Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines...

29
Signature and Seal of Tenderer 0 Tender Form No……….. (A Govt. of India Enterprise) Office of the Telecom District Manager Motihari-845401 No:- P-2/CAMC/E.A./Tender/Motihari/2014-15 Name & Address of the Tenderer …………………………………………….. …………………………………………….. …………………………………………….. …………………………………………….. Note:- Each and Every page of the BID document must be signed by the Tenderer. BID DOCUMENTS Comprehensive Annual Maintenance Contract (CAMC) of E/A Sets, Major Overhauling of E/A Sets of Exchanges & BTSs under Motihari SSA

Transcript of Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines...

Page 1: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

0

Tender Form No………..

(A Govt. of India Enterprise)

Office of the Telecom District Manager

Motihari-845401

No:- P-2/CAMC/E.A./Tender/Motihari/2014-15

Name & Address of the Tenderer …………………………………………….. …………………………………………….. …………………………………………….. ……………………………………………..

Note:- Each and Every page of the BID document must be signed by the Tenderer.

BID DOCUMENTS

Comprehensive Annual Maintenance Contract (CAMC) of E/A Sets, Major

Overhauling of E/A Sets of Exchanges & BTSs under Motihari

SSA

Page 2: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

1

(A Govt. of India Enterprise)

Office of the Telecom District Manager Motihari-845401

NIT No. P-2/CAMC-E.A./Tender/Motihari//14-15 Dated: 22/10/2014

Wax sealed tender are invited by TDM Motihari on behalf of Bharat Sanchar Nigam Ltd from the eligible contractors for Comprehensive Annual Maintenance Contract & (CAMC) contract which includes the maintenance, repairing of all parts of E/A(with alternator control panel, changeover and its cable to E/A etc. as per condition of E/A available at site and major overhauling for the period of one year and that can be extended for further one year or part there of if BSNL and bidder agrees to on same rates , terms and conditions, from contractor/firms having experience of annual maintenance of E/A. Bidders may visit at his/her own cost at the site and inspect the E/A before quoting the rates. The terms and conditions are mentioned in bid documents. Few details are as under:

Name of Work SDCA Estimated cost in Rs.

(lacs)

Cost of tender

form (Rs)

EMD (Rs.)

Security Deposit

in Rs

Sale of Tender Form

Last date submission of

tender

Date of Opening of

tender

Comprehensive annual Maintenance Contract (CAMC) contract includes the maintenance, repairing and overhaulling of all parts of E/A(with alternator control panel, changeover and its cable to E/A etc. as per condition of E/A available at site at Motihari SDCA.

(ZONE-I)

PAKRIDAY

AL, DHAKA & RAXAUL

22 1000 + 5%

VAT = 1050

55000 2.2 Lacs 17/11/14 Up To 16.00 Hrs

18/11/14 Up To 14.00 Hrs

18/11/14 Up To 14.30 Hrs

Comprehensive annual Maintenance Contract (CAMC) contract includes the maintenance, repairing and overhaulling of all parts of E/A(with alternator control panel, changeover and its cable to E/A etc. as per condition of E/A available at site at Motihari SDCA.

(ZONE-II)

MOTIHARI, ARERAJ

& BARACHA

KIA 29

1000 + 5% VAT = 1050

72500 2.9 Lacs 17/11/14 Up To 16.00 Hrs

18/11/14 Up To 14.00 Hrs

18/11/14 Up To 14.30 Hrs

Tender documents can be Obtained from SDE (Plg), O/o TDM-Motihari through an application after cash payment of cost of tender form at counter of AO

(Cash) BSNL O/o TDM-Motihari.

Downloaded from BSNL, Motihari Website (URL http://www.upe.bsnl.co.in). In case of forms downloaded from BSNL, Motihari Website, Cash Receipt of cost of tender form deposited at counter of AO (Cash) BSNL O/o TDM-Motihari or Demand Draft/Banker’s Cheque of an amount of cost of tender form in the favour of AO (Cash) BSNL O/o TDM-Motihari Payable at Motihari must be submitted along with Technical bid of the tender.

Eligibility condition:-Following are eligible to bid for this tender:- A) M/s Kirloskar/Greaves/Cummins Oil Engines Ltd. B) Authorized Service Dealers of Engine Alternators of the capacity indicated above appointed by M/s Kirloskar/Greaves/ Cummins

Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate. C) Authorized Service Sub Dealers of Engine Alternators of the capacity indicated above appointed directly by M/s Kirloskar

/Greaves/Cummins Oil Engines Ltd. and having experience of minimum two years as sub dealer ship certificate. D) The Eligible bidder shall submit following document along with application on their printed letterhead for purchase of tender

document as applicable. (a) Experience of having successfully completed Annual Maintenance Contract (AMC) of E/A works issued by at least JAG level

during last seven years ending as on date of NIT should be either of the following:- (i)Three similar completed works costing not less than the amount equal to 40% of the estimated cost in each three financial

year Or

Page 3: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

2

(ii)Two similar completed works costing not less than the amount equal to 50% of the estimated cost in each two financial year

Or (iii)One similar completed work costing not less than the amount equal to 80% of the estimated cost in one financial year.

(b) In case of tender documents signed by authorized signatory, the certificate of authorization for signing the tender document/agreement by tenderer/all partners.

(c) Valid Character certificate issued by the District magistrate or Superintendent of police of concerned home District of tenderer/all partners. In case of partnership firm, valid Character certificate of all the partners are required.

(d) Affidavit of the sole proprietorship of the firm on Rs. 10/- non-judicial stamp paper or copy of registered partnership deed in case of partnership firm.

(e) Family/Relatives’ declaration on Rs. 10/- non-judicial Stamp paper as the tenderer/all partners/authorized signatory should not be near relative of any BSNL employee. The definition of near relative is given in the tender documents.

(f) Photo copy of PAN (g) Service TAX registration documents. (h) Valid labour license under labour(R&A) Act 1970. In case it is not applicable in respect of tenedrer an affidavit to this effect

will be attached. (i) Certificate of incorporation and articles of association, in case of limited company. In case of Limited Company, character

certificate, Family/Relatives’ declaration and affidavit of sole proprietorship/registered partnership deed are not required.

Divisional Engineer (Plg)

O/o TDM Motihari

Page 4: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

3

SECTION-II

BID FORM

Tender form No…………………. Date……………………… To, The Telecom District Manager Motihari Dear Sir, Having examined the conditions of contract and specification etc., the receipt of which is hereby duly acknowledged, we, undersigned, offer to execute the Comprehensive Annual Maintenance Contract & (CAMC) contract which includes the maintenance, repairing of all parts of E/A(with alternator control panel, changeover and its cable to E/A etc in conformity with said conditions of contract and specifications as may be ascertained in accordance with this tender documents.

We undertake, if our bid is accepted, to enter into agreement within two week of being called upon to do so and bear all expanses including charges for stamps etc and agreement will be binding on us.

If our bid is accepted, we shall provide Comprehensive Annual Maintenance Contract & (CAMC) contract which includes

the maintenance, repairing of all parts of E/A(with alternator control panel, changeover and its cable to E/A etc in accordance with specifications, time limits, terms and conditions stipulated in the tender documents.

If our bid is accepted, we will deposit security deposit as per NIT, either in cash/Demand Draft/Bank guarantee from a

scheduled bank in favour of AO (Cash), O/O TDM-Motihari, BSNL.

We agree to abide by this bid for a period of 240 days from the date fixed for bid opening Qualifying/Technical bid and it

shall remain binding upon us and may be accepted at any time before the expiration of that period.

Until formal agreement is prepared and executed, this bid together with your written acceptance thereof in your notification of award shall constitute a binding contract between us.

Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and replacement.

We understand that you are not bound to accept the lowest or any bid, you may receive.

Dated this…… Day of…………..2014.

Signature of authorised signatory ………………

In capacity of…………………………………………

Duly authorized to sign the bid for and on behalf of ………….. Witness……………………………… Address……………………………… Signature……………………………

Signature of the Tenderer/all partners/Authorised signatory with seal

Page 5: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

4

SECTION-III

TENDERER’S PROFILE

General

1. Name of the tenderer/firm ……………………………………………… ……………………………………………… 2. Name of the person submitting the tender whose photograph is affixed

Shri/Smt ………………………………………………………………… ………………………………………………………………… (In case of Proprietary/Partnership firms, the tender has to be signed by Proprietor/Partner only, as the case may be)

3. Address of the firm ……………………………………………………………………………………… ………………………………………………………………………………………

4. Telegraphic Address………………………………………………………………… 5. Tel No. (with STD code) (O)……………… (Fax)………………(R)……………..

(Mobil)…………… 6. Registration & incorporation particulars of the firm:

a. Proprietorship b. Partnership c. Private Limited d. Public Limited (Please attach attested copies of documents of registration/incorporation of your firm with the competent authority as required by business law)

7. Name of proprietor/Partners/Directors………………………………………...................... ………………………………………………………………………………………............

8. Tenderer’s bank, its address and his current account number ………………………………

……………………………………………………………………………………………... 9. Permanent Income Tax Account number (in the name of firm) …………………………… ……………………………………………………………………………………………… 10. Service Tax Registration: ……………………………………………………………….. 11. Details of technical and supervisory Staff:

I/We hereby declare that the information furnished above is true and correct. Place: Date: Signature of tenderer/Authorised signatory……………………………..

Passport size photograph of the tenderer.

