E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE...

56
1 E-TENDER No: GMTD/DRG/T/W-63-04/O & M/BTS/NBSNL/19-20/21 Dated 26/08/2019 E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE IN DURG SSA (COVER PAGE)

Transcript of E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE...

Page 1: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

1

E-TENDER No: GMTD/DRG/T/W-63-04/O & M/BTS/NBSNL/19-20/21 Dated 26/08/2019

E-TENDER FOR

OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE IN DURG SSA

(COVER PAGE)

Page 2: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

2

SECTION-I

TABLE OF CONTENTS

SECTION CONTENT PAGES NO.

QUALIFYING BID DOCUMENT

I TABLE OF CONTENTS 2

II CHECKLIST 3

III NOTICE INVITING TENDER (CONDENSED) 4

IV NOTICE INVITING TENDER 5-7

V TENDERER’S PROFILE 8

VI DECLARATION-I 9

VII DECLARATION-II 10

VIIA PAYMENT INSULATION UNDERTAKING-III

11

VIIB

UNDERTAKING & DECLARATION-IV 12

VIII GENERAL TERMS AND CONDITION-I 13-23

IX GENERAL TERMS AND CONDITION-II 24-27

X SPECIFIC TERMS AND CONDITIONS 28-31

XI Technical Specification and brief of work, Annexure 32-45

XII Work area 46

XIII List of approved makes- (tentative) 47-48

XIV Authorization to attend tender opening 49 XV Agreement format 50-51 Annexure 52-53 XVI Financial Bids ( To be submitted separate for each section of work in

NIT) 54-55

Page 3: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

3

SECTION-II

CHECK LIST FOR TENDERERS

Sr. No.

Documents Yes or No

1 Cost of Tender document as per NIT 2 EMD as per NIT

3 Tenderers’ profile, duly filled in as per section-V of the tender document.

4

Tender document(s) with all corrigendum /addendum , digitally signed by tenderer Attach (copies/ Original) following document as per tender conditions

eligibility conditions

5 PAN Card (In case of Partnership/Pvt Ltd firm PAN No of firm is required, in case of Proprietorship firm PAN No of proprietor is to be enclosed).

6 latest Income Tax Return for assessment year 2018-19 as per IT Act/ Rules,

7 registration/ enlistment of the firm (Registration with Nagar Nigam/Gumasta/Department of Labour in case of Proprietary firm or competent office & in case of Pvt.Ltd. Company/Partnership firm registration with Registrar of firms , any competent office is required).

8 partnership deed in case of partnership firm or copy of Memorandum and Articles of Association in case of companies.

9 Original “Power of Attorney” in case a person other than the tenderer has signed the tender document or authorization certificate for signing the tender document from limited company/Govt./ PSU.

10 Experience certificate as per NIT eligibility Condition.

11 EPF registration.

12 ESI registration ( if applicable ), If not available ,at the time of bid submission, enclose a declaration letter that it will be submitted at the time of agreement failing which EMD can be forfeited . If the same is covered by any other policy of Govt. of India, same may be considered for acceptance.

13 GST Registration.

14 Valid MSE Certificate, if applicable. 15 List of all Partner/Directors including their name(s), Director Identification

Number(s) (DIN) and address (es) along with contact telephone numbers of office and residence if applicable.

16 Declaration regarding none of close relatives is employed in BSNL and declaration regarding not black listing of firm and undertaking regarding payment insulation are to be filled & signed specifically as per declaration I & II & payment insulation undertaking III, IV available in tender document Section VI & VII&VIIA &VIIB.

17 Average Annual Financial turn over during last three years ending 31st March 2018 should be at-least 30% of estimated cost put to tender.

18 Valid A Class Electrical Contractor license issued from Chhattisgarh Govt.. Date :

Page 4: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

4

SECTIOIN-III

Hkkjr lapkj fuxe fyfeVsM ¼Hkkjr ljdkj dk ,d miØe½

dk;kZy; egkizca/kd nwjlapkj ftyk & nqxZ

fufonk vkea=.k lwpuk

Øaekd % eiznwft@nqxZ@Vh@MCY;w&63&04@vks- ,.M ,e-@chVh,l@,uch,l,u,y@19&20@21 fnuk¡d % 26@08@2019

ch-,l-,u-,y- dh vksj ls egkizca/kd nwjlapkj ftyk nqxZ }kjk l{ke Bsdsnkjksa ls ÞnqxZ ,l ,l , ds varZxr ukWu&ch-,l-,u-,y chVh,l lkbVksa ds lapkyu vkSj vuqj{k.k gsrqÞ bysDVªkfud&fufonk,a vkeaf=r dh tkrhs gSA fufonk dh dqy vuqekfur ykxr 79-11 yk[k #i;s gSA fufonk [kksyus dh frfFk 17@09@2019] 12%00 cts gSA

foLr̀r tkudkjh ds fy, d̀i;k osclkbZV & www.chhattisgarh.bsnl.co.in ;k

www.tenderwizard.com/BSNL

lgk;d egkizca/kd ¼,u-MCY;w-ih-½ dk;kZy; egkizca/kd nwjlapkj] ftyk&nqxZ

u;s dusD'ku ;k czkMcSaM ds fy, SMS djsa LL ;k BB fy[kdj BSNL miHkksDrk 54141 ij ,oa vU; 9400054141 ij A

Page 5: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

5

SECTIOIN-IV BHARAT SANCHAR NIGAM LIMITED

(A Govt. of India Enterprise)

OFFICE OF THE GENERAL MANAGER TELECOM DISTRICT BSNL DURG

DETAILED NOTICE INVITING E-TENDER

E-TENDER No: GMTD/DRG/T/W-63-04/O & M/BTS/NBSNL/19-20/21 Dated 26/08/2019 Properly PVC/packing tape sealed E - tenders are invited for and on behalf of BSNL by the G M T D B S N L D U R G from the eligible firms for carrying out Operation and maintenance of BTS INFRASTRUCTURE IN DURG SSA

1 Name of Work E-Tender for OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE IN DURG SSA

2 Tender No GMTD/DRG/T/W-63-04/O & M/BTS/NBSNL/19-20/21,

Dated 26/08/2019

3 Validity of tender offer 180 days from opening date.

4 Sections details of work DURG SSA

5 Estimates Cost (Rs) (Apprx). Rs. 79,11,324.00

6 EMD ( Rs ) Rs.1,97,783.00

7 Cost of Tender Document (Rs) Rs. 1180/-

8 Tender document can be obtained by downloading it from the website www.chhattisgarh.bsnl.co.in Tender link for study and record. The official copy of tender document for participating in E-tender shall be

available for downloading from (https:// www.tenderwizard.com/BSNL from 27/08/2019, 11:00 Hrs

onwards up to 11.25 Hrs of 17/09/2019.

9 Availability of online tender document

The tender document shall be available for downloading from 11:00 Hrs

of 27/08/2019 on wards up to 11:25 Hrs of 17/09/2019. Tender

documents shall be available on portal mentioned in DNIT only for online participation in tender.

11 Time and last Date of

submission of Off line Tender

All required document should be submitted at Assistant General Manager (NWP), O/o The GMTD DURG, Door Sanchar Bhavan Durg CG.-491001 before 11:30 Hrs. on 17/09/2019

12 Online opening of Tender

Bids:

12:00 Hrs on 17/09/2019

13 Venue of tender opening Assistant General Manager (NWP), O/o The GMTD DURG ,Door

Sanchar Bhavan Durg CG.-491001 (Contact at 9424140440, 9425268855 and confirm regarding office to ensure timely submission

of documents)

14 Amendments/Corrigendum of bid Up to 17:00 Hrs of 09/09/2019.

15 EMD and cost of tender documents

EMD is to be paid in the form of Demand Draft EMD should be in favor of A.O. (Cash) , BSNL DURG (C.G) -491001 . Cost of bid can be in the

form of Demand draft in favor of AO (Cash) BSNL DURG (C.G) -

491001. MSE bidders are exempted from payment of EMD/ Cost of bid

as per valid certification on bid opening date.

TERMS AND CONDITIONS OF THE TENDER:

1. Purchase of Tender Document: As per S. No. 8 of DNIT.

Tender document can be obtained by downloading it from the website www. chhattisgarh.bsnl. co in Tender link. The official copy of tender document for participating in e-tender shall be available for downloading from (https:// www.tenderwizard.com/BSNL from 27/08/2019

(1) The bidders downloading the tender document are required to submit the tender fee amount of Rs.1180.00/- Through Demand Draft. The Demand Draft shall be drawn from any Nationalized/ Scheduled Bank in favour of AO (cash), BSNL, O/o GMTD DURG payable at DURG Chhattisgarh-491001

(2) The tender documents shall be issued free of cost to eligible bidders on production of requisite proof in respect of valid certification from competent authority for the tendered item of exemption.

Page 6: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

6

(3)Fee for Tender document is neither transferable nor refundable

2. Bid Security/EMD: The bidder shall furnish the bid EMD in one of the following ways:- 2.1 Demand Draft of Rs 1,97,783/-(Rs. One Lakh Ninety Seven Thousand Seven Hundred Eighty Three)

drawn in favour of A O (Cash), O/o GMTD BSNL DURG ; Payable at Durg Chhattisgarh 491001. 2.2 The bidders will be exempted from submission of Bid Security deposit on production of

requisite proof in respect of valid certification from competent authority for the tendered item as per limit authorized to bidder.

2.3 The tender, which is not accompanied by the requisite Bid Security, shall be summarily rejected. 2.4 MSE bidder is exempted from payment of EMD/ Cost of bid as per valid certification on bid

opening date. 3. The tender document & all other documents establishing bidder’s eligibility & qualifications are to be

submitted as per online submission details given in tender document. 4. Rates to be quoted by the tenderer in the prescribed format. 5. The bidder shall furnish a declaration in his tender bid that no addition / deletion / corrections have been

made in the downloaded tender document being submitted and it is identical to the tender document appearing on the website with amendments as uploaded by department. In case of discrepancy of bid submitted from the one uploaded by department, the bid will be rejected with blacklisting of bidder for specified period and a case of fraud will be registered with police.

7. Place of opening of Tender bids: Tenders will be opened online at Assistant General Manager (NWP) ,O/o The GMTD DURG ,Door Sanchar Bhavan Durg CG.-491001 (Contact at 9425268855, 9424140440).

8. Authorized representatives of bidders (i.e. vendor organization) can attend the tender opening event the tender opening venue as given above.

9. Tender bids received after due time & date , not in accordance with procedure ,will not be accepted. 10. The BSNL GMTD Durg reserves the right to accept or reject any or all tender bids without assigning any

reason and not bound to accept the lowest tender. 11. All computer generated documents should be duly signed/ attested by the bidder/ vendor organization. 12. In case the date of submission (opening) of bid is declared to be a holiday, the date of submission

(opening) of bid will get shifted automatically to next working day at the same scheduled time. Any change in bid opening date due to any other unavoidable reason will be intimated to all the bidders separately.

13. The tenders which are not submitted in above mentioned manner will be rejected. 14. Eligibility Conditions: The bidder shall submit electronically SCANNED copies, as part of his bid

documents establishing the bidder’s eligibility, the following documents: a. PAN Card (In case of Partnership/Pvt Ltd firm PAN No of firm is required, in case of proprietorship

firm PAN No of proprietor is to be enclosed).( Attested by Gazetted /Notary) b. Copy of Latest Income Tax Return for assessment year 2018-19 as per IT Act/ Rules, ( Attested by

Gazetted /Notary) c. The registration/ enlistment of the firm from competent authority/ government/psu unit., ( Attested

by Gazetted /Notary) d. Partnership deed in case of partnership firm or copy of Memorandum and Articles of Association in

case of companies., ( Attested by Gazetted /Notary) e. Original “Power of Attorney” in case a person other than the tenderer has signed the tender

document or authorization certificate for signing the tender document from limited company/Govt./ PSU

f. Experience certificate of having successfully completed similar works in BSNL/ MTNL/ Govt PSU during last seven financial years ending March 2019 as follows:

Three completed works costing/quantity not less than the amount equal to 40% of the estimated cost/quantity.

OR Two completed works costing/quantity not less than the amount equal to 50% of the estimated cost/quantity.

OR One completed works costing/quantity not less than the amount equal to 80% of the estimated cost/quantity.

“Similar work is defined as work involving operation and maintenance of BTSs including filling and transportation of Diesel, DG maintenance Work” Experience certificate should be issued by JAG level

Page 7: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

7

officer or above level officer. (Attested by Gazetted /Notary). g. EPF registration certificate. ( Attested by Gazetted /Notary) h. ESI registration certificate (If applicable) (Attested by Gazetted /Notary); or self declaration letter

that it will be submitted at the time of agreement failing which EMD can be forfeited. If the same is covered by any other policy of Govt. of India same may be considered for acceptance.

i. GST Registration. ( Attested by Gazetted /Notary) j. Valid MSE Certificate, if applicable. ( Attested by Gazetted /Notary) k. List of all Partner/Directors including their name(s), Director Identification Number(s) (DIN) and

address(s) along with contact telephone numbers of office and residence , on firm official letter head –(if applicable.)

l. Declaration regarding none of close relatives is employed in BSNL and declaration regarding not black listing of firm and undertaking regarding payment insulation are to be filled & signed specifically as per declaration I & II & payment insulation undertaking III, IV available in tender document Section VI & VII&VIIA& VIIB.

m. Average annual Financial turn over during last three years ending 31st March 2018 should be at-least 30% of estimated cost put to tender. ( Attested by Gazetted /Notary)

n. Tenderer's profile duly filled in, as per section-V of the tender document. o. Tender Fee as per NIT p. EMD-Bid Security q. Original Power of Attorney ( If applicable) r. Bid document duly signed digitally. s. Valid A Class Electrical Contractor license issued from Chhattisgarh Govt.

15. Tender/contract with successful bidder may be cancelled/pre-closed before finalization/earlier than agreement period, in case of any umbrella coverage of tendered work by higher office of BSNL DURG SSA or change of technology or administrative or business reason without any financial liability to BSNL from bidder/contractor. The decision of GMTD BSNL DURG will be final and binding on bidder / contractor.

16. Approved vendor may have to work anywhere in SSA as per urgent needs of BSNL. 17. The tender documents shall be issued free of cost to MSE bidders on production of requisite proof in

respect of valid certification from MSME for the tendered item. In the case of MSE (Micro and small enterprises) units the bidder should declare UAM number (Udyog Aadhar Memorandum) on CPPP portal. The bidders who fail to submit UAM number shall not be able to avail the benefits (exemption from tender fee and EMD) available to MSEs as contained in Public procurement policy for MSEs order, 2012 issued by MSME. The undertaking regarding submission of UAM number on CPPP portal is to be uploaded online. The units registered under single point registration scheme of NSIC /MSE units for work involving operation and maintenance of BTSs including filling and transportation of Diesel,

DG maintenance Work are exempted from depositing the price of tender document and from payment of earnest money deposit (EMD). Such bidder shall have to upload the document in proof of registration of valid NSIC/MSE for carrying out work involving operation and maintenance of BTSs including

filling and transportation of Diesel, DG maintenance Work along with bid document. The tender, which is not accompanied by the requisite bid security, not complying any of above

conditions shall be summarily rejected. Tender will not be accepted/received after expiry date and time. The GMTD BSNL DURG CG reserves the right to reject any or all tenders without assigning any reason what-so-ever.

