

72000

5.0 5JCBR 22 No. Rs. 6000.00 per Jointing Chamber

132000

5.1 5JCBR 22 No. Rs. 800.00 per Jointing Chamber

17600

5.2 5JCBR 0 No. Rs. 1200.00 per Jointing Chamber

0

5.3 5JCBR 0 No. Rs. 45000.00 Per Manhole

0

6 (i) 70 No. Rs. 160.00 Per Indicator

11200

6(ii) 70 No. Rs. 260.00 Per Indicator

18200

7.0 7 DOCT 12.50 Km. Rs. 300.00 Per Km. 3750

8.0 8OFCL 0 M Rs. 10.00 per M 0

9.0 0 No. Rs 330.00 Per Drum 01514140

2.5 Laying full round RCC/DWC Pipes ( All sizes) in trenches with HDPE / PLB pipes / coils inside including cost for item no. 2.0 (Department will

supply full round RCC/DWC Pipes, HDPE/PLB pipes/coils).

(a) Full Round RCC pipe(b) Full Round DWC pipe

Schedule Qty. Unit RateLaying, Jointing, leveling, fitting and fixing of GI pipe of dia 65 mm to 100mm with PLB/HDPE on bridges and culverts and fixing with clamps and nails. (Department will supply G.I. Troughs/GI Pipes in lengths of approx. 6 M, HDPE/PLB Pipes/Coils). (Clamps, nails & accessories will be arranged & supplied by the Contractor)

Description of Item Schedule Qty. Unit Rate

i) Providing RCC Protection (1:2:4) at Site to HDPE / PLB or GI Pipes & for item No.1.0 (size 25 cmx25 cm or as per requirement

& instruction of DE OFC NTR /site Engineer). (CC Material will be supplied by contractor) per Meter with weld Mesh

Description of Item

2.6 Laying Split RCC/DWC Pipes ( All sizes) in trenches with HDPE / PLBpipes / coils inside including cost for item no. 2.0 (Department will

supply Split RCC/DWC Pipes, HDPE/PLB Pipes/Coils).

(a) Split RCC pipe(b) Split DWC pipe

3.0 3 OFCP (i) Opening of Manholes, Blowing of O.F. Cable, Sealing of HDPE / PLB Pipes by Rubber Bushes in Manholes, providing HDPE/RCC/DWC Split

Pipes in manhole and Back Filling of Manholes.

(a) In new Pipe(b) In Existing duct

Note :-(i) M.B. shall be filled as per actual starata encoutered during the execution as per clause 8.1.8 of Section V.

4.0 4 OFST Conventional Splicing(a) Splicing of 24F OF cable

(b) Splicing of 12F OF cable

Digging of pit for jointing chamber construction of brick chamber, fill- ing of brick Chamber with clean sand, supply and placing of stone slabs on brick chamber, and back filling of jointing pit.( Including cost of material i.e. Bricks, Slabs, sand etc.)

Making of cross pit & Digging of joint pit on the Pacca road for tracing out old cable for splicing in the joint pit

Digging of pit for jointing chamber, Fixing of Pre-cast RCC chamber, filling of RCC chamber with clean sand, placing of Pre-cast RCC slabs on RCC chamber, and back filling of jointing pit. ( Pre Cast RCC Chamber will be supplied by BSNL)

Construction of RCC Manhole : Providing,Construction & Fixing of RCC Manholes at site as per construction specification given in the tender document, work includes excavation of pits for the manhole.(All material will be arranged by the contractor)

6 ORJF Fixing of Stone/RCC route Indicator including Digging of pit 1 meter towards jungle side or road side or on the trench/manhole/joint chamber for fixing of route/joint indicator, Painting & Sign writing on Route/Joint Indicators. Fixing Indicators with CC 0.45 M x 0.35 M. x 0.15 M. in ratio of 1:2:4 ( CC material will be supplied by the contractor) in 0.6 M.x 0.6 M. x 0.7 M. Pit.