Page 6: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

5

PARITCULAR AND DETAILS OF TENDERER

(TO BE FURNISHED BY TENDERER)

1. Name of firm and registration address :-…………………………………………………………

………………………………………………………….

………………………………………………………….

………………………………………………………….

Phone no :- off………………….. 2. Whether it is Sole proprietary or

Partnership firm/private Ltd co. :-…………………………………………………………. 3. Name of the person authorized to :-………………………………………………………….. enter into and execute contract agreement and the capacity in which he is authorized 4. Whether the firm is Authorized Service Dealer/Sub Dealer of Manufacturer (M/s Kirloskar/Greaves Engine’s in the

Department. :-……………………………………………………………. 5. List of documents attached in technical bid Offer by the firm (document shall be attached in Chronological order as mentioned in “eligibility condition for technical bid” of “special conditions”)

i) ………………………………. ii) ………………………………. iii) ………………………………. iv) ………………………………. v) ……………………………….

Signature and seal of tenderer Note:

1) The tenderer should sign each page of tender document at the time of quoting the tender. 2) The financial bid shall be in separate envelope.

Page 7: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

6

SECTION-IV

INSTRUCTIONS TO THE BIDDERS 1. INTRODUCTION:

1.1. President of India: The president of India means President of India and his/her successors. 1.2. Government of India: The Government or Government of India shall mean the President of India. 1.3. Department: The Department means the Department of Telecommunications (DOT)/ Department of Telecom Services

(DTS)/ Bharat Sanchar Nigam Limited or any other Department under the Ministry of Communications & Information Technology, which invites the tenders on behalf of the President of India. All references of:

Department Chief General Manager (CGM) Principal General Manager (PGM) General Manager (GM) Telecom District Manager (TDM)./Deputy General Manager (DGM) / Area Manager /Director Divisional Engineer (DE)/Assistant General Manager (AGM) Sub Divisional Engineer (SDE) Junior Telecom Officer (JTO) Chief Accounts Officer (CAO) Account Officer (AO) Assistance Account Officer (AAO) Junior Account Officer (JAO)

Including other officer in the Department, whatever designation assigned to them from time to time, who may be the in-charge of direction, supervision, testing, acceptance and maintenance including their successor(s) in the office appearing in various clauses shall be taken to mean the Department of Telecommunications under the Ministry of Communications, Government of India.

1.4. TDM-Motihari means the head of Motihari SSA and his/her successors. 1.5. The jurisdiction of the TDM-Motihari: The jurisdiction of TDM-Motihari means Motihari SSA, which coincides

geographically with Motihari Districts. 1.6. Representative of the TDM-Motihari: Representative of the TDM-Motihari means officer and staff for the time being in

Motihari SSA deputed by the TDM-Motihari for inspecting or supervising the work or testing etc. 1.7. Engineer-in-charge: The Engineer-in-charge means the Engineering Officer nominated by the TDM-Motihari to supervise

the work, under the contract. (Minimum Divisional Engineer/Sub-Divisional Engineer level officer). 1.8. Site Engineer: Site Engineer shall mean an SDE of the Department who may be placed by the TDM-Motihari SSA as in-

charge of the work at site for any particular period of the time. 1.9. Contract: The term contract means, the documents forming the tender and acceptance thereof and the formal agreement

execute between the competent authority on behalf of the President of India and the contractor, together with the documents referred to therein including these conditions, the specifications, designs, drawing and instructions issued from time to time, by the engineer in-charge and all these documents taken together shall be deemed to form one contract and shall be complementary to one another. In the contract, the following expression shall, unless the context otherwise requires, have the meanings, hereby respectively assigned to them. The expression work(s) shall unless there be something either in the subject or context repugnant to such construction, be construed and taken to mean the works by or by virtue of the contract contracted to be executed whether temporary or permanent, and whether original, altered, substituted or additional.

1.10. Contractor: The contractor shall mean the individual, firm or company, enlisted with DOT/BSNL in accordance with procedure for enlistment of contractor, whether incorporated or not, undertaking the works and shall include the legal personal representative of such individual or the persons composing such firm or company, or the successors of such firm or company and permitted assignees of such individual, firm or company.

1.11. Works: The expression “works” shall unless there be something either in the subject or context repugnant to such construction be construed and taken to mean the works by or by virtue of the contract contracted to be execute whether temporary or permanent and whether original altered, substituted or additional.

1.12. Schedule(s): Schedule(s) referred to in these conditions shall mean the relevant schedule(s) or the standard schedule of rates mentioned in the document.

1.13. Site: The Site shall mean the land/ or other places on, into or through which work is to be executed under the contract or any adjacent land, path or street through which, the work is to be executed under the contract or any adjacent land, path or street which may be allotted or used for the purpose of carrying out the contract.

1.14. Normal time or Stipulated time: Normal time or Stipulated time means time specified in work order to complete the work.

1.15. Extension of time: Extension of time means the time granted by the Department/BSNL to complete the work beyond the normal time or stipulated time.

1.16. Date of Commencement of work: Date of Commencement of work means the date of actual commencement of work or 7

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

1.17. Due date of completion: Due date of completion shall be the date by which the work shall be completed at site including clearance of site.

Page 8: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

7

1.18. Duration of completion of work: The duration of completion of work or completion time shall be time specified in the work order plus extension of time granted, if any.

1.19. Expected risk(s): Expected risk(s) are risks due to war (whether declared or not), invention, act of foreign enemies, civil war, rebellion, revolution, insurrection, military or usurped power, any acts of Government damages from aircraft, acts of God, such as earthquake, lightening and unprecedented flood and other causes over which, the contractor has no control and the same having been accepted as such, by the Accepting Authority or causes solely due to use or occupation by the Government of the part of the work, in respect of which a certificate of completion has been issued.

2. ELIGIBILITY OF BIDDERS: The invitation of bids is open to all enlisted contractors as per their eligibility mentioned in NIT of this tender documents.

3. BID DOCUMENTS: The Comprehensive Annual Maintenance Contract & (CAMC) contract which includes the maintenance, repairing of all parts of E/A(with alternator control panel, changeover and its cable to E/A etc to be carried out, goods required, bidding procedures and contract terms are prescribed in the bid documents. The bid documents include:

3.1. Qualifying/Technical Bid: 3.1.1. Notice Inviting Tender. 3.1.2. Bid form. 3.1.3. Tenderer’s Profile. 3.1.4. Instruction to bidders 3.1.5. General (commercial) conditions of the contract 3.1.6. Special conditions of the contract. 3.1.7. Scope of work and jurisdiction of contract. 3.1.8. Security Deposit bond form 3.1.9. Agreement (Sample). 3.1.10. List of the documents to be submitted along with bid. 3.1.11. Family/relatives’ declaration 3.1.12. Letter of authorization for attending bid opening.

3.2. Financial bid: Financial Bid for Comprehensive Annual Maintenance Contract & (CAMC) contract which includes the

maintenance, repairing of all parts of E/A(with alternator control panel, changeover and its cable to E/A etc.

The bidder is expected to examine all instructions, forms, terms, conditions and specifications in the bid documents. Failure to furnish all the information required as per bid documents or submission of the bids not substantially responsive to the bid documents in every respect will be at the bidder’s risk and shall result in rejection of the bid.

4. QUERIES ON BID DOCUMENT: A prospective bidder, requiring any clarification of the Bid Document shall notify the Department in writing or by FAX at the department’s mailing address indicated in the invitation for Bids. The Department shall respond in writing to any request for clarification of the Bid Document, which it receives not later than 7 days prior to the date for the opening of the bids. Copies of the query (without identifying the source) and the clarification by the department shall be sent to all the prospective bidders who have purchased the bid document and all such clarification issued by the Department will form part of the bid document.

5. AMENDMENT OF BID DOCUMENTS: 5.1. At any time, prior to the date of submission of bid, department/BSNL may, for any reason whether sue motto or in

response to a clarification requested by a prospective bidder, modify the bid documents by amendments. 5.2. The amendments shall be notified in writing or by FAX to all prospective bidders on the address intimated at the time of

purchase of bid documents from the BSNL and these amendments will be binding on them. 5.3. In order to afford prospective bidders reasonable time to take the amendment into account in preparing these bids, the

Department/BSNL may, at its discretion, extend the deadline for the submission/opening of bid suitably. 6. COST OF BIDDING:

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

7. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATIONS: The bidder shall furnish, as part of his/her bid documents establishing the bidder’s eligibility, all the documents to be attached with bid as per the bid documents.

8. BID SECURITY (EMD): 8.1. The bidder shall furnish, at part of his/her bid, a bid security (EMD) as per NIT. No interest shall be paid by the

Department/BSNL on the bid security for any period whatsoever. 8.2. The bid security is required to protect the Department/BSNL against the risk of bidder’s conduct, which would warrant

the security’s forfeiture. 8.3. Bid security shall be paid in the form of cash at counter of AO (Cash) BSNL O/o TDM-Motihari or Demand Draft/Banker’s

cheque issued by a scheduled bank drawn in favor of AO (Cash) BSNL O/o TDM-Motihari payable at Motihari. 8.4. A bid not secured in accordance with tender documents shall be rejected by the BSNL as non responsive. 8.5. The bid security of the unsuccessful bidder will be refunded as promptly as possible but later than 30 Days after the

expiry of the period of bid validity as mentioned in tender documents.