Assistant General Manager (NWP)

O/o General Manager Telecom

BSNL, Durg

Copy to: 1. Notice Board 2. Also visit us at - “www.chhattisgarh.bsnl.co.in” or “https://eprocure.gov.in”

Page 8: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

8

SECTION-V

TENDERER'S PROFILE General : 1. Name of the tenderer/firm : ---------------------------------------------------------------------

--------------------------------------------------------------------- 2. Name of the person submitting the tender whose photograph is affixed Shri/Smt. ………………………………….. (In case of Proprietary/Partnership firm, the tender has to be signed by Proprietor/Partner only, as the case may be) 3. Address of the firm : ---------------------------------------------------------------------

-----------------------------------------------------------------------

4. Present Correspondence Address: --------------------------------------------------------------------- 5. Telephone No. : Off ------------- Fax -------------- Resi --------------Mobile No---------- (with STD code) 6. E mail Address for communication: ------------------------- 7. Registration and incorporation particulars of the firm: i) Proprietorship ii) Partnership iii) Private Limited iv) Public Limited (Please attach attested copies of documents of registration/incorporation of your firm with the competent authority ) 8. Name of Proprietor/Partner/director: ---------------------------------------------------------------------

---------------------------------------------------------------------

9. Tenderer’s bank, its address: -------------------------------------------------------------------------

and his current account number ----------------------------------------------------------------------

10. Permanent Income Tax number: ------------------------------------------------------------------

Income Tax circle ------------------------------------------------------------------

I/We hereby declare that the information furnished above is true and correct. Place: Date: Signature of tenderer/authorized signatory ------------------- Name of tenderer ----------------------------------------------- Seal of the tenderer Note:- All information should be filled by the contractor.

Photograph of

Authorized Signatory to be affixed

here

Page 9: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

9

SECTION-VI

DECLARATION-I

"I…………..s/o…….……r/o……………..hereby certify that none of my relative(s) as defined in the tender document is/are employed in BSNL unit as per details given in tender document. In case at any stage, it is found that the information given by me is false/incorrect, GMTD BSNL Durg shall have the absolute right to take any action as deemed fit/without any prior intimation to me." Signature of Tenderer Name of the Tenderer (Capacity in which signing) Station: Date:

Note :-The above certificate is to be signed by :

In case (i) Proprietorship firm - The proprietor (ii) Partnership firm - All partners and (iii) Limited Company – All Directors of the Company

Page 10: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

10

SECTION-VII

DECLARATION-II

I/We hereby declare that my/our firm has/have not been declared debar for taking part in tender any where in the unit of BHARAT SANCHAR NIGAM LIMITED. I/We am/are aware that any breach of this condition would result in immediate termination of contract/cancellation of the existing contract/contracts and also forfeiting of my/our EMD/security deposit held by BSNL DURG SSA. Signature of Tenderer Name of the Tenderer (Capacity in which signing) Station: Date:

Page 11: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

11

SECTION-VIIA

PAYMENT INSULATION UNDERTAKING-III

I/We undertake that I/We have sufficient capital resources to carry out operations and will make due payment to our firms labour / employees assigned to execution of the this tender of BSNL DURG SSA as per laws every month insulating it from payments from BSNL. I/We also under take to perform in faithful & efficient manner the work of this tender without linking it to payments from BSNL. Signature of Tenderer Name of the Tenderer (Capacity in which signing) Station: Date:

Page 12: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

12

SECTION VII B

UNDERTAKING & DECLARATION IV

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.

3. No additions/alterations/deletions/corrections have been made in the downloaded Tender Document being submitted and it is identical to the tender document appearing on the Tender Portal.

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 Advance Purchase Order/ 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.

3. Black Listing : It is certified that our firm have /have not been black listed by any Govt. authorities /PUSs on account of any reason. However, if we fail to supply /fulfill the tender conditions, BSNL is free to take action /black list our firm.

Date: …………… Signature of Tenderer Place: …………… Name of Tenderer ……………………… Along with date & Seal

Page 13: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

13

SECTIOIN-VIII

GENERAL TERMS &CONDITIONS

PART-I

1. DEFINITION

1.1. GENERAL MANAGER: GENERAL MANAGER Telecom BSNL DURG SSA or any officer authorized by him on his behalf.

1.2. CONTRACTOR/TENDERER/SUPPLIER:

The individual or firm or company, whether incorporated or not, undertaking the works under this tender. 1.3. CONTRACT:

The formal agreement executed between GENERAL MANAGER Telecom DURG SSA for and on behalf of Bharat Sanchar Nigam Limited and the contractor.

2. ELIGIBILITY OF BIDDERS: The invitation of bids is open to all eligible contractors as per their

eligibility mentioned in NIT of this tender document .

3. DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILITY AND QUALIFICATIONS:

The bidder shall submit electronically SCANNED copies, as part of his bid documents establishing the bidder’s eligibility, the following documents:

a. PAN Card (In case of Partnership/Pvt Ltd firm PAN No of firm is required, in case of proprietorship firm PAN No of proprietor is to be enclosed).( Attested by Gazetted /Notary)

b. Copy of Latest Income Tax Return for assessment year 2018-19 as per IT Act/ Rules, ( Attested by Gazetted /Notary)

c. The registration/ enlistment of the firm from competent authority/ government/psu unit., ( Attested by Gazetted /Notary)

d. Partnership deed in case of partnership firm or copy of Memorandum and Articles of Association in case of companies., ( Attested by Gazetted /Notary)

e. Original “Power of Attorney” in case a person other than the tenderer has signed the tender document or authorization certificate for signing the tender document from limited company/Govt./ PSU

f. Experience certificate of having successfully completed similar works in BSNL/ MTNL/ Govt PSU during last seven financial years ending March 2019 as follows:

Three completed works costing/quantity not less than the amount equal to 40% of the estimated cost/quantity.

OR Two completed works costing/quantity not less than the amount equal to 50% of the estimated cost/quantity.

OR One completed works costing/quantity not less than the amount equal to 80% of the estimated cost/quantity.

“Similar work is defined as work involving operation and maintenance of BTSs including filling and transportation of Diesel, DG maintenance Work” Experience certificate should be issued by JAG level officer or above level officer. (Attested by Gazetted /Notary).

g. EPF registration certificate. ( Attested by Gazetted /Notary) h. ESI registration certificate (If applicable) (Attested by Gazetted /Notary); or self declaration letter that it

will be submitted at the time of agreement failing which EMD can be forfeited. If the same is covered by any other policy of Govt. of India same may be considered for acceptance.

i. GST Registration. ( Attested by Gazetted /Notary) j. Valid MSE Certificate, if applicable. ( Attested by Gazetted /Notary) k. List of all Partner/Directors including their name(s), Director Identification Number(s) (DIN) and

address(s) along with contact telephone numbers of office and residence , on firm official letter head –(if applicable.)

Page 14: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

14

l. Declaration regarding none of close relatives is employed in BSNL and declaration regarding not black listing of firm and undertaking regarding payment insulation are to be filled & signed specifically as per declaration I & II & payment insulation undertaking III, IV available in tender document Section VI & VII&VIIA& VIIB.

m. Average annual Financial turn over during last three years ending 31st March 2018 should be at-least 30% of estimated cost put to tender. ( Attested by Gazetted /Notary)

n. Tenderer's profile duly filled in, as per section-V of the tender document. o. Tender Fee as per NIT p. EMD-Bid Security q. Original Power of Attorney ( If applicable) r. Bid form duly signed digitally. s. Valid A Class Electrical Contractor license issued from Chhattisgarh Govt.

4 PAYMENT INSULATION UNDERTAKING: The bidder is required to submit a payment insulation under taking that he has sufficient capital resources

at his disposal so that he will make due payments to the labours / workers / working of this tender/ contract every month as per laws without linking it with payments from BSNL and carry out operations of tender without linking it with payments from BSNL.

5. EARNEST MONEY DEPOSIT

5.1. Earnest Money Deposit will not earn any interest Earnest Money will be refunded after final acceptance of the tender and execution of the agreement with successful Tenderer. The earnest money shall be forfeited by The BSNL DURG SSA; if (I) the Tenderer withdraws his tender before final acceptance (ii) the successful Tenderer fails to pay the security deposit or enter into the prescribed agreement with GENERAL MANAGER Telecom BSNL DURG SSA.

5.2. The earnest money deposit of successful Tenderer can be adjusted towards security deposit or refunded

in case of 100% security deposited submitted by bidder . 5.3. The earnest money will be deposited by bidder in favour of AO (Cash) BSNL DURG SSA DURG -

491001.

5.4 The MSE bidders are exempted from payment of EMD:

a. A proof regarding valid registration with body specified by Ministry of Micro, Small & Medium Enterprise for the tendered items will have to be attached along with the bid.

b. The enlistment certificate issued by MSME should be valid on the date of opening of tender. c. If a vender registered with body specified by Ministry of Micro, Small & Medium Enterprise claiming

concessional benefits is awarded work by BSNL and subsequently fails to obey any of the contractual obligations, he will be debarred from any further work/ contract by BSNL for three year from the date of issue of such order.

6. SECURITY DEPOSIT

a. All approved bidders (including MSEs who are registered with the designated MSME bodies, like National Small Scale Industries Corporation etc.) shall furnish security to the an amount equal to 10% within 10 days of having instructed to do by letter of intent from BSNL.

b. The successful Tenderer shall within 10(Ten) days of receipt of intimation of acceptance of this tender deposit security deposit of 10% of the value of work awarded, in Cash/FDR/DD/Bank guarantee of Nationalized Bank/Scheduled Bank in favour of AO(Cash )BSNL DURG SSA DURG -491001 as instructed in Letter of Intent . FDR/ BG should be valid for at-least 24 months from agreement date or as instructed by tender approving authority.

c. Security deposit will not earn any interest for any period whatsoever. Security deposit will be

returned within six month of the successful completion of the contract as certified by the competent authority of BSNL and after deducting the dues, if any, payable to the BSNL. In the event of any breach of any terms and conditions of the contract, the contract will be terminated and security deposit will be forfeited to the BSNL. No interest shall be paid on amounts payable to the contractor under this contract.

Page 15: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

15

d. The FDR/bank guarantee furnished as security deposit should be valid for a period of not less than 24

months from the date of agreement as instructed by tender approving authority, which will have to be renewed suitable if contract is extended. If required the period of validity can be decided by GENERAL MANAGER Telecom BSNL DURG SSA for period considered being suitable for a particular tender.

e. All the compensation or other sum of money payable by the contractor under the terms of this contract

may be deducted from the security deposit or from any sum which may be due or may become due to the contractor by the BSNL on any account whatsoever and in the event of his security deposit being reduced by reason of any such deductions, the contractor shall within ten days make good in cash the amount required to make good in full, the security deposit. Otherwise, the said balance in full shall be collected from the running bill of the contractor.

7. DELAY PENALTY

a. As per clause 14 section IX, Penalties being charged for performance deviation under various clauses ,attributable to bidder shall not exceed 10% of total contracted value and in such case contract is liable to be terminated with forfeiture of all deposit unless bidder takes permission to continue the contract from GENERAL MANAGER DURG SSA , however inability to access the site due to force majure or administrative reasons will not amount for outage .

b. If the work is not completed in the time on the part of the contractor, the GENERAL MANAGER Telecom BSNL DURG SSA will have the authority to get the work done by other agency at the cost of tenderer.

c. The GENERAL MANAGER Telecom BSNL DURG will also have the right to impose penalty and adjust the same either through security deposit or preferably by deducting it from the any bills payable to the contractor.

8. WORKMANSHIP

In case of poor workmanship or if the work/supply is not done in time and in view of exigency of the work/supply, if it is considered necessary to carry out the work/supply by some other means or to assign the work/supply to some other parties due to the failure on the part of the contractor, adequate time as deemed fit by GENERAL MANAGER DURG SSA will be given to the contractor to correct or complete the work/ supply failing which the work/supply can be got done by other means at the risk and cost of the contractor.

9. DEBARRING FROM PARTICIPATION

a. The contractor may be debarred from participating in all the future tenders of BSNL DURG SSA District in the event of (i)failure of successful Tenderer to pay the security deposit or enter in to the prescribed agreement (ii) in the event of any breach of any terms and conditions of the contract.

b. Near relatives of the officials working in BSNL are debarred from participating in the tender. The contractor in this regard must sign a declaration, in absence of which the tender will be rejected.

c. Such contractors who have the defaulted on earlier occasions in completion of contract due to reasons not attributed to BSNL , are liable to be debarred for participation or are liable to be evaluated as ineligible .

10. REASONABLENESS OF RATES

The rates quoted by the contractor must be unambiguous, reasonable and logical. The tender can be rejected on the basis of unreasonable and illogical rates. The decision to this shall be taken through TEC .

11. NEGOTIATION/COUNTER OFFER

GENERAL MANAGER Telecom BSNL DURG SSA on recommendation of TEC , reserves the right to counter offer prices, ask for re offer against prices quoted by any Tenderer subjected to CVC/ BSNL guidelines.

Page 16: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

16

12. RATES SHOULD BE FIRM & VALID

The rates quoted should be firm and valid for any order that may be issued within the period of currency of the contract covering original and extended period if applicable.

13. DISPATCH OF NOTICE/ORDER

Any notice, order or other communication sought to be served or the contractor with reference to the contract shall, without prejudice to any other mode of service, be deemed to have been served if delivered by hand or sent by registered post or by telegram to the office of Tenderer at site or to the tenderer's head office, While any notice or order or communication by the tenderer to be served on BSNL with reference to tender before contract shall be validly served if delivered by hand or through registered post to the office of Assistant General Manager (NWP) , O/o The GMTD DURG ,Door Sanchar Bhavan Durg CG.-491001 .The tenderer can be intimated through SMS, Whatsapp & E Mail also which will be valid communication.

14. ARBITRATION

a. In the event of any question, dispute or difference arising under this agreement or in connection therewith 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 CG Telecom circle Raipur CG. The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act 1996.

b. There will be no objection to any such appointment that the arbitrator is Government Servant or that he has to deal with the matter to which the agreement relates or that in the course of his duties as Government servant he has expressed views on all or any of the matter under dispute. The award of the arbitrator shall be final and binding on the parties. The venue of the arbitration proceeding shall be the place decided by the arbitrator.

15. QUOTATION OF RATES IN FIGURE

The rate should be quoted in the enclosed financial Price schedule sheet and submitted as per bid

submission procedure . If there is any difference between the rates quoted in figures and words the rates quoted in words shall be taken as final. If there is any discrepancy between unit price and total price, unit price will prevail and total price will be corrected accordingly.

16. EXECUTION OF AGREEMENT

The successful Tenderer will have to execute an agreement on a non judicial stamp paper of Rs. 100.00 (Rupees Two hundred fifty only), (The cost of stamp to be borne by the Tenderer) in the prescribed form to the effect that the Tenderer and O/o GENERAL MANAGER Telecom, BSNL DURG SSA are bound by terms and conditions in the agreement which in turn will be the same terms and conditions as mentioned in tender document and final negotiation/ approval if any.

17. ATTEMPT TO INFLUENCE BY ANY MEANS

Any attempt to negotiate directly or indirectly by the tenderer with the authority to whom the tender is submitted or with the authority who is competent to accept the tender or endeavors to secure interest for actual or prospective tender or any attempt to influence by any means will disqualify the Tenderer and same will be summarily rejected and action to black list the Tenderer will be taken by the competent authority.

18. WAIVING OF MINOR INFIRMITY The GENERAL MANAGER Telecom, District BSNL DURG SSA may waive any minor infirmity or nonconformity or irregularity in a tender which does not constitute a material deviation provided such waiver does not affect the relative position of any bidder.

