O/o GMTD BSNL BILASPUR

Size: px
Start display at page:

Download "O/o GMTD BSNL BILASPUR"

Transcription

1 BHARAT SANCHAR NIGAM LIMITED (Govt. of India Enterprises) O/o GMTD BSNL BILASPUR E-TENDER FOR UPKEEPING,OPERATION& MAINTENANCE OF BTS SITES IN BILASPUR SSA TENDER NO. : T074/BTS Mtc./Bil./18-19/06 Dated: Date & Time of Submission of Bid up to 11:00 hrs of Date & Time of Opening of Bid up to 12:00 hrs of Validity of the Bid: 240 Days Cost of tender document Rs. 2360/- (COVER PAGE) Page 1 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

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 IX GENERAL TERMS AND CONDITION-II X SPECIFIC TERMS AND CONDITIONS XI Technical Specification and brief of work, Annexure XII Work area 47 XIII List of approved makes- (tentative) Authorization to attend tender opening XIV 50 Agreement format XV Annexure XVI Financial Bids ( To be submitted separate for each section of work in NIT) Page 2 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

3 Sr. No. Documents SECTION-II CHECK LIST FOR TENDERERS 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 or his authorized representative. Attach following document Attested by Gazetted officer/notary Copy of PAN Card (In case of Partnership/Pvt Ltd firm PAN No of firm is 5 required, in case of Proprietorship firm PAN No of proprietor is to be enclosed) 6 copy of latest Income Tax Return 7 Copy of 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). Copy of the partnership deed in case of partnership firm or copy of 8 Memorandum and Articles of Association in case of companies Original Power of Attorney in case a person other than the tenderer has 9 signed the tender document or authorization certificate for signing the tender document from limited company/govt./ PSU 10 Copy of experience certificate as per NIT eligibility Condition 11 Copy of EPF registration. Copy of ESI & LABOUR registration, If not available at the time of bid submission, enclose a declaration letter that it will be submitted at the time of 12 agreement failing which EMD can be forfeited and party can be black listed from any tender in BSNL BILASPUR SSA. If the same is covered by any other policy of Govt. of India, same may be considered for acceptance. 13 Copy of Registration with Central Excise Department for service tax/ GST. 14 Copy of Valid MSE Certificate, if applicable. List of all Partner/Directors including their name(s), Director Identification 15 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 Copy of Average annual Financial turn over during last three years ending 31 st 17 March of the previous financial year :- should be atleast 30% of estimated cost putto tender. 18 Electrical Contractor license category B or A 19 Solvency certificate: It is required to produce solvency certificate of 40% of Estimated Cost of Bid from any Scheduled / Nationalized Bank. Solvency certificate should not be older than 1 year from date of NIT.it should be Attested by gazetted officer / Notarized. Yes or No Page 3 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

4 aa SECTIOIN-III Øaekd % HkkjrlapkjfuxefyfeVsM ¼Hkkjr ljdkjdk,d miøe½ dk;kzy; egkizca/kdnwjlapkjftyk& बल सप र fufonkvkea=.k lwpuk ch-,l-,u-,y- dh vksjlsdk;kzy; egkizca/kd nwjlapkj ftyk&बल सप र }kjk l{ke Bsdsnkjksals बल सप र,l,l, ds varzxr chvh,llkbvks lkbvksa a ds lapkyuvksjvuqj{k.kgsrq gsrqbysdvªkfud&fufonk,avkeaf=r dh tkrhsgsafufonk [kksyus dh frffk cts12:00gsa folr`rtkudkjh ds fy, d`i;kosclkbzv& ;khttps:/ lgk;degkizca/kd ¼ य जन ½ dk;kzy;egkizca/kd egkizca/kdnwjlapkj] nwjlapkj]बल सप र ftyk&बल सप र Page 4 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

5 SECTIOIN-IV BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise) OFFICE OF THE GENERAL MANAGER TELECOM DISTRICT BSNL BILASPUR DETAILED NOTICE INVITING E TENDER Tender :T074/BTS Mtc./Bil./18-19/06 Dated Properly PVC/packing tape sealed E - tenders are invited for and on behalf of BSNL by the GMTD BSNL BILASPUR from the eligible firms for carrying out Upkeeping, Operation and maintenance of BTS sites of BILASPUR SSA. E-Tender for carrying out upkeeping, Operation and maintenance of BTS 1 Name of Work sites of BILASPUR SSA 2 Tender No T074/BTS Mtc./Bil./18-19/06 3 Validity of tender offer 240 days from opening date. 4 Sections details of work BILASPUR SSA 5 Estimates Cost Rs 1,19,85,366.50/- 6 EMD ( Rs) Rs 2,99,634/- 7 Cost of Tender Document (Rs) Rs2360/- Tender document can be obtained by downloading it from the website Tender link for study and record. The official copy of tender document for participating in E-tender shall be available for 8 downloading at :30Hrs onwards upto Closing date of NIT 9 Deleted The tender document shall be available for downloading from 05:30hrs Availability of online tender dated onwards upto 11:00 hrs dated document Tender documents shall be available on portal mentioned in DNIT only for online participation in tender Time and last Date of online submission of tender Time and Date of online opening of tender 13 Venue of tender opening 14 Amendments/Corrigendum of bid 15 EMD and cost of tender Duly filled Tender document along with all documents should be submitted on line on portal or before , 11:00 hrs 12.00Hrs on Assistant General Manager (NP-CFA), O/o The GMTD BILASPUR,BSNL Telephone Exchange BILASPUR CG (Contact at / and confirm regarding office to ensure timely submission of documents ) Up to (17:30 hrs) EMD is to be paid in the form of DD/Bankers cheque payable at BILASPUR, valid for 180 days from opening date. It can also be paid in FDR/BG Valid for at-least 18 months from bid opening date. EMD should be in favor of AO (Cash) GMTD BSNL BILASPUR Cost of bid can be in the form of DD/Cash/ Bankers cheque in favor of AO (Cash )O/o The GMTD BSNL BILASPUR Cash receipt to be submitted as per tender submission procedure. MSE bidder are exempted from payment of EMD/ Cost of bid as per valid certification on bid opening date. Page 5 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

6 TERMS AND CONDITIONS OF THE TENDER: 1. Purchase of Tender Document: As per S. No. 8 of NIT. 1.1 The bidders downloading the tender document are required to submit the tender fee amount through DD/ Banker s cheque/cash along with their tender bid as per bid submission procedure, failing which the tender bid shall be left archived unopened/ rejected. The DD/ banker s cheque shall be drawn from any Nationalized/ Scheduled Bank in favour of AO (Cash) GMTD BSNL BILASPUR and payable at BILASPUR. 2. Bid Security/EMD: EMD is to be paid in the form of DD/Bankers cheque payable at BILASPURSSA, validfor 240 days from opening date. It can also be paid in FDR/BG Valid for at-least 18 months from bid opening date. EMD should be in favor of AO (Cash) GMTD BSNL BILASPUR 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 documentappearing on the website with amendments as uploaded by BSNL. In case of discrepancy of bid submitted from the one uploaded by BSNL, the bid will be rejected and a case of fraud will be registered with police. 7. Place of opening of Tender bids:tenders will be opened online at AGM (NP-CFA), City Telephone Exchange, Near AgrasenChowk, Bilaspur (C.G.) (Contact at , ). 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 will not be accepted. 10. Incomplete, ambiguous, Conditional, unsealed tender bids are liable to be rejected. 11. The BSNL BILASPUR SSA BILASPUR reserves the right to accept or reject any or all tender bids without assigning any reason and is not bound to accept the lowest tender. 12. All computer generated documents should be duly signed/ attested by the bidder/ vendor organization. 13. 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. 14. The tenders which are not submitted in above mentioned manner will be rejected. 15. 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. Latest Income Tax Return 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 and current financial year upto date of NIT : Three similar successfully completed works costing not less than the amount equal to40% of estimated cost put to tender. OR Page 6 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

7 Two similar successfully completed works costing not less than the amount equal to 60% of estimated cost put to tender. OR One similar successfully completed works costing not less than the amount equal to 80% of estimated cost put to tender. Similar work is defined as work involving Operation and maintenance of BTSs / infrastructure with DG, AC maintenance work.experience certificate should be issued by JAG level officer.(attested by Gazettedofficer /Notary). g. EPF registration certificate.( Attested by Gazettedofficer/Notary) h. ESIC & LABOUR registration certificate (If applicable )( Attested by Gazettedofficer/Notary); orself 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. Registration with Central Excise Department for service tax/gst appropriate category.( Attested by Gazettedofficer/Notary) j. Valid MSE Certificate, if applicable.( Attested by Gazettedofficer /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 31 st March of the previous financial year should be at-least 30% of estimated cost put to tender.( Attested by Gazettedofficer/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. Electrical Contractor license category B or A t. Solvency certificate: It is required to produce solvency certificate of 40% of Estimated Cost of Bid from any Scheduled / Nationalized Bank. Solvency certificate should not be older than 1 year from date of NIT.(Attested by gazetted officer / Notarized) 16. 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 BILASPUR SSA or change of technology or administrative or business reason without any financial liability to BSNL from bidder/contractor. The decision of GMTD BSNL BILASPUR will be final and binding on bidder / contractor. 17. Approved vendor may have to work any where in SSA as per urgent needs of BSNL. 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 BILASPUR(CG) reserves the right to reject any or all tenders without assigning any reason what-soever. Copy to : 1) visit us at - Assistant General Manager (NP-CFA) O/o Telecom District Manager BSNL, BILASPUR Page 7 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