Supply of RCC route/joint Indicators as per Tender Construction Specification supplied by the contractor.

Documentation (2 hard copies & 1 soft copy ) containing diagram and all details including Lat/Long of each Joint/Route indicator on good quality paper.

(i) Laying of OF Cable in corridor/rises/exchange premises (leading in work)

Recovery against empty cable drum

TOTALThe Department will supply protection pipes & OF Cable. The contractor shall arrange all other materials required for the work.

Page 142: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

To

OR

OR

The contractor shall arrange all other materials required for the work.

2. All the stores supplied by the BSNL are to be transported by the contractor from Divisional store of concerned3. Rs. 330/ shall be recovered from the contractor bill for each empty Drum.

Section XIV of Tender DocumentFinancial Bid

The D.G.M.M.NTR , JaipurSubject:- Our Financial Bid for Cable Construction Works on Optical Fibre Cable route Tender. No.NIT-01/S-09

Ref: :- NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016Name of OFC route : Jaisalmer-Devikot-Fatehgarh-Shiv-Barmer

OFC route

1.Protection/patch work: Jaisalmer-Devikot-Fatehgarh-Shiv-Barmer OFC route

RRC (Anticipted Work ): (2 KMS ) in Jaisalmer-Devikot-Fatehgarh-Shiv-Barmer OFC route

(ii) The payment of ROW/permission charges for reinstatements to Govt. Agencies concerned will, however be made by BSNL

Dear Sir,

Having examined the tender documents, terms and conditions stipulated therein, specifications of work etc., we the under signed offer to execute the Cable Construction Works in conformity with the said specifications and conditions of contract at the

BELOW In figure…………………………% + Service Tax as applicableIn words…….............………………………percent+ Service Tax as applicable

AT PAR In figure…………………………% + Service Tax as applicable

Name & Address of tenderer……………

In words…….............………………percent+ Service Tax as applicable

ABOVE In figures…………………………………% + Service Tax as applicableIn words…….............……………………………percent+ Service Tax as applicable

Rate Quoted is inclusive of all Taxes except service Tax/ levies .The charges for the pursuance for permissions from road/ Canal/ Forest/Railway authorities to be born by the bidder.

Note :- Scheduled items in which scheduled quantity is Zero, may be also awarded if necessasary & encountered during the execution of works with mutual consent of contractor.1.(i)It will be the responsibility of the contractor to obtain ROW/permission .For this the contractor shall have to coordinate with various authorities on behalf of BSNL

(iii) The contractor shall make over the ROW/permission letter(s) of the concerned authorities to the DE OFC Incharge.

4. Route/joint indicators will have to be supplied by The contractor.If our Bid is accepted, we shall submit the securities as per the conditions mentioned in the contract.I/We agree to abide by this Bid for a period of 240 days from the date of opening of financial bid and it shall remain binding upon me/us and may be accepted at any time before the expiry of that period.

NOTE :- The RRC (Anticipted work) as mentioned in schedule will be carried out by bidder on his quotated rate . The quantum & situation of the work will be whole discretion power of the DE OFC (M) concerned under the mentioned route.

Dated………….Signature of the tenderer…………….

Page 143: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

BHARAT SANCHAR NIGAM LIMITED

Name of OFC route : Barmer-Sindhari OFC route

1.Protection/patch work: Barmer-Sindhari OFC route

RRC (Anticipted Work ): (2 KMS ) in Barmer-Sindhari OFC route

(A Govt. of India Enterprise)Office of the D.G.M.M. NTR

2nd Floor, Amenity Block, PGMTD Compound,Jaipur-302001

(FINANCIAL BID)

FORTender. No. NIT-01/S-10

NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016

Page 144: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

2345

6789101112

The Materials will be made available at DE ( OFC ) Mtce. Store Depot S. No. item code Amount