19. SIGNING OF AGREEMENT ON BEHALF OF BSNL a. AGM level officer of SSA shall sign the contract on behalf of GENERAL MANAGER Telecom,

Page 17: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

17

BSNL DURG SSA and he will represent the BSNL with reference to contract.

b. PERIODICITY OF AGREEMENT :- The agreement will be normally for one year and can be extended on discretion of the competent authority for one year or part of it . The period of agreement can be less than one year also which may be further extended on satisfactory performance. Extension will always be given on same rates and same terms and condition & of the tender. Security Deposit shall be recovered from the bills for additional quantum more than agreement value. .Tender/contract with successful bidder may be cancelled/pre-closed before finalization/earlier than agreement period ,in case of any umbrella coverage of tendered work by higher office of BSNL or change of technology or administrative or business reason without any financial liability to BSNL . The decision of GENERAL MANAGER DURG SSA Circle will be final and binding on bidder / contractor.

21. RIGHT TO VARY QUANTITIES The quantities/figures mentioned in the tender schedule are approximate and are subject to change during

agreement period. Any change limited to + 25% of agreement cost or quantity effected shall be binding on the contractor as though included in the original tender schedule and any such change will not make the agreement void. The quantity can be further enhanced with approval of GENERAL MANAGER DURG SSA if duly justified by a committee, approved by SSA Head. Contractor will not be paid any amount if he/ she does work beyond approval accorded in writing .

21. INCLUSION OF TAX IN QUOTED RATES The quoted price must include all taxes/levies of central/State Govt. but exclusive of GST which will be paid extra as applicable from time to time.

22. PAYMENT BY CHEQUE /RTGS/ECS Account payee cheque/RTGS/ECS for amount passed in the bill will be issued only after the contractor gives a stamped receipt for the amount unless the bills are pre-receipted. Payment will be made only by account payee cheque/RTGS/ECS drawn or the branch of the state Bank of India or Reserve Bank of India where BSNL is authorized to draw.

23. DEDUCTION OF TAX ON SOURCE Income Tax and Commercial Tax from the bill which has been passed will be deducted as tax at source under relevant Government Rules. However if any new legislation comes into the effect for deduction of tax at source, the deduction will be made under that legislation. Necessary income tax deduction certificate will be issued by the accounts officer dealing the amount so deducted as tax at source at the time of payment of each bill.

24. RECOVERY OF OVER PAYMENT During audit or internal check if any over payment is noticed, the same can be recovered from the contractor.

25. SET OFF Any sum of money due and payable to the contractor (including security deposit) under this contract may be appropriated by the BSNL and set off against any claim of the BSNL for the payment of a sum of money arising out of or under any other contract made by the contractor with the BSNL against any dues of the BSNL.

26. VALIDITY OF CORRESPONDANCE

All the correspondence between the contractor and the BSNL will be valid only if these are duly signed, stamped and acknowledged or in the manner mentioned elsewhere in the document.

27. SUBMISSION OF BIDS

SEALING AND MARKING OF BIDS

The bid should be submitted as per Clause of tender information.

27.1 The bids

Single Stage Bidding & Two Envelope System, The details of sealing & marking of bids in each case is given below:

27.2 In Single stage bidding & two envelopes system, the bidder shall submit his bid in two envelopes;

The cover of First envelope will be named as “Bid Security & Tender from Fee” Shall contain the Tender Documents Cost & Bid Security as per NIT &. The cover of Second envelope will be named as

Page 18: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

18

“TECHNOCOMMERCIAL BID” Shall contain the ‘Original Copy’ of the Affidavit & Power of attorney (If applicable).

Both the envelopes should be sealed separately and further kept in a single main envelope under the personal seal of the bidder.

a) The envelopes shall be addressed to the Assistant General Manager (NWP), O/o The GMTD DURG ,Door Sanchar Bhavan Durg CG.-491001 (Chhattisgarh).

b) The envelope shall bear the name of the tender -----------------------------------------------------------------,the tender number----------------------------------------------and “NOT TO OPEN BEFORE DATE:

17/09/2019 AND TIME 12:00 HRS.”. c) The inner and outer envelopes shall indicate the name and complete postal address of the bidder to

enable the purchaser to return the bid unopened in case it is declared to be received 'late'. d) Tender should be deposited in the tender box provided by tendering authority or delivered in person on

above mentioned address (address is given in Clause above). The responsibility for ensuring that the tenders are delivered in time would vest with the bidder.

e) Bids delivered in person on the day of tender opening shall be delivered on or before the opening time. f) Venue of Tender Opening:

(i) Assistant General Manager (NWP), O/o The GMTD DURG, Door Sanchar Bhavan Durg CG.-491001

(Chhattisgarh). (ii) If due to administrative reasons, the venue of Bid opening is changed, it will be displayed

prominently on Assistant General Manager (NWP), O/o The GMTD DURG, Door Sanchar Bhavan Durg

CG.-491001 (Chhattisgarh).

27 3 If both the envelopes are not sealed and marked as required at para 27.1 and 27.2, the bid shall be rejected.

27. 4 SUBMISSION OF BIDS

27.4.1. Bids must be submitted by the bidders on or before the specified date & time indicated in NIT.

27.4.2 The BSNL may, at its discretion, extend this deadline for the submission of bids by amending the Bid Documents in accordance with clause 6 in which case all rights and obligations of the purchaser and bidders previously subject to the deadline will thereafter be subjected to the extended deadline.

27.4.3 The bidder shall submit its bid offer against a set of bid documents purchased by him for all or some of the systems/ equipment as per requirement of the Bid Documents. He may include alternate offer, if permissible as per the bid. However, not more than one independent and complete offer shall be permitted from the bidder.

28. The tenderer will be bound by all terms, conditions & specifications as detailed in the tender document. 29. 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 condition will be permitted after the tender is opened.

30. Tenders should be addressed to Assistant General Manager (NWP) , O/o The GMTD DURG ,Door Sanchar Bhavan Durg CG.-491001 and submitted online before the closing (date & Time) of tender, as mentioned in DNIT. The tenderer is to be ensure the submission bids/documents at the correct address and within time. The BSNL may, at its discretion, extend this deadline for the submission of bids by amending the Bid Documents in which case bidders previously subject to the deadline will thereafter be subjected to the extended deadline.

31. LATE BID Tender will not be accepted /received after the specified date and time notified by BSNL and the same shall be rejected/ left archived un-opened. It is the sole responsibility of the tenderer that he should ensure timely submission of tender.

32. OPENING OF BID BY THE BSNL a. The BSNL shall open the bid online in the presence of bidders or his authorized representatives

who choose the attend as schedule given in DNIT. 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.

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

c. Name of envelopes to be opened & information to be read out by Bid Opening Committee i. The bids will be opened in 2 stages i.e. the techno-commercial bid shall be opened on the

Page 19: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

19

date of tender opening given in NIT. The financial bid will not be opened on the Date of opening of techno commercial bids in this case. Techno-commercial bids will be evaluated by Tender evaluation Committee & approved by competent authority. The financial bids of those bidders who are approved to be techno-commercially compliant by the competent authority, will be opened by TOC in front of techno commercially eligible bidders/ authorized representatives by sending them a suitable notice by sms/ telephone/ fax/ regd post.

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

34. MODIFICATION AND WITHDRAWAL OF BIDS

a. The bidder may modify, revise or withdraw his bid after submission prior to closing time of bid

submission.

b. The bidder’s modification, revision or withdrawal shall have to be online, digitally authenticated.

c. No bid shall be modified subsequent to the closing time of submission of bids.

d. 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.

35. CLARIFICATION OF BIDS

To assist in the examination, evaluation and comparison of bids, the BSNL may, at its discretion ask the

bidder for the clarification of its bid or submission of additional documents within a stipulated time

period. The requisition shall be in writing. In case of non compliance to such queries, the bid will be out

rightly rejected without entertaining further correspondence in this regard However, no post bid

clarification at the initiative of the bidder shall be entertained.

36. Evaluation :- In pursuant with clause 10 , section VIII, Bids will be evaluated on the basis of lowest

overall cost ( L1 cost) inclusive of all items amongst substantially responsive bid. A bid which complies

all conditions of tender is treated as substantially responsive. A bid that is most beneficial/ economical to

BSNL will be the one, evaluated as most attractive and will be finally accepted.

37. CONTACTING THE BSNL :-No bidder shall try to influence the BSNL on any matter relating to its

bid, from the time of the bid opening till the time the contract is awarded pursuant to clause 35. Any

effort by a bidder to modify its bid pursuant to clause 34, or influence the purchaser in the purchaser's bid

evaluation, bid comparison or contract award decision shall result in the rejection of the bid.

38. ISSUE OF WORK ORDER:-Work order will be issued by the SDE level officer with the approval of

concerned AGM. Work order issue after observing all BSNL formalities and the various conditions of

the tender. The work is most likely to be carried out within area details as per NIT but on exigency

contractor may be asked to do the tendered work anywhere within CG circle at same rate. The order

raised in electronic form like SMS/E-mail shall be treated as work order.

39. PAYMENTS

a. The contractor shall submit bill on completion of the work with all sporting documents for payment based on the joint inspection by the contractor and the Site Engineer and duty certified by the officer concerned.

b. Income tax at the prevailing rates with applicable surcharge & education cess for which the bill has been passed will be deducted as tax at source, under relevant BSNL Rules. However, if any new legislation comes into effect for deduction of tax at source at any other rate, deduction will be made at that rate.

c. Necessary Income Tax Deduction certificate will be issued by Accounts Officer detailing the amount so deducted as tax at source as required by statutory provisions.

d. Sales tax, GST as applicable will be accounted for as per provisions of concerned authorities . e. The bills are to be submitted in Triplicate to concerned SDE and in the manner and form that may be

prescribed. Payments will be made by Account Payee cheques drawn on S.B.I. or through RTGS/NFTE .The contractor has to intimate his bank account number and branch details for issuing the cheque.

f. Any Penalty due shall also be recoverable from the bills submitted for payment, by the aforesaid officers. g. BSNL will have right to impose penalty for delay or slow progress of the work from the bills submitted

for payment. The contractors also submit the list of name & address of up-keeping personnel for whom the EPF amount has been deposited with proper certificate from the concerned DE regarding deposit of EPF of no of labours so deployed.

h. The Security Deposit shall be considered for adjustment against penalty only at the time of final

Page 20: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

20

conclusion of the contract and final settlement of account. i. The final settlement of the bills and refund adjustment/appropriation of any amount retained, the

contractor shall be made fully free after the BSNL is satisfied that all the contractual obligations have been fully met and no amount remains due for recovery from the contractor on any count.

j. The bill shall have to be submitted by the contractor within one month of the date of completion of the work. Total billed amount will be paid after successful completion of work.

k. Any defect noticed during this period has to be attended without any extra payment. l. The contractor shall be required to correct all defects reported by Engineer in-charge. Further on neglect

on the part of the Divisional Engineer or his representative, to confirm or reject inferior work, notwithstanding, final acceptance of the work or any part thereof by the company/the Divisional Engineer/Engineer in-charge or his representative shall not be construed to imply the acceptance of such work. The provisions of this clause shall not in any way affect or limit the contractor’s liability contained in the contract document. 40

40. ROUTING OF BILLS

1. Bills must be routed through SDE Level officer of the SSA concerned. GMTD can change the procedure for processing of invoices to improve the system efficiency any time during extension of the contract agreement.

2. The following documents should be submitted along with bills: a. Satisfactory report of work. b. Challan copies of depositing the EPF & ESI. (If applicable) c. Paid copy of GST. d. Declaration “I am following the rules & condition of the EPF Act, 1952, ESI Scheme &

Other labor law applicable from time to time”. e. GST registration no. may be mentioned on bill & claim for GST may be supported with

copy of paid challan & certificate. f. Availability of BTS during the period.

3. Payment will be released subject to availability of cash/funds. Payment of wages may not be linked with bills payment. 4. PROVISION OF EPF & ESI :-

The bidder must comply with the Provisions of EPF & Misc. Provisions Act, 1952 and employees Provident fund Scheme 1952, in respect of labourers/employees engaged by the bidder for carrying out works. The claim bill of contractor must accompany.

(i) The list showing the details of labourers/employees engaged. (ii) Duration of their engagement. (iii) The amount of wages paid to such labors/ employees for the duration in question. (iv) Amount of EPF contributions (both employer’s & employees contribution), paid to

the EPF Authorities. (v) Copies of Authenticated documents paid to EPF Authorities. (vi) A declaration from the bidder regarding compliance of the conditions of EPF Act

1952 must be submitted along with the bill. 5. The contractor shall be required to comply the provision of ESI & EPF, payment of wages act, contractor

labor regulation act, payment of bonus act, payment of gratuity act and GST regulation. 41. General policy of distribution =

a. Number of Bidders on whom proposed quantity of Distribution the order is proposed to be placed is 1 (One) with 100% quantity.

b. However, the GENERAL MANAGER Durg SSA reserves the right for the placement of order of entire tendered quantity in 60% & 40% ratio with L1 & L2 respectively at L1 approved rate. If L1 bidder fails at any stage of contract, the entire quantities of L1 (remaining balance) can be given to L2 @ L1 approved rate & vice versa.

c. Above distribution of work shall be subjected to allotment of work to successful MSE bidder(s) as per extant ruling of Govt of India at approved L1 rate as per consent of MSE bidder.

d. Successful bidder can be asked to undertake tendered work in any area of BSNL Durg SSA/CG at same rate if required.

42. All pages of bid document/ amendments/ corrigendum/addendum uploaded must be electronically

submitted by bidder or its authorized signatory with valid digital code/ signature

43. NEAR-RELATIONSHIP CERTIFICATE:

a. The bidder should give a certificate that none of his/ her near relative, as defined below, is working in the units where he is going to apply for the tender. In case of proprietorship firm

Page 21: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

21

certificate will be given by the proprietor. For partnership firm certificate will be given by all the partners and in case of limited company by all the Directors of the company excluding Government of India/ Financial institution nominees and independent non-Official part time Directors appointed by Govt. of India or the Governor of the state and full time Directors of PSUs both state and central. Due to any breach of these conditions by the company or firm or any other person the tender will be cancelled and Bid Security will be forfeited at any stage whenever it is noticed and BSNL will not pay any damage to the company or firm or the concerned person. The Company or firm or the person will also be debarred for further participation in the concerned unit.

b. The near relatives for this purpose are defined as:- (a) Members of a Hindu undivided family. (b) They are husband and wife. (c) The one is related to the other in the manner as father, mother, son(s) & Son's wife (daughter in law), Daughter(s) and daughter's husband (son in law), brother(s) and brother's wife, sister(s) and sister's husband (brother in law).

c. The format of the certificate is given in Section VI.

44. RIGHT TO ACCEPT OR REJECT ANY OR ALL THE BID

The GENERAL MANAGER Telecom BSNL Durg SSA reserves the right to accept or reject one, more than one or all the tenders in part or wholly without assigning any reason. He also reserves the right to terminate/ preclose the contract at any time without assigning any reason.

45. Tender can be short closed/preclosed before due time as per agreement by BSNL due to any technology change/ administrative or business reason/ umbrella contract finalized and implemented by higher authority or office without any kind of claim by contractor.

46. E-tendering Instructions to Bidders

Note :-The instructions given below are ITI Limited e-tender portal. E Portal address and the according references/clauses may be suitably modified in this section as applicable from time to time.

General :

These Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’. Submission of Bids only through online process is mandatory for this Tender. For conducting electronic tendering; GMTD BSNL DURG is using the portal https://. www.tenderwizard.com/BSNL through ITI Limited, a Government of India Undertaking.

1. Tender Bidding Methodology:

E-tender Bid System – ‘Two Stage – 1. Techno-commercial bids 2. Financial bids(cost bid)

Financial & Techno-commercial bids shall be submitted by the bidder at the same time. Please keep in note that after verification of uploaded documents to its ORIGINAL DOCUMENTS financial bid would be open.

1.1 Downloaded Tender documents should be uploaded online through E-tender portal: https://www.tenderwizard.com/BSNL without any corrections and overwriting in original, duly digitally signed by bidder.