8 SECTION-V TENDERER'S PROFILE General : 1. Name of the tenderer/firm : Name of the person submitting the tender whose photograph is affixed Photograph of Authorized Signatory to be affixed here 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 : Telegraphic Address : Telephone No. : Off Fax Resi Mobile No (with STD code) 6. E mail Address for communication : 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: Tenderer s bank, its address: and his current account number Permanent Income Tax number: Income Tax circle I/We hereby declare that the information furnished above is true and correct. Place: Date: Note:-All information should be filled by the contractor. Signature of tenderer/authorized signatory Name of tenderer Seal of the tenderer Page 8 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

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, BSNL 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 9 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

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 security deposit held by BSNL BILASPURSSA. Signature of Tenderer Name of the Tenderer (Capacity in which signing) Station: Date: Page 10 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

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 BILASPUR SSAas 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 11 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

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: Place: Signature of Tenderer Name of Tenderer Along with date & Seal Page 12 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

13 1. DEFINITION SECTIOIN-VIII GENERAL TERMS &CONDITIONS PART-I 1.1. GENERAL MANAGER: Telecom District Manager BSNL BILASPUR SSA or any officer authorized by him on his behalf CONTRACTOR/TENDERER/SUPPLIER: The individual or firm or company, whether incorporated or not, undertaking the works under this tender CONTRACT: The formal agreement executed between TELECOM DISTRICT MANAGER BILASPUR 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 theireligibility 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. Latest Income Tax Return 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 January 2017 as follows: Three similar successfully completed works costing not less than the amount equal to40% of estimated cost put to tender. OR Two similar successfully completed works costing not less than the amount equal to 60% of estimated cost put to tender. OR One similar successfully completed works costing not less than the amount equal to 80% of estimated cost put to tender. Similar work is defined as work involving Operation and maintenance of BTSs / infrastructure with DG, AC maintenance work Experience certificate should be issued by JAG level officer.(attested by Gazetted /Notary). g. EPF registration certificate.( Attested by Gazetted /Notary) h. ESIC & LABOUR registration certificate (If applicable )( Attested by Gazetted /Notary); orself 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. Registration with Central Excise Department for service tax/ GST appropriate category.( Attested by Gazetted /Notary) j. Valid MSE Certificate, if applicable.( Attested by Gazetted /Notary) Page 13 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

14 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 31 st March of the previous financial year 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. PASS PHRASE for both part (Technical and Financial) s. Bid document duly signed digitally. t. Electrical Contractor license category B or A u. Solvency certificate: It is required to produce solvency certificate of 40% of Estimated Cost of Bid from any Scheduled / Nationalized Bank. Solvency certificate should not be older than 1 year from date of NIT.it should be Attested by gazetted officer / Notarized. 7. 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 BILASPUR SSA or change of technology or administrative or business reason without any financial liability to BSNL from bidder/contractor. The decision of GMTD BSNL BILASPUR will be final and binding on bidder / contractor. 8. Approved vendor may have to work any where in SSA as per urgent needs of BSNL. 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 BILASPUR CG reserves the right to reject any or all tenders without assigning any reason what-so-ever. 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 GMTD BSNL BILASPUR 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 BILASPUR The earnest money deposit of successful Tenderer can be adjusted towards security deposit or refunded in case of 100% security deposited submitted The earnest money will be deposited by bidder in favour of AO (Cash)GMTD BSNL BILASPUR The MSE bidders are exempted from payment of bid security: 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) MSE unit is required to submit its monthly delivery schedule. d) 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 one year from the date of issue of such order. 6. SECURITY DEPOSIT All suppliers (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 so. Page 14 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

15 6.1. The successful Tenderer shall within 15(Fifteen) 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) GMTD BSNL BILASPUR FDR/ BG should be valid for atleast 18 months from tender opening date.gmtd BSNL Bilaspur may grant extension of another 7 days on case to case basis based on merits as a special case. After the above mentioned period GMTD BSNL Bilaspur will not have any discretionary power to grant further extension. Hence the bid will be treated as cancelled and following further action will be taken. Non compliance by the bidder in executing the agreement within the stipulated time as specified in the Tender will result in debarring the bidder from participating in any of the Tender floated by GMTD BSNL Bilaspur for next one year. The bid security of the bidder will be forfeited. BSNL may award the work to any other bidder at the discretion of BSNL or call for new bids 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 The FDR/bank guarantee furnished as security deposit should be valid for a period of not less than eighteen months from the date of agreement 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 BILASPUR SSA for period considered being suitable for a particular tender 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 7.1. 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 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 BILASPUR SSA, however inability to access the site due to force majure or administrative reasons will not amount for outage If the work is not completed in the time on the part of the contractor, the GENERAL MANAGER Telecom BSNL BILASPUR SSA will have the authority to get the work done by other agency at the cost of tenderer The GENERAL MANAGER Telecom BSNL BILASPUR 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 BILASPUR 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 Page 15 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

16 9.1. The contractor may be debarred from participating in all the future tenders of BSNL BILASPUR 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 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. 9.3 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 rejectedon the basis of unreasonable and illogical rates. 11. NEGOTIATION/COUNTER OFFER The GENERAL MANAGER Telecom BSNL BILASPUR SSA reserves the right to counter offer prices, ask for re offer against prices quoted by any Tenderer subjected to CVC/ BSNL guidelines. 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 (NP-CFA), O/o The GMTD BILASPUR,Door Sanchar BhavanBILASPUR CG The tenderer can be intimated through SMS & E Mail also which will be valid communication. 14. ARBITRATION 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 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 Page 16 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

17 16. EXECUTION OF AGREEMENT The successful Tenderer will have to execute an agreement on a non judicial stamp paper of Rs (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 BILASPUR 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 BILASPUR 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 AGM level officer of CG circle / SSA sign the contract on behalf of GENERAL MANAGER Telecom, BSNL BILASPUR SSA and he will represent the BSNL with reference to contract. 20. 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 BILASPUR SSA Circle will be final and binding on bidder / contractor. Moreover the quantity of BTSs in the cluster can also be changed by SSA head during the agreement period of tender. This situation may arise due to shut down of any BTS, installation of new BTS, etc. The rates quoted per cluster however will not be changed until/unless the variation is within 25%. 20. RIGHT TO VARY QUANTITIES The quantities/figures mentioned in the tender schedule are approximate and are subject to change. 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 TELECOM DISTRICTBILASPUR,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 service tax/gst which will be paid extra as applicable from time to time. Page 17 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

18 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 beappropriated 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 Method of preparation of bid: 27.1No. of Bid Submission Stages for tender : Single Stage. 27.2No. of Electronic Envelopes for submission of Bids : Two Nos- Techno commercial & Financial. If Techo-commercial online bid is found eligible / responsive,then only the financial online bid will be opened. Note 1 The bidder shall submit Techno-commercial & Financial bids electronically simultaneously. Note 2 The bids will be evaluated techno-commercially first and thereafter financial bids of technocommercially compliant bidders only shall be opened First envelope will be named as techno-commercial bid will contain documents of bidder s satisfying the eligibility / Technical & commercial conditions and 2 nd envelope will be named as financial bid containing financial quote. These envelopes shall contain one set of the following documents :-Technocommercial envelope shall contain documents as per clause 3 & 5, section VIII. Financial envelope shall contain: Electronic Form- financial bid along with Price Schedule 28. Offline Documents: - Offline submission: The bidder shall submit the following documents offline to AGM (NP-CFA), City Telephone Exchange, Near AgrasenChowk, Bilaspur (C.G.) 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. Tender Fee as per NIT (Original copy). 2. EMD-Bid Security (Original copy). 3. Original Power of Attorney (If applicable) Page 18 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

19 NOTE : (1)The Bidder has to upload the Scanned copy of all above said documents during Online Bid- Submission also. (2) all the offline envelopes shall bear (the project name), the tender number and the words DO NOT OPEN BEFORE (due date & time). 29. The tenderer will be bound by all terms, conditions & specifications as detailed in the tender document. 30. 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. 31. Tenders should be addressed to Assistant General Manager (NP-CFA), O/o The GMTD BILASPUR,AGM (NP-CFA), City Telephone Exchange, Near AgrasenChowk, Bilaspur (C.G.) and submitted online before the closing (date & Time) of tender, as mentioned in DNIT. The tenderer is to be ensure the submission bids 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. 32. LATE BIDTender will not be accepted /received after the specified date and time notified by BSNL and thesame shall be rejected/ left archived un opened. It is the sole responsibility of the tenderer that he should ensure timely submission of tender. 33. 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 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 technocommercially 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 34.1 The bidder may modify, revise or withdraw his bid after submission prior to deadline prescribed for submission of bid as per provisions of online portal The bidder s modification, revision or withdrawal shall have to be online,digitally authenticated No bid shall be modified subsequent to the deadline for submission of bids 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. Page 19 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