1 OFCT

8930 M Rs. 75.00 per M 6697500 M Rs. 550.00 per M 00 M Rs. 333.00 per M 0

1 HDD

3500 M Rs. 180.00 per M 630000M Rs. 240.00 per M 0

2.0 2 HDPE

9000 M Rs. 5.50 per M 49500

0 M Rs. 10.50 per M 0

0 M Rs. 15.00 per M 0

2.1 2 GHIB 70 M Rs. 180.00 per M 12600

0 M Rs. 17.00 per M 0

Quantity (In Kms) of Protection/patch work: 12.5 Kms

Total Estimated Tendered cost ( 3+5) 1861150

Section-9STANDARD SCHEDULE FOR RATES

FOR O.F. CABLE CONSTRUCTION WORKS

1. Name of OFC route : Barmer-Sindhari OFC

route

1.Protection/patch work (12.5 Kms) :(I) Barmer OFC ROOM-J34=7000M(2000M-HDD & 5000M-OPEN TRENCH ),J19-J20=1000M-OPEN TRENCH ,J12-J13=1000M=OPEN TRENCH,J10-J11=1000M-OPEN TRENCH ,J8-J9=1000M-OPEN TRENCH,J1-J2=1500M-HDD

RRC (Anticipted Work ): (2 KMS ) in Barmer-Sindhari OFC route

Dated

Estimated Cost (in Rs.) of Protection/patch work: 1604440Quantity (In Kms) of RRC (Anticiapted Work) Approx. : 2.0Kms

Estimated Cost (in Rs.) RRC (Anticiapted Work) : 256710Total Quantity (In Kms) ( 2+4) 14.5Kms

EMD (in Rs.) : 46529Time allowed for completion of work Protection/patch work 116 DAYS

EMD Particulars :D/D No

1 .0 Through rate for excavating trenches upto a depth as mentioned below and back filling the excavated trenches after laying the HDPE / PLB pipe with or without protection as per tender specification. ( Protection/patch work).

(i) Upto depth of 1.65m (Non-Rocky Soil)(ii) Upto depth of 1.65m (Hard rocky)

(ii) Upto depth of 1.0m (Hard Rocky Surface with or without Blasting )

1.1 Laying of PLB pipe duct through HDD method as per Engneering instructions. (Department will supply HDPE/PLB pipe in Coils of various length,HDPE/PLB Sockets/Coupler,End caps.)( Protection/patch work) )

a)   Single PLB pipe.b) Two to three pipes in bunch

Laying, Jointing and leveling of PLB/HDPE pipe of 40mm dia including transportation. (Department will supply HDPE/PLB pipe in Coils of various length,HDPE/PLB Sockets/Coupler,End caps.)

Description of Item Schedule Qty. Unit Rate

Name of Bank

i) Laying of Single HDPE / PLB Pipes/Coils, coupled with coupler.

ii) Laying of Two HDPE / PLB Pipes/Coils, coupled with coupler.

iii) Laying of Three HDPE / PLB Pipes/Coils, coupled with coupler.

Road/Rail crossing through horizontal boring method (manual / Mechanical) and inserting 65/40 dia GI Pipes and pushing ( HDPE / PLB Pipes/Coils inside.(i) Depth shall be 2M and above without GI protection.(ii) Depth is less than 2M with GI Protection as applicable. (Department will suplly GI pipes in lengths of approx. 6M, HDPE/PLB pipes/Coils.)