2. Broad outline of activities from Bidders prospective:

1. Procure a Digital Signing Certificate (DSC) from CCA 2. Register on ITI Limited Portal 3. Create Users and assign roles on ITI Limited 4. View Notice Inviting Tender (NIT) on ITI Limited 5. Download Official Copy of Tender Documents from ITI Limited 6. Bid-Submission on ITI Limited: Prepare & arrange all document/paper for submission of bid

online and offline. 7. Submission of offline documents in sealed envelope at AGM(NWP), O/o GMTD BSNL DURG-491001 (Chhattisgarh).size of documents to be uploaded remains minimum. If required, documents may be scanned at lower resolutions say at 150 dpi. However it shall be sole

Page 22: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

22

responsibility of bidder that the uploaded documents remain legible. 8 Utmost care may be taken to name the files/documents to be uploaded on ITI Limited. 9 It is advised that all the documents to be submitted are kept scanned or converted to PDF format in

a separate folder on your computer before starting online submission. BOQ Part A (Excel Format) may be downloaded and rates may be filled appropriately. For participating in this tender online, the following instructions are to be read carefully. These instructions are supplemented with more detailed guidelines on the relevant screens of the ITI Limited

3. Digital Certificates

For integrity of data and its authenticity/ non-repudiation of electronic records, and be compliant with IT Act 2000, it is necessary for each user to have a Digital Certificate (DC). also referred to as Digital Signature Certificate (DSC), of Class 3, issued by a Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in].

4. Method for submission of bid documents

In this tender the bidder has to participate in ITI Limited e-tender portal online. Some documents are to be submitted physically offline. For details please see below.

4.1. Offline submission:

The bidder shall submit the following documents offline to AGM (NWP), O/o GMTD BSNL DURG-491001 (Chhattisgarh). on or before the date & time of submission of bids specified in NIT, in a Sealed Envelope. The envelope shall bear (the project name), the tender number and the words ‘DO NOT OPEN BEFORE’ (due date & time). 1. DD for Tender Fee as per NIT (Original copy). 2. DD for EMD-Bid Security (Original copy). 3. Original Affidavit. 4. Original Power of Attorney (If applicable).

NOTE: DD - drawn in favour of AO (Cash), O/o GMTD, BSNL DURG Chhattisgarh; PIN -491001, payable at Durg, against payment of tender fee. 4.2 Online submission is in two stage

(A) Contents of 1st stage (Techno-Commercial Bid) a. PAN Card (In case of Partnership/Pvt Ltd firm PAN No of firm is required, in case of proprietorship firm PAN

No of proprietor is to be enclosed).( Attested by Gazetted /Notary)

b. Copy of Latest Income Tax Return for assessment year 2018-19 as per IT Act/ Rules, (Attested by Gazetted

/Notary)

c. The registration/ enlistment of the firm from competent authority/ government/psu unit., (Attested by Gazetted

/Notary)

d. Partnership deed in case of partnership firm or copy of Memorandum and Articles of Association in case of

companies. (Attested by Gazetted /Notary)

e. Original “Power of Attorney” in case a person other than the tenderer has signed the tender document or

authorization certificate for signing the tender document from limited company/Govt./ PSU

f. Experience certificate of having successfully completed similar works in BSNL/ MTNL/ Govt PSU during last

seven financial years ending March 2019 as follows:

Three completed works costing/quantity not less than the amount equal to 40% of the estimated cost/quantity.

OR

Two completed works costing/quantity not less than the amount equal to 50% of the estimated cost/quantity.

OR

One completed works costing/quantity not less than the amount equal to 80% of the estimated cost/quantity.

“Similar work is defined as work involving operation and maintenance of BTSs including filling and

transportation of Diesel, DG maintenance Work” Experience certificate should be issued by JAG level officer or

above level officer. (Attested by Gazetted /Notary).

g. EPF registration certificate. ( Attested by Gazetted /Notary)

h. ESI registration certificate (If applicable) (Attested by Gazetted /Notary); or self declaration letter that it will be

submitted at the time of agreement failing which EMD can be forfeited. If the same is covered by any other policy

of Govt. of India same may be considered for acceptance.

Page 23: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

23

i. GST Registration. ( Attested by Gazetted /Notary)

j. Valid MSE Certificate, if applicable. ( Attested by Gazetted /Notary)

k. List of all Partner/Directors including their name(s), Director Identification Number(s) (DIN) and address(s)

along with contact telephone numbers of office and residence , on firm official letter head –(if applicable.)

l. Declaration regarding none of close relatives is employed in BSNL and declaration regarding not black listing of

firm and undertaking regarding payment insulation are to be filled & signed specifically as per declaration I & II

& payment insulation undertaking III, IV available in tender document Section VI & VII&VIIA& VIIB.

m. Average annual Financial turn over during last three years ending 31st March 2018 should be at-least 30% of

estimated cost put to tender. ( Attested by Gazetted /Notary)

n. Tenderer's profile duly filled in, as per section-V of the tender document.

o. Tender Fee as per NIT

p. EMD-Bid Security

q. Original Power of Attorney ( If applicable)

r. Bid form duly signed digitally.

s. Valid A Class Electrical Contractor license issued from Chhattisgarh Govt.

NOTE;-1.The Bidder has to upload the Scanned documents in sequence manner as above.

2. ALL UPLOADED DOCUMENTS MUST BE ORIGINAL SCANNED OR SELF

ATTESTED AND NOTARISED. OTHER WISE BID WILL BE REJECTED. (DIGITAL

SIGNATURE IN CASE OF UPLOADED BID DOCUMENTS IS SUFFICIENT)

(B)Contents of 2nd stage cost (Financial Bid/ BOQ)

1 Original Price Schedule (BOQ). 2 Price/financial bid shall be uploaded separately in respective link only and bidder shall be required

to upload required information in electronic form only. No hard copy of price bid shall be uploaded in mandatory/general document. No hard copy of price bid is required to be submitted to BSNL office.

3 Submit your bids well in advance of tender submission deadline on ETS as there could be last minute problems due to internet timeout, breakdown, etc.

Note: (i) If some document is not applicable for the bidder then he has to upload scanned copy of paper

mentioning ‘The document <name> called vide clause _______ is not applicable on us. (ii) If document asked for contains more than one page then all those pages may be uploaded in one

PDF file. 5. Registration

To use the Central Public Procurement Portal (https://www.tenderwizard.com), Vendor need to register on the portal. The vendor should visit the home-page of the portal https://www.tenderwizard.com) and Select BSNL.

Note: Please contact ITI Limited Helpdesk (as given below), to get your registration accepted/activated.

.ITI Limited Helpdesk Telephone (011) 49424365 / 49424302

[between 9:30 hrs to 18:00 hrs on working days] Mobile Nos. 9926170388,8305920951 (Shri Mohan Soni) E-mail ID [email protected]

[email protected]

BSNL Contact-1 SDE (PLG) O/o GMTD Durg

Telephone/ Mobile 0788-2334411, [between 11:00 hrs to 17:30 hrs on working days]

E-mail ID [email protected]

BSNL Contact-2 AGM(NWP ) O/o GMTD Durg Telephone/ Mobile 0788-2324000

[between 11:00 hrs to 17:30 hrs on working days] E-mail ID [email protected]

Page 24: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

24

Note : Any support related mail problem should be sent to [email protected] or [email protected].

6. Price schedule / BOQ

Utmost care may kindly be taken to upload price schedule / BOQ. Any change in the format of price schedule / BOQ file shall render it unfit for bidding. Following steps may be followed:

1. Down load price schedule / BOQ in XLS format. 2. Fill rates in down loaded price schedule / BOQ as specified in XLS format 3. Price has to be filled in the same file and the same has to be uploaded. 4. Save filled copy of downloaded price schedule / BOQ file in your computer and remember its

name & location for uploading correct file (duly filled in) when required. 7. Other Instructions

For further instructions, the vendor should visit the home-page of the portal (https://www.tenderwizard.com/BSNL and go to the registered me link. A vender registration page will be opened and their all required information regarding bidder online registration process mentioned read carefully and registered himself

7.1. The bidders intending to participate in e-bidding process shall have to register with BSNL authorized e-Tendering agency namely M/s ITI Limited through their website www.tenderwizard.com and selecting BSNL from their home page. 7.2. Bidder shall have to pay Rs 3500 plus GST through electronic transfer as one time annual registration fee for participating any e-bid published by BSNL through ITI. 7.3. On registration with ITI bidder shall be provided access to ITI e-Tender web portal for accessing and down loading and uploading bid document. It may please be noted that bidder can access and down load bid document but cannot participate in tendering process without registering themselves with ITI e-tender portal. 7.4. For participating in e-Tendering process bidder shall access e-tender document uploaded on the portal and pay requisite tender processing fee as defined for each tender as designated window in the portal. Normally e-tender processing fee is 0.05% of estimated cost of each block in tender subject to minimum Rs 500 and maximum Rs 5000 plus GST (as applicable). 8. Minimum Requirements at Bidders end

• Computer System with good configuration (Min P IV, 1 GB RAM, Windows7) • 2 Mbps Broadband connectivity with UPS. • Microsoft Internet Explorer 7.0 or above • Digital Certificate(s) for users.

Page 25: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

25

SECTIOIN-IX GENERAL TERMS & CONDITIONS (FOR WORK ITEMS)

PART-II

1. DEFINITIONS

1.1. ENGINEER-IN-CHARGE

The Divisional Engineer/ Any other official approved by SSA head/ GMTD Durg of BSNL who shall supervise and shall be in charge of the work at any time.

2. SITE ENGINEER Sub Divisional Engineer or Sub Divisional Officer or Junior Telecom Officer who may be placed by the

Engineer-in-charge as in charge of the work at site at any particular period of time.

3. ISSUE OF WORK ORDER

The work is to be carried out in accordance with the work schedule assigned by Engineer in charge or by site engineer without causing any delay. Work order will be issued by Engineer in charge or by an officer authorized by him.

4. ISSUE OF NOTICES

BSNLs representative at work site shall be the site engineer or such other representative as the Engineer-in-charge may from time to time designate in writing. Notice given in writing by the contractor or by his representative to the site engineer shall be deemed to be notice given to the BSNL. Notice given in writing by the site Engineer to contractor or his representative shall be deemed to be the notice given by the BSNL to the contractor. This also include mode of communication mentioned else where in tender document.

5. REPRESENTATIVE OF CONTRACTOR

The contractor shall have at each site a superintendent, being authorized to represent to contractor. The contractor shall within ten days after execution of the agreement notify the BSNL the names and addresses, Phone No mobile no & email address of the superintendent along with the specimen signatures who will be representative of contractor.

6. JUGDE OF THE QUALITY OF WORK

The Exchange-in-charge shall be the final judge of the quality of work however contractor has to abide by acceptance testing procedure as per instructions .

7. WORKMANSHIP

In addition to any and all other guarantee and warrantee mentioned in the contract, the contractor guarantees that the entire work will be done in a satisfactory manner and free from any defects in workmanship and finish and in conformity in all respects with the specifications and directions. The contractor also undertakes to repair or replace as the case may be at his own cost and risk any part of the work which may develop any defects due to bad workmanship or otherwise due to the fault of the contractor within a period of one month after the written final acceptance of the work by the BSNL. 8. COMPREHENSIVE INSURANCE BY CONTRACTOR

The contractor must keep comprehensive insurance including third party risk for the plant, machinery, and material etc, brought to the site and for all the work during execution. The contractor shall also take out workmen compensation insurance as required by law and undertake to indemnify and keep indemnified the BSNL from and against all manner of claims and demands and losses and damages and charges and expenses that may arise in the course of execution of the contract.

9. OBSERVATION OF RULES & RAGULATIONS

During the performance of works the contractor shall at his own cost and initiative fully comply with all

Page 26: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

26

applicable laws of the land and with all applicable by laws, rules, regulations, order or provisions made or promulgated or deemed to be made or promulgated by any government, governmental agency or BSNL, municipal board, government or other regulatory body of persons.

10. PAYMENT OF WAGES BY CONTRACTOR

The contractor shall comply with all provisions of the ‘payment of wages Act 1936', minimum wages Act 1948, Employees liability Act 1938, Workmen compensation Act 1923, Industrial, Disputes Act 1947, Maternity benefit Act 1961 and the Contractor Labour (Regulation and abolition) Act 1970 or the modifications thereof or any other laws relating thereto and the rules made there under from time to time. The contractor shall indemnify BSNL against payments to be made for the observance of the laws aforesaid.

11. LABOUR LICENCE

11.1. Subject to provisions of contract labour (R & A) Act 1970 and contract labour Rules 1971 as amended

time to time, contractor shall register himself after receipt of letter of acceptance of the tender with concerned licensing authority as per contract labour (R & A) Act 1970 and contract labour rules 1971 as amended from time to time as applicable, and shall commence the actual work only after receipt of license from concerned licensing authority and continue to have valid license until completion of work.

11.2. The contractor has to submit attested copy of labour license issued to him wherever applicable as per labour laws within one month of agreement.

12. DISMISSAL DUE TO INCOMPETENCY OR MISCONDUCT

The Engineer-in-charge may require the contractor to dismiss or remove from the site of work any person or persons employed by the contractor who may be incompetent or due to misconduct and contractor shall forthwith comply with such requirements.

13. OBLIGATION OF THE ENGINEER INCHARGE

The obligations of the Exchange-in-charge or his authorized representative of the BSNL towards the contractors are generalized as under:

a. To provide permits of right of user easements within fifteen days of issue of work order. b. To supply instructions in writing to commence carries out and completes the work as per time schedule

or extended time schedule when the Occasion warrants. c. To measure the work done and other work connects thereof.

14. REPAIR OF DAMAGES (PENALTY) a. If the contractor fails to maintain the required power uptime of 99% as mentioned in agreement at

all site of cluster, penalty @1% of approved tendered value per sites of below uptime percentage shall be levied. As an illustration ,in respect of 95% uptime at any site of cluster, penalty @ (99-95) % of site approved tendered value shall be charged.(Note:--site tendered value means monthly approved tendered value of cluster / no of sites in cluster, and uptime will be computed on monthly basis for the particular site). Penalties being charged for performance deviation under various clauses ,attributable to bidder shall not exceed 10% of total contracted value for relevant invoice period and in such case contract is liable to be terminated with forfeiture of all deposit unless bidder takes permission to continue the contract from GENERAL MANAGER Durg SSA , however inability to access the site due to force majure or administrative reasons will not amount for outage.

b. In case of dispute regarding deciding reasons for total breakdown of the station or any of its item such as DG set/ ACs and Power Plants on account of failure or mistake by day to day operation/ up-keeping staff, decision of the SSA head shall be final and binding on both the parties.

c. In case of total damage or loss of equipment due to improper handling, fraudulent activity or negligence of the bidder, bidder shall be liable to pay the cost of damaged/lost equipment or actual cost of restoration of equipment done either by AMC vendor or any other agency engaged by BSNL in this regard.

d. Bidder shall keep a record of up time of each site and submit a monthly report to site incharge clearly mentioning adhering to uptime norms .

14. (a) REVISION OR MODIFICATION

Page 27: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

27

It will be in the discretion of the GENERAL MANAGER DURG SSA to revise or modify or extend the time limits specified for the work awarded to the contractor.

15. NON ENTITELMENT OF INCIDENTAL CHARGES

The contractor shall not be entitled to cartage and incidental charges and shall make his own arrangement at his own cost for the storage at site and transportation of all such material to actual work spot and for returning the surplus and unused material to the designated place after completion or termination/determination of contracted work.

18. PAYMENT OF MINIMUM WAGES

The contractor has to ensure the payment of minimum wages to each of the Labour deployed. In case of any complaint regarding the same, amount will be deducted from bills/security deposit of the contractor.