20 36. Evaluation :- In pursuant with clause 10, section VIII, Bids will be evaluated on the basis of lowest overallcost ( 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 31. Any effort by a bidder to modify its bid 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 AGM level officer. Any delay in issue ofwork order will be the sole responsibility of the officers to suppose to submit the work order. 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. 39. PAYMENTS a) The contractor shall submit bill on completion of the work 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 at the time of payment of each bill. d) Sales tax as applicable will be deducted. e) The bills are to be submitted in DUPLICATE 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 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. ROUTING OF BILLS 1. Bills must be routed through AGM 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 Service Tax. d. Declaration I am following the rules & condition of the EPF Act, 1952, ESI Scheme & Other labor law applicable from time to time. Page 20 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

21 e. Service Tax registration no. may be mentioned on bill & claim for service tax may be supported with copy of paid challan& certificate. 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. Theclaim bill of contractor must accompany. (i) The list showing the details of laborer/ 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 service tax 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 BILASPUR 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 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. 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. Successful bidder can be asked to undertake tendered work in any area of BSNL BILASPUR SSA at same rate if required. 44. NEAR-RELATIONSHIP CERTIFICATE: 1. 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 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. 2. 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). 3. The format of the certificate is given in Section VI. 45. RIGHT TO ACCEPT OR REJECT ANY OR ALL THE BID The GENERAL MANAGER Telecom BSNL BILASPUR 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. 46. Tender can be shortclosed/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. Page 21 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

22 47. E-tendering Instructions to Bidders Note:-The instructions given below are tenderwizard.com e-tender portal. E Portal address andthe 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, DGM(CM&CFA)) % GMTD Bilaspur is using the portal through ITI Ltd., a Government of India Undertaking. 1. Tender Bidding Methodology: Sealed Bid System Single Stage Using Two Envelopes, Financial & Techno-commercial bids shall be submitted by the bidder at the same time. 2.Broad outline of activities from Bidders prospective: 1. Procure a Digital Signing Certificate (DSC) from CCA 2. Register on tenderwizard.com Portal 3. Create Users and assign roles on tenderwizard.com 4. View Notice Inviting Tender (NIT) on tenderwizard.com 5. Download Official Copy of Tender Documents from tenderwizard.com 6. Bid-Submission on tenderwizard.com Prepare & arrange all document/paper for submission of bid online and offline. 7. Submission of offline documents in sealed envelope at AGM (NP-CFA), O/o GMTD BSNL AgrasenChowk Bilaspur (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 responsibility of bidder that the uploaded documents remain legible. 8 Utmost care may be taken to name the files/documents to be uploaded on tenderwizard.com. 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. Financial bid 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 tenderwizard.com 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 or above, issued by a Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer 4. Method for submission of bid documents In this tender the bidder has to participate in tenderwizard.com e-tender portal online. Some Documents are to be submitted physically offline. Page 22 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

23 4.1.Off line submission: As per clause 15 of section IV NIT terms and condition The bidder shall submit the following documents offline to AGM (NP-CFA) O/o GMTD BSNL Bilaspur (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. Tender Fee as per NIT (Original copy). 2. EMD-Bid Security (Original copy). 3. Original Power of Attorney (If applicable) NOTE: The Bidder has to upload the SELF ATTESTED Scanned copy of all above said documents during Online Bid-Submission also. 4.2 Online submission: As per clause 15 of section IV NIT terms and condition S. No. Contents of 1stEnvelope (Techno-Commercial Bid )& 2 nd Envelope(Financial Bid/ BoQ) :- As per tender clause Note: 3. 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. 4. 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 Vendor need to register on the portal. The vendor should visit the home-page of the portal ( go to the link then select Bidders Manual Kit. Note: Please contact ITI Helpdesk (as given below), to get your registration accepted/activated.itihelpdesk/ ETS ITI Helpdesk [between 9:30 hrs to 18:00 hrs on working days] S.NO PARTICULAR CONTACT PERSON CONTACT NUMBER /5 1/52 1 Registration Process, To Help Desk Upload,toDownload,To Mr.Binod Shaw Helpline17tenderwizar Submit the e-tender Mr. Siddharatha d@gmail.com documents & Digital Sunder Mondal Helpline1tenderwizar signature d@gmail.com 2 e-procurement/e-auction Ms. Saswati Helplinetenderwizard Process Quarries 3 Digital Signature Certificate Ms. Saswati Helplinetenderwizard (DSC) to Purchase or Renew Page 23 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

24 BSNL Contact-1 BSNL s Contact Person CONTACT CONTACT PERSON NUMBER ID S.No. 1 Mr. P.D.Back Agmbsp.npcfa@gmail.com Desig.- AGM (NP-CFA) Mr. AshishkumarShrivastava. 2 SDE (Plg) Ashishworld2000@gmail.com [between 10:30 hrs to 17:30 hrs on working days] 5a. Venue of Tender Opening: (i)agm (NP-CFA), O/o GMTD BSNL BILASPUR; AgrasenChowk BILASPUR (Chhattisgarh). If due to administrative reasons, the venue of Bid opening is changed, it will bedisplayed prominently on AGM (NP-CFA), O/o GMTD BSNL BILASPUR; AgrasenChawk BILASPUR (Chhattisgarh). 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 part A in XLS format and price schedule / BOQ part B in PDF format. 2. Fill rates in down loaded price schedule / BOQ as specified in XLS format only in white back ground cells. Don t fill in grey back ground cells. 3. BOQ file part A is password protected XLS file. Don t unprotect the file. 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. 5. Download price schedule / BOQ part B in PDF format. Get it printed, fill up required information. Scan it and save in your computer for uploading it while submitting the bid. 7. Other Instructions For further instructions, the vendor should visit the home-page of the portal tenderwizard.com/bsnlkol),and go to the Bidders Manual Kit. The compatible support software (PDF Converter, Java, etc) for online bid submission may be downloaded from tenderwizard.com Portal. The help information provided through ETS User-Guidance Center is available in three categories Users intending to Register / First-Time Users, Logged-in users of Buyer organizations, and Logged-in users of Supplier organizations. Various links are provided under each of the three categories. Page 24 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

25 Important Note: It is strongly recommended that all authorized users of Supplier organizations should thoroughly peruse the information provided under the relevant links, and take appropriate action. This will prevent hiccups, and minimize teething problems during the use of ETS. The following FOUR KEY INSTRUCTIONS for BIDDERS must be assiduously adhered to: 1. Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender submission deadline on ETS 2. Register your organization on ETS well in advance of your first tender submission deadline on ETS 3. Get your organization s concerned executives trained on ETS well in advance of your first tender submission deadline on ETS d) Submit your bids well in advance of tender submission deadline on ETS (There could be last minute problems due to internet timeout, breakdown, et al) While the first three instructions mentioned above are especially relevant to first-time users of ETS, the fourth instruction is relevant at all times. 8. Minimum Requirements at Bidders end 4. Computer System with good configuration (Min P IV, 1 GB RAM, Windows XP) 5. 2 Mbps Broadband connectivity with UPS. 6. Microsoft Internet Explorer 6.0 or above 7. Digital Certificate(s) for users. Note: For Participating in this Tender the bidder must be registered with tenderwizard.com. 8. Vendor Payee Model S.No. Particular Charges 1 For ECV (Estimated Contract Value) 0.04% of the amount put to based tenders, transaction fees payable tender/estimated contract value by each participating bidder (Subject to minimum cap of Rs 500/ & maximum cap of Rs 5000/- plus applicable GST) 2 Annual Registration Charges in e- Tendering website for vendor/bidder Rs 3200/- plus applicable GST)per bidder per year 8. Revision of wage: -As and when the minimum wages are increased the difference will be paid by BSNL, after receipt of proof of payment of revised wages to the workers by the contractor. Page 25 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

26 1. DEFINITIONS 1.1. ENGINEER-IN-CHARGE SECTIOIN-IX GENERAL TERMS & CONDITIONS (FOR WORK ITEMS) PART-II The Divisional Engineer/ Any other official approved by SSA head/ GMTD BILASPUR 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 & 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 andexpenses that may arise in the course of execution of the contract. Page 26 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

27 9. OBSERVATION OF RULES & RAGULATIONS During the performance of works the contractor shall at his own cost and initiative fully comply with all 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 themodifications 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 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 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) 14.1 If the contractor fails to maintain the required UPTIME of 98% as mentioned in agreement at that site, of approved tendered value per site of below uptime percentage shall be levied. As an illustration,in respect of 95% uptime, (98-95) % of site approved tendered value shall be charged.(note:--site tendered value means monthly approved tendered value corresponding to one site 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 BILASPUR SSA, however inability to access the site due to force majure or administrative reasons will not amount for outage 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. Page 27 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