Page 9: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

8

8.6. The successful bidder’s bid security will compulsorily be returned or converted in to part of Security deposit. 8.7. The bid Security (EMD) shall be Forfeited:

8.7.1. If a bidder withdraws his/her bid during the period of bid validity specified in the bid document or 8.7.2. If a bidder makes any modifications in the terms and conditions of the tender before acceptance of the tender,

which are not acceptable to the Department/BSNL or 8.7.3. If the bidder has submitted/attached fake document(s) as a part of tender. In addition to forfeiture of EMD,

bidder will be black listed and security deposit will also be forfeited, in case of such successful bidder(s). 8.7.4. In case of successful bidder, if the bidder fails

1. To sign the agreement in accordance with the tender documents. 2. To furnish the Security Deposit in accordance with tender terms & conditions.

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

in case of material to be supplied and inclusive of all taxes and levies in case of works to be executed. The contractor shall be responsible for the transporting the materials, to be supplied by the department/BSNL (at the SSA’s telecom store) or otherwise to execute the work under the contract, to site at his (her)/their own cost. The costs of transportation are inclusive in the standard schedule rate and therefore no separate charge are payable on this account. The offer shall be firm in Indian Rupees.

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

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

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

10. PERIOD OF VALIDITY OF BIDS: 10.1. The bid shall remain valid for 240 days from the date of opening of bid (Qualifying/Technical Bid). A bid valid for a

shorter period shall be rejected by Department/BSNL as non-responsive. 10.2. The Department/BSNL reserves the right to request the lowest 3 bidders as per read out list on the opening day to

extend the bid validity for a period of further 120 days and the bidders has to necessarily extend the bid validity. Refusal to extend the validity will result in forfeiture of the bid security. A bidder accepting the request and extending the bid validity will not be permitted to modify his/her bid.

11. SINGING OF BID: 11.1. The bidder shall submit, as a part of the bid, the bid document (in original) duly signed on each section of the bid

document, establishing the conformity of his bid to the bid document. (Note: The tenderer is advised to keep a photocopy (at his own cost) of the bid documents for his/her own reference.)

11.2. The bid contain no inter-lineation, erasers or overwriting except as necessary to correct errors made by the bidder in which case such correction shall be signed with date by the person or persons signing the bid.

12. METHOD OF PREPARATION OF BID: 12.1 Duly WAX Sealed bid for each tender should be submitted within time in two envelopes placed inside a main cover

and should be addressed to SDE (Plg) O/O TDM-Motihari. These envelopes should contain the following:

Envelope Marked on the cover Contents of Envelope

First Qualifying/Technical Bid EMD cash receipt/Demand Draft/ Banker’s Cheque.

Containing documents as per documents to be attached along with bid as per bid documents.

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

On all these envelopes the name of the firm/Contractor and whether “Qualifying/Technical” OR “Financial” bid must be clearly mentioned and should be properly sealed (with sealing wax). These envelopes are to be placed inside an outer envelope and properly sealed (with sealing wax). The tenders which are not submitted in above mentioned manner may be rejected.

12.2 All envelopes (2 inner & 1 outer) must bear the following: “Comprehensive Annual Maintenance Contract & (CAMC) contract which includes the maintenance, repairing of all parts of

E/A(with alternator control panel, changeover and its cable to E/A etc in Motihari SSA” 12.3 The tenderer will be bound by all terms, conditions & specification as detailed in the tender documents. 12.4 Any tender with conditions other than those specified in the tender documents is liable to be summarily rejected. No

modifications by the contractor in any of conditions will be permitted after the tender is opened. 13. SUBMISSION OF BID:

13.1. Tenders should be either dropped in person in the tender box placed in the office of SDE (P) O/O TDM Motihari, or sent through post so as to reach upto date & time mentioned in NIT. The BSNL will not be responsible for late receipt of bid sent through post by whatsoever reason. The slit of the tender box will be sealed immediately after the specified time

Page 10: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

9

for receipt of tender. Any tender presented in person after the sealing of box will not received by TDM- Motihari, BSNL or by any of the subordinates or will not be allowed to be deposited in the tender box.

13.2. POSTPONEMENT OF TENDER OPENING: In case of postponement of date of opening of tender, the information regarding date of opening of tender will be communicated at least one day before the original date of opening. The reasons for postponing the tender shall be recorded in writing. If the date of opening of bids is declared as holidays, the bids will be opened on the next working date at the same time and venue.

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

14. LATE BIDS: Tenders will not be received after the specified time of closing of the tender and the same shall be rejected and returned unopened to the bidder. It is the sole responsibility of the tenderer that he/she should ensure timely submission of tender.

15. MODIFICATIONS AND WITHDRAWAL OF BIDS: 15.1. The bidder may modify or withdraw his/her bid after submission and before opening provided that the intimation is

deposited by the bidder in a properly sealed envelope (with wax) in the tender box, before the scheduled time and date for closing of tender.

15.2. No bid shall be modified subsequent to the deadline for submission of bids. 16. OPENING OF THE BIDS BY THE DEPARTMENT/BSNL:

16.1. The department/BSNL shall open the bids in the presence of bidders or his/her authorised representatives, who choose to attend, at due time on due date as mentioned in NIT. The bidder’s representatives, who are present, shall sign in attendance register. The bidder shall submit authority letter to this effect before they are allowed to participate in the bid opening (A format is given in the bid documents).

16.2. A Maximum of two (2) representatives for any bidder shall be authorised and permitted to attend the bid opening. 16.3. The Bid shall be opened in the following manner:-

16.3.1. The bid/tender opening committee shall count the number of bids and assign serial numbers to the bid for example; if 10 tenders have been received the bids shall be numbered as 1 of 10, 2 of 10 etc. All the members shall initial on the outer envelopes of all the bids with date.

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

16.3.3. First the outer envelope containing the two envelopes should be opened. The bid opening committee shall initial on three envelopes (outer, technical/qualifying & financial) with date.

16.3.4. Among these two envelopes, the envelope marked “Qualifying/Technical Bid” shall be opened first and papers/documents submitted by the bidder shall be examined and recorded by the Tender Opening Committee (TOC). After opening the qualifying/technical bid, all the documents contained therein shall be serially numbered and signed by the bid opening committee members.

16.3.5. After recording of the “Qualifying/Technical bid” the TOC will place all the financial bid submitted by the bidder in an envelope and will seal it with wax for keeping in safe custody.

16.4. The Financial Bid shall be opened in the following manner; 16.4.1. The envelope marked “Financial Bid” will be opened only for qualified tenders in “Qualifying/Technical Bid”. 16.4.2. The date and time of opening of “Financial bid” shall be conveyed to all the bidders who have qualified in

Qualifying/Technical bid and their representative shall be allowed to attend the financial bid opening. The financial bid will normally be opened with in a week’s time of opening of Qualifying/Technical Bid

16.4.3. After opening the “Financial bid” the bidder’s name, bid prices, modifications, bid with drawls and such other details as the Department/BSNL, at its discretion, may consider appropriate will be announced at the opening.

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

17. CLARIFICATION OF BIDS BY THE DEPARTMENT/BSNL: To assist in examination, evaluation and comparison of bids, the department/BSNL may, at its discretion ask the bidder for clarification of its bid. The request for its clarification and its response shall be in writing. However, no post bid clarification at the initiative of the bidder shall be entertained.

18. PRELIMINARY EVALUATION: 18.1. Department/BSNL shall evaluate the bids to determine whether they are complete, whether any computational errors

have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether the bids are generally in order.

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

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

Page 11: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

10

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

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

19. EVALUATION AND COMPARISON OF SUBSTANTIALLY REPONSIVE BIDS: 19.1. The Department/BSNL shall evaluate in detail and compare the bids previously determined to be substantially

responsive pursuant preliminary evaluation. 19.2. The evaluation and comparison of responsive bids shall be on percentage deviation (Above/Below/At Par) offered and

indicated in schedule of rates in the bid documents. 20. CONTACTING THE DEPARTMENT/BSNL:

20.1. Subject to clarification of bids by the department/BSNL no bidder shall try to influence the BSNL on any matter relating to its bid, from the time of bid opening till the time contract is awarded.

20.2. Any effort by the bidder to modify his/her bid or influence the Department/BSNL in the Department’s/BSNL’s bid evaluation, bid comparison or the contract award decisions shall result in the rejection of the bid.

21. AWARD OF CONTRACT: 21.1. The BSNL shall consider award of contract only to those eligible bidders whose offers have been found technically,

commercially and financially acceptable to TDM, Motihari SSA. Under normal circumstances, the award of contract against the tender is for one years from the date of effective date of signing of agreement between the department/BSNL-MOTIHARI and the tenderer. However contract may be extended for further period upto two consecutive years or part thereof, if agreed by the contractor and BSNL, Motihari on the same rate, terms, conditions and value subject to satisfactory & need of BSNL. The period of the contract may be reduced by TDM, Motihari as per the requirement of BSNL, Motihari without any notice.

21.2. The BSNL reserves the right to award the contract to one or more bidders who have qualified the technical/qualifying bid at the approved rate of L1 bidder.

22. DEPARTMENT’S/BSNL’S RIGHT TO VARY QUANTUM OF WORK: The Department/BSNL, at the time of award of work under the contract, reserves the right to vary the quantum of work as specified in tender documents without any change in the rates or other terms and conditions.

