You are on page 1of 20

BHARAT SANCHAR NIGAM LIMITED

(A GOVT. OF INDIA ENTERPRISE)


OFFICE OF THE GENERAL MANAGER TELECOM DISTRICT
SIKAR-332001

TECHNICAL BID
NO.:- W-36/Tender/Power Plant repair/SIK SSA/ 2009-10/02 Dated: 25-11-2009

TENDER
FOR
Repairing of SMPS Power Plant of Sikar SSA

Form No.:____________________________________________________

Name & Address of Contractor:-___________________________________

Cash Receipt no. /Date of tender form sold --------------------------------------------

DE (Planning)
O/o GMTD, Sikar

1
TABLE OF CONTENTS

TECHNICAL BID

SECTION CONTENT PAGE NO.


- First page of tender document 1
- Index 2
I Notice Inviting Tender 3
II Instruction to Bidders 4-7
III General instruction of tenderer 8
IV Tender offer letter 9
V Schedule I General conditions 10
V Schedule II A Tenderer profile 11
V Schedule II B Near Relative certificate 12
V Schedule III Terms & conditions of agreement 13-16
VI Agreement 17
VII Letter of authorization for attending bid opening 18

FINANCIAL BID

VIII Financial Bid Document (Rate Schedule Document) 19-20

2 Signature of tenderer
SECTION- I
BHARAT SANCHAR NIGAM LIMITED
[A Government of India Enterprise]
OFFICE OF GENERAL MANAGER TELECOM DISTRICT,
SIKAR-332001

Notice Inviting Tender


NO.:- W-36/Tender/Power Plant repair/SIK SSA/ 2009-10/02 Dated: 25-11-2009

Wax / PVC tape sealed tenders are invited on behalf of CMD, B.S.N.L. by the GMTD, Sikar from eligible
bidders who are aspirant to participate for repairing of all type SMPS Power Plant of Sikar SSA.
1. Details of the estimated quantity of work
Estimated
Capacity of Cost of Tender Estimated Cost EMD
No Name of Work quantity of
SMPS modules Form of Tender or Bid Security
work
1. Repairing of SMPS
25 A SMPS 81
power plants of Rs. 500/- Rs.7,81,800 Rs. 19545/-
different makes in
100 A SMPS 161
Sikar SSA

2. ELIGIBILITY: -
[1] Certificate of “No near relative(s) is/are employed in BSNL”.
[2] An experience of similar work worth Rs. 2,00,000/- or more during last three financial year’s period.
[3] Self attested copy of Service Tax Registration certificate.
[4] Self attested copy of PAN card.

3. ISSUE OF TENDER FORM:- Tender document can be purchased on any working day between 11:00 hrs to 15:00 hrs
up to one day prior to last date of submission of bid by paying cost of tender document in cash or D/D drawn in favour of
“Accounts Officer (Cash), BSNL, O/o G.M.T.D. Sikar” payable at Sikar from DE(Planning), O/o GMTD, Sikar OR Bid
document and subsequent clarifications on bid terms if any can be down loaded from our web site
www.rajasthan.bsnl.co.in . If bid form is downloaded from web-site, it must be accompanied by Demand
Draft for amount mentioned in NIT as cost of tender form and the same should be kept in separate envelop
marked “A A”. During the entire evaluation process, if it is observed that the downloaded document is exactly not as per the
original tender document and/or it is tampered/ changed/ altered/ modified in anyway, the bid will be rejected.
4. Period of contract: - One year from the date of agreement extendable up to one year by mutual consent.
5. Bid Security (EMD) can be paid in the form of Cash with AO (cash) & receipt issued there should be attached as EMD or
Demand Draft issued by a Scheduled bank drawn in favour of Account Officer (Cash) BSNL, O/o G.M.T.D Sikar payable at
Sikar.
6. No tender document shall be sent by Post.
7. Time and last date of submission of Bid : - Up to 14.00 Hrs of 18-12-2009.
8. Time of Opening of tender : - At 14.30 Hrs of 18-12-2009.
9. The tender documents are neither transferable nor returnable.
10. EMD/ Security deposit will not earn any interest.
11. For more details tender documents to be consulted.
The tender, which is not accompanied by the requisite Bid Security (EMD), shall be summarily rejected. Tender will
not be accepted / received after expiry of date and time. The GMTD Sikar reserves the right to reject any or all tenders
without assigning any reason what so ever.