28 14.3 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 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 It will be in the discretion of the GENERAL MANAGER BILASPUR 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. 16.COURT JURISDICTION Any dispute arising out of the tender/ bid document/ evaluation of bids/ issue of APO shall be subject to the jurisdiction of the competent court at the place (Bilaspur, Chhattisgarh ) from where the NIT/ tender has been issued. This Contract/ PO is subject to jurisdiction of Court at Bilaspur, Chhattisgarh only. 17. SET OFF Any sum of money due and payable to the supplier (including security deposit refundable to him) under this contract may be appropriated by the purchaser or the BSNL or any other person(s) contracting through the BSNL and set off the same against any claim of the Purchaser or BSNL or such other person or person(s) for payment of a sum of money arising out of this contract or under any other contract made by the supplier with the Purchaser or BSNL or such other person(s) contracting through the BSNL. 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 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, 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 service tax regulation. Non compliance of above provision will be treated as breach of contract and necessary action against the bidder will be taken. 20. Service Tax/GST Registration The contractor has to submit the registration of the service tax/gst. Otherwise no bill will be initiated for payment till the submission of service tax registration. Page 28 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

29 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 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 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) 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 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 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 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

30 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 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. 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 service 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. 3.0 QUALIFICATION Persons attending comprehensive maintenance work should possess certificate of competency issued/ recognized by State Government for carrying out required tasks. Page 30 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

31 3.1 Minimum staff required. :-Sufficient staff should be available to attend the day to day operation and to attend all break down/periodical maintenance then and there. Apart from the above one qualified supervisor deputed for per 5Cluster should inspect all the services at least once in a month.bidder Should ensure to depute minimum one manpower in each 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 The maintenance staff has to be available throughout the year even on holidays. 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 Nothing extra is payable other than quoted rates unless specified The contractor shall not sublet the work or part thereof. However, services of specialized agencies for specified work can be obtained The firm shall maintain the installation(s) in such a way as to provide uninterrupted power supply and required conditions in air conditioned rooms The sitting arrangement for the staff engaged by the agency should be arranged by the firm at its own cost 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 The BSNL reserves the right to extend the contract for a maximum period of One year or part thereof at the same awared rate & conditions The contractor has to keep all the Electro mechanical equipment at site neat and clean to avoid any accident and fire hazard 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 A complaint register shall be kept at site by the firm and same shall be available for checking & verification. Page 31 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

32 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 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 Any defects, shortcomings brought to the notice of the BSNL within 30 days of award of work shall be the responsibility of the BSNL 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 Contractor has to observe all the labour rules and regulations in force & BSNL shall not be liable for any default 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 The Firm/Contractor will provide the workers with necessary Testing and Safety Equipment. 5.0 MATERIALS AND TOOLS & PLANTS 5.1 Material 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 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 Dismantled and unserviceable items for which a replacement is supplied shall be removed from the site under intimation to the JTO /SDE in-charge All materials shall be of approved make, model and capacity and shall be matching to the system 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 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 varioustasks relevant to operation and maintenance have to be arranged by firm at its own cost. 6. 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, Page 32 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

33 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 respecthereof 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. 7. 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 agreedupon, 8. 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 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 /shortclosure 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 BILASPUR SSA will be final and binding on contractor. Page 33 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

34 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 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. 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. Broken / incomplete louvers of fittings, switch plates etc. to be attended at the earliest. MATERIALS.All the materials required for carrying out maintenance shall be supplied by the firm. Page 34 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

35 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 Yearlychecks shall be performed directly under the supervision of JTO /SDE and monthly report on the same duly countersigned by AGM level officer before 7 th 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 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

36 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. Page 36 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

37 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. Half yearly 1.Cleaning of bus bars & chambers and tightening of nut bolts 2.Checking of ACB/ MCCB tripping mechanism 3.Earth testing and Meggering 4.Relays and other protection devices working properly Yearly. 1. Tighten all mounting, nut and bolt 2. Check turbo charger bearing clearance.( if applicable) 3. Check crankshaft and float 4. Check injector inlet screen. 5. Clean and calibrate all injectors 6. Check fuel pump calibration 7. Replace fuel pump filter screen and magnet 8. Complete health check of each set through Authorised Dealer 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 ENGINE ACTION TO BE TAKEN 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. frommico. 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 Page 37 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

38 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. 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. Page 38 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

39 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. 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. 1. 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 4. Keep all the units in clean and healthy working condition. 5. Attending day to day faults promptly. 6. 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 stabilizerprovided 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 Page 39 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

40 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 th the same duly countersigned by AGM shall be sent to the DGM before 7 of next month. 5. 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 bearranged 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 replacementof 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 Engineerin-charge will approve the alternate make. Part V Special condition relevant to particular job/particular site.replacement of compressor will be with brandnew 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 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. Page 40 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

41 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. 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 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 Item Action Taken Remarks N 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 Page 41 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

42 Brief of work to be done at site other than technical maintenance work Up keeping and maintenance of Non-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. 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 Page 42 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

43 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. 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 4. Diesel filling based on the fleet card/petro-cards: The agency shall draw diesel by means of the fleetcard/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 Page 43 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

44 balance and closing balance in DG at site shall be recorded in the log sheet incorporated in the contract. 5. Regulation of Diesel: This will be based on CPH, Nos of hours. Average CPH will be on the basis of jointtest 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: Page 44 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

45 Sl.No. Average load CPH of DG set (Litres per hour) 1 Upto 2.5 KW More than 2.5 and Up to 3.5 KW More than 3.5 KW and up to 5 KW More than 5 KW and up to 7 KW More than 7 KW and up to 9 KW 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) (ii) CPH of Actual testing. 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. 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 EASet 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 that 24 hours, atrolley 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 andrectification of fault on the same day. Page 45 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

46 8. 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 above 98 %.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 98%, of per site tendered value of below uptime percentage shall be levied. As an illustration,in respect of 95% uptime, (98-95) % of site tendered value shall be charged.(note:--site tendered value means monthly approved tendered value corresponding to one site 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 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. 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 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 Page 46 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

47 power supplythree 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 ofextra/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. 1. Details to be displayed before starting the work. 1 Name of Agency (With Office Address) 2. Name of proprietor 3. Telephone No. (S) of the firm 4. Name & Address of the supervisor hours contact no. 6. Name & Contact detail of JTO 7. Name & Contact detail of SDE ANNEXURE-III DETAILS TO BE DISPLAYED AT SITE Annexure-IV COMPLAINT REGISTER Complaint Date & Detail of Date & Time Reports/Rema Type of Complaint Sign. No. Time of complaint of Redressal rks by the Major Minor complaint of complaint person attending the complaint ANNEXURE- V Electric Supply Company Energy Meter Reading Sl.no Month Date KWH meter reading Remarks Page 47 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

48 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 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 Company Purpose Time of Time of Remarks Signature of Signature of Visitor represented of visit Arrival Departure the visitor the caretaker Page 48 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

49 Details of sites for which services to be provided:- Section XII WORK AREA 1. Tentative nos of sites are as per below, exact details will be provided by concerned SSA award of work. The work will have to be done anywhere in SSA. Approved contractor in any section may be asked to work anywhere within SSA/ CG circle at approved rate of approved section for the contractor. Item BILASPUR SSA No of sites( approximately) 334 No of Cluster ( approximately) The bidders shall depute sufficient number of persons to carryout the day to day activities as mentioned in relevant clauses of bid and also to ensure compliance to performance indicator 3. The quantity of BTSs in the cluster can also be changed by SSA head during the agreement period of tender. This situation may arise due to shut down of any BTS, installation of new BTS, etc. The rates quoted per cluster however will not be changed until/unless the variation is within 25%. 4. Separate Work order shall be issued for All items mentioned in Financial Bid. Page 49 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

50 Section XIII LIST OF APPROVED MAKES-BSNL ELECTRICAL WING S. Item Makes No. 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 BieccoLawrie / Crompton / Kirloskar / MEI / Jyoti Ltd Breaker/SF6 ) ABB / Schneider Electric /Andrew Yule / Bharat Bijlee / Crompton 5 Transformer (Oil filled / Dry / type) 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 Moeller/L&T/Schneider Electric/ABB/Legrand/Zeta Bus Duct 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/ Crompton / Havells / lndokopp / MDS Legrand/ L&T / Schneider Distribution Board 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 ISI mark wire Amrut / BE / Beacon / Batliboi / Crompton / Jyoti / Kirloskar / 22 Centrifugal Pump 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 / Page 50 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

51 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 / 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 Agni Instruments / Agni Devices/ Aruna Agencies/ Carmel Sensor / based) Ravel Elect./Honeywell Essar/Notifier/Navin Systems 42 Sprinkler/ Hose Reel & Hose ISI mark Pipe 43 Fire Extinguisher ISI mark 44 Lift OTIS, Kone, Mitsubishi, Schindler,Johnson 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. Page 51 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