19. PROVISION OF EPF 19.1 The contractor shall be required to have registration in EPF department and they shall fulfill/compliance the

provisions of EPF and Misc Provisions of Act 1952 and Employees Scheme 1952. 19.2 Each claim bill of contractors must accompany (i) list showing the details of laborers/employees

engaged, (ii) duration of their engagement, (iii) the amount of wages paid to such laborers/employees for the duration in question, (iv) amount of EPF contributions (both employer’s and employees contribution) for the duration of engagement in question, paid to the EPF Authorities, (v) copies of authenticated documents of payments of such contribution of EPF authorities and (vi) a declaration from the contractors regarding compliance of the conditions of the EPF Act,1952.

19.3 The contractor shall be required to comply the provision of ESI & EPF, payment of wages act, contractor Labor regulation act, payment of bonus act, payment of gratuity act and GST regulation. Non compliance of above provision will be treated as breach of contract and necessary action against the bidder will be taken.

20. GST Registration

The contractor has to submit the registration of the GST. Otherwise no bill will be initiated for payment till the submission of GST registration.

21 FALL CLAUSE

The rate charged for the services under the Contract by the Contractor shall no event exceed the lowest

price at which the Contractor work of identical description to any person (S)/organizations (S) including the BSNL or any BSNL of the Central Government or any Deportment of a State Government or any statutory undertaking of the Central or a State Government, as the case may be during the period till performance of all Orders placed during the currency of Rate Contract is completed.

If at any time during the period of contract (within scheduled services period of during extension)

a) Any vendor reduces the rates of services price, or similar service to any person or organization including

BSNL of Central/ State Government or any Central/State PUS at a price lower than the price chargeable under the contract, he shall forthwith notify the price and date of such reduction to the BSNL, OR

b) It comes to the notice of BSNL regarding reduction of price for the similar service, OR

c) The price received in a new tender for the same or the similar equipment are less than the prices chargeable under the contract.

The BSNL will determine and intimate the new price, taking into account various related aspects such as quantity, geographical location etc, and the date of its effect for the balance service to the vender. The BSNL will also recover any excess amount already paid/payable to the vendor. In case the vendor does not accept the new price and the date of its effect, the BSNL shall have the right to terminate the contract without accepting any further supplies. This termination of the contract shall be at the risk and

Page 28: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

28

responsibility of the supplier and BSNL reserves the right to BSNL the balance unsupplied service at the risk and cost of the defaulting vendor besides considering the forfeiture of his performance security.

22. FORCE MAJEURE:

If, at any time during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract is prevented or delayed by reasons 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 ( hereinafter 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 shall be reason of such event be entitled to terminate this contract nor shall either party have any claim for damages against other in respect of such non- performance or delay in performance, and delivers under the contract shall be resumed as soon as practicable after such an event come to an end or cease to exist and the decision of the Contract Awarder as to whether the works have been so resumed or not shall be final and conclusive. Further that if the performance in whole or part of any obligation under this contract is prevented or delayed by reasons of any such event for a period exceeding 60 days, either party may, at its option, terminate the contract.

If the contractor fails to perform any other obligation (s) under the contract and provided also that if the contract is terminated under this clause, the contract awarder be at liberty to take over from the contractor at a rate to be fixed by the contract awarder which shall be final. 23. TERMINATION FOR DEFAULT:

23.1 The contract Awarder may without prejudice to any other remedy for breach of contract by written notice of default sent to the contractor, terminate this contract in whole or in part.

23.1.1 If the contractor fails to work any or all the works within the time period(s) specified in the contract, or any extension thereof granted by the Contract Awarder pursuant to Clause (9).

23.1.2 If the contractor, in either of the above circumstances does not remedy his failure within a period as the Contract Awarder may authorize in writing, after receipt of the default notice from the Contract Awarder.

23.1.3 In the event the contract awarder terminates the contract in whole or in part, the contract awarder may procure, upon such terms and in such manner as it deems appropriate works similar to those works and the contractor shall be liable to the Contract Awarder for any excess cost for such similar works. However, the Contractor shall continue the performance of the contract to the extent not terminated.

23.1.4 In case of termination , necessary penal actions as per extant ruling of BSNL is liable to be taken against contractor . which might include blacklisting of contractor from participation / rescinding of existing contracts or other actions as per provisions of penal action.

Page 29: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

29

SECTIOIN-X

SPECIFIC TERMS AND CONDITIONS & SCOPE OF WORK

1.0 Scope of Maintenance

1.1 Electrical Maintenance of the Telecom establishment as applicable in this contract means that all Electro Mechanical Services included in the schedule of work are kept in healthy clean and working condition. Specific details of maintenance activities required with regard to each service are detailed under sections pertaining to that service.

1.2 Electrical maintenance shall be carried out as per instructions contained herein & in the respective sections. .

1.3 Scheduled regular and timely visits of site for safety of equipments without 24 Hr manning and taking immediate action in case of theft or sabotage to property.

1.4 After the contract period is over the installation has to be duly handed over to the new agency along with the record of test results of equipments & associated items like oil etc. under supervision of SDE /JTO in charge. However installation is to be taken over by the new agency for O & M within 30 days of award of work.

1.5 Successful bidder will have to carry out/provide Rigger services ( Operation & maintenance work) for GSM/ Mini Links Antenna services i.e. Orientation, Antenna Replacement / Change in position horizontally/up or down, Jumper change, Assembling of connector with waveguide / repairing cleaning/ Replacement of connectors, Wave Guide replacement, IF cable / Connector repair/ replacement . Assisting the BTS maintenance teams, in carrying out any other work on tower of BTS sites including cleaning, housekeeping e.t.c.

2.0 METHODOLOGY

2.1 Contractor will manage to perform routine maintenance and operational functions as desired in contract. Also maintenance staff has to be available round the clock, round the Year even holidays with the firm at a central location, may be at firm’s office. However, strength may vary during day and night shifts as contractor has to provide requisite services for power uptime as specified for upkeep of BTS sites.

2.2 In case of BTS faults despite power up condition, contractor shall report to SSA staff without delay , provide extra-specialized work force so as to attend to the fault in minimum reasonable time without any extra cost. Therefore contractor/ his staff must have mobile connection of BSNL and pvt operator of that area. SSA will be reported on daily basis regarding power up status and BTS radiation status.

2.3 At the start of work, firm shall prepare an inventory of all Electro-Mechanical services jointly with J.T.O /SDE concerned.

2.4 Before start of the work complete equipments/services under scope of maintenance shall be thoroughly examined by the agency jointly with SDE/JTO concerned. All Defects/discrepancies should be brought to the notice of the SDE/JTO in writing within first 30 days of award of work. Defects/discrepancies agreed upon by BSNL shall be got attended by the outgoing agency before handing over the site to the new agency. If the outgoing agency fails to correct the defects/discrepancies within 30 days, the same shall be got done by BSNL at the risk and cost of the outgoing agency.

2.5 However any defect pointed out beyond 30 days, the agency is responsible for attending to the defects/discrepancies.

2.6 A complaint Register as prescribed in annexure shall be kept up-to-date at site by the firm and the same shall be available for checking & verification.

2.6 Firm shall maintain logbooks as prescribed in annexure for DG set

2.7 At the start of each month, the firm in consultation with the SDE concerned shall prepare a Program for preventive maintenance to be carried out during the month.

2.8 If during the period of contract, any of the electromechanical services are added/ altered, the operation, all inclusive maintenance & comprehensive maintenance of the same shall be done by the firm, the rates will be regularized with approval of competent authority . However in case of deletion of any major services similar recovery shall be made from the bill of the contractor.

2.9 The details in the section are approximate to give an idea of services to be maintained. Any variation on higher or lower side shall deem to be included. However the tenderers are advised to inspect the site (s) and make them acquainted before quoting.

Page 30: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

30

3.0 QUALIFICATION

3.1 Minimum staff required. :-At least one Semi skilled staff should be available to attend the day to day

operation and to attend all break down/periodical maintenance then and there per Cluster .

3.2 All electrical repair should be carried out by qualified electricians. Electrician should be ITI or equivalent certificate holder in the trade of electrical from a recognized institute authorized by central/State Govt. with a minimum experience of 3 years in electrical works.

3.3. At least One qualified rigger requires per seven cluster. 4.0 COMMERCIAL

4.1 The workers engaged by firm should maintain proper discipline and good behavior with occupants. The firm shall remove such workers from the site whose behavior is found improper. SSA head decision in this matter shall be final.

4.2 Any damage to the installation (s) / building during the maintenance period due to the carelessness on the part of maintenance staff shall be the responsibility of firm & be replaced / rectified without any extra cost.

4.3 Any accident or damage during maintenance / operation will be the responsibility of agency & BSNL will not entertain any claim, compensation, penalty etc. on this account or on account of non observance of law to the work unless such damage is due to deliberate sabotage and in that case firm has to file compliant/ FIR with police without delay and process it.

4.4 Agency has to observe all the labour rules & regulations in force. 4.5 Dismantled materials shall be returned to the department except those items for which the replacement is

supplied by the agency. 4.6 The BSNL reserves the right to carry out any work at the risk and cost of the agency, if the agency fails to

perform any duty as per the contract. 4.7 The tenderer must obtain himself at his own expense all the information necessary for the purpose of

execution, before tendering. 4.8 The agency should inspect the site & acquaint itself with all the local condition, means of access to work &

nature of work etc. No claim shall be entertained on these accounts. 4.9 The rate quoted must be full & final. 4.10 Nothing extra is payable other than quoted rates unless specified. 4.11 The contractor shall not sublet the work or part thereof. However, services of specialized agencies for

specified work can be obtained. 4.12 The firm shall maintain the installation(s) in such a way as to provide uninterrupted power supply and

required conditions in air conditioned rooms. 4.13 The sitting arrangement for the staff engaged by the agency should be arranged by the firm at its own cost. 4.14 The BSNL reserves the right to terminate the contract by giving show-cause notice of one month duration

at any time during the currency of the contract. 4.15 The BSNL reserves the right to extend the contract for a maximum period of One year or part

thereof at the same awarded rate & conditions.

4.16 The contractor has to keep all the Electro mechanical equipment at site neat and clean to avoid any accident and fire hazard.

4.17 Firm should have the round the clock contact number. In case of emergency contractor and authorized engineer / supervisor shall be available at the site on short notice from engineer-in-charge and make efforts to take situation to normal at the earliest.

4.18 A complaint register shall be kept at site by the firm and same shall be available for checking & verification.

4.19 Once the installation is handed over to the contractor, it is the responsibility of the contractor to attend whatever defects / damages arising after the date of handing over i/c replacement of defective components etc.

4.20 After the contract period is over, the installation has to be duly handed over to the department with all the services in good, healthy, neat, working condition. The contractor shall be responsible for any discrepancies Vis-a-vis, the status of installation at the start of work plus any modification carried out during the currency of the contract.

4.21 Any defects, shortcomings brought to the notice of the BSNL within 30 days of award of work shall be the responsibility of the BSNL.

4.22 The contractor agrees that he shall at all times indemnify BSNL against all claims for compensation under the provisions of any law for the time being in force or in respect of any person employed by it in carrying out the contract. Further, such staff has no right to claim employment in BSNL.

Page 31: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

31

4.23 Contractor has to observe all the labour rules and regulations in force & BSNL shall not be liable for any default.

4.24 The firm shall also coordinate with the JTO / SDE for carrying out energy audit/capacity test at site with respect to all Electromechanical Services whenever required.

4.25 The Firm/Contractor will provide the workers with necessary Testing and Safety Equipment.

5.0 MATERIALS AND TOOLS & PLANTS

5.1 Material

5.1.1. Wherever the scope of work includes comprehensive maintenance, such services, as per inventory shall be maintained on comprehensive basis i.e. no material will be supplied by the Department unless specified in relevant sections of work. The minimum inventory of material, required for smooth maintenance of installation shall be maintained at site. The inventory shall be from BSNL approved make wherever applicable. Only replacement of major equipments under technical specification which is required to be replaced as a whole after due scrapping shall be the responsibility of the BSNL. Till such time firm has to maintain the life expired equipment.

5.1.2 The replacement of material shall be with the same rating and make as that of the original. The firm may also replace an item with energy efficient item wherever the same is available, upon intimation to JTO/ SDE. However, in case of non-availability of a particular make, SSA head may approve the alternate make.

5.1.3 Dismantled and unserviceable items for which a replacement is supplied shall be removed from the site under intimation to the JTO /SDE incharge.

5.1.4 All materials shall be of approved make, model and capacity and shall be matching to the system.

5.1.5 Supplier Invoice/Bill / Purchase particulars shall be produced in case of all major items such as compressor/Lube Oil/Filters etc. as a proof of genuineness. For replacement compressor, the firm shall produce necessary documentary proof. Obsolete items not available in market can be repaired and re used. However efficiency of compressor shall be ensured to avoid penalty under relevant clauses.

5.1.6 The contractor shall maintain minimum inventories with them in addition to items/spares mentioned under specifications. However the items/ spares which are not relevant to particular site need not be maintained.

5.2 TOOLS & PLANTS: All tools and plants, testing & safety equipments required for carrying out various tasks relevant to operation and maintenance have to be arranged by firm at its own cost.

47. Bye laws Indemnity against liabilities

6.1 The contractor shall comply with all by laws and regulations of the local and statuary authorities having jurisdiction over the works and shall be responsible for payment of all fee and other charges and giving the receiving all necessary notices and keep the Engineer –in-charge informed about the notices issued and received.

6.2 The contractor shall indemnify the department against all claims in respect of patent rights design, trademark or name of other protected rights in respect of any plant, machine, work or materials used for or in connection with the works or temporary works and from and against all claims demands, proceedings, costs, charges and expenses whatsoever in respect of or in relation thereto. The contractor shall defend all actions arising from such claims and shall himself pay all royalties.

6.3 License fees, damages, costs and charges of all and every sort that may be legally incurred in respect hereof shall be borne by the contractor.

6.4 All liabilities / penal recoveries on matters arising out of tax/excise /levies such as incorrect deductions discrepancies in the filing of returns, revised assessments by the concerned authorities etc,. shall be borne by the contractor.

48. Any alteration to original specification shall be made after mutual discussion and agreement between Department and contractor. Any price implication in this regard shall be mutually discussed and agreed upon,

49. MODIFICATIONS/ALTERATIONS: a. Modifications or alterations in the design/specifications of any equipment / material will not be

permitted by the Department as a matter of principle. b. However, the Department may relax the above stipulations in exceptional circumstances; where:

a) The same is necessitated due to non-availability of material/component of certain specifications or make. OR

Page 32: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

32

b) Such alterations constitute an improvement in the opinion of the contractor. c. Prior written approval of the Department shall be obtained before execution of alterations /

modifications.

d. The Department also reserves the right to enforce the curtailment/ preclosure /short closure in the assigned quantum of work for any contractor(s) on the following grounds:- Default(s) in regard to works contract execution assigned, or any umbrella arrangement by corporate office for the work specified /change in technology/ business/ administrative reason . The decision of GENERAL MANAGER DURG SSA will be final and binding on contractor.

Page 33: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

33

SECTION XI

TECHNICAL SPECIFICATIONS

Section Description of Sections.

1. EI & Fans (Operation & Mtce.)

2. Lightning conductor (Operation & Mtce.) 3. Engine Alternator Sets (Operation & Comp. Mtce.) 4. AC units 5. Fan

SECTION- 1

E.I. & FANS

Part I : Scope of Maintenance

Ensuring that EI installation is always kept in clean and healthy working condition.

Attending day-to-day routine complaints in a prompt and satisfactory manner.

Ensuring that no breakdown in power supply takes place and in case it happens to take all required steps including contacting supply co. for earliest restoration.