Divisional Engineer (Planning)


O/o GMTD, Sikar: Phone: - 01572-253500

3 Signature of tenderer
Section II
Instruction to Bidder

1. Scope of work: On behalf of the CMD, BSNL, the General Manager Telecom District, Sikar, invites wax / PVC tape
sealed tender for the repairing of SMPS power plant of Sikar SSA. Maintenance and repairing of Power Plant, which
shall include the repair of any card or components and its replacement from original make component. The contractor
shall be fully responsible for fault free working of the system to the entire satisfaction of the BSNL authorities.
2. Contractor having capability of undertaking such a job only should apply. Contractor to whom the work is awarded
will be required to engage requisite skilled and unskilled workers for carrying out the work at the required place. In
order to ensure proper quality of work contractor will have to provide for proper supervision.
3. ELIGIBILITY: -
[1]Certificate of “No near relative(s) is/are employed in BSNL”.
[2]An experience of similar work worth Rs. 2,00,000/- or more during last three financial year’s period and certificate
to be issued by not less than the ranks of Divisional Engineer.
[3]Self attested copy of Service Tax Registration certificate.
[4] Self attested copy of PAN card.

4. ACCEPTANCE/REJECTION OF TENDER DOCUMENT


4.1 The tenderer / bidder is expected to examine all instructions, forms, terms and specification in the Tender
Document before submitting it. Failure to sign all pages to furnish all information required as per tender document
or submission of bids not substantially responsible to be tender document in every respect, failure to wax / PVC
tape seal the outer cover, will be at the bidder's risk and shall result in of rejection of the bid.
4.1.1 Documents to be submitted along with the technical bid of the tender:-
The bidder shall furnish the following documents as part of his technical bid:
i) Tender document(s), in original except financial bid (Section-VIII), duly filled in and signed by tenderer or his
authorized representative along with seal on each page. All corrections and overwriting must be initialled with
date by the tenderer or his authorized representative.
ii) The Self attested copy duly signed by contractor of experience certificate issued by the competent authority.
(required for Tenders as per NIT)
iii) The Self attested copy duly signed by contractor of PAN Card and copy of latest income tax return filed.
iv) Self attested copy duly signed by contractor of (a) The registration of the firm. Authenticated copy of partnership
deed in case of partnership firm. (b) Attested copy of Articles of Associations duly registered with Registrar of
Company affairs, in case of Limited/Pvt. Limited Company. (c) In case of proprietary Firm, Proprietor certificate
from the proprietor of the firm that he is the sole proprietor of the firm, as applicable.
v) Tenderer’s profile duly filled in, as per section V schedule II:A of the tender document.
vi) Near relative certificate as per section V schedule II: B of the tender document.
vii) Original “Power of Attorney“in case person other than the tenderer has signed the tender document.
viii) The self attested copy duly signed by contractor of Service Tax Registration Certificate.
4.2 SUBMISSION OF BIDS: The wax / PVC tape sealed tenders/bids should be submitted in the following manner.
4.2.1 Method of preparation of bid: Bid for each tender should be submitted in three envelopes (4 Envelopes in case of
down loaded document) placed inside a main cover. These envelopes should contain the following:
Marked
Envelops Contents of Envelops
on the Cover
“AA” Document Cost For down loaded document from website as per NIT para-3
First Bid Security Containing Bid Security as per NIT.
Second Technical Bid Containing documents as per para 4.1.1 of Section-II
Third Financial Bid Financial Bid (Section-VIII).
On all these envelopes the names of the firm and whether “Document Cost” OR “ Bid Security” OR “Technical “
OR “Financial” bid must be clearly mentioned and should be properly sealed (with sealing wax/ Packing PVC tape)
. These envelopes are to be placed inside an outer and bigger envelope and properly sealed (with sealing
wax/Packing PVC tape). The tenders which are not submitted in above-mentioned manner shall be summarily
rejected.
4
Signature of tenderer
4.2.1 All envelopes (3 inner & one outer) must bear the following:
TENDER FOR REPARING OF SMPS POWER PLANT OF SIKAR SSA
“NOT TO OPEN BEFORE DUE DATE OF TENDER