52 SECTION -XIV To, LETTER OF AUTHORISATION FOR ATTENDING BID OPENING ( To reach on or before date of bid opening ) Assistant General Manager (NP-CFA) O/o The GMTD BILASPUR,Door Sanchar Bhavan BILASPUR CG 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 52 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

53 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 2017 between M/s (hereinafter called the contractor whose term includes its successors andassignees) 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 and acting through its authorized official at Chhattisgarh Circle / SSA. Now these present witness 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 AO (Cash), BSNL, o f.. 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), thesame shall be referred to sole arbitration of the BSNL in casehis designation is changed or his officeis abolished, thenin such case to the solearbitration ofthe officer for the time being entrustedwhether in additionto the functions of theby whateverdesignation 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 Page 53 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

54 officer. Theagreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act, 1996 or any amendment issued thereafter. 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.. behalf of the BSNL Name (Caps). In the presence of witness Signed.. For and on for and on behalf of the contractor Name (Caps). Position Position. Date Date. In the presence of witness Page 54 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

55 NAME OF WORK :- NAME OF AGENCY:- ANNEXURE-X LOG BOOK OF GENERATOR SET fnukad pkyq MhthlsVpkyqdjusdkfooj.k le; MhthlssfjMhax VksVy cun pkyq cun?k.vk CSPDCLfctyhehVjfjdkfMZax Firm JTO() SDE() SDE(Bldg. I/C) Signature of Bidder Page 55 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

56 Annexure XI READINGS OF ELECTRICAL AND DIESEL CONSUMPTION IN SITES FOR THE MONTH ENDING. DETAILS FROM EB BILL Nett DG Period of the Bill Total EB Total EB EB& DG DG usage DG usage Name EB&DG usage in Cost of Diesel in S.N consumption bill CMR in OMR in CMR in of site Total Units Hours Rs./ litre From To in units amount in Units Hrs Hrs (10)-(9) (13)-(12) Rs Important Note: Along with the monthly bill, the contractor shall submit the following Performa by 7 th of everymonth. OMR Opening Meter Reading CMR Closed Meter Reading SIGNATURE & SEAL OF THE CONTRACTOR Page 56 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

57 SECTION-XVI BID DOCUMENT (FINANCIAL) E-TENDER FOR UPKEEPING,OPERATION& MAINTENANCE OF BTS SITES IN BILASPUR SSA TENDER NO.Tender :T074/BTS Mtc./Bil./18-19/06 Dated: 18/09/2018 NIT : W-1-1/NIT/Tender/GMTD-BIL/18-19/35 Dated 18/09 / 2018 Page 57 of 59 Tender: T074/BTS Mtc./Bil./18-19/06 Signature of Bidder with seal

W-1-18/ GMTDR/e-Tender-116/Repairing SMPs PP Module /18-19 BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT

W-1-18/ GMTDR/e-Tender-116/Repairing SMPs PP Module /18-19 BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT E- TENDER FOR REPAIRING OF 100A / 25A SMPS POWER PLANT MODULE IN RAIPUR SSA No.: W-1-18/GMTDR/e-Tender-116/ Repairing SMPs PP Module /18-19/8

More information

OFC LAYING & OTHER ASSOCIATED WORKS FOR CONNECTIVITY TO GSM BTS AND LEASE CIRCUIT IN NAILA DISTRICT

OFC LAYING & OTHER ASSOCIATED WORKS FOR CONNECTIVITY TO GSM BTS AND LEASE CIRCUIT IN NAILA DISTRICT BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT BILASPUR BID DOCUMENT OFC LAYING & OTHER ASSOCIATED WORKS FOR CONNECTIVITY TO GSM BTS AND LEASE CIRCUIT IN NAILA DISTRICT NIT No. W-1-1/NIT/Tender/GMTD-BIL/17-18/24

More information

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC) TENDER DOCUMENT NO: PSER:HRM:PEST CONTROL:14 VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC) PEST AND RODENT SERVICES AT BHEL PSER EHQ, GOLF GREEN TRANSIT FLAT, MONOHARPUKUR HOUSING COMPLEX & CIC BUILDING

More information

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model. Request for Proposal (RFP) For Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model Bank of Baroda, Zonal Office, 1 ST Floor 129-D, Civil Lines, Bareilly

More information

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad , 1 Tender Form No.. Issued to:. Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad 500 004, Cost of form fee paid details: DD

More information

W-1-18/GMTDR/e-Tender-104/Installation of Bty & PP /17-18 BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT

W-1-18/GMTDR/e-Tender-104/Installation of Bty & PP /17-18 BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT E-TENDER FOR INSTALLATION, DISMANTLING, RECOVERY OF BATTERY, POWER PLANT IN RAIPUR SSA No.:W-1-18/GMTDR/e-Tender-104/ Installation of BTY

More information

BHARAT SANCHAR NIGAM LIMITED (A GOVRNMENT OF INDIA ENTERPRISES) BID DUCUMENT FOR E-TENDER FOR HOUSE KEEPING WORK IN CGMT, CG CIRCLE RAIPUR.

BHARAT SANCHAR NIGAM LIMITED (A GOVRNMENT OF INDIA ENTERPRISES) BID DUCUMENT FOR E-TENDER FOR HOUSE KEEPING WORK IN CGMT, CG CIRCLE RAIPUR. MM/795/Tender/HK/2017-18/2 dated 09.02.2018 BHARAT SANCHAR NIGAM LIMITED (A GOVRNMENT OF INDIA ENTERPRISES) BID DUCUMENT FOR E-TENDER FOR HOUSE KEEPING WORK IN CGMT, CG CIRCLE RAIPUR. (To be opened on

More information

B H A R AT S A N C H A R N I G A M L I M I T E D

B H A R AT S A N C H A R N I G A M L I M I T E D B H A R AT S A N C H A R N I G A M L I M I T E D (A Govt. of India Enterprise) TENDER DOCUMENT FOR REPAIRING OF EPBT AND CLIP INSTRUMENTS In Kheda Telecom District, Nadiad TENDER NO. KTD / MM / T 04/17-18

More information

B H AR A T S A N C H AR N I G A M L I M I T E D (A Govt. of India Enterprise) BID DOCUMENT FOR

B H AR A T S A N C H AR N I G A M L I M I T E D (A Govt. of India Enterprise) BID DOCUMENT FOR B H AR A T S A N C H AR N I G A M L I M I T E D (A Govt. of India Enterprise) BID DOCUMENT FOR CLEARING AND TRANSPORTATION OF ALL TYPES OF TELEPHONE MATERIAL, U/G CABLE, DRUMS, LOADING AND UNLOADING, SHIFTING

More information

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE Employees State Insurance Corporation Model Hospital, PGIMSR & MEDICAL COLLEGE (Ministry of Labour & Employment, Govt. of India) Rajaji Nagar, Bangalore - 10 Ph No.: 080-23320271/23528611 Fax: 080-23325130

More information

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO 104-106, 2nd Floor, Sector 34-A, Chandigarh Note: - The prospective bidders have the option to download the tender documents from

More information

Bharat Sanchar Nigam Ltd.

Bharat Sanchar Nigam Ltd. E-tender for telephone bill printing for SSAs under Zonal GM Jabalpur Bharat Sanchar Nigam Ltd. (A Govt. of India Enterprise) OFFICE OF THE ZONAL GENERAL MANAGER, NEW CTO COMPOUND, JABALPUR-482001 M.P.

More information

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018 TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018 NOTICE INVITING TENDERS Director, IITH invites sealed tenders

More information

Notice inviting e-bids for Printing and Supply of IEC Material

Notice inviting e-bids for Printing and Supply of IEC Material MISSION DIRECTOR NATIONAL HEALTH MISSION, J&K Jammu Office: Regional Institute of Health & Family Welfare, Nagrota, Jammu. Fax: 0191-2674114; Telephone: 2674244.Pin: 181221 Kashmir Office: J&K Housing

More information

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida स -56/1, स क टर-62, स स थ गत क ष त र, न एड 201307 CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING C-56/1, Sector-62, Institutional Area, Noida 201307 द रभ ष/Tel: 01203063311-13, फ क स/Fax::01203063317, Ref.