Maintaining the installation i.e. fans fittings and other components of the installation in clean condition including proper sign writing.

Ensuring that there is no wastage of electrical energy. Details of steps to be taken in this regard to be worked out in consultation with the maintenance-in -charge.

Carrying out minor additions and alterations ordered by Engineer-in-Charge

Carrying out various maintenance routine and tests as stated in part-III.

Maintaining Registers for complaints and test results.

Replacement of Battery Bank / Power Plant to provide sufficient back up if necessary.

Measurements of Earth value and keeping record. Part-II. Tasks to be performed within first 15 days:

Following items should be carried out within first 15 days. Establish an enquiry office and organize a system with the approval of the Engineer-in-Charge so that complaints can be received and attended to properly.

Measurement of the resistance of Earth station of E.I. & all earth systems and checking of the continuity of earth conductor. Results to be recorded and reported.

Preparing an inventory of materials to be kept at site for prompt maintenance in consultation with Engineer-in-Charge. Materials for all the services to be considered for preparation of inventory & it should be updated time to time.

Inspection of main board & S D Bs for followings-( with corrective &preventive action) 1. Any loose / improper connection ( No strand cutting for making connection is to be allowed). 2. Improper rating of switches / fuse 3. Cleanliness.

General inspection of EI system to identify shortcoming. Also any other relevant aspect which may come in the way of proper maintenance should be recorded in register and brought to the notice of engineer in charge also.

Insulation test Part-III Maintenance schedule to be followed

Testing of all earthing systems for earth resistance & continuity – to be done at the interval of every six months .Preventive measures are to be taken if required. Pouring of water in earth system is to be done at regular intervals.

Inspection of MB & SDB – every month after initial testing.

Insulation test of MB & SDB – every six months after initial testing.

Greasing & oiling of fans – once in a year in winter.

Cleaning of fans, fittings etc.- on regular basis so that installation is always clean.

Page 34: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

34

Broken / incomplete louvers of fittings, switch plates etc. to be attended at the earliest.

Cleaning of GBT / RTT connection e.t.c. bimonthly MATERIALS. All the materials required for carrying out maintenance shall be supplied by the firm.

SECTION-2

LIGHTENING CONDUCTOR

Part-1 - Scope of maintenance.

1. To ensure that entire system is in proper shape. 2. To carry out testing/inspection as per part-III.

Part –II - Tasks to be performed within 15 days.

1. To inspect the complete system for continuity, proper contacts. 2. To measure earth resistance of earth stations & Record values.

Part-III – Maintenance schedule to be followed.

Weekly

1. Inspect the entire installation comprising of finials, earthing strips, earthing terminals for any shortcomings and bring it to the notice of the Engineer-in-charge

Monthly

1. Inspect installation for continuity and proper contacts.

Half yearly 1. Measure Earthing values ………………………………………………… (April &October) Testing

Detailed Testing of the installation shall be done once in a year to find out capacity and efficiency of various equipment with respect to their rating. The testing procedure shall be same as adopted at the time of original testing ( but without involving the T&D persons.)

Notes

1. The attendants shall check respective items daily as per the checklist. This shall be 100% test checked by JTO /SDE once in 15 days.

2. Monthly & Half Yearly checks shall be performed directly under the supervision of JTO /SDE and

monthly report on the same duly countersigned by AGM level officer before 7th of next month. 3. The yearly testing report shall be sent to AGM with copy to DGM .

MATERIALS. All the materials required for carrying out maintenance shall be supplied by the firm.

SECTION- 3

ENGINE ALTERNATOR SETS

Part- I Scope of maintenance

1. Ensuring that the EA set installation is kept in clean and healthy working condition. 2. Testing the system every day for operating fitness. 3. Carrying out various maintenance activities and test as stated in part-III. 4. The vendor shall arrange inspection of installation by authorized Engine service station and shall

submit its health check report to BSNL. At the beginning of contract. 5. The engines have to be operated whenever required and staff should be available round the clock for

the same

Page 35: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

35

Part –II Tasks to be performed within 15 days

1. Inspect the installation for any shortcoming which is to be recorded and brought to the notice of Engineer in charge. 2. Check the safety devices as well as operating switches for their proper functioning. 3. The system should be brought into working condition, if this is not the case, on priority. 4. The persons(s) should familiarize themselves with the installation, load distribution and working of E/A

set. Need for watch to keep various parameters in permissible limits and responding to various alarms should be clearly understood.

5 Inspect the EA room for proper ventilation (normally 1 1/2 times the radiator area should be available for fresh air and the hot air during operation should have free passage to outside atmosphere. Steps for improvement to be discussed with maintenance in charge.

6 The Engine capacity vis-à-vis the load being supplied be checked to ensure that there is no mismatch. 7 Check the earthing system for proper values. The results of inspection as above should be recorded in

register and brought to the notice of Engineer in charge.

Part III – Maintenance schedule to be followed.

Daily

1. Check Engine oil level & leakage if any. 2. Check Radiator/ Make up water tank water level & leakage if any. 3. Check fuel level. 4. Check state of batteries, terminals for cleanliness and level of water. 5. Check that the battery charger is in trickle charging position 6. Check whether insulation of the Exhaust pipe is proper. 7. Check that ventilation of the EA Room is proper. 8. Check oil pressure. 9. Check if lights and exhaust fan are working properly. 10. Check physically before start for loose connection/ nut bolt. 11. Check hydraulic governor of oil.

Weekly.

1. Check Air line connection and filter. 2. Check fan belt and its tension.

3. Check all Safety, indications, alarms, interlocking & Voltage Regulation Fortnightly.

1. Check Battery voltage, Terminals, Electrolyte level (Top up if necessary). 2. Check Specific Gravity of Electrolyte. (After the above checks, start the engine for No load/ Connected Load and test for 10 minutes the following) 1. Check for any abnormal noise. Shut down the E/A immediately and cause be examined. 2. Check frequency & output voltage. 3. Check the colour of Exhaust gas. 4. Check working of the Indication lamps. 5. Check working of Dynamo and Auto Cut off of the battery charger. 6. Check for any Exhaust gas restriction. 7. Check manual/ auto-changeover from commercial supply on connected load 8. Record various readings in the logbook.

Monthly

1. Check for tightness of connections in engine and control panel. 2. Watering of earth pits and tightening of connections. 3. Check functioning of safety devices. 4. Check belt tensions. 5. Check of battery charger. 6. Check for leakage of fuel line. 7. Check for leakage of exhaust pipes. 8. Inspect the manufacturer’s chart for due date of maintenance.

Servicing of the DEA set on the basis of hour meter/log book reading shall be done by the firm i/c material. However one yearly check up and report is to be got done through authorized dealer regarding good health.

Servicing material has to be purchased from authorized dealer only and invoice to be supplied.

Page 36: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

36

Half yearly

1. Cleaning of bus bars & chambers and tightening of nut bolts…………….. (Feb & Aug) 2. Checking of ACB/ MCCB tripping mechanism …………………………….. (Feb & Aug) 3. Earth testing and Meggering …………………………………………… …... (April &Oct) 4. Relays and other protection devices working properly ……..…………… (April &Oct) Yearly.

1. Tighten all mounting, nut and bolt……………………………………………….. (March) 2. Check turbo charger bearing clearance.( if applicable)……………………………(Oct) 3. Check crankshaft and float………………………………………………………….. (Oct) 4. Check injector inlet screen. …………………………………………………………. (Oct) 5. Clean and calibrate all injectors……………………………………………………. (Nov) 6. Check fuel pump calibration………………………………………………………… (Nov) 7. Replace fuel pump filter screen and magnet……………………………………… (Nov) 8. Complete health check of each set through Authorised Dealer)…..…………… (March)

Part IV: The Complete servicing and check up schedule for EA Set shall be as per detail enclosed in ANNEXURE –

VI and servicing report to be submitted as per ANNEXURE –VII. ANNEXURE VI

SCHEDULE OF WORKS TO BE CARRIED OUT UNDER CONTRACT BY THE CONTRACTOR FOR E/A SETS AND CONTROL PANEL ONCE IN EVERY MONTH PERIOD OR AFTER 250 HOURS OF

RUNNING OF DG SETS,WHICHEVER IS EARLIER.

SL.NO. DESCRIPTION OF WORK ACTION TO BE TAKEN

ENGINE

1) Check the foundation bolt. proper tightening to be done 2) Check the torque of all fasteners. proper tightening to be done 3) Check the oil leakages in Pipe Line. remove the leakage if persists 4) Check the water leakages in radiator. remove the leakage by repairing. 5) Check the alignment of all equipment. Align the equipment’s, if needed 6) Check the greasing /oil greasing of greasing at all points to be done

Auxiliary equipment and linkages.

7) Clean the radiator to be done 8) Check the lube oil level in the sump change the Oil (Purchased from

engine manufacturer.) after every 250 hours of Running of DG sets.

9) Check the fuel pump for proper functioning if required, to be repaired & calibrated. from Mico.

10) Coolant_-- TOP UP at every 250 hours of running. Coolant as per the Engine manufacturer’s prescribed norm.

11) Check the valve tapet clearance adjust if required 12) Check the fuel timing adjust if required 13) Check the belt tension adjust if required 14) Check the condition of v belt replace if defective 15) Check the smoke condition take action for proper smoke 16) Check fuel filter element a) pre-filter insert replace in every two months

b) micro filter insert replace in every two months

17) Check the lube oil filter replace at every oil change. 18) Check air cleaner. to be cleaned or replaced as reqd.

Page 37: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

37

19) Check bypass filter to be replaced if reqd. 20) Clean the button filter of feed pump to be cleaned. 21) Clean the cylinder barrel and cylinder head fins to be cleaned 22) Check the battery water level if less add distill water 23) Check the water level in radiator for water cooled engine top up if required 23) Check CR element and CR plate Replace if reqd. 24) Check exhaust pipe for leakage and Silencer choking Remove leakages and clear restriction 25) Check sediment in fuel tank. clean if required

26) Check hose pipe. replace if defective

27) Check status of battery. If defective, intimate in charge. along with rate for prior approval

28) Check self starter, charging alternator. If defective/ burnt, repair/ rewind.

29) Check measuring instrument If defective, repair/ rewind.

30) Check for safety trip for (if provided)

a) for high cylinder temperature in air to be adjusted if required cooled engine.

b) for high water temperature in water to be adjusted if required cooled engine.

c) for low lubricating oil pressure. to be adjusted if required d) for low level diesel in tank. to be adjusted if required

31) Check for loss of power of engine or If deficiency is noticed, the intimation

heavy smoke. may be given to in charge along with rates of overhauling for prior approval (overhauling rate not to be included in the tender).

Alternator

1) Check for tightness of cable end termination. ensure proper tightening 2) Check the tightness/ condition of the coupling. tighten properly /replace if required 3) Check the blower fan etc. ensure proper running 4) a) Check the slip ring for bedding. to be replaced if worn out b) Check the slip ring holder and carbon brush. to be replaced if worn out

5) Check A.V.R. /Transformer if defective, replace.

6) Check the greasing /status of bearings. greasing to be done 7) Check the terminal voltage on no load. adjust if needed 8) Check the terminal voltage on load. adjust if needed 9) Check the frequency on no load. adjust if needed 10) Check the frequency on load. adjust if needed 11) Check power factor on load. if pf is less than 0.85 intimate in charge to improve the power factor of exchange load.

12) Check full load current. if load current is more than rated capacity of E/A set in charge may be intimated to reduce the load of exchange on E/A set.

13) Check the noise level of the bearing. Replace if bearing needs replacement

14) Check alternator. Check rotor, armature winding, field coil ,etc. if defect is found in any of them, rewind/repair

15) Check ventilation of room /exhaust fan If exhaust fan is burnt, rewind.

Page 38: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

38

If room temperature is still more than 5 C, over ambient temp the cause may be intimated to the incharge to improve ventilation of room.

Control panel

1) Check the incoming switch a) fuse / switch fuse unit. Change with correct rating, if required. b) MCCB / MCB Check the tripping/functioning if not

Proper, Change with correct rating if required.

2) Check wiring for contact looseness. Tighten properly /rewire if required. 3) Check measuring instruments. If faulty, replace. 4) Electronic Protection Unit If faulty replaces. 5) Electronic Hour Counter If faulty, replace Note:

1) In-charge means Engineer in charge/ SDE/ JTO / Any officer designated by SSA head. 2) The spares shall be purchased from the manufacturer of Engine, Alternator& various components of control

panels respectively.

3. Agency Shall rectify the defects and faults during the currency of contract and also provide all the parts required for replacement .Firm should intimate and report in advance regarding the condition of EA set in regards to the major overhauling of the EA set (if due). The major overhauling of the engine shall be carried out after 7000 running hours of DG set by the BSNL provided that engineer in Charge certifies that engine require overhauling.

4) All the maintenance material including filter, mobile, belts etc shall be procured and arranged by the firm

during currency of the contract except major overhauling as above and diesel.

Section –4 Window/split A/C, VOLTAGE STABILISER Part – I

SCOPE OF MAINTENANCE 1. Keep all the units in clean and healthy working condition. 2. Attending day to day faults promptly. 3. Carrying out maintenance tasks as mentioned in Part-III. Part – II Tasks to be performed within 15 days. Inspect all the units for proper Electrical connection & Installation etc. Any short coming to be recorded and brought to notice of Engineer in charge. Part- III Maintenance schedule to be followed. Daily 1. Checking of all units for normal working. 2. Check for room temp. 3. Check for any abnormal sound / vibration. Monthly. Check of air filters & clean them. 2. Checking of Electrical Connections 3. Check voltage stabilizer provided with A/C unit. 4. Check for leakage of condition air. 5. Check that fins are clean. 6. Check the window AC control unit. 7. Check for tripping of compressor by thermostat. 8. Check any combing is required in the fins at the back of the unit Yearly 1. Complete servicing of A/C unit /voltage stabilizers i/c replacement of filters ---------- (February) Testing Detailed Testing of the installation shall be done once in a year to find out capacity and efficiency of various equipment with respect to their rating. The testing procedure shall be same as adopted at the time of original testing (but without involving the T&D persons.) Notes 1. The attendants shall check respective items daily as per the checklist. This shall be 100% test checked by

JTO /SDE once in 15 days. 2. Monthly, Yearly checks shall be performed directly under the supervision of JTO/SDE and monthly report

on the same duly countersigned by AGM shall be sent to the DGM before 7th

of next month.

Page 39: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

39

3. The yearly testing report shall be sent to DGM with copy to SSA head directly by AGM in charge. Part-IV: Material All the materials required for carrying out maintenance with the exception of following shall be arranged by the contractor at his own cost.

1. Replacement of complete A.C. units. 2. Replacement of Complete Voltage Stabilizer.

The contract is for the comprehensive maintenance as such the firm shall arrange all materials at his own cost including replacement of Fan, Motor, Compressor. Note:- The replacement of material shall be with the same rating and make as that of the original. However, in case of non-availability of a particular make, the Engineer-in-charge will approve the alternate make. Part V Special condition relevant to particular job/particular site. Replacement of compressor will be with brand new one from original manufacturer only. Necessary documentary proof to be submitted for record in Sub- Division office. This replacement will be with prior approval of SSA head for work and rates. Part VI: SPECIAL CONDITION FOR WAC / SAC UNIT 1.