Full Name & Address of tenderer

(Full Address of the tendering Authority)


Divisional Engineer (Plg)
O/o the GMTD, Sikar
4.2.2 The tenderers will be bound by all terms, conditions & specifications as detailed in the tender documents.
4.2.3 Any tender with conditions other than those specified in the tender document is liable to be summarily rejected. No
modification by the contractor in any of the conditions shall be permitted at any stage.
4.2.4 Tender should be dropped in person in the tender box placed in the office of
DE (Plg), O/o GMTD, Sikar – 332001 before the closing (date & time) of tender, as mentioned in NIT. The
tenderer is to ensure the delivery of the bids at the correct address. The BSNL shall not be held responsible for
delivery of bid to the wrong address. The slit of the tender box will be sealed immediately after the specified time
for receipt of tender. Any tender presented in person after the sealing of box will not be received/accepted or by
any of the subordinates or will not be allowed to deposit in the tender box.
4.2.5 Postponement of Tender opening: Whenever it is considered necessary to postpone the opening date of tender,
quick decision must be taken and communicated to the tenderers who have purchased the tender documents and
shall be at least one day before the original date of opening. The reasons for postponing the tender shall be
recorded in writing. Such notice of extension of date of opening shall also be put up on the notice board and also
published in the newspapers in which original NITs have been published. If the date of opening of bids is declared
as holiday, the bids will be opened on the next working date at the same time and venue.
4.2.6 The BSNL if subsequently, declares date fixed for opening of bids as holiday, the revised schedule will be notified.
However, in absence of such notification the bids will be opened on next working day, time and venue remaining
unaltered.
4.2.7 The GMTD Sikar reserves all the right to accept / reject any /all / part of tenders without assigning any reason.
5. OPENING OF BIDS BY THE BSNL:
5.1 The BSNL shall open the bids in the presence of bidders or his authorised representatives who choose to attend, at the
time mentioned in NIT on due date. The bidder’s representatives, who are present, shall sign an attendance
register. The bidder shall submit authority letter to this effect before they are allowed to participate in the bid
opening.
5.2 The Bids shall be opened in the following manner:
5.2.1 The bid opening committee shall count the number of bids and assign serial numbers to the bids. For example, if 10
tenders have been received the bids shall be numbered as 1 of 10, 2 of 10 …. etc. All the members shall initial on
the outer envelopes of all the bids with date.
5.2.2 The envelopes containing the tender offer and not properly sealed, as required vide Para 4.2 shall not be opened and
shall be rejected outright. Closing the cover with gum will not be treated as sealed cover. The reasons for not
opening such bidder offers shall be recorded on the face of the envelope and all the members of the opening
committee shall initial with date.
5.2.3 First the outer envelope containing the three/four envelopes be opened. First the envelope marked “AA” will be
opened in case of downloaded tender document. If no such envelope is found or no tender document fee is found in
the envelope (“AA”) then the rest of envelope will not be opened. The bid opening committee shall initial on all
envelopes with date.
5.2.4 Among these envelopes, the envelope marked “BID SECURITY” shall be deemed first and examined.
5.2.5 The bidders who have submitted proper bid security as per tender document, their “TECHNICAL BID” shall be
opened and papers/documents submitted by the bidder shall be examined and recorded by the TOC. After opening
the technical bid, all the documents contained therein shall be serially numbered and signed by the bid opening
committee members.