23. DEPARTMENT’S/BSNL’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS: The Department/BSNL reserve the right to accept or reject any or all bids and to annul the bidding process and reject all bids, at any time prior to award of contract without assigning any reason what-so-ever and without thereby incurring any liability to the affected bidder or bidders on the grounds for the Department’s/ BSNL’s action.

24. ISSUE OF LETTER OF INTENT: The issue of letter of intent shall constitute the intention of the Department/BSNL to enter into the contract with the bidder(s). Letter of intent will be issued as offer to the successful bidder(s).

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

agreement with the successful bidder shall be signed by the BSNL with in two weeks from the date of acceptance of tender.

25.2. As soon as the tender is approved by the competent authority, the Bid Security (EMD) deposited by the successful bidder shall be compulsorily returned or converted in to the security deposit, which will be held by the BSNL till the completion of warranty period.

26. ANNULMENT OF AWARD: Failure of the successful bidder to comply with the terms and conditions of the tender shall constitute sufficient ground for the annulment of the award and forfeiture of the security deposit, in which event the Department/BSNL may make the award to any other bidder at the discretion of the BSNL or call for new bids.

Page 12: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

11

SECTION - V

GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT

1) APPLICATION: The general conditions shall apply in contract made by the Department/BSNL for execution of Comprehensive Annual Maintenance Contract & (CAMC) contract which includes the maintenance, repairing of all parts of E/A(with alternator control panel, changeover and its cable to E/A etc.

2) STANDARDS: The works to be executed under the contract shall conform to the standers prescribed in the Comprehensive Annual Maintenance Contract & (CAMC) contract which includes the maintenance, repairing of all parts of E/A(with alternator control panel, changeover and its cable to E/A etc..

3) PRICES: 3.1. The prices charged by the Contractor for the works performed under the contract shall not be higher than the prices

approved by TDM, Motihari. 3.2. The rates quoted must be inclusive of all associated works not categorically mentioned in tender documents. 3.3. The rate(s) approved by TDM, Motihari should be valid for entire period of contract including the mutually agreed upon

extensions, if any or reduction by TDM, Motihari as per the requirement of BSNL, Motihari. Increase and decrease of taxes/duties etc. will not affect the price during this period.

3.4. Taxes/duties as applicable will be deducted from the bill of the contractor. 4) SUBCONTRACTS:

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

5) SECURITY DEPOSIT: 5.1. The successful bidder shall be required to deposit security deposit as per NIT within 2 weeks of conveying BSNL’s

intention for accepting the bid. 5.2. Security deposit shall be deposited in cash at counter of AO (Cash) BSNL O/o TDM-Motihari or submitted in form of

Demand Draft/bank guarantee from a scheduled bank in favour of AO (Cash) BSNL O/o TDM-Motihari and in the proforma provided in the bid documents.

5.3. The proceeds of the security deposit shall be payable to BSNL as compensation for any loss resulting form the contractor’s failure to complete its obligations under the contract.

5.4. If the contractor fails or neglects any of his/her obligations under the contract, it shall be lawful for Department/BSNL to forfeit either whole or any part of security deposit furnished by the bidder as compensation for any loss resulting from such failure.

5.5. Security deposit will be refunded after completion of contractor’s performance obligation under the contract provided there are no recoveries to be made arising out of violation of any terms and condition of the contract as stipulated in the bid document.

5.6. If a successful bidder has submitted/attached a fake document(s) as a part of tender the security deposit will be forfeited & party will be black listed.

5.7. No interest will be paid to the contractor on the security deposit. 6) ISSUE OF WORK ORDERS AND TIME LIMIT:

6.1. The work order to successful bidder(s) shall be issued by O/o TDM-Motihari. 6.2. The BSNL reserves the right to award the contract to one or more bidders, who have qualified the bid at the approved

rate(s) of L1-bidder. 6.3. The O/o TDM, Motihari shall mention the time limit to execute the work by the contractor in the work order in coherence

with the tender documents. 6.4. The Department/BSNL reserves the right to cancel or modify the scope of work stipulated to be carried out against the

work order in the event of change of plan necessitated on account of technical reasons or in the opinion of work order issuing authority or the TDM-Motihari, the contractor is not executing the work at the required pace.

6.5. The BSNL, at the time of award of work under the contract, reserves the right to decrease or increase the quantum of work as specified in the tender documents without any change in the rates and terms & conditions.

7) EXTENTION OF TENDER AGREEMENT: The agreement period may be extended maximum upto two consecutive years with same tender terms, conditions & value subject to satisfactory working and as per the requirement of BSNL, Motihari.

8) TERMINATION OF CONTRACT: Contract will be terminated, 8.1 If the contractor commits breach of any items of terms and conditions of the contract. 8.2 If the contractor fails to execute comprehensive Annual Maintenance Contract (AMC) & of Diesel E/A during the period

specified in the contract or any extension thereof granted by BSNL. 8.3 If the contractor fails to maintain E/A under Comprehensive Annual Maintenance Contract (AMC) in good running

condition and fails to perform any other obligation(s) under the contract. 8.4 Upon termination of contract the security deposit shall be liable to forfeited and shall be absolutely at the disposal of BSNL.

Page 13: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

12

9) INDEMNTIES: 16.1. The contractor shall at all times hold the Government harmless and indemnify from against all action, suits,

proceedings, works, cost, damages, charges claims and demands of every nature and descriptions, brought or procured against the Government, its officers and employees and forthwith upon demand and without protect or demur to pay to the Government any and all losses and damages and cost (inclusive between attorney and client) and all costs incurred in endorsing this or any other indemnity or security which the Government may now or at any time have relative to the work or the contractors obligation or in protecting or endorsing its right in any suit on other legal proceeding, charges and expense and liabilities resulting from or incidental or in connection with injury, damages of the contractor or damage to property resulting from or arising out of or in any way connected with or incidental to the operations caused by the contract documents. In addition the contractor shall reimburse the Government or pay to the Government forthwith or deemed without protect or demur all cost, charges and expenses and losses and damages otherwise incurred by it in consequence of any claim, damages and actions which may be brought against the Government arising out of or incidental to or in connection with the operation covered by the contractor.

16.2. The contractor shall at his own cost at the Government’s request defend any suit or other proceeding asserting a claim covered by this indemnity, but shall not settle, compound or compromise any suit or other finding without 1

st

consulting the BSNL. 16.3. RISK & COST: In case, contractor fails to execute the work within stipulated time, then the work will be completed by

any other agency at the risk & cost of contractor. In this regard the decision of TDM-Motihari shall be final and binding. In all these cases, expenses which may be incurred in excess of the sum which would have been paid to the Original contractor if the whole work had been executed by him shall be borne and paid by the original contractor and shall be deducted from any money due to him by the Government/department under the contract or any other account whatsoever any where in the Department or from a security deposit. In case no money is pending with department, the excess amount will be deducted from S/D of contractor.

10) FOURCE MAJEURE: 17.1. If any time, during the continuance of this contract, the performance in whole or in part by either party or any

obligation under this contract shall be prevented or delayed by reason of any war, or hostility, acts of the public enemy, civil commotion sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes, lockouts or act of God (herein after referred to as events) provided notice of happenings, of any such eventuality is given by either party to the other within 21 days from the date of occurrence thereof, neither party shall by reason of such event be entitled to terminate this contract nor shall either party have any such claim for damaged against the other in respect of such non-performance and work under the contract shall be resumed as soon as practicable after such event may come to an end or cease to exist, and the decision of the Department as to whether the work have been so resumed or not shall be final and conclusive, provided further that if the performance, in whole or part of any obligation under this contract is prevented or delayed by reason of any such event for a period exceeding 60 days either party may, at his option terminate the contract.

17.2. Provided also that if the contract is terminated under this clause, the Department shall be at liberty to take over from the contractor at a price to be fixed by the Department, which shall be final, all unused, undamaged and acceptable materials, brought out components and stores in the course of execution of the contract, in possession of the contractor at the time of such termination of such portions thereof as the Department may deem fit excepting such materials brought out components and stores as the contracts may with the concurrence of the Department elect to retain.

11) ARBITRATION: 18.1. In the event of any question, dispute or difference arising under this agreement or in connection there-with except as

to matter the decision of which is specifically provided under this agreement, the same shall be referred to sole arbitration of the Chief General Manager Telecom, Bihar Circle, Patna or in case his designation is changed or his office is abolished then in such case to the sole Arbitration of the officer for the time being entrusted whether in addition to the functions of the Chief General Manager Telecom, Bihar Circle, Patna or by whatever designation such officers may be called (hereinafter referred to as the said officer) and if the Chief General Manager Telecom, Bihar Circle, Patna or the said officer is unable or unwilling to act as such to the sole arbitration or some other person appointed by the Chief General Manager, or the said officer. The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act, 1996. There will be no objection to any such appointment that the arbitrator is 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. In the event of such arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reasons whatsoever such Chief General Manager or the said officer shall appoint another person to act as arbitrator in accordance with terms of the agreement and the person so appointed shall be entitled to proceed from the stage at which it was left out by his predecessors.

18.2. The arbitrator may from time to time with the consent of parties enlarge the time for making and publishing the award, subject to aforesaid Indian Arbitration and Conciliation Act 1996 and the Rules made there under, any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this clause.

18.3. The venue of the arbitration proceeding shall be the office of the Chief General Manager Telecom, Bihar Circle, Patna or such other places as the arbitrator may decide. The following procedure shall be followed:

Page 14: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

13

18.3.1. In case parties are unable to reach a settlement by themselves, the dispute should be submitted or arbitration in accordance with contract agreement.