1. The rate is inclusive of checking and replacement of any faulty items of AC compressor, Rewinding of blower fan, relay, capacitors, thermostat, grill knob, fan blade, bearing and oiling, greasing etc. leak testing, pressure testing, charging of refrigerant of compressor, cleaning of cooling coil fins, Electronic starter (OLP-3) voltage stabilizer of AC etc. as per detailed specification attached for the above items. 2. The firm shall submit documents in proof of genuineness of the replaced compressor. 3. The faulty compressor shall be the property of the contractor in lieu of supplying new “manufacturer sealed compressor” of same make and mode. 4. GENERAL 4.1 Work comprise of annual maintenance of WAC / Split AC of 1.5 TR, Starter/MCB/OLP, voltage stabilizer, industrial plug & socket / connecting lead, installed at site. The number of AC may be deviated as per rules by the Department. 4.2 All the personnel to be employed by the firm for maintenance of AC should be qualified and experienced for the job . 4.3 The firm shall maintain the log sheet of checklist as per ANNEXURE-II and all jobs done i.e repair, inspection etc. The log sheet of checklist will be separate for each AC for every inspection / service and shall be submitted to Engineer in charge. 4.4In case of trouble in any AC and voltage stabilizer the firm will have to send service engineers for repairs on the same day and should be set right within 24 hours. 4.5 The firm maintain office, service team with vehicle, spares and Telephone number on which he or his representative could be contacted round the clock in connection with maintenance of AC . 4.6 The firm shall maintain site order book at the site for each exchange. 5. INSPECTION / SERVICING OF AC. 5.1 The firm shall carry out weekly visit for inspection of AC and carry out maintenance as per ANNEXURE II to ensure effective performance of AC. If any defect arises in between the servicing dates, the firm shall have to make extra visit on intimation by the in charge on emergency basis. 5.2 Repair / replacement of the parts covered as per schedule attached, will be included in the tender during currency of contract. 5.3 The firm will maintain AC in proper manner to ensure prolonged life, less wear and tear and minimum interruptions. The firm has to carry out necessary work as pointed out by departmental officer from time to time during their inspection. 5.4 The firm shall ensure quarterly servicing of WAC / SAC units. 5.5 Since the maintenance is comprehensive in nature, the firm shall take all corrective measures to avert faults. 5.6 List of exchanges along with following details for AC units will be provided by the Department to the successful Tenderer after signing the agreement. i) No. of AC installed in each exchange. ii) Compressor make model. iii) Voltage stabilizer, make and model (if installed). iv) Contact person and Telephone No.

Page 40: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

40

5.7 The schedule preventive maintenance service covered under this contract shall be in accordance with AC manufacturers and voltage stabilizer manufacturer.

5.8 The faulty compressor shall be replaced by manufacturer sealed compressor. The firm shall submit the photocopy of test certificate. The Invoice and warrantee certificate of manufacturer or his authorized dealer to prove its genuineness.

5.9 The front grill, outer cabinet and base plate is not covered under the scope of the work.

5.10 The servicing report has to be furnished in the proforma enclosed in Annexure VIII.

Annexure VIII Date : No of inspections :- BTS Name Contact Telephone no Windows/ Split AC Make of compressor/ S no S N

Item Action Taken Remarks

1 Cleanliness

2 1.Cooling oil 3 2.Filter 4 3.Body

5 Check/Repair/Replace 6 a. Compressor

b. Fan motor c. Cooling coil d. Running capacitor e. Starting delay f. Thermostat g. Knob h. Fan i. Lubrication

Remark of SDO/ JTO Remark of AGM

Brief of work to be done at site other than technical maintenance work

Up keeping and maintenance of BSNL BTS Sites .

The contractor has to depute staff for carrying out following activities/jobs: 1. Manual operation and running of Engine Alternator Set during Mains Failure/low

voltage..

2. Manual assistance in filling of fuels in DG fuel tanks and monitoring of fuel level. 3. Daily visit to the site for general up-keeping like cleaning & removing of dust particles

of different equipments in the BTS sites and cleaning of its surrounding area including bush cutting. The material used for cleaning shall be supplied by the contractor.

4. Assisting handling of minor store items. 5. Checking of Mobil and diesel level before running of E/A sets. 6. Cleaning of E/A sets and Engine Rooms etc.

7. Checking of Battery water level and its charger unit for E/A set. 8. Running of Window / Split Type AC Units and cleaning of AC filter provided at BTS. 9. Updating related records / History sheets. 10. Routine operational checking of electrical panels, AVR,DG etc.

11. Observation / checking of 3 phase AC supply and keeping / recording its data.

Page 41: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

41

12. Passing information to all concerned regarding any abnormal behavior of the units. 13. Contacting Electrical Sub-station / Control Room during Mains AC Failure to know

about duration / reason of failure and also regarding HIGH/LOW/NO voltage of Three Phase Supply. Collection of cspdcl bill and handing over to concerned SDO/JTO in time

14. Operation of Fire Fighting Appliances at the time of any electrical hazardous occurrence. 15. Watering earth pit and ring earth of tower regularly. 16. Recording of BTS room/shelter temperature. 17. To receive the complaints and intimate to higher concerned authority. 18. Assistance in ID/OD BTS air filter cleaning, wherever required. 19. Testing of E1 of the BTSs. 20. Collection of electricity claims

21. Replacement of Battery Bank / Power Plant to improve backup. 22. Measurements of earth value of all sites half yearly and record to be maintained.

ANNEXURE VII

LOG SHEET PROFORMA FOR SERVICING

No of inspection /servicing………. Date …………….

Exchange Detail

Name of Exchange:…………………………Name of Exchange In charge …………….

Exchange Telephone no:.…………………

Engine Detail Alternator Detail

Sr. no. Sr. no.

Capacity Capacity

Model Model

Control Panel Detail Safety Control of engine

Incoming switch TPN / MCCB /

MCB

High Cylinder Temperature Yes / No

capacity LLOP Yes / No

Lack of Fuel Yes / No

Reading after Servicing

Meter No Load Load

R.p.m

Oil Pressure

Voltage

Ampere

Frequency

Hour meter mechanical

Hour meter Electronic

Diesel consumption on available load in 1 hour

Remark of Service Engineer

(List out defect found during servicing which is not covered in service contract to be charged extra)

][

Checking, Cleaning and Servicing done as per Annexure I of Agreement and EA set running alright.

Page 42: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

42

Signature of Service Engineer. -------------------------------------

Signature of Engine operator with date. ------------------------------------

Signature of S.D.E. / J.T.O.of the Exchange. --------------------- -

Diesel filling, regulation and Important points for DG, DG batteries /and UPTIME

1. Diesel filling based on the fleet card/petro-cards: The agency shall draw diesel by means of the fleet

card/petro- cards under the control of SDE /SDO . The agency shall use appropriate vehicles for

transportation of diesel from the nearest petrol pump to the sites . Full details of diesel opening balance

and closing balance in DG at site shall be recorded in the log sheet incorporated in the contract.

2. Regulation of Diesel: This will be based on CPH, Nos of hours. Average CPH will be on the basis of

joint test report.

a) At present as per BTS load and capacity of DG, the average CPH may be taken as 2.20 LITRE /

HOUR. For the purpose of present diesel allotment this CPH will be followed now till testing.

b) The agency should have technical support to determine and judge the number of electricity units

generated by using one litre of diesel fuel. Actual consumption of diesel at site will be verified with

the help of CPH, DG HOUR METERS, DG KWH METERS. Pilferage of diesel will lead to severe

penalty and recovery from the vendor. Therefore, this is in the interest of both Vendors and BSNL

that correct hour meter and KWH Meter readings to ascertain actual consumption shall be exhibited

at the site, which will be verified by BSNL, from time to time. Records of these parameters shall

invariably be maintained. DG servicing and tuning /maintenance should be done to have the

maximum fuel efficiency. However, the frequency of DG shall be maintained to the standard level

only.

c) The cost of the diesel shall be paid by BSNL to the Petrol pump directly on fortnightly / monthly basis, subject to the maximum amount as calculated based upon the following table / 2.2 liter per hour, till the testing is done:

Sl.No. Average load CPH of DG set (Litres per hour)

1 Upto 2.5 KW 2.2

2 More than 2.5 and Up to 3.5 KW 2.3 4 More than 3.5 KW and up to 5 KW 2.5

5 More than 5 KW and up to 7 KW 2.9 6 More than 7 KW and up to 9 KW 3.5 7 More than 9 KW and up to 12 KW 4.5

(CPH—Consumption per Hour) d) Subsequent to testing the CPH shall be limited to the lowest of the following

(i) CPH of Actual testing.

(ii) The table as in (c) above.

The Average load of the site shall be reviewed based on actual measurement on quarterly basis. The mechanism of testing and determination of average load shall be decided by department.

3. EB Reading & Operation of DG:

The agency has also to record EB Meter readings in the log sheet as per ANNEXURE V.

Page 43: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

43

DG shall be maintained in the most professional manner and due diligence shall be made so that the

DG runs in the most efficient manner, leading to minimum consumption of fuel.

During the availability of main electric supply, DGs are not to be run. The operator shall keep the

track of drainage of exchange battery voltage and shall start only when the voltage drops to 49 V.

If the contractor runs DG during the availability of main electric supply, recovery calibrated to DG

KWH shall be effected. Therefore, the agency shall make all efforts for the availability of healthy

power supply. Any fault like cable fault, MCB fault, Changeover fault which causes power outage

in BTS shall be the responsibility of the agency. Besides, all out efforts such as liaison with

CSEB/making complaint to CSEB, etc. for earliest restoration of main power supply shall be made

by the agency. In case of the common AVR problem (AVR for the whole BTS), the agency shall

immediately intimate this to the AVR maintenance vendor for the earliest rectification of fault.

DG hour meter and KWH meter and AMF panel incorporated in DG to be kept in working

condition and any tampering / fault will entail penalty as well as action for recovery of losses to

BSNL.

In the event of EB supply failure, operator shall operate DG after verifying the sufficient

drainage of Exchange battery voltage. If power is not resumed within Two hour, he shall stop the

EA Set and again allow the exchange battery voltage to drain sufficiently. The same sequence

should continue till resumption of power supply.

DG shall be operated for hours corresponding to the allotted quantity of diesel for the

Particular site. In case of two DGs, each DG shall be run on equal hours basis.

DG shall be maintained such that no fault occurs. If a DG remains faulty for more than 24

hours, a trolley mounted DG of appropriate capacity shall be made available by the agency at

his own cost without any extra payment by department. All out efforts shall be made to avert the

fault and rectification of fault on the same day.

4. Diesel Generator Battery :

DG battery should be maintained, safeguarded and kept in charged condition at the site so as to start

the DG at the time of main supply outage. Life of DG battery is minimum two years. Therefore, if any

damage happens to the battery within this period, the agency has to replace it free of cost. At the time

of hand over, healthy battery will be provided (approximate used period / manufacturing date will also

be indicated).

5. POWER UPTIME: ---

Minimum power availability uptime shall be minimum 99 % .Uptime will be computed by adding hours of main supply availability and DG run hours to the extent of the quantity of diesel allotted as per standard CPH, to the vendor for the particular site, and the permissible hours of site specific battery backup hours. Power (Main supply + DG power supply+ site specific battery backup hours) availability shall ensure the operation of ac units/ free cooling units and BTS equipment. For uptime below 99%, penalty @1% of per site tendered value of below uptime percentage shall be levied. As an illustration ,in respect of 95% uptime, penalty @ (99-95) % of site tendered value shall be charged.(Note:--site tendered value means monthly approved tendered value for cluster/no of sites in cluster and uptime will be computed on monthly basis for the particular site). UPTIME Availability per site %= 100 X (No. of hours in the month – Cumulative downtime of that site in the month) / No. of hours in the month. Daily recording as per relevant Annexures shall be made. This will be verified

Page 44: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

44

manually as well as by remote monitoring system of OMC. In case of no relevant annexure, a separate log sheet as directed by BSNL Authority may be used. Daily uptime % should be extended to monthly UPTIME%.

6. BTS HIGH TEMPERATURE:--

BTS inside temperature shall not exceed 30 degree C. Exceeding temperature will amount to faulty ac unit/free cooling unit. In case of a faulty ac unit, penalty at the rate of maintenance rate corresponding to ac units(derived from the agreement),in addition to the forfeiture of the maintenance charge for the same units shall be effected. Log sheet of ac operation and maintenance should also be maintained and to be produced with the bill in support of efficient and effective maintenance of ac units. The objective of operation and comprehensive maintenance is completely faultless service so as to maximize the revenue generation .The agency shall make diligent and honest efforts for the most efficient and effective electro-mechanical services such that they are not subjected to penalty, ascribed to poor operation and maintenance system.

NOTE:- 1) The above schedule of work does not include :-

a) Top over haul (after every 7000 hours of DG usage) and Major overhaul (after every 10000 hours of DG usage) of the DG sets.

b) The refilling of fire Extinguisher.

The above items will be done either by a separate tender called or in case of urgency may be asked to be carried out by operating vendors. If asked to do above job by operating vendors, the same shall have to be carried out by Manufacturer/ their authorized dealers/ authorized service dealers / OEM and shall be reimbursed as per actual as an extra item after taking due approval from concerned authority .

For the replacement of /refilling of used / life expired Fire Extinguisher, Top & Major Overhaul the

contractor shall furnish the invoice clearly indicating the excise duty and other taxes correctly along with CENVAT credit amount on these items as admissible as per CENVAT credit rules. The correct tariff head shall be furnished along with the invoice.

2) DG/EA set has been considered with three servicing for each EA Set in a year in addition to the underlying comprehensive maintenance. There may be some sites where due to healthy power supply three servicing of DGs may not be required. On the other hand, at some sites, number of servicing will be more than three in a year due to high running of DGs. For servicing more than 3 in a year, extra payment as per justification will be paid. For less nos. of servicing, recovery will be effected. The rate of

extra/recovery for less will be determined by SSA head .

3) The servicing has to be carried out as per manufacturer’ norms/recommendation. As such the agency shall develop its own database to track the due date of servicing/health check up /expert visit.

4) The contractor shall be responsible for collecting of diesel from diesel / petrol pump and /transportation, filling, making arrangement for storage of fuel etc. The cost of the diesel shall be paid by BSNL to the Petrol pump directly on weekly /fortnightly basis by making adequate amount balance in fleet card/petro-card in vogue in Chhattisgarh Circle.

NOTE: ----

(A) ALTHOUGH, THE RATE CONTRACT PERTAINS TO A PARTICULAR DISTRICT AREA AND

LIST PROVIDED IN TENDER, IN THE EVENT OF EXIGENCY, THIS MAY BE OPERATIVE FOR ANY PART OF CHHATTISGARH BSNL CIRCLE AND ADDITIONAL SITES TILL DEVIATION LIMITS.

ANNEXURE-III

DETAILS TO BE DISPLAYED AT SITE

1. Details to be displayed before starting the work.

1 Name of Agency (With Office Address)

2. Name of proprietor

Page 45: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

45

1 Name of Agency (With Office Address)

3. Telephone No. (S) of the firm

4. Name & Address of the supervisor

5. 24 hours contact no.

6. Name & Contact detail of JTO

7. Name & Contact detail of SDE

Annexure-IV

COMPLAINT REGISTER

Complaint No.

Date & Time of

complaint

Detail of complaint

Date & Time of

Redressal of complaint

Reports/Remarks by the

person attending the

complaint

Type of Complaint

Sign.

Minor٭ Major٭

ANNEXURE- V

Electric Supply Company Energy Meter Reading

Sl.no Month Date KWH meter reading Remarks

Page 46: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

46

ANNEXURE- VIII

INVENTORY OF INSTALLATION

Description

Sr.Nop

Items Qty.

1 CFL 2 Wall/pedestal fan 3 Plug/ switches etc.

4 Cables (a) 2X1.5 sqmm copper cable (b) 4X16 sqmm Al. cable (c) 3X1/2 25/35sqmm armored Al. cable

5. Compound Light Fixtures 6. Energy meter panel/Feeder Pillar with 04 nos sub meters & mcbs

And MCCB as incomer

7. Earth Stations 8. Lightning Arrester with Down Conductor

9. Fire Extinguishers 10. LED based Aviation light 11. 20 KVA DG set with AMF panel in acoustic enclosure

NOTE:

1. The above quantities are indicative. The inventory of installation shall be verified and recorded

when handing over the site.