2.2 2 GIPT Laying, Jointing , Leveling, fitting and fixing G.I. Pipe with PLB/HDPE pipes/coils in trenches. ( Department will supply G.I. Troughs/GI pipes in lengths of appox. 6M, clamps, HDPE/PLB pipes/Coils)

(a) 65mm dia G.I. Pipe

Page 145: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

S. No.2.3 2GIBC 0 M Rs. 115.00 per M 0

2.4 2PCCT 0 Cu.M Rs. 4100.00 per Cu.M 0

2RCCT 0

0 M Rs. 18.00 per M 00 M Rs. 11.00 per M 0

2RCCT 0

0 M Rs. 10.00 per M 00 M Rs. 8.00 per M 0

S. No. 00

12750 M Rs. 8.00 per M 1020000 M Rs. 12.00 per M 0

0 No. Rs. 4000.00 per Joint termination

0

12 No. Rs. 3000.00 per Joint termination

36000

5.0 5JCBR 11 No. Rs. 6000.00 per Jointing Chamber

66000

5.1 5JCBR 11 No. Rs. 800.00 per Jointing Chamber

8800

5.2 5JCBR 0 No. Rs. 1200.00 per Jointing Chamber

0

5.3 5JCBR 0 No. Rs. 45000.00 Per Manhole

0

6 (i) 62 No. Rs. 160.00 Per Indicator

9920

6(ii) 62 No. Rs. 260.00 Per Indicator

16120

7.0 7 DOCT 12.50 Km. Rs. 300.00 Per Km. 3750

8.0 8OFCL 0 M Rs. 10.00 per M 0

9.0 0 No. Rs 330.00 Per Drum 01604440

i) Providing RCC Protection (1:2:4) at Site to HDPE / PLB or GI Pipes & for item No.1.0 (size 25 cmx25 cm or as per requirement

& instruction of DE OFC NTR /site Engineer). (CC Material will be supplied by contractor) per Meter with weld Mesh

Unit RateLaying, Jointing, leveling, fitting and fixing of GI pipe of dia 65 mm to 100mm with PLB/HDPE on bridges and culverts and fixing with clamps and nails. (Department will supply G.I. Troughs/GI Pipes in lengths of approx. 6 M, HDPE/PLB Pipes/Coils). (Clamps, nails & accessories will be arranged & supplied by the Contractor)

Description of Item Schedule Qty.

2.5 Laying full round RCC/DWC Pipes ( All sizes) in trenches with HDPE / PLB pipes / coils inside including cost for item no. 2.0 (Department will

supply full round RCC/DWC Pipes, HDPE/PLB pipes/coils).

(a) Full Round RCC pipe(b) Full Round DWC pipe

2.6 Laying Split RCC/DWC Pipes ( All sizes) in trenches with HDPE / PLBpipes / coils inside including cost for item no. 2.0 (Department will

supply Split RCC/DWC Pipes, HDPE/PLB Pipes/Coils).

(a) Split RCC pipe(b) Split DWC pipe

4.0 4 OFST Conventional Splicing(a) Splicing of 24F OF cable

(b) Splicing of 12F OF cable

Unit Rate3.0 3 OFCP (i) Opening of Manholes, Blowing of O.F. Cable, Sealing of HDPE / PLB

Pipes by Rubber Bushes in Manholes, providing HDPE/RCC/DWC Split Pipes in manhole and Back Filling of Manholes.

(a) In new Pipe(b) In Existing duct

Description of Item Schedule Qty.

Digging of pit for jointing chamber construction of brick chamber, fill- ing of brick Chamber with clean sand, supply and placing of stone slabs on brick chamber, and back filling of jointing pit.( Including cost of material i.e. Bricks, Slabs, sand etc.)

Making of cross pit & Digging of joint pit on the Pacca road for tracing out old cable for splicing in the joint pit

Digging of pit for jointing chamber, Fixing of Pre-cast RCC chamber, filling of RCC chamber with clean sand, placing of Pre-cast RCC slabs on RCC chamber, and back filling of jointing pit. ( Pre Cast RCC Chamber will be supplied by BSNL)

Construction of RCC Manhole : Providing,Construction & Fixing of RCC Manholes at site as per construction specification given in the tender document, work includes excavation of pits for the manhole.(All material will be arranged by the contractor)

6 ORJF Fixing of Stone/RCC route Indicator including Digging of pit 1 meter towards jungle side or road side or on the trench/manhole/joint chamber for fixing of route/joint indicator, Painting & Sign writing on Route/Joint Indicators. Fixing Indicators with CC 0.45 M x 0.35 M. x 0.15 M. in ratio of 1:2:4 ( CC material will be supplied by the contractor) in 0.6 M.x 0.6 M. x 0.7 M. Pit.