18.3.2. There should not be a joint submission with the contractor to the sole Arbitrator. 18.3.3. Each party should submit its own claim severally and may oppose the claim put forward by the other party. 18.3.4. The onus of establishing his claims will be left to the contractor. 18.3.5. Once a claim has been included in the submission by the contractor, a reiteration or modification thereof will be

opposed. 18.3.6. The “points of defense” will be based on actual conditions of the contract. 18.3.7. Claims in the nature of ex-gratia payments shall not be entertained by the Arbitrator as these are not contractual. 18.3.8. The question whether these conditions are equitable shall not receive any consideration in the preparation of

“points of defense” 18.3.9. If the contractor includes such claims in his submission, the fact that they are not contractual will be prominently

placed before the Arbitrator. The award of the sole arbitrator shall be final and binding on all the parties to the dispute.

12) SET OFF: Any sum of money due and payable to the contractor (including security deposit refundable to him/her) under this contract may be appropriated by the BSNL or the Govt. or any other person or persons contracting through the Govt. of India and set off the same against any claim of the BSNL or Govt. or such other person(s) for payment of a sum of money arising out of this contract made by the Contractor with BSNL or Govt. or such other person(s) contracting through Govt. of India.

Signature of the Tenderer/all partners/Authorized signatory with seal

Page 15: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

14

Section VI

Special Conditions Of Contract 1. The special conditions of contract shall supplement the instruction to the bidder as contained in section IV and

general (Commercial) conditions of contract as contained in section V and whenever there is a conflict, the provision herein shall prevail over those in section IV and section V.

2. In case the date fixed for opening of bids is subsequently declared as holiday by the Government of India, the revised schedule will be notified. However, in absence of such notification, the bids will be opened on next working day, time and venue remaining unaltered.

3. The BSNL reserved the right to disqualify such bidders who have a record of not meeting contractual obligations against earlier contract entered into with the BSNL.

4. BSNL reserves the right to blacklist a bidder for a suitable period in case he/she fails to honour his/her bid without sufficient grounds.

5. The BSNL reserves the right to counter offer price(s) against price(s) quoted by any bidder. 6. Any clarification issued by the BSNL, in response to query raised by prospective bidder(s) shall form an integral

part of the bid document and it may amount to amendment of relevant clauses of the bid documents. 7. Tender will be evaluated as per criteria given in financial bid. 8. Whenever any claim(s) against of the contractor for the payment of a sum of money arises out of or under the

contract, the BSNL shall be entitled to recover such sum by appropriating in part or whole security deposit. 9. No official of Gazetted rank or other Gazetted officer employed in BSNL or any other department of Got. of India

is allowed to work as a contractor for a period of two years after his/her retirement from BSNL/Government service without the previous permission of BSNL/Govt. of India.

10. The liability under relevant sections of IPC causing death or permanent liability developed during maintenance of Diesel E/A by the contractor, the BSNL has no responsibility of whatsoever and will not entertain any claim in this regard under the provision of the law.

11. the engagement and employment of service person(s) and payment of wages to them as per existing provision of various labor laws and regulation is the sole responsibility of the contractor and any beach of such laws or regulations shall be deemed to be breach of this contract.

12. The bidder(s) should give a certificate to the effect that none of his/her near relative(s) are working in the units of BSNL as defined in section – XI. In case of proprietorship firm, the certificate will be given by the proprietor. For the partnership firm, certificate will be given by all the partners and in case 01 limited company, certificate will be given by all the director(s) of the company. Any breach of these conditions by the company or firm or any other person, the tender /work will be cancelled and earnest money/ security deposit will be forfeited at any stage whenever it is noticed. The BSNL may also debar the bidder for further participation in the concerned unit/BSNL. The certificate to this must be given in Rs. 20/- stamp paper as per proforma given in Section XI.

13. The contractor shall assign the job of comprehensive Annual Maintenance Contract (AMC) of E/A only to qualified and experienced person(s).

14. The TDM Motihari, BSNL reserves the right of awarding the contract to one or more than one bidder at the lowest evaluated price.

15. Government taxes/duties as per rule will be deducted from the bills. 16. The firm should open an office at their respective SDCC with at least one service engineer and one helper

which should be available round o’clock with in a week after signing of the agreement. The address of the local office with phone number of office and Service engineer must be given to this office and SDE concerned.

17. At the time of completion / termination of the contract the Bidder has to make over the E/Sa under AMC in good & working condition to BSNL./New Contractor whom the work is awarded.

Page 16: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

15

Section-VII SCOPE OF WORK ANDJURISDICTION OF CONTRACT

SERVICE / WORK for Comprehensive AMC & Major Overhand:

The contractor has to provide Comprehensive Annual Maintenance Contract (AMC) Contract which includes the maintenance, repairing of all parts of engine alternator (with alternator control panel, changeover & it’s cable to E/A etc. as per condition of E/A available at site) and in Motihari SSA, which includes preventive servicing / maintenance of E/A, attending all faults and break downs within time norms, providing qualified and experienced person(s) and materials.

Major Overhauling: TDM-Motihari will be decided whether major overhauling is required at the cost of BSNL or on the cost of contractor. No major overhauling can be done by contractor without prior approval and proper work order given by O/o TDM-Motihari.

No CAMC will be paid for major overhauled E/A set for three months. Contractor has to maintain it under warranty for three months. He has to provide free servicing upto three months including material charges.

All the defective parts replaced has to be deposited in Central Store under SDE (MM) Motihari.

The contractor will have to supply the requisite no of qualified and experienced persons(s) with means and materials as well as spares, consumable items tools, appliances, machines, implements and vehicle for maintenance of E/A required for the proper execution of work within the time prescribed in the work order/agreement.

The contractor will have to keep at least one E/A (at least 25KVA) for emergency purposes at his/her own cost or in case of major break down the contractor has to provide the hired E/A of suitable capacity within the twenty four hours of the break down at his/her own cost.

The contractor will have to supply within two days of singing the agreement, the Sub Divisional wise contract details of service personnel i.e. working Phone/Mobile no., Fax no. and address of the Service Center. These are required for passing the information regarding failure of E/A and other emergency maintenance purpose.

Contractor must ensure servicing of E/A under comprehensive AMC every 250 hrs running of E/A or 2 months, whichever is earlier. The servicing will include replacement of Lub Oil, Fuel filter elements and lub oils filter elements as per specification of the make of E/A.

The contractor has to ensure the availability of E/A service/maintenance personal(s) at the telephone exchanges/BTSs in Motihari SSA round the clock throughout the AMC period.

E/A should be repaired by the contractor within six hours of getting report of fault by officer/staff either by Phone etc. In case, repairing is not possible within stipulated Six hours of getting of fault, the contractor will have to deploy his/her said spare/emergency purpose E/A at the site at his/her own cost within twenty four hours of reporting of fault.

In case of multiple simultaneous failures of E/As, contractor will have to attend all the E/As simultaneously within the time norms mentioned in this document.

Contractor should have a stock of good no. of original spares of same make of E/A in hand to meet out the emergency requirement during AMC. Excuse of non-availability of spare etc. on any account will not be entertained.

Contractor has to maintain and repair the battery used for E/A. New battery will be supplied whenever the battery has lived its life from the date of its installation.

The contractor shall repair the E/A in BSNL premises only using own spares, testing and repairing equipment. Only in exceptional circumstance he shall be permitted to take the defective engine alternator device (or its components) to his workshop under proper receipt.

Any defect in any engine alternator causing loss of usage shall be considered as the faulty condition and the contractor shall have to take immediate corrective necessary action to put the system into its proper usage.

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.

Check the earthing system for proper values. The results of inspection as above should be recorded in register and brought in the notice of SDE.

Schedule of work to be carried out under service contract by the contractor for E/A set and control panel, changeover and it’s cable to E/A – As per Annexure – I.

At all stations (AMC of E/A shall be taken on basis of as on where is basis) it means all the E/As (with alternate control panel, changeover and its cable to E/A set).

All the stations has to be taken on the basis of as on where is basis under AMC and after expiry of contract, it should be made over in good working conditions as per manual of E/A.

Return of replaced material including Mobile.

Initial repairing as per AE(Electricals) certification of work needed.

Local office at Head Quarter.

Not repaired within 48 hours the same will be get repaired from market at the risk and cost of contractor.

3. PERIOD OF CONTRACT: Under normal circumstances, comprehensive Annual Maintenance Contract (AMC) Contract which includes the maintenance repairing of all parts of engine alternator (with alternator control panel, changeover & its cable to E/A etc. as per condition of

Page 17: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

16

E/A available at site), major overhauling in differnect exchanges of Motihari SSA against the tender is for one year from effective date of agreement.

4. NO. OF E/A UNDER COMPREHENSIVE AMC SERVICES: The BSNL, at the time of award of work under the contract, reserves the right to decrease or increase the no. of E/A under comprehensive, AMC specified in the financial bid without any change in the rates or other terms and conditions.

5. SERVICE HOURS:

24 Hours a day on all days of the year including Sunday/ holidays. 6. DATE OF START OF COMPREHENSIVE AMC:

All E/A will be handed over to the successful bidder after the signing of the agreement. The day on which the running E/A will be handed over by BSNL office will be the date of start AMC for that E/A. All the faulty/non-running E/A are to be repaired by the successful bidder.