More information

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL Government of India Regional Museum of Natural History (Ministry of Environment forests & Climate Change) E-5, Arera Colony, Bhopal-462016

More information

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab. Tender Notification No : To be generated automatically by the E-procurement portal of the Govt. of Punjab. Nature of work : Short term e- tenders are hereby invited from the Manufacturers / Cost of the

More information

B H A R A T S A N C H A R N I G A M L I M I T E D (A Govt. of India Enterprise) BID DOCUMENT E- TENDER FOR

B H A R A T S A N C H A R N I G A M L I M I T E D (A Govt. of India Enterprise) BID DOCUMENT E- TENDER FOR B H A R A T S A N C H A R N I G A M L I M I T E D (A Govt. of India Enterprise) BID DOCUMENT E- TENDER FOR SUPPLY OF NEW PHOTO IDENTITY CARD & MEDICAL CARD IN AHMEDABAD TELECOM DISTRICT TENDER NO. ATD

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER ARYABHATTA KNOWLEDGE UNIVERSITY, PATNA Chanakya National Law University Campus, Patna-800001 E-mail: akuniv10@gmail.com Website: www.akubihar.ac.in Phone No. 0612-2351919 Tender No. : AKU/03-279/2016 NOTICE

More information

NOTICE INVITING TENDER NIT ID No: Dated :- 18 /09 /2018

NOTICE INVITING TENDER NIT ID No: Dated :- 18 /09 /2018 BHARAT SANCHAR NIGAM LIMITED (A GOVT. OF INDIA ENTERPRISE) OFFICE OF THE SUB-DIVISIONAL ENGINEER (CIVIL), BSNL CIVIL SUB-DIVISION, Rourkela, PH: 0661-2600454 NOTICE INVITING TENDER NIT ID No: 214-27 -18-03

More information

BHARAT HEAVY ELECTRICALS LIMITED,

BHARAT HEAVY ELECTRICALS LIMITED, Electroporcelains - 1 - Division, IISc Post - 1 - DOCUMENT CONTENTS SL. No. Description Page Nos 1.0 Notice Inviting Tender 2 1a Bid Application 3 1b Bid questionnaire - A 4 1c Bid questionnaire - B 5

More information

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE Tender Document for 2 years Support of Routers and Manageable Switch Cost of the Tender - Rs. 500/- ( Rupees Five Hundred Only ) Invitation for tender

More information

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3 F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3 TENDER FORM NO. PRICE : Rs. 500/- (Non refundable ) Notice inviting sealed tenders, instruction etc., for

More information

TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY

TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY OFFICE OF THE STATE COORDINATOR, STATE PROJECT MANAGEMNT UNIT, NATIONAL REGISTER OF CITIZENS, ASSAM OFFICE OF

More information

TENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt

TENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt TENDER DOCUMENT For Consultancy for ISO 9001:2008 Certification Tender Reference Number: 15-5/2012-Lib. Dt. 09.08.2012 Government of India SOUTHERN REGION FARM MACHINERY TRAINING & TESTING INSTITUTE Tractor

More information

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC042909 SURAT CITY CIRCLE An ISO 9001-2000 certified 2 nd floor, Opp. E-Space, Bhagvan Mahavir College Road, New VIP Road, Vesu-Bharthana, Surat - 395 007

More information

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न Notice Inviting e-tender Tender ID: - 2019_CSIR_22264_1 1. Director CSIR-CEERI, Pilani on behalf of Council of Scientific & Industrial Research (CSIR), New Delhi are hereby invited Online e-tender for

More information

PUNJAB TECHNICAL UNIVERSITY,

PUNJAB TECHNICAL UNIVERSITY, PUNJAB TECHNICAL UNIVERSITY, 1. NOTICE INVITING TENDER FOR HIRING OF BUSES Sealed Tenders are invited from reputed and established Bus Operators for supply of Buses on monthly requirement basis for a period

More information

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata 700 016. Notice inviting e-tender Notice Inviting e-tender No. 22/2014-2015

More information

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR .. INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR Demolition of irreparable / dilapidated Quarter Nos. B-4, B-5, B-6, B-7, B-8, B-10, B-17, B-18, B-19, B-20, C1-29, C1-30, C1-31,

More information

NOTICE INVITING e-tender

NOTICE INVITING e-tender OFFICE OF THE PRINCIPAL COMMISSIONER OF CUSTOMS (GENERAL) CHS SECTION, JNCH, NHAVA-SHEVA, TAL URAN, RAIGAD, MAHARASHTRA 400 707 Tel: 022 27244902 Fax: 022 27243303 F.No. S/43-187/2007 P JNCH Date: 24.05.2016

More information

Tender Document. Printing & Supply of 25 th Annual Report of OIDC for the Financial Year

Tender Document. Printing & Supply of 25 th Annual Report of OIDC for the Financial Year Tender Document Printing & Supply of 25 th Annual Report of OIDC for the Financial Year 2016-17 Omnibus Industrial Development Corporation of Daman & Diu and Dadra & Nagar Haveli Limited (A Government

More information

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019 BRAITHWAITE & CO LIMITED (A Government of IndIA UndertAkInG Under ministry of railways) HEAD OFF. & REGD. OFF. : 5, HIDE ROAD, KOLKATA 43, TEL 2439-7415 / 4114 / 6613 / 7413, FAX :91 (033) 2439 7632 /

More information

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated: MINISTRY OF RAILWAYS HEAD OFF. & REGD. OFF. : 5, HIDE ROAD, KOLKATA 700 043 TEL: +91 33 2439-7415, 2439-4114, 2439-6613, 2439-7413, FAX: +9133 2439 7632/ 5607 E-mail: purchase@braithwaiteindia.com Website:

More information

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

Subject: Notice Inviting tender for supply of Memento for AUD Convocation. AUD/1-10 (140)/2015-16/Convocation/ Dated: 13 November 2015 To, ------------------------------------------------- -------------------------------------------------- Subject: Notice Inviting tender for

More information

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY MADRAS FERTILIZERS LIMITED (A GOVT. OF INDIA UNDERTAKING) MANALI, CHENNAI 600068 TELEPHONE: 044 25945290/25945293/25945295/25945261 NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY Sealed

More information

BHARAT SANCHAR NIGAM LIMITED (A GOVERNMENT OF INDIA ENTERPRISES) O/o Telecom District Manager. Ghoda Choupati BSNL Parisar, Dhar (MP) TENDER DOCUMENT

BHARAT SANCHAR NIGAM LIMITED (A GOVERNMENT OF INDIA ENTERPRISES) O/o Telecom District Manager. Ghoda Choupati BSNL Parisar, Dhar (MP) TENDER DOCUMENT BHARAT SANCHAR NIGAM LIMITED (A GOVERNMENT OF INDIA ENTERPRISES) O/o Telecom District Manager Ghoda Choupati BSNL Parisar, Dhar (MP) TENDER DOCUMENT FOR Laying of O.F Cable for FTTH work at Pithampur in

More information

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE GOVERNMENT OF KARNATAKA BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE 560002 BID DOCUMENT FOR PEST CONTROL AT BMCRI- SUPER SPECIALITY

More information

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated: Intelligent Communication Systems India Ltd. (ICSIL) (Joint Venture of TCIL A Govt. of India Enterprise & DSIIDC An Undertaking of Delhi Govt.) Administrative Building, 1 st Floor, Above Post Office, Okhla

More information

PEC University of Technology, Chandigarh

PEC University of Technology, Chandigarh PEC University of Technology, Chandigarh To Memo No. PEC/DDO/SO/SKG/10296-317 Dated: Chandigarh the: 26.04.2016 Subject: Limited Tender. Limited tenders are hereby invited in respect of purchase of printing

More information

TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA

TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA Submission of Filled in Tender Document: Upto 1400 Hours Dtd. 02.03.15 Opening

More information

The last date for submission of the bids is at

The last date for submission of the bids is at Government of India Office of the Commissioner, Central Excise & Service Tax (Audit) :: Patna 3 rd Floor, Central Revenue Building (Annexe), Birchand Patel Path, Patna - 01 Notice for inviting Tender for

More information

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through Quotation No: REC/IT/93/COMPUTER(SCRAP)/2008/9 QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through Recyclers/Re-Processors registered under Central Pollution Control

More information

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI NATIONAL INSTITUTE OF FASHION TECHNOLOGY (A Statutory body governed by the NIFT Act 2006 and set up by the Ministry of Textiles, Govt. of India) NIFT/DC/PO/603/Router Machine/F&LA/2018 E-TENDER DOCUMENT

More information

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur NIT No. : NIT Issue Date : 17 th February, 2017 Pre Bid Meeting : 27 th

More information

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS NOTICE INVITING TENDER Tender No. 6098 Dtd. 04.05.2017 1 Name of Work : Supply, Installation, Testing and

More information

BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprises) O/O THE GENERAL MANAGER TELECOM DISTRICT, DURG BID DOCUMENT

BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprises) O/O THE GENERAL MANAGER TELECOM DISTRICT, DURG BID DOCUMENT BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprises) O/O THE GENERAL MANAGER TELECOM DISTRICT, DURG BID DOCUMENT E- TENDER FOR OPTICAL FIBRE CABLE (48F/96F) LAYING AND ASSOCIATED WORKS IN DURG SSA

More information

Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Southern Telecom Region (An ISO 9001:2000 Organization) BID DOCUMENT

Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Southern Telecom Region (An ISO 9001:2000 Organization) BID DOCUMENT Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Southern Telecom Region (An ISO 9001:2000 Organization) BID DOCUMENT DE/OFC BG/G-17/2009-2010/ 36 Dated at Bangalore the 05-09-2009 (Date of Opening