2. The quantity of cables is approximate. Minor variation will be absorbed within the quoted price. ANNEXURE- IX

VISITORS’ LOG BOOK

Date Name of Visitor

Company represented

Purpose of visit

Time of Arrival

Time of Departure

Remarks Signature of the visitor

Signature of the caretaker

Page 47: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

47

Section XII

WORK AREA

Details of services to be provided in SSA :- Services are to be provided for below no of sites, DG sets, AC units, EI sites of SSA. Locations shall be enclosed with Work order

1. Tentative nos of BTS sites :- 162 2. No of DG Sets :- 67 3. No of AC units :- 200 (Optional) 4. No of EI :- 162

The sites and quantity may be changed as per the requirement.

Page 48: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

48

Section XIII LIST OF APPROVED MAKES-BSNL ELECTRICAL WING

S. No.

Item Makes

1 Engine Ashok Leyland /Cummins/ Cater pillar / KOEL/ Volvo Penta / Mahindra & Mahindra (up to 40 KVA) /Escorts (up to 30 KVA)/ Eicher (up to 20 KVA)

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

3 Battery (Lead Acid / Mntc. Free) Amara Raja / AMCO / Farukawa / Hitachi / Exide/ Prestolite / Standard

4 HV Switchgear (Vacuum Circuit Breaker/SF6 )

Biecco Lawrie / Crompton / Kirloskar / MEI / Jyoti Ltd

5 Transformer (Oil filled / Dry type)

ABB / Schneider Electric /Andrew Yule / Bharat Bijlee / Crompton / EMCO / Kirloskar / Siemens

a) Above 400 KVA

b) Up to 400 KVA In addition to above makes, Uttam/Automatic Electric Gear(AEG)/Patson/Rajasthan Transformer and Switchgear

6 Air Circuit Breaker L&T/ Schneider Electric / Siemens

7 MCCB(Ics=Icu) L&T/ Schneider Electric / Siemens

8 SDF units L&T/ Schneider Electric / Siemens/ HPL/Havells

9 Power Contactors L&T/ Schneider Electric / Siemens/ Lakshmi(LECS)

10 Change Over Switch HPL / Havells / H-H Elcon

11 Intelligent APFC Relay L&T/EPCOS(Siemens)/ Schneider Electric / Neptune Ducati/Syntron/ABB

12 Bus Bar Trunking/ Sandwiched Bus Duct

Moeller/L&T/Schneider Electric/ABB/Legrand/Zeta

13 Power Capacitors (MPP/APP) L&T/EPCOS(Siemens)/ABB/Crompton/ Schneider Electric/Neptune Ducati

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

15 Cold shrink HT/LT Cable Joint Denson / 3M(M-Seal )/ Raychem

16 Rubber Matting ISI mark

17 MCB/ lsolator /ELCB/RCCB/ Distribution Board

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

18 MS/ PVC Conduit ISI mark

19 Cable Tray MEM/Bharti/Ratan/Slotco/Profab

20 HT/LT Cables ISI mark

21 PVC insulated copper conductor wire

ISI mark

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

23 Submersible Pump Crompton/Amrut / BE / Calama / Kirloskar / KSB

24 Motors ABB/ Bharat Bijlee / Crompton Greaves / Schneider Electric / HBB / KEC / Siemens/Jyoti Ltd

25 Fresh Air Fans GE / Khaitan/Almonard/Crompton

26 Starter ABB / BCH / Schneider Electric / L&T / Siemens /

27 Single Phase Preventer L&T / Minilec / Siemens / Zerotrip

28 GI/MS Pipe ATC / ATL / BST / GSI / ITC / ITS / IIA / JST / Jindal /TTA / Tata/Zenith

29 Foot Valve ISI mark

30 Gate Valve Advance/Audco/Johnson Controls/Zoloto/Annapurna / Fountain /

Page 49: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

49

Note: Any other makes which are approved by BSNL CO up to the last date of sale of tender can also be used in this contract.

Kirloskar / Leader / Sant / Trishul

31 Compressors Carrier/Emerson copeland/York/Danfoss (for chillers only)

32 Resin Bonded Glass wool Fibre Glass / Pilkingston / UP Twiga

33 Expanded Polystyrene BASF(India) Ltd.

34 Gauge Feibig / H.Guru / Pricol

35 Controls FLICA / Honeywell / Indfoss / Penn-Danfoss / Ranco / Ranutrol / Sporland

36 Fine Filters Anfiltra Effluent / ARW / Athlete/ Airtake/ Dyna / Kirsloskar/ Puromatic/ Purafill/ Purolator / Tenacity

37 GI Sheet HSU Jindal / National / Nippon Denro / Sail / Tata

38 Heat Detector Appollo / Chemtron/ Edward / Fenwal/ Hochiki / Nitton /System Sensor/ Wormald/Honeywell Essar/Notifier

39 Ionization Detector Appollo / Cerebrus / Edward/ /Fenwal / Hochiki / Nitton / System Sensor / Wormald

40 Photo Electric Smoke Detector Appollo / Cerebrus / Edward / Fenwal/ Hochiki / Nitton / Wormald

41 Fire Panel (Microprocessor based)

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

42 Sprinkler/ Hose Reel & Hose Pipe

ISI mark

43 Fire Extinguisher ISI mark

44 Lift OTIS, Kone, Mitsubishi , Schindler,Johnson

Page 50: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

50

SECTION -XIV

LETTER OF AUTHORISATION FOR ATTENDING BID OPENING

(To reach on or before date of bid opening)

To,

Assistant General Manager (NWP), O/o The GMTD DURG Door Sanchar Bhavan Durg CG.-491001

Sub : Authorization for attending bid opening in tender no……………………………… …………………………………………………………………………………dated………

Following persons are hereby authorized to attend the bid opening for the tender mentioned above on

behalf of ……………………………………(Bidder) in

ORDER OF REFERENCE NAME SPECIMEN SIGNATURE Alternate Representative Signature of the bidder Or Officer authorized to sign the bid Document on behalf of the bidder. Note : 1. Maximum of two representatives will be permitted to attend bid opening. In case where it is restricted to one, first preference will be allowed. Alternate representative will be permitted when regular representative will be permitted when regular representatives are not able to attend.

2. Permission for entry to the hall, where bids are opened may be refused in case authorization as described above is not received.

Signature of the Tenderer

Page 51: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

51

SECTION XV

AGREEMENT FOR CONTRACT (To be execute on a non judicial stamp paper of Rs. 100 /-)

This agreement is made on this…………..day of 2019 between M/s…………………………

………………………………… (hereinafter called the contractor whose term includes its successors and

assignees) whose address is at………………………………………. and acting through its authorized

official.

AND

Bharat Sanchar Nigam Limited( hereinafter called the BSNL whose term includes its successors and

assignees) whose registered office is situated at Bharat Sanchar Bhawan, H. C. Mathur Lane, Janpath, New

Delhi - 110001 and acting through its authorized official at Chhattisgarh Circle / SSA.

Now these present witnesses and it is hereby agreed and declared by and between the parties to these present as followings:

1. The contractor shall comply with all the terms and conditions of tender documents contained which

are part and parcel of this agreement and also the following .

2. Paying authority: The bill will be paid by the A.O. (Cash) , BSNL DURG (C.G) -491001 the bill

must be submitted in triplicate after signing by the work supervisory officer and DE concerned.

3. If the contractor fails to complete the work and if the quality of work is not found satisfactory

enough, the BSNL shall have the right to terminate the contract in whole or part.

4. In the event of failure on the part of contractor to execute the work as mentioned in the proceeding

paragraph, penalty as per clauses of tender document shall be imposed apart from penal action of blacklisting etc as per extant ruling of BSNL.

5. :- In case of any accident causing loss/ damage to property and/or life due to non compliance of

contract conditions, the sole responsibility for any legal and /or financial implication would vest with contractor.

6. That contractor shall also be liable for all fines, penalties and the like of working and other

criminal offences arising out of or concerning the work during the contract period, the contractor accordingly indemnifies the BSNL against all such liability.

7. The contractor shall also be liable for all fines, penalties and the like of working and other criminal offences arising out of or concerning the work during the contract period, the contractor accordingly indemnifies the BSNL against all such liability.

8. In the event of any question, dispute of difference arising under the agreement or in connection there with ( except as to matter the decision to which is specifically provided under this agreement), the same shall be referred to sole arbitration of the BSNL 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 by whatever designation such officers may be called (hereinafter referred to as the said officer) and or if the or the said officer is unable or unwilling to act as such, than to the sole arbitration of some other person appointed by the CGM or the said officer. The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act, 1996 or any amendment issued thereafter.

Page 52: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

52

9. If the contractor institutes any legal proceedings against the BSNL to enforce any of its rights under

this agreements it shall be in the legal jurisdiction of BSNL where the work has been done and not the place where the contractors ahs his registered office.

10. The tender valid from ……………………… to ………………………………………….

11. The contractor has deposited EMD Rs. ………………………………………………….

…………………………..& S/D Rs. ………………………………………………………

Signed………………………….. Signed …………………………….. For and on

behalf of the BSNL for and on behalf of the contractor

Name (Caps)……………………… Name (Caps)…………………………. Position

…………………………… Position ………………………………. Date

………………………………. Date ………………………………….

In the presence of witness In the presence of witness

1. 1.

2. 2.

Page 53: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

53

ANNEXURE-X

LOG BOOK OF GENERATOR SET

NAME OF WORK :-

NAME OF AGENCY:-

दनाकं डीजी सेट चालू करने का िववरण CSPDCL िबजली मीटर

रकॉ डग समय डीजी सेट रड ग

चाल ू ब द टोटल घंटा चाल ू ब द

Firm JTO( ) SDE( ) SDE(Bldg. I/C)

Signature of Bidder

Page 54: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

54

Annexure XI

READINGS OF ELECTRICAL AND DIESEL CONSUMPTION IN SITES FOR THE MONTH

ENDING………….

S.N Name

of site

DETAILS FROM EB BILL

EB& DG

CMR in

Units

EB&DG

Total Units

(10)-(9)

DG usage

OMR in

Hrs

DG usage

CMR in

Hrs

Nett DG

usage in

Hours

(13)-(12)

Cost of Diesel in

Rs./ litre

Period of the Bill Total EB

consumption

in units

Total EB

bill

amount in

Rs. From To

1 2 3 4 5 6 10 11 12 13 14 1

5

2

3

4 Important Note: Along with the monthly bill, the contractor shall submit the following Performa by 7th of every month. OMR – Opening Meter Reading CMR – Closed Meter Reading

SIGNATURE & SEAL OF THE

CONTRACTOR

Page 55: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

55

SECTION -XVI

FINANCIAL BID – DURG SSA

Name of Work: - OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE IN DURG SSA

NIT No.:- GMTD/DRG/T/W-63-04/O & M/BTS/NBSNL/19-20/21 Dated 26/08/2019

SN Description of work No of

units

Unit Rate per

unit Rs

Total

Cost Rs

1 Upkeep of BTS including cleaning of towers(GBT) w.r.t. vegetation & others, surrounding area, cleaning, providing operation of various electromechanical services, RF Maintenance & rigger work viz. electrical installations i/c Diesel Engine Alternator sets etc. for proper upkeep of equipments & site , including transportation & filling of diesel, making arrangement for storage of diesel etc. to ensure uptime as per tender

17 cluster

2 Operation & Comprehensive maintenance of up to 20 KVA DG set, AMF panel, canopy, servicing as per Manufacturers recommendation including supply of lub.oil, filters, coolant ,topping up etc. complete as required as per inventory of installations, down time mentioned in the detailed conditions and specifications attached.(Note-03 nos. servicing/year of DG set with all consumables is included in this item, however if any additional servicing requires ,will be paid extra on actual basis)

67 Nos

3

Comprehensive maintenance of Electrical installations i/c fittings, panels and switchgears, aviation light with control gear, earthing, cabling ,lightning conductor, energy meters, aviation light etc. as per detailed conditions and specifications given in relevant sections. Comprehensive maintenance of 1.5/2 TR Window/Split AC units including all control gears as per specifications/ conditions of contract & as per the details given in relevant sections by arranging required spares, tools and plant etc. to keep all the services operational up to the required standards, complete as required

162

Nos

Gross Total Rs

(1) Rate should be inclusive of all charges i.e. labour charges, insurance, transportation & all taxes/duties applicable in state/central govt. and public bodies excluding GST.

(2) The sites and quantity mentioned in Section-XII may be changed as per the requirement. (3) L 1 (Lowest bidder) will be decided on composite prices of all items.

(4) Please quote rate for all above items;

I/ We have read carefully the terms and conditions, technical aspects / matter guidance in connection with this tender and accept all terms and conditions etc and assured that I/We have the capacity / capability to comply the order within specified time & quoted the rates accordingly and shall abide by the provisions contained therein.

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 180 days from the date of opening of qualifying bid and it shall

Page 56: E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS INFRASTRUCTURE …chhattisgarh.bsnl.co.in/Intranet/TenderFile/8517T.pdf · E-TENDER FOR OPERATION & MAINTENANCE OF NON-BSNL BTS

56

remain binding upon us and may be accepted at any time before the expiry of that period. Signature of Bidder with seal

Signature of Bidder with seal

Important note :-

1. The prices shall be quoted after taking into account the entire credit on inputs available under the MODVAT SCHEME introduced w.e.f. 1st March, 1986 and further extended on more items till date. 2. GST will be accounted for extra as per applicable rule & CENVAT credit are admissible as per CENVAT credit

rules 2004. 3. Invoice / bill should be printed with serial number and GST / CST / VAT registration number number. Invoice /

bill favouring BSNL shall issued by the supplier / contractor indicating the amount of customs duty, ED, CST, VAT and GST etc.

4. The evaluation and comparison of responsive bids shall be done on the basis of lowest to BSNL on the prices offered inclusive of duties and taxes (but excluding CENVAT -able duties & taxes), Sales tax etc. as indicated in the price schedule.

5. In case supplier / contractor brings exemption certificate from the commercial tax department, the WCT shall not be deducted at source.

6. The rates for all items of work shall, unless clearly specified otherwise, Include cost of all Labour, materials and other inputs involved in the execution of the items as specified in the scope of work.

7. Normally EA sets are under guarantee for a period of one year after the date of commissioning (as per inventory). But even during the guarantee period the contractor shall be fully responsible for maintaining the Electromechanical services and to take whatever steps as maybe necessary including preventive to avoid breakdown as per the recommendations of the manufacturer. However during the guarantee period the contractor may avail the service for the Window/Split/PAC and EA set manufacturer for any guarantee related issues. The contractor will be completely responsible for co-ordination/ Liasioning etc., with the manufacturer and BSNL shall not pay anything extra on this account.

8. It is the responsibility of operating firm to ensure that for any abnormality in sound/behavior/operational nature of these items should be brought in the notice of Engineer –in –charge and its operation should be stopped immediately to avoid any breakdown. Subsequently they should take up maintenance.

9. Any breakdown/Ceasure of EA Sets due to negligence in operation and general maintenance will be operating firm responsibility. If negligence will be established , the same will be done at operating firm’s risk and cost,

10. Any problem relating to labour is the firm’s sole responsibility. Any such problem observed will be treated as firm’s inefficiency and will invite departmental action as deemed fit by department i/c barring of the firm.

11. In each site one DG set and two nos of AC units are installed and AMC involves working on these assets at site unless specified specifically.

12. At least One qualified rigger requires per seven cluster.