7. SERVICING/FAULTY/BRAKING DOWN REGISTER: Contractor should maintain E/A wise register i.e. one register for each E/A – in which entry of all details as per proforma are given below and duly signed by controlling officer and log sheets as per Annexure –II. At the time of inspection/servicing may be recorded duly signed by controlling officer.

S/N Purpose of attending Servicing/faulty/break down

Date of servicing

Whether lube oils and filters replace

Date and time of repairing of Fault/break Down

Date and time of clearance of fault/break down

Signature of the BSNL officer/ staff

8. PAYMENT TERMS:

Engine Alternator wise monthly bills, duly verified and certified by the controlling officer shall be submitted in duplicate in the O/o TDM-Motihari along with servicing/faulty break down register duly counter sign by their respective concerned officer. Bi-monthly bills should be submitted.

9. PENALTY CLAUSE:

a. In case the approved contractor is not able to comply with all the condition, the department shall impose a penalty @ Rs. 500/- per day per E/A subject to a maximum of Rs. 5000/- per E/A in a month.

b. In case of contractor does not rectify the fault condition even after imposing maximum penalty of Rs. 5000/- for a month then:

The BSNL shall have the liberty to get the E/A repaired though any other agency even at higher rates and the extra cost shall be adjusted from the running bills/security of the contractor.

The BSNL shall have the liberty to initiate the case for terminating the contract by giving one month notice to the contractor. In case the contractor dose not respond favorably and to the full satisfaction of the BSNL then his contract shall be terminated by the BSNL after the lapse of one month from the date of issue of such a notice

c. If the contractor fails to maintain E/A in running condition and his/her not able to supply alternate E/A within twenty four Hours, BSNL may arrange the alternate E/A at the cost of contractor only, the charges of such will be recovered from respective bi-monthly bill/security deposit and it may result into termination of contract and forfeiture of security deposit.

10. JURISDICTION OF CONTRACT:

The jurisdiction of contract shall be Motihari Disctrict of Motihari SSA and zone details is given in the tender document.

Signature and Seal of Bidder

Page 18: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

17

Annexure-I

Schedule of works to be carried out under service contract by the contractor for E/A set and Control Panel. Sl. Description of work Action to be taken ENGINE 1. Check the foundation bolt Proper tightening to be done. 2. Check the torque of all fasteners Proper tightening to be done. 3. Check the oil leakages Remove the leakage, if persists. 4. Check the water leakages Remove the leakage, if persists. 5. Check the alignment of all eqpt. Allign the equipments, if needed. 6. Check the greasing/oil greasing of Greasing at all points to be done. auxiliary eqpt. & leakages 7. Clean the radiator To be done. 8. Check the lube oil level in the sump Change the oil (supplied by Engine Manufacturer) or top up in between 9. Check the fuel pump cleaning To be cleaned, if required. 10. Check the valve tapet clearance Adjust, if required. 11. Check the fuel timing Adjust, if required. 12. Check the belt tension Adjust, if required. 13. Check the condition of v belt Replace, if defective. 14. Check the smoke condition Take action for proper smoke 15. Check fuel filter element a. Pre-filter insert Replace at every 400 hrs run b. Fuel filter insert Replace at every 450 hrs run 16. Check the lube oil filter Replace at every oil change. 17. Check air cleaner To be cleaned or replaced as reqd. 18. Check by pass filter To be replaced, if required. 19. Clean the button filter of feed pump To be cleaned 20. Clean the cylinder barrel & To be cleaned. Cylinder head fins 21. Check the battery water level If less add distilled water. 22. Check the water level in radiator Top up, if required. For water cooled engine 23. Check CR element and CR plate Replace, if required. 24. Check exhaust pipe for leakage Remove leakages and clear. & restriction 25. Check sediment in fuel tank Clean, if required. 26. Check hose pipe Replace, if defective. 27. Check self starter If, defective, to be repaired. 28. Check status of Battery If life expired intimate Incharge alongwith price

list of battery for prior approval of replacement. 29. Check charging alternator If defective, to be repaired. 30. Check for safety trip for (if provided) a. For high cylinder temperature To be adjusted, if required. in air-cooled engine. b. For high water temperature To be adjusted, if required.

In water 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/ If replacement/overhauling is required, heavy smoke or defect. intimate Engineer Incharge along with rates of spares & accessories of engine and its Instrument Panel complete with Part No. as per engine Manufacturer price list for prior approval ALTERNATOR 1. Check for tightness of cable end Ensure proper tightening. Termination. 2. Check the tightness of the coupling. Tighten properly, if required.. 3. Check the blower fan etc. Ensure proper running.

Page 19: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

18

4. Check the slip ring for bedding. To be replaced, if worn out. 5. Check slip ring holder & resistances If defective, intimate Incharge along with rate for prior approval. 6. Check the alternator wiring. If defective to be repaired. 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 Incharge to improve the power factor of exchange load. 12. Check full load current If load current is more than rated capacity of E/A set, Incharge may be intimated to reduce the load of exchange on E/A set. 13. Check the noise level of the bearing Intimate to Incharge, if bearing needs replacement along with rate as per price list. 14. Check if no voltage is produced Check rotor, armature winding, field coil and by alternator. AVR. If defect is found in any of them, intimate Incharge along with rates of rewinding/

replacement for prior approval. 15. Check ventilation of room/ If room temperature is more than 100C, over exhaust fan. ambient temperature the cause may be intimated to Incharge to improve ventilation of room. CONTROL PANEL

1. Check the incoming switch a. For fuse if switch fuse unit Change the fuse with correct rating, if reqd. b. MCCB / MCB Check the rating/functioning, if defective, intimate Incharge along with rate as per its manufacturer price list.

2. Check wiring for contact looseness Tighten properly. 3. Check measuring Instrument of Replace Ammeter, Volt meter, Frequency electrical control panel of E/A set meter, if faulty.

Note : Above items of Engine, Alternator and Control Panel shall be carried out as applicable for respective makes and

models.

Signature and Seal of Bidder

Page 20: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

19

ANNEXURE- II

FAULT DOCKET

Exchange Detail Name of Exchange ……………………………………. Name of incharge …………………………………..

Exchange Telephone No. ……………………………………………..

Engine Detail Alternator Detail Sr. No. …………………………………. Sr. No. ………………………………….

Capacity ……………………………… Capacity ………………………………

Model ………………………………….. Model …………………………………..

1) Docket Number(To be given by Contractor) -

2) Engine Alternator Fault Report Date And Time-

(to be filled by SDE area in charge)

3) Nature of fault-

4) Engine Alternator Fault Rectification Date And Time-

(To be filled by contractor)

5) Fault Rectification done with in time Period –

NOTE-docket must be like EXCHANGE NAME –DATE OF FAULT REPORTED-TIME OF FAULT REPORTED

Sign. of Service engineer Sign. of Contractor

Sign. of SDE Area In charge

Signature and Seal of Bidder

Page 21: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

20

Annexure-III

Log Sheet Proforma No. of inspection / servicing …………………. Date : ………………… a. Exchange Detail Name of Exchange : …………………….. Name of Incharge ……………………….. Exchange Telephone No. …………………………… * Engine Detail Alternator Detail Sl. No. Sl. No. Capacity Capacity Model Model * Control Panel Detail Safety Control of Engine Incoming Switch capacity TPN / MCCB / MCB High Cylinder Temperature Yes / No LLOP Yes / No Lack of Fuel Yes / No b. Reading after servicing Meter No Load Load RPM Oil Pressure Voltage Ampere Frequency c. Remark of Service Engineer (List out defect found during servicing which is not covered in servicing which is not covered in service contract to be charged extra)

Servicing done as per Schedule in Agreement Signature of Service Engineer Signature of Incharge

Signature and Seal of Bidder

Page 22: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

21

Annexure-IV

Zone –I (Pakridayal, Dhaka & Raxaul)