5 Signature of tenderer
5.3 Financial Bid shall be opened in the following manner:
5.3.1 The envelope marked “Financial Bid “ will be opened only after opening Technical bid of all the bidders, if found
in order.
5.3.2 The “Financial Bid” shall be opened of only those bidders who have qualified in “Technical Bid” on same date or
on other date which shall be intimated to bidders at the time of opening of tender or thereafter.
5.3.3 After opening the “Financial Bid”, the bidder’s name, bid prices, modifications, bid withdrawals and such other
details as the BSNL, at its discretion, may consider appropriate, will be announced at the opening.
5.3.4 In case there is discrepancy in figures and words in the quote, the same shall be announced in the bid opening, but
the quote in words shall prevail.

6. VALIDITY OF BIDS:
6.1 Tenderer shall keep their offers open for the acceptance by the Department, for not less than 90 (ninety days) days
from the opening of first bid. This validity period may be extended further, with the consent of the tenderer. The
tenderer may refuse to give his consent for such extension without forfeiting his EMD. The tenderer cannot modify
his offer while giving his consent for such extension.

7. PERFORMANCE SECURITY:
a. The successful bidder is required to deposit security money (Performance security) equal to 10% of estimated cost
of tender. For this the EMD shall be converted into security deposit (Performance security) and balance 7.5% of the
tender estimated cost may be deposited by the bidder in cash/DD in favour of “Accounts Officer (Cash) BSNL, O/o
GMTD Sikar” payable at Sikar.
b. The Performance security deposits shall be refunded after 06 months from the completion of works i.e. on expiry of
warranty period. Provided there are no recoveries to be made arising out of poor quality of work, incomplete work
and/or violation of any terms and conditions of the contract as stipulated in the bid document.
c. No interest will be Payable on the Earnest money or the security deposit or the amount payable to the contractor
under the contract.
d. In case of rescinding of the work /contract agreement performance security amounting 10% of the estimated cost
of the work/contract shall be recovered from any money due to him by the BSNL under the contract or any other
account what so ever any where in BSNL or from a security deposits.

8. FORFEITURE OF EMD
8.1 The EMD shall stand forfeited if
a) The bidder withdraws his offer before 90 days of submission of bid.
b) The successful bidder, whose tender is accepted, fails to furnish the security deposit amount and/or fails to execute
the agreement within a 14days from the date of acceptance of his offer and further fails to execute the repairing
work.

9. REFUND OF EMD
9.1 No interest would be payable for any period on EMD or any other money.
9.2 The amount of EMD will be refunded only after finalization of tenders, and on receipt of written request from the
unsuccessful bidders.
9.3 The EMD in case of successful bidder will be adjusted against security deposit and will be refunded as per clause of
performance security deposit.

10. BID PRICE/RATES: -


10.1 The bidder shall give the total composite price inclusive of all levies and taxes, discount, packing, forwarding,
freight and including loading, unloading and transportation of the material etc. up to site but & cost of the spares for
repairing of the equipments and inclusive of all taxes and levies except Service Tax, which will be paid extra as
applicable in case of works to be executed. The rates quoted should be to be written clearly in figures as well as in
words in schedule of rates only. Any discount being offered should be included in the price schedule only. Any
correction/overwriting should be attested by the person signing the documents, failing which the tender will be
rejected without any notice.

6 Signature of tenderer
10.2 In case of difference in quoted rates [In words/in figurers] the rates in words shall be taken as final.
10.3 Prices shall be quoted by the bidder as percentage below/above/at par the schedule of rates given in schedule of rates
(Financial Bid). Prices quoted at any other place shall not be considered.

11. EVALUATION OF BIDS


Prices quoted only in the price schedule will be considered for evaluation.
The bids will be evaluated on the basis of approx. total for related works. If practical, the GMTD Sikar reserves the
right to distribute the work according to the DOT instruction equitably amongst the acceptable bidders at the lowest
acceptable rates.

12. DISQUALIFICAITON:
Department reserve the right to disqualify such tenderer who have been blacklisted or have a record of not meeting
the contractual obligations against earlier contracts entered with any Govt. department/PSUs, any where in India.

13. CANVASSING
Canvassing in connection with any matter of tenders, after opening of tenders, is strictly prohibited. The tender of
any tenderer including in this practice shall be rejected.

Date : Signature & Seal of the Tenderer ------------------------


Name of the firm________________________

7 Signature of tenderer
Section III
GENERAL INSTRUCTION TO TENDERER

1. Instruction reg. the submission and Filling of Tender Form: -


1.1 The tender form should be filled legible in ink only in English or Hindi.
1.2 Each page of the tender schedule & Annexure should be signed by the tenderer & returned with the
tender.
1.3 Conditional and incomplete tenders will be rejected.
1.4 No erasing or over writings will be permitted. If any corrections are to be made the entry should be
clearly scored out by a single line and encircled & fresh entry made. All such correction should be
authenticated with the full signature of the person signing the tender. Any tender which does not
comply with this requirement shall be treated as invalid.
1.5 Tenderer may be required to produce documentary evidence in token of their ownership or partnership
or authority to sign on behalf of registered firm. In case of partnership concern, if signature authority
is not submitted then all the partners should sign the tender documents.
1.6 The tender form not accompanied by earnest money deposit receipt as mentioned in clause of tender
document will not be considered. The earnest money in the form of cheque will be not accepted.
1.7 Original "Power of Attorney" is to be submitted if any, which shall not be older than the date of issue
of NIT.

2. Special conditions for Power plant repair: -


2.1 Maximum duration allowed for a work order given for repair of SMPS power plant modules will be
07 days. In general a work order will be of quantity of 10 SMPS Modules of any type and next work
order will be issued after receipt of repaired modules of last work orders.
2.2 The SDE (MM) Sikar will issue the Work order for repair of Power plant.
2.3 Warranty period of repaired module/power plant is 6 month. i.e. module/power plant is to be
repaired free of cost if it goes faulty within six months.
2.4 The contractor will repair the Power Plant in working condition and ensure proper output of
power plant & its equal load sharing of all modules of the Power Plant.
2.5 The Power Plant should work without any supervising alarm after connection of repaired module/s
with control module of power plant.
2.5 The efficiency should be 98% of accepted modules by the tenderer for repairs. RNP (Repair Not
Possible) modules shall not be more than 2% of total modules offered for repairing in tenders. If the
tenderer fails to meet the requisite efficiency a penalty of double the repair charges for modules not
repaired to meet the efficiency will be deducted from the bills due/Security Deposit.
2.6 The sites of repair will be only at SDCA H/Q and MM section at contractors cost.
2.7 In urgent cases telephonic work order may be given by concerned SDE/SDO’s and the contractor has
to repair the faulty equipment immediately (not more than 24Hrs) at site Repair of any card or
component and its replacement for proper maintenance and working of Power Plant unit without any
extra charges during the warranty period.

8 Signature of tenderer
Section IV
TENDER OFFER LETTER

From :
_________________________________
_________________________________

To,
General Manager Telecom District, Sikar,
Basant Vihar, Sikar.

Sir,
With reference to your tender notice published in NIT

1. I/We offer our rates for Tender for repairing of SMPS power plants under Sikar SSA as follows. The rates
quoted are inclusive of labour charges, transportation etc. as the condition of the tender.
2. I/We will enter in prescribed agreement within one week or being called upon to do so bearing all
expenses in connection therewith including charge of stamp etc., if any, and the agreement will be binding
on the undersigned.
3. I/We have read the terms and conditions mentioned in schedules I, II and III and agree to abide by all
conditions laid down therein.
4. I/ We understand that GMTD Sikar is not bound to accept the lowest or any other tender. He can reject the
tender without assigning any reason thereof. The decision of GMTD Sikar will be final in all cases.
5. I/We understand that the tenderer whose rates are accepted will be liable to pay the expenses that
department may incur to meet any emergent situation and work will be carried out at the cost of tenderer.
6. I/We understand that the work will have to be done as per order placed in piece meal as per the
requirements/specifications of department.
7. I/We have also enclosed the schedules I, II, and III duly filled in and signed along with other documents
as mentioned below.