Supply of RCC route/joint Indicators as per Tender Construction Specification supplied by the contractor.

Documentation (2 hard copies & 1 soft copy ) containing diagram and all details including Lat/Long of each Joint/Route indicator on good quality paper.

(i) Laying of OF Cable in corridor/rises/exchange premises (leading in work)

Recovery against empty cable drum

TOTALThe Department will supply protection pipes & OF Cable. The contractor shall arrange all other materials required for the work.

Note :-(i) M.B. shall be filled as per actual starata encoutered during the execution as per clause 8.1.8 of Section V.

Page 146: (QUALIFYING BID) E-Tender fortender.bsnl.co.in/bsnltenders/bsnltender/download... · E-Tender for OFC Prot. / Patch Works & Rate Running Contract for OFC works Addl. GMM NTR Jaipur

To

OR

OR

The contractor shall arrange all other materials required for the work.

2. All the stores supplied by the BSNL are to be transported by the contractor from Divisional store of concerned3. Rs. 330/ shall be recovered from the contractor bill for each empty Drum.

Tender. No.NIT-01/S-10

Section XIV of Tender DocumentFinancial Bid

The D.G.M.M.NTR , JaipurSubject:- Our Financial Bid for Cable Construction Works on Optical Fibre Cable route

In words…….............……………………………percent+ Service Tax as applicable

Ref: :- NIT NO. DGM / Mtce./NTR/ JP/NIT-01 / Prot./Patch works/ RRC /OFC/16-17/1 Dated: 14-12-2016Name of OFC route : Barmer-

Sindhari OFC route 1.Protection/patch work: Barmer-Sindhari OFC route

RRC (Anticipted Work ): (2 KMS ) in Barmer-Sindhari OFC route

Dear Sir,

Having examined the tender documents, terms and conditions stipulated therein, specifications of work etc., we the under signed offer to execute the Cable Construction Works in conformity with the said specifications and conditions of contract at the

BELOW In figure…………………………% + Service Tax as applicable

I/We agree to abide by this Bid for a period of 240 days from the date of opening of financial bid and it shall remain binding upon me/us and may be accepted at any time before the expiry of that period.

NOTE :- The RRC (Anticipted work) as mentioned in schedule will be carried out by bidder on his quotated rate . The quantum & situation of the work will be whole discretion power of the DE OFC (M) concerned under the mentioned route.

In words…….............………………………percent+ Service Tax as applicable

AT PAR In figure…………………………% + Service Tax as applicableIn words…….............………………percent+ Service Tax as applicable

ABOVE In figures…………………………………% + Service Tax as applicable

Dated………….Signature of the tenderer…………….Name & Address of tenderer……………

Rate Quoted is inclusive of all Taxes except service Tax/ levies .The charges for the pursuance for permissions from road/ Canal/ Forest/Railway authorities to be born by the bidder.

Note :- Scheduled items in which scheduled quantity is Zero, may be also awarded if necessasary & encountered during the execution of works with mutual consent of contractor.1.(i)It will be the responsibility of the contractor to obtain ROW/permission .For this the contractor shall have to coordinate with various authorities on behalf of BSNL(ii) The payment of ROW/permission charges for reinstatements to Govt. Agencies concerned will, however be made by BSNL(iii) The contractor shall make over the ROW/permission letter(s) of the concerned authorities to the DE OFC Incharge.

4. Route/joint indicators will have to be supplied by The contractor.If our Bid is accepted, we shall submit the securities as per the conditions mentioned in the contract.