S.N. Name of Exchange

SDCA Capacity of each Engine Alternator

Nos. of Engine

Alternator

Make Status

E/A I E/A II

1 Pakri Dayal Pakri Dayal 63 KVA 63 KVA

2 Kirloskar Kirloskar

OK

2 Harnatha Pakri Dayal 15 KVA 15 KVA

2 Kirloskar Kirloskar

1 OK 1 Faulty

3 Phenhara Pakri Dayal 32.5 KVA 15 KVA

2 Kirloskar Kirloskar

1 OK 1 Faulty

4 Patahi Pakri Dayal 15 KVA 15 KVA

2 Kirloskar Escort

1 OK 1 Faulty

5 Madhuban(G) Pakri Dayal 32.5 KVA 40 KVA

2 Grives

1 OK 1 Faulty

6 Banjaria Pakri Dayal 15 KVA 1 Kirloskar OK

7 Narhapanapur Pakri Dayal 15 KVA 15 KVA

2 Kirloskar Kirloskar

1 OK 1 Faulty

8 Tetaria Pakri Dayal 15 KVA 15 KVA

2 Kirloskar Mahindra

1 OK 1 Faulty

9 Dhaka Dhaka 63 KVA 63 KVA

2 Kirloskar Greaves

OK

10 Sapahi BTS Dhaka 15 KVA 1 Mahindra OK

11 Kundwa Chainpur

Dhaka 12.5 KVA 1 Kirloskar

OK

12 Ghorasahan Dhaka 40 KVA 40 KVA

2 Kirloskar Mahindra

1 OK 1 Faulty

13 Chirriya Dhaka 40 KVA 40 KVA

2 Kirloskar Kirloskar

1 OK 1 Faulty

14 Kushmahwa Dhaka 15 KVA 1 Kirloskar OK

15 Jihuli Dhaka 15 KVA 1 Mahindra OK

16 Panchpakri Dhaka 15 KVA 15 KVA

2 Kirloskar Kirloskar

1 OK 1 Faulty

17 Shekhauna Dhaka 15 KVA 15 KVA

2 Kirloskar Kirloskar

OK

18 Bhelwa Circle Dhaka 15 KVA 1 Kirloskar 1 OK 1 Faulty

19 Ramgarhwa Raxaul 40 KVA 32.5 KVA

2 Kirloskar Kirloskar

1 OK 1 Faulty

20 Ramgarhwa BTS

Raxaul 15 KVA 15 KVA

2 Kirloskar Kirloskar

1 OK 1 Faulty

21 Bhelahi Raxaul 15 KVA 1 Kirloskar OK

22 Narkatia Bazar

Raxaul 40 KVA 40 KVA

2 Kirloskar Kirloskar

1 OK 1 Faulty

23 Adapur Raxaul 20 KVA 1 Kirloskar OK

24 Chhauradano Raxaul 20 KVA 1 Kirloskar OK

25 Bankatwa Raxaul 20 KVA 15 KVA

2 Kirloskar Mahindra

1 OK 1 Faulty

26 Semrahiya Raxaul 15 KVA 1 Mahindra OK

27 Champapur Raxaul 12.5 KVA 1 Kirloskar OK

28 Bhakhtaura Raxaul 15 KVA 1 Mahindra OK

29 Laxmipur Raxaul 20 KVA 1 Mahindra OK

Summary Of Zone-I

OK E/As:

S.N. Zone-I Name of SDCA 10to 15 KVA 20 to 25 KVA 30 to 40 KVA 41 TO 63 KVA

1 1 PKD, DKA, & RXL

26 4 11 2

Page 23: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

22

Zone II (Areraj, Motihari & Barachakia)

S.N. Name of Exchange

SDCA Capacity of each Engine Alternator

Nos. of Engine

Alternator

Make Status

E/A I E/A II

1 Areraj Areraj i)63 KVA ii) 40KVA iii)32.5 KVA

3 Kirloskar Mahindra Kirloskar

1 OK 2 Faulty

2 Sangrampur Areraj i)15 KVA ii)15KVA

2 Kirloskar Kirloskar

1 OK 1 Faulty

3 Dariyapur Areraj i)40KVA 1 Kirloskar OK

4 Gaighat Areraj i)32.5KVA ii)32.5 KVA

2 Kirloskar Kirloskar

1 OK 1 Faulty

5 Nautan Bhatwalia

Areraj 15 KVA 1 Eitcher OK

6 Sataha Areraj 40 KVA 15 KVA

2 Kirloskar Kirloskar

1 OK 1 Faulty

7 Malahi Areraj 15 KVA 15KVA

2 Kirloskar Kirloskar

1 OK 1 Faulty

8 Bhathuwaha Areraj 12.5 KVA 1 Kirloskar OK

9 Paharpur Areraj 15 KVA 1 Eitcher OK

10 Sugauli Motihari 32.5KVA 32.5 KVA

2 Kirloskar Rustun

1 OK 1 Faulty

11 Harsidhi Motihari 40 KVA 40 KVA

2 Kirloskar Kirloskar

1 OK 1 Faulty

12 Semra Motihari 32.5 KVA 1 Kirloskar OK

13 Lakhaura Motihari 32.5 KVA 1 Kirloskar OK

14 Kotwa Motihari 15KVA 15KVA

2 Kirloskar Kirloskar

1 OK 1 Faulty

15 Batraulia Motihari 12.5 KVA 12.5 KVA

1 Kirloskar Kirloskar

1 OK 1 Faulty

16 Siripur Bhatha Motihari 12.5 KVA 1 Kirloskar OK

17 Piprakothi Motihari 32.5 KVA 1 Kirloskar OK

18 Piprakothi BTS Motihari 15KVA 1 Mahindra OK

19 Turkaulia Motihari 40 KVA 40 KVA

2 Kirloskar Kirloskar

1 OK 1 Faulty

20 Chandmari Nagar

Motihari 15 KVA 1 Escort OK

21 Gyanbabu Chowk

Motihari 15 KVA 1 Escort OK

22 S.K.Nagar Motihari 15 KVA 2 Kirloskar Escort

1 OK 1 Faulty

23 Pandey market

Motihari 15 KVA 1 Escort OK

24 Raghunathpur Motihari 15 KVA 1 Escort OK

25 Bhawanipur Jirat

Motihari 32.5 KVA 1 Kirloskar

OK

26 Baniapati Motihari 15 KVA 1 Eitcher OK

27 Bariyarpur Motihari 15 KVA 1 Eitcher OK

28 Lutaha Motihari 15 KVA 1 Mahindra OK

29 Engg College Motihari 15 KVA 1 Kirloskar OK

30 M/W Exchange

Motihari 15 KVA 1 Kirloskar

OK

31 Barachakia Barachakia 63 KVA 40 KVA

2 Ruston Kirloskar

OK

32 Damodarpur Barachakia 40 KVA 1 Kirloskar OK

Page 24: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

23

33 Mehsi Barachakia 40 KVA 40 KVA

2 Kirloskar Mahindra

1 OK 1 Faulty

34 Kesaria Barachakia 40 KVA 32 KVA

2 Kirloskar Kirloskar

1 OK 1 Faulty

35 Hussaini Barachakia 32.5 KVA 1 Kirloskar OK

36 Kalyanpur Barachakia 15 KVA 1 Mahindra OK

37 Semra Bazar Barachakia 15 KVA 1 Kirloskar OK

38 Siswa Patna Barachakia 15 KVA 15 KVA

2 Kirloskar Kirloskar

OK

39 Bettiah Basant

Barachakia 15 KVA 1 Mahindra OK

40 Puranchapra Barachakia 15 KVA 15 KVA

2 Mahindra Eitcher

1 OK 1 Faulty

41 Pakri Dixit Barachakia 15 KVA 15 KVA

2 Mahindra Mahindra

1 OK 1 Faulty

42 Bara Chakia BTS

Barachakia 15 KVA 20 KVA

2 Kirloskar Kirloskar

OK

43 Khajuria BTS Barachakia 15 KVA 1 Mahindra OK

Summary Of Zone-II

OK E/As:

S.N. Zone-I Name of SDCA 10to 15 KVA 20 to 25 KVA 30 to 40 KVA 41 TO 63 KVA

1 1 ARJ, MTH, & BCK

35 1 23 2

Signature and Seal of Bidder

Page 25: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

24

AGRREMENT (On non judicial stamp Paper of Rs. 100)

This agreement made this………..……….day of…………….……2013 between TDM Motihari hereinafter called Bharat Sanchar Nigam Limited and M/s........................................................ ......................................... herein after called the contractor. Wherein the BSNL is desirous of getting its Annual Maintenance Contract in respect of E/As of Motihari SSA from the contractor for a period of twelve months w.e.f. ........................ to .....................and the contractor has agreed to provide the same. Whereas, it has been decided to award the contract for Annual Maintenance Contract in respect of E/As to M/s ............................... ............... on the rates accepted as described in schedule vide appendix. Whereas, the contractor has deposited interest free Performance Security ................... Dated .............................. of Rs. .............. (Rs......................................... ............................) issued by .................................. valid upto ........................... Now the agreement is entered into on the terms and conditions, which details are here under: 1 The period of Contract shall be one year from the date of the agreement. 2 This contract is for Annual Maintenance Contract in respect of E/As of various makes and capacity of E/A installed

in different exchanges of Motihari SSA. 3 The contractor is suppose d to arrange a Resident Engineer at Motihari for solving day to day problems related to

E/A. The resident Engineer should be available at Motihari throughout the period of contract. The expenditure incurred in r/o accommodation and TA/DA of the Resident Engineer will be born by the contractor.

5 The decision of the concerned Divisional Engineer, in-charge of particular exchange, shall be final on the functional acceptability of the repaired E/A.

6 Penalty:- a. In case the approved contractor is not able to comply with all the condition, the department shall impose a penalty @

Rs. 500/- per day per E/A subject to a maximum of Rs. 5000/- per E/A in a month. b. In case of contractor does not rectify the fault condition even after imposing maximum penalty of Rs. 5000/- for a

month then:

The BSNL shall have the liberty to get the E/A repaired though any other agency even at higher rates and the extra cost shall be adjusted from the running bills/security of the contractor.

The BSNL shall have the liberty to initiate the case for terminating the contract by giving one month notice to the contractor. In case the contractor dose not respond favorably and to the full satisfaction of the BSNL then his contract shall be terminated by the BSNL after the lapse of one month from the date of issue of such a notice

c. If the contractor fails to maintain E/A in running condition and his/her not able to supply alternate E/A within Six Hours, BSNL may arrange the alternate E/A at the const of contractor only, the charges of such will be recovered from respective bi-monthly bill/security deposit and it may result into termination of contract and forfeiture of security deposit.

7 Warranty :- In case pre AMC repair is required each E/A will be under warranty for 12 (Twelve) months. Any fault occurred during

warranty period will be attended free of cost by the contractor. After expiry of warranty period AMC will be given for that E/A if any on the approved tender rate and will be binded on the contractor.