More information

SUPPLY OF MEDICINAL GASES FOR THE YEAR

SUPPLY OF MEDICINAL GASES FOR THE YEAR GOVT. MEDICAL COLLEGE & ASSOCIATED HOSPITALS JAMMU Name of the Group: SUPPLY OF MEDICINAL GASES FOR THE YEAR 2015-16 STANDARD BIDDING DOCUMENT E-TENDER NOTICE 08 OF 2015 P U R C H A S E C O M M I T T E

More information

NLC TAMILNADU POWER LIMITED

NLC TAMILNADU POWER LIMITED PRESS TENDER NOTICE Dated: 08.06.2017 Sealed quotations in single cover consisting of two inner sealed covers (containing Technical cover as Part I and price cover as Part II) super scribing the Name of

More information

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly BANK OF BARODA Regional Office 129-D, Civil Lines Bareilly TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF UPS BATTERIES AT DIFFERENT BRANCHES OF BAREILLY REGION LAST DATE OF SUBMISSION : 08.01.2014 TECHNICAL

More information

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata-700 017 TENDER DOCUMENT FOR ELECTRICAL MAINTENANCE & ALLIED SERVICES at PROTITI,

More information

B H AR AT S AN C H AR N I G AM L I M I T E D

B H AR AT S AN C H AR N I G AM L I M I T E D B H AR AT S AN C H AR N I G AM L I M I T E D (A Govt. of India Enterprise) BID DOCUMENT FOR PROCUREMENT OF PVC PIPE & RELATED ACCESSORIES FOR PROVIDING FTTH CONNECTION ON RRC BASIS IN ATD E- TENDER NO.

More information

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.) National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)-140401 NOTICE INVITING TENDERS Separate sealed tenders with 120 days validity from the date of opening

More information

dsanzh; HkaMkj.k fuxe

dsanzh; HkaMkj.k fuxe 1 dsanzh; HkaMkj.k fuxe Hkkjr ljdkj dk midzze {ks=h; dk;kzy;] psuubz CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE :: CHENNAI E-TENDER FOR SUPPLY OF MARINE TAPE AND DOUBLE

More information

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m. HOSTEL SECTION RE-TENDER PAPER Hostel No. / 302 /2017-18 TENDER Name of work Name of Bidder : Tender Fee Annual Maintenance Contract for Water Purifier at the Hostels : of SVNIT, Surat :Rs.1000=00 Issue

More information

TENDER NO. BCL/RD/ 2500 MS Scrap Cutting/2018 November 30, 2018

TENDER NO. BCL/RD/ 2500 MS Scrap Cutting/2018 November 30, 2018 BRAITHWAITE & CO LIMITED (A Government of IndIA UndertAkInG Under ministry of railways) HEAD OFF. & REGD. OFF. : 5, HIDE ROAD, KOLKATA 43, TEL 2439-7415 / 4114 / 6613 / 7413, FAX :91 (033) 2439 7632 /

More information

स एसआईआर-क न द र य इल क ट र न क अभ य त र क अ स ध स स थ

स एसआईआर-क न द र य इल क ट र न क अभ य त र क अ स ध स स थ स एसआईआर-क न द र य इल क ट र न क अभ य त र क अ स ध स स थ CSIR-CENTRAL ELECTRONICS ENGINEERING RESEARCH INSTITUTE (व ज ञ तथ प र द य ग क म लय / MINISTRY OF SCIENCE & TECHNOLOGY, रत सरक र/ GOVT. OF INDIA) व

More information

National Institute of Fisheries Post Harvest Technology & Training

National Institute of Fisheries Post Harvest Technology & Training 1 भ रतसरक र/Government of India क ष म त र ऱय/Ministry of Agriculture पश प ऱनग यरवनर मय यप ऱनषरभ ड Deptt.of Animal Husbandry, Dairying & Fisheries र ष ट रवयम त सय यक प टह रव टप र द य गडक तथ प रशश णस थ न

More information

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF 4161 Nos. OF AUTOMATIC ELECTRICAL SANITARY NAPKIN INCINERATORS IN 3334 GOVT. HIGH SCHOOLS AND HIGHER

More information

BHARAT SANCHAR NIGAM LIMITED Office of the General Manager, Telecom Distt. Hamirpur(HP).

BHARAT SANCHAR NIGAM LIMITED Office of the General Manager, Telecom Distt. Hamirpur(HP). BHARAT SANCHAR NIGAM LIMITED Office of the General Manager, Telecom Distt. Hamirpur(HP). FORM NO.. Tender document for Printing and Supply of Forms Issued to: M/s.. Issued By:- SDE (HRD) O/o GMTD Hamirpur.

More information

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags Government of India Ministry of Defence Office of the Controller of Defence Accounts No.1, Staff Road, Secunderabad 500 009 TELE: 040-27843385 FAX: 040-27817275 No. AN/III/2001/OC/briefcases & hb/16-17

More information

BALMER LAWRIE & CO. LTD.

BALMER LAWRIE & CO. LTD. BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION [PLOT NO.1, SECTOR-7, DRONAGIRI NODE, NAVI MUMBAI-400707 Phone No 2724 0466 /2724 2988, Fax No. 2724 2943 E-mail: [koli.ka@balmerlawrie.com] CIN-LI5492WB1924GOI004835

More information

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax Bank Note Paper Mill India Private Limited, Mysore Invites sealed quotations for Sale of Kraft Sheet & Wooden Pallets at BNPM, Mysore. The Tender document is hosted on Company s website http://www.bnpmindia.com.

More information

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD GOVERNMENT OF KARNATAKA KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD, 6 TH CROSS, MALLESWARAM, BENGALURU 560 003. e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION

More information

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur Tender For Server hosting CPMS and other applications At All India Institute of Medical Sciences, Jodhpur NIT Issue Date : 08 th December 2017 NIT No. : Pre-Bid Meeting : 18 th December 2017 at 03:15 PM

More information

BID DOCUMENT. E-Tender for Hiring of Vehicles for Field& HQs Duties of Bastar SSA. NIT No-:W /Tender/Veh./ /04 Dated

BID DOCUMENT. E-Tender for Hiring of Vehicles for Field& HQs Duties of Bastar SSA. NIT No-:W /Tender/Veh./ /04 Dated BID DOCUMENT E-Tender for Hiring of Vehicles for Field& HQs Duties of Bastar SSA NIT No-:W-19-468/Tender/Veh./2017-18/04 Dated 03.02.2018 COVER PAGE TABLE OF CONTENTS SECTION CONTENT PAGES NO. QUALIFYING

More information

BHARAT SANCHAR NIGAM LIMITED

BHARAT SANCHAR NIGAM LIMITED BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprises) O/O GENERAL MANAGER TELECOM DISTRICT, SRINAGAR (GARHWAL) (UTTARAKHAND) 246174 TENDER DOCUMENT Tender for Comprehensive Annual Maintenance

More information

OPEN TENDER DOCUMENT (TECHNICIAL BID)

OPEN TENDER DOCUMENT (TECHNICIAL BID) 1 No. PLG/Battery (DG)/2015-16/ dt.09.2015 at Cuttack BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise) OFFICE OF THE GENERAL MANAGER TELECOM DISTRICT, CUTTACK-753012 OPEN TENDER DOCUMENT

More information

BHARAT SANCHAR NIGAM LIMITED GENERAL MANAGER TELECOM DISTRICT BASTAR JAGDALPUR CG

BHARAT SANCHAR NIGAM LIMITED GENERAL MANAGER TELECOM DISTRICT BASTAR JAGDALPUR CG 1 BHARAT SANCHAR NIGAM LIMITED GENERAL MANAGER TELECOM DISTRICT BASTAR JAGDALPUR CG-494001 BID DOCUMENT Tender for Transportation of Telecom Stores for Bastar SSA E-TENDER NIT No.: W-19-486/Tender/Transport/2018-19

More information

COMMERCIAL TERMS AND CONDITIONS

COMMERCIAL TERMS AND CONDITIONS COMMERCIAL TERMS AND CONDITIONS 1. The price of link shall be inclusive of all duties, taxes and levies paid or payable on components, sub assemblies and any material used. 2. The owner reserves right

More information

NOTICE INVITING TENDER FOR WORKS (TWO COVER SYSTEM) OPEN TENDER ENQUIRY

NOTICE INVITING TENDER FOR WORKS (TWO COVER SYSTEM) OPEN TENDER ENQUIRY 1.0 INVITATION: NOTICE INVITING TENDER FOR WORKS (TWO COVER SYSTEM) OPEN TENDER ENQUIRY Sealed Tenders in the prescribed form are invited towards the description of work given in the "Tender Details" below

More information

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION [P-3/1 Transport Depot Road, Kolkata-700088. Phone No 24506816 /24506811, Fax No. 24498355 E-mail: sett.a@balmerlawrie.com CIN - L15492WB1924GOI004835

More information

Supply and Installation of A3 Size Scanner

Supply and Installation of A3 Size Scanner O/o PRINCIPAL CHIEF CONSERVATOR OF FORESTS MADHYA PRADESH FOREST DEPARTMENT (Information Technology Wing) Satpura Bhawan, BHOPAL 462004 (MP) Phone no. 0755-2674302 Fax no. 0755-2555480 www.mpforest.gov.in

More information

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION [PLOT NO.1, SECTOR-7, DRONAGIRI NODE, NAVI MUMBAI-400707 Phone No 2724 0466 /2724 2988, Fax No. 2724 2943 E-mail: bhattacharya.durjay@balmerlawrie.net]

More information

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle Paschim Gujarat Vij Company Limited RAJKOT CITY CIRCLE OFFICE Laxminagar, Nana Mava Main Road, Rajkot 360 004 PHONE NO: (0281) 2365910-2365912 FAX NO: (0281) 2365531 E-mail: serjc.pgvcl@gebmail.com Web

More information

BALMER LAWRIE & CO. LTD.

BALMER LAWRIE & CO. LTD. BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION [PLOT NO.1, SECTOR-7, DRONAGIRI NODE, NAVI MUMBAI-400707 Phone No 2724 0466 /2724 2988, Fax No. 2724 2943 E-mail: [koli.ka@balmerlawrie.com] TENDER NO:

More information

THE KERALA STATE INDUSTRIAL ENTERPRISES LTD

THE KERALA STATE INDUSTRIAL ENTERPRISES LTD THE KERALA STATE INDUSTRIAL ENTERPRISES LTD (A Govt. Of Kerala Undertaking) St. Josephs Press buildings, Cotton Hill, Thiruvananthapuram 695014 www.ksie.net Ph: 0471 2326947 No. KSIE/INFRA/HO/ 001-2015-16

More information

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair Unique No. NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair Tender No. dtd.11.07.2014 Notice inviting Quotation

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21 SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21 TENDER FOR SUPPLY OF CEILING AND EXHAUST FANS AT UDYAN BUILDING AT NAPEAN

More information

Tender No.3558/H/2012/Roots Dated:

Tender No.3558/H/2012/Roots Dated: III Floor, Norka Centre, Thycaud Thiruvananthapuram Ph.0471-2332416,2332452,Fax No.0471-2326263 E-mail-mail@norkaroots.net, URL:www.norkaroots.net Sub: TENDER NOTICE Printing & Supply of Identity cards

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER BHOPAL MEMORIAL HOSPITAL & RESEARCH CENTRE Under Department of Health Research, Ministry of Health & Family Welfare, Government of India Raisen Bye Pass Road, BHOPAL 462 038 (M. P.) Ph. No. 2742212-16

More information

TENDER DOCUMENT FOR SUPPLY OF MILK, BREAD, BUTTER & EGGS FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

TENDER DOCUMENT FOR SUPPLY OF MILK, BREAD, BUTTER & EGGS FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD Page 1 of 10 EMPLOYEES STATE INSURANCE CORPORATION MODEL HOSPITAL BAPUNAGAR AHMEDABAD 380024 (Ministry of Labour & Employment, Govt. of India) TENDER DOCUMENT FOR SUPPLY OF MILK, BREAD, BUTTER & EGGS FOR

More information

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise)

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise) BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise) TENDER DOCUMENT for Annual Maintenance Contract in respect of web-based ETR Intranet Portal, SBNM, CBNM, AFNET, Time Office, Discussion Board

More information

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document :

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document : 2 GOVERNMENT OF ORISSA DISTRICT ELECTION OFFICE, MALKANGIRI TENDER DOCUMENT For providing Services of Data Entry Operators to the District Election Office, Collectorate, Malkangiri-764048 by a Private

More information

CSIR-CENTRAL. Press notice. (Notice. A/c s, Split Pilani. Type.

CSIR-CENTRAL. Press notice. (Notice. A/c s, Split Pilani. Type. स एसआईआर-क द र य इल क ट र नक अ भय त रक अन स ध न स थ न CSIR-CENTRAL ELECTRONICS ENGINEERING RESEARCH INSTITUTE ( वज ञ न तथ प र य गक म त र लय / MINISTRY OF SCIENCE & TECHNOLOGY, भ रत सरक र/ GOVT. OF INDIA

More information

BHARAT SANCHAR NIGAM LIMITED

BHARAT SANCHAR NIGAM LIMITED BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise) OFFICE OF THE TDM BETTIAH-845438 Tender for Data Entry / Housekeeping work in different sections of O/o TDM Bettiah No : - TDM BTH/ Tender/House

More information

UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED

UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED Name of the Tender: Empanelment of Fire Fighting System Contractors General Information UTI Infrastructure Technology And Services Limited (UTIITSL) advertises

More information

us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze)

us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze) us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze) National Fertilizers Limited (A Government of India Undertaking) xksgkuk jksm] ikuhir] gfj;k.kk 132 106 Gohana Road, Panipat, Haryana 132 106 (ISO-9001,

More information

TENDER DOCUMENT FOR PURCHASE OF: SAFETY TRAINING PROGRAMME Tender Number: /, Dated:

TENDER DOCUMENT FOR PURCHASE OF: SAFETY TRAINING PROGRAMME Tender Number: /, Dated: CURRENCY NOTE PRESS (A UNIT OF Security Printing and Minting Corporation of India Limited) Wholly owned by Government of India Nashik Road # 422101 (Maharashtra) (ISO : 9001 & ISO 14001 Certified Unit)

More information

Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.)

Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.) Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.)-470 003 (A Central University) TENDER NOTICE No. S&P/Water Purifier/2015-16/ Dated 29.10.2015 The University invites sealed Tenders from the Manufacturers/

More information

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO. TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO. 001/2018-2019 TENDER DATE 10/04/2018 DUE ON 20/04/2018 BY 3:00 PM UN-PRICED

More information

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR IDCOL FERRO CHROME & ALLOYS LIMITED (A Wholly Owned Subsidiary of IDCOL) A Govt. of Odisha Undertaking Regd. Office Ferro Chrome Project 755 020 Jajpur Road, Dist Jajpur (Odisha) Tel. No. 06726-220212

More information

To be published on in Sambad Pratidin

To be published on in Sambad Pratidin To be published on 02.08.2017 in Sambad Pratidin Sealed quotations are invited for AMC for O&M of AC machines (22 nos) of KEIIP-KMC from 01.08.2017 to 31.07.2018. Interested quotationers may collect the

More information

Biotech Park, Lucknow

Biotech Park, Lucknow Biotech Park, Lucknow Sector-G, Jankipuram Kursi Road Lucknow-226021 GUIDELINES FOR FILLING THE QUOTATION 1. Contractor must submit quotation along with the copy of the terms & conditions duly signed and

More information

THE KERALA STATE CIVIL SUPPLIES CORPORATION LIMITED MAVELI BHAVAN, GANDHI NAGAR, KOCHI-20 NO-P /12 DATED: 6/3/2013

THE KERALA STATE CIVIL SUPPLIES CORPORATION LIMITED MAVELI BHAVAN, GANDHI NAGAR, KOCHI-20 NO-P /12 DATED: 6/3/2013 1 THE KERALA STATE CIVIL SUPPLIES CORPORATION LIMITED MAVELI BHAVAN, GANDHI NAGAR, KOCHI-20 NO-P16-15022/12 DATED: 6/3/2013 TERMS AND CONDITIONS FOR EMPANELMENT OF SUPPLIERS OF STATIONERY ARTICLES 1.Permanent

More information

INDIAN INSTITUTE OF TECHNOLOGY INDORE

INDIAN INSTITUTE OF TECHNOLOGY INDORE INDIAN INSTITUTE OF TECHNOLOGY INDORE Notice Inviting Tender 1. Item rate tenders are invited from eligible contractors registered/enlisted with Central Government Department/State Government Department/

More information

Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata , Telephone No

Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata , Telephone No Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata 700001, Telephone No.033-22546026 No: MMTC/KOL/Cartridge/2017-18 20.06.2017 INVITATION FOR TENDER MMTC invites sealed

More information

ENGINEERING PROJECTS (INDIA) LTD. (A.Govt of India Enterprise) TENDER NO.- EPI/WRO/CON/681/0036

ENGINEERING PROJECTS (INDIA) LTD. (A.Govt of India Enterprise) TENDER NO.- EPI/WRO/CON/681/0036 ENGINEERING PROJECTS (INDIA) LTD. (A.Govt of India Enterprise) TENDER NO.- EPI/WRO/CON/681/0036 SUPPLYING & LAYING OF POLYSULPHIDE SEALANT WORKS IN PACKAGE.- II & III AT HAL, NASHIK. TENDER INVITED BY

More information

Bharat Sanchar Nigam Ltd.

Bharat Sanchar Nigam Ltd. Bharat Sanchar Nigam Ltd. (A Govt. of IndiaEnterprise) O/O CHIEF GENERAL MANAGER TELECOM, CG CIRCLE, KHAMHARDIH, RAIPUR-492007 BID DOCUMENT E- TENDER DOCUMENT FOR SUPPLY OFFICE STATIONERY ITEMS IN CIRCLE

More information