Date : Signature & Seal of the Tenderer ------------------------

Name of the firm ________________________

9 Signature of tenderer
Section V
SCHEDULE – I General conditions

TENDER FOR REPARING OF SMPS POWER PLANT OF SIKAR SSA

1. I/we do hereby tender to execute the jobs in the SSA Sikar, as per the specifications.
2. The entire work assigned to me/us will be carried out within one year from the date of award of the tender
and may be extended for another one year at the same rate, terms & conditions. I/we shall be giving a
weekly output on prorate basis.
3. I/we will enter into the prescribed agreement within 14days of being called upon to do so.

4. EARNEST MONEY:
Earnest money @ 2.5% of the Estimated cost has been deposited in the office of The Accounts Officer
(Cash) O/o the General Manager Telecom District, Sikar, in cash vide Receipt No……………………...
dated………. or D/D No…………………….dated………………..in the name of BSNL, Sikar is
attached herewith.

5. SECURITY DEPOSIT:
If my/our tender is accepted I/we agree to pay security 10% of estimated cost including 2.5% of EMD in
D/D for eighteen month in favour of BSNL, Sikar. The security deposit will be paid within 14 days of
my/our receipt of notice of acceptance of tender & I/we will not claim any interest on this.
6. I/we agree that the decision of the GMTD Sikar regarding the meaning & effect of this tender shall be final
& legal binding on me/us.
7. I/we agree to the conditions that I/we have to ensure the execution of works awarded to me/us within the
period specified in the order. If I/we fail to execute the works to the satisfaction of department within the
specified period. I / we will be liable for damages as mentioned in Schedule -III.
8. Security deposit will be returned without interest after the successful completion of the contract and after
deduction dues payable by the Contractor to the Govt. if any.

Place:-
Date : Signature ________________________

Name of the firm ________________________

10 Signature of tenderer
Section V
SCHEDULE –II: A Tender Profile

1. Full Name of the Firm : ---------------------------------------------


Photo
(In Block letters)
2. Firm’s Address. : ---------------------------------------------
---------------------------------------------

3. Telephone Number (s) : ---------------------------------------------


Basic and Mobile : --------------------------------------------

4. Is the Firm (Proprietor or


Partnership/Company) : --------------------------------------------
5. Name/s of the Proprietor or
Partners/directors. : -----------------------------------------------------

. Is the firm registered with any Govt./Semi


Govt. undertaking, if so furnishes details of
Registration. : ----------------------------------------------------

7. Has the firm black listed by : -------------------------------------------


any organisation (If yes, attach
the draft of the same .) : ---------------------------------------

8. Income Tax PAN No. : --------------------------------------------


(Attach copy of latest income tax
Return and PAN card) : ----------------------------------------

9. Service Tax Registration No. : -------------------------------------------

10. Experience of similar work : 1.


during last three years 2.
(i.e.Year /Name of organization 3.
/Value of the work)

I/We hereby certify that the above-mentioned particulars are true and correct.

Date :-----------------
Place :----------------

Signature
For & on behalf of ------------------
Name of the firm with seal --------

11 Signature of tenderer
Section V
Schedule IIB

Near Relative Certificate

I___________________________ S/o _____________________________________________


resident of _______________________________________________________ hereby certify that none of
relative(s) of any of the partners or Directors or proprietor of our firms as detailed below are employed or on
deputation in BSNL. In case at any stage it is found that information given by the me is false/incorrect, BSNL
shall have the absolute right to take any action as deemed fit without any prior intimation to me as per terms &
conditions of the tender document.

Relative for this purpose are defined as:-


(i) Member of Hindu Undivided family.
(ii) They are husband and wife.
(iii) The one is related to the other in the manner as father, mother, son(s) & son’s wife (daughter in
law), daughter(s), daughter’s husband (son in law) & brother(s) & brother’s wife, sister(s) &
sister’s husband (brother in law)

(Signature of the authorised Signatory)


Name………………
Capacity in which signed ----------

12 Signature of Tenderer with seal


Section V
SCHEDULE - III
TERMS AND CONDITION OF AGREEMENT
1. GENERAL CONDITIONS:
1.1 The word General Manager Telecom District, Sikar, Basant Vihar, Sikar specified in the whole tender
document refers to GMTD, Sikar, or any officer authorised by him on his behalf.
1.2 The word "Contractor" specified hereafter refers to the party with whom this contract of execution of work has
been entered after acceptance of his tender by the GMTD Sikar GMTD Sikar.
1.3 All terms and condition mentioned here in the tender notice and in the schedule with the tender notice are binding
on the tenderer.
1.4 The GMTD Sikar reserves the right to accept or reject any or all the tenders in part or wholly without assigning any
reason. He also reserves the right to awards the work to one or more contractors or to terminate the same at any
time giving one month's notice in writing without assigning any reason.
1.5 The contract is valid for one year from the date of signing of agreement and the rates quoted may however be
extended further by one year at the discretion of GMTD Sikar on the same terms & conditions with mutual consent.
The rate quoted will not be changed during the currency of the contract.
1.6 LD Charges:
(i) In case of delay of work beyond 07 days from the date of work order, the GMTD Sikar will have the right to
impose the penalty @ 2.5% per week delay and maximum 10% of per work order issued, L.D. charges will be
imposed.
(ii) In case of non commencement of work by the contractor beyond the period as mentions in 1.6 (i) The GMTD Sikar
will have the right to cancel the contract and forfeited the security deposit.
1.7 Contractor will submit weekly progress of work to the GMTD Sikar or the Officer assigned by him so as to keep
watch over the progress of work and take suitable action if is not found satisfactory.
1.8 The contractor will use his own tools and testing instruments in carrying out the jobs.
1.9 Any lapse in the proper fulfilment of contract along with the various terms and conditions shall result in forfeited of
the security deposit.
1.10 The work can be awarded to more than one contractor and the GMTD Sikar has right to award in ratio 70:30 for L1
and L2 respectively at the lowest quoted rate.
1.11 Contractor having capacity of undertaking such a job only should apply. Contractor to whom the work is awarded
will be required to engage requisite skilled and unskilled workers for carrying out the work at the required place. In
order to ensure proper quality of work, contractor will have to arrange for proper supervision. GMTD Sikar have
right to increase/decrease the quantity of work as specified in tender form.
1.12 The contractor will have to make his own arrangements for keeping the stores i.e. modules and power plant
supplied by the respective SDO’s/SDE’s and its transportation to the actual site of work. Repairing work of control
circuit of power plant will be done by contractor on spot and immediate restore, because it is a emergency work and
module will be repair within 07 days and after repairing of module that will be under warrantee up to 6 months.
The payment should be made to the contractor after receiving the certified bills from the concerned authority and
10% payment made after warranty period.
1.13 The store material (Power Plant’s modules) will be issued to the contractor by submitting the written requisition
duly signed by the contractor or his authorise representative after issuing of work order.
1.14 The Contractor shall be responsible for transportation, storage and safe custody till repairing of modules and taking
over the completed work as time given in work order.
1.15 The cost of damage or loss of store will be recovered from the contractor as per 1.5 times cost of material fixed by
the department.
1.16 The contractor will ensure respectful behavior by their workers, towards the customer, while working at the
customer premised. If any complaint is received, serious action may be taken.
1.17 It is time bound work where delay cannot be afford the intimation to do the specific work will be given in written as
for as possible any verbal order if given in emergency shall be followed by written confirmation. Contractor has to
send his representative to collect work order from SDE (MM) office and sign the register of work order. The phone
number is to be intimated by contractor in writing before making the agreement for registration of verbal intimation
for repairing of modules.
13 Signature of tenderer
1.18 The GMTD Sikar can terminate the contract at any time giving one-month notice in writing without assigning any
reason.
1.19 The quantity of faulty modules for repairing may be increased/ deceased @ 25% of total quantity irrespective of
type of modules.
2. EARNEST MONEY ( Performance Security ):
2.1 The earnest money shall be forfeited under the following conditions: -
(a) If the tenderer withdraws his tender before its final acceptance.
(b) If the successful tenderer fails to pay the security deposit.
3. SECURITY DEPOSIT:
3.1 In the event of breach of any terms and conditions of delay or default the contract will be terminated and security
deposit forfeited along with the 10% balance amount payment which has to be paid after warranty period.
4. PAYMENT OF BILLS:-
Payment will be made to the contractor on the basis of work done by him. No advance payment will be made to contractor.
The payment of work done will be 90% of bill and balance 10% will be paid after the expiry the warranty
period. The bill will be prepared by the contractor after repairing of power plant/modular and obtaining
certificate of satisfactory performance report from the concerned SDE In charge & DE concerned
Income tax will be deducted at source while making payment of bills as applicable.
4.3 While making final payment, full account of stores issued to the contractor and actually used will be made. The
contractor shall return the stores not used and available surplus with him or else the money for the same will be
deducted from the bills or the security deposit @1.5 times of the departmental rates.
4.4 Concerned I/C SDE shall recover any penalty due from the contractor bills in case such penalty is required to be
imposed.
4.5 The Officer in charge will maintain a measurement book and contractor should submit it along with the bills. At the
time of preparing bill Sr.No. of power plant/modular, Name of Exchange, Make, Entry in Log book of that power
plant must be written in the bill and also attached photocopy of logbook of power plant/modular and photocopy of
work order.
4.6 Bills in duplicate with EPF deposit details particular duly stamped should be submitted to the concerned field officer
after completion of the a work order or monthly basis, who in turn will forward the bill to SDE(MM) for
monitoring and payments.
4.7 For ensuring the fulfilment /compliance of the provisions of EPF, ESI & Misc. Provisions Act 1952 by the
contractor in respect of labourers/employees engaged by the contractor for performing the work of BSNL, each
claim bill of contractors must accompany the followings: (i) list showing the details of labourers/employees
engaged (ii) duration of their engagement (iii) the amount of wages paid to such labourers/employees for the
duration in question (iv) amount of EPF contribution (both employer's &employee's contribution) for the duration
of engagement in question, paid to the EPF contribution (v) copies of authenticated documents of payments of such
contribution to EPF authorities and (vi) a declaration from the contractors regarding compliance of the conditions
of EPF Act 1952.
4.8 The GMTD Sikar shall not be liable to pay any interest on delayed payments of the bills.
4.9 The payment will be made by Cheque only.
5. EPF Act:
5.1 The contractor has to submit proof regarding number of Employees Engaged, Payment of Wages/Salary to these
employees, EPF contribution (Employees Share, Employees Share and Administrator Charges etc) to the GMTD
Sikar along with the bill for payment.
5.2 A set of EPF registration papers will be taken by the officer incharge of the work under whose supervision the work
is to be carried out by the contractor. Before allowing the contractor for commencement of work. The contractor
will supply three sets of attendance sheet of contractors employee/labour. Pay rolls of contractors’
employees/labours and evidence of remittance of recovered EPF amount to the officer incharge of the work. The
officer incharge of the work at the time of forwarding bill for payment will also check the same and certify the
correctness of the same and forward two sets of the attendance sheet of contractors employees/labours, pay rolls of
contractor's employees/labours and evidence to remittance of recovered EPF amount to the passing authority along
with other documents of the bill. At the time of processing of the bill for payment a passing authority as well as DD
O will ensure that the above documents are forwarded and the amount recovered towards EPF contribution has
been remitted to the EPF authority.
5.3 Contractor will submit the attested photocopy of EPF Code if available otherwise to be produced before
entry into agreement. 14 Signature of tenderer
6. COMPLIANCE WITH LAWS AND REGULATION:
During the performance of the works the contractor shall at his own cost and initiative fully comply with all
applicable laws of the land with any and all applicable by-