8.1 Enter into an agreement with BSNL within fifteen days from the date of acceptance of the tender on a non judicial stamp. Paper of Rs. 100/-.

8.2 Before entering the AMC, the E/A of the SSA will be jointly inspected by the concerned officer–in-charge of Exchange ,BSNL and the contractor.

During the joint inspection, the following things will be finalized :- (i) Different configurations of E/A. (ii) Serial nos. & capacity of E/A. (iii) List of repairable and non repairable E/A. (iv) Jointly signed AMC stickers will be put up on all E/A. Cost of stickers will be borne by the contractor. (v) One copy of this data will be jointly signed and given to D.E.(Plg.)O/o TDM Motihari. 9 Tools, measuring instruments or any other equipment needed for repairs/ maintenance of E/A shall be arranged by the

contractor. 10 The accepted rates will be operative for a period of one year from the date of signing the contract. The TDM Motihari

reserves the right to extend or reduce the period, if necessary or according to requirement from time to time. The accepted rates will be valid for the entire period of contract and no escalation will be allowed, on account of any reason, whatsoever.

11 The department shall not be liable to pay any interest on Earnest money or security deposit from the approved tenderer. The department shall hold the right to forfeit the earnest money or the security deposit, in case tenderer fails to comply with terms and conditions set in the contract or in any subsequent agreement. In such circumstances, the right of the cancellation of the tender/ contract shall remain with the department.

12 Award of work may be in part from time to time or at a time depending upon requirement of works and completion of departmental formalities and approvals.

Page 26: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

25

13 The cost and quantum of work approximate only. The TDM Motihari has the right to increase or decrease the quantum of work and the contractor will have no right to claim any compensation, even if the work is suspended or terminated in between due to any reason whatsoever.

14 If the contractor refuses to accept the work order for execution of any specified work, the TDM Motihari reserves the right to get the work done by other agencies with higher rates and the difference of the cost will be deducted from the contractor’s pending bills or security money, as the case may be.

15 The contractor shall be responsible for any accident and any hazard to the labour carrying out the work, compensation effected labour, if any, will be liabilities of the contractor.

16 The contract shall be governed by labour laws as enforced time to time and shall fulfill all conditions as per rules. 17 The quarterly bill, duly verified by the concerned SDE & c/s by the DE be submitted to SDE(Plg.) for payment, along with

photocopy of logbook maintained by the contractor, after taking satisfactory remarks from the concerned officer-in-charge.

18 The agreement of contract can be terminated by the TDM Motihari at any time by giving one month’s notice in writing to the contractor without assigning any reasons there of and decision taken by the TDM Motihari shall be final. The BSNL shall not be responsible for any loss, damage etc. caused to the Contractor as a result of the termination of the contract. The BSNL shall be free to take due action for contract. Appointment of a new contractor during the period under notice or thereafter.

19 One skilled person may be available 24 hours at zone headquarters Motihari & Ghosi to attend the fault as intimated by the unit incharge.

SECURITY DEPOSIT :- (1) The approved tenderer shall have to deposit a security amount of 10 % of (1) estimated cost in addition to EMD

before signing of an agreement with the department. Failing to deposit the security amount within the specified period, the offer will be deemed to have been cancelled without assigning any reason or serving of notice.

(2) In the event of work exceeds beyond the estimated cost for which SD have been deposited, the SD will be deducted from the tenderers bill at the rate of 10% from subsequent bills.

(3) No interest will be payable on the earnest money or security deposit or the amount payable to the contractor under the contract.

(4) The SD will be refunded after 6 months as on expiry of the contract. FORFEIT OF PERFORMANCE SECURITY DEPOSIT : The security deposit may be forfeited, if the successful tenderer fails to comply with any of the terms and conditions of the tender/contract or fails to rectify the defects promptly during the AMC period along with non-compliance of the conditions as laid down . Arbitration :- In respect of any dispute arising out in connection with the interpretation of any clause in the terms of contract / agreement or otherwise, the matter shall be referred for arbitration to the C.G.M.T., UP(E) who shall appoint an arbitrator to decide the case. The appointment of such arbitrator shall not be questioned by the contractor on the ground that the arbitrator belongs to BSNL. The provision of the arbitration & conciliation Act 1996 or any statutory modification or enactment there of and the rules there under and for the time being in force shall apply to the arbitration proceedings under this clause. Legal jurisdiction will be only Motihari District.

Even during the arbitration, the work can not be stayed, because it pertains to the essential public utility services. The department reserves the right to get the work completed either departmentally or through any other contractor at the cost of the contractor. IN WITNESS WHEREOF , the parties present have herein below set their respective hands and seals, the day and year above written Signed Sealed and Delivered by Signed and Delivered on behalf of the above named contractor in the Chairman Cum Managing Director BSNL by the presence of S.D.E.(Plg.), O/o TDM Motihari Witness:- Witness:- 1. 1. 2. 2.

Page 27: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

26

FAMILY/RELATIVES’ DECLARATION

I ………………………………………………………………………………………… resident of ……………………………………………………………………………………………………………………hereby certify the 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 the Tenderer/all partners/Authorized signatory with seal

NOTE: The above declaration should be given on Rs. 10/- non-judicial stamp paper. Clarification:-

As per Government of India’s CCS conducted rule 4. no. Government servant shall in the discharge of his/her official duties

deal with any matter or sanction any contract to any company or for any other person if any member of his/her family is employed in that company or firm or under that person if he/she or any member of his/her family is interested in such matter or contract in any other manner and the Govt. Servant shall refer very such matter or contract to his official superior. This clause is applicable to all BSNL employees and in view of this as soon as any BSNL employee becomes aware of the above subject. He must intimate this to the prescribed authority.

Therefore, it has been decided that the near relatives of all BSNL Employee either directly recruited or on deputation are

prohibited from participation in tender and execution of the work in the different units of BSNL. The detail guidelines in this regard are given in the following paragraphs.

The near relatives for this purpose are defined as:

(a) Members of 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(s)) & daughter’s husband

(Son-in-law) brother(s) & brother’s wife, sister(s) & sister’s husband (brother-in-law).

Telecom District Manager Motihari

Page 28: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

27

Tender Form No………..

(A Govt. of India Enterprise)

Office of the Telecom District Manager

Motihari-845401

No:- P-2/CAMC/E.A./Tender/Motihari/2014-15/

Name & Address of the Tenderer …………………………………………….. …………………………………………….. …………………………………………….. ……………………………………………..

FINANCIAL DOCUMENTS

Comprehensive Annual MaintenanceContract (CAMC) of E/A

Sets, Major Overhauling of E/A Sets

of Exchanges & BTSs under Motihari

SSA

Page 29: Comprehensive Annual Maintenancetender.bsnl.co.in/bsnltenders/bsnltender/download... · Oil Engines Ltd and having experience of minimum. two years as Authorized Dealers certificate.

Signature and Seal of Tenderer

28

FINANCIAL BID

NIT No:- P-2/CAMC/E.A./Tender/Motihari/2013-14/ Dated ………….

Tender Form No……… To, The Telecom District Manager Motihari

Sub:- Tender for Annual maintenance of E/A sets of different capacities installed at Telephone Exchanges of Motihari SDCA of Motihari SSA. Sir, With reference to your tender notice, I/We hereby tender my/our rates for annual maintenance as per tender specification of Engine Alternator sets installed at various exchanges of Motihari S.S.A. I/We have read and agree with the terms and conditions mentioned in tender document issued to me/us for annual maintenance of E/A sets. The capacity wise rate for Annual maintenance is given as below.

Zone-………………………………………

I) SOR of CAMC per E/A set per annum

SL. No.

CAPACITY OF E/A SET (in KVA)

QTY Scheduled rate per

E/A per Year

Rate of CAMC per E/A set per annum In Figures In words

1.

10/15 61 Rs 34672/-

2. 20/25 5 Rs.40250/-

3. 30/40 34 Rs.43125/-

4. 63 4 Rs.47150/-

ii) SOR of Overhaulimg per E/A set

SL. No.

CAPACITY OF E/A SET (in KVA)

QTY Scheduled rate per

E/A

Rate of OVERHAULING per E/A set

In Figures In words

1.

10/15 10 Rs.25300/-

2. 20/25 3 Rs.38500/-

3. 30/40 5 Rs.49500/-

4. 63 2 Rs.65000/-

Note: The rates quoted should be inclusive of all taxes & levis, transportation except service TAX which will be paid extra on

production of receipt of payment. Important Note:

1. Calculation of L-1 bidder: Quantity of E/A will multiplied with the rate quoted and all will be added. CMAC rates will be added to overhauling to find out the L-1. Lowest will be L-1 in respective zone.

2. Lowest bidder will be the one with lowest composite rate calculated as above. 3. The indicative figures of E/A are only anticipated figures meant only calculation of lowest bidder. It

has nothing to do with the actual CAMC of E/A. The actual figure may vary ± 25% as per requirement/prevailing condition at the time. BSNL will not responsible for any loss/compensation to contractor due to this.

4. all the stations has to be taken on the basis of as on where is basis under AMC and after expiry of contract, it should be made over in good working conditions as per manual E/A.

I/We have read and agree with the terms and conditions mentioned in tender document issued to me / us for annual

maintenance of E/A sets. Dated:…………………….

Signature and Seal of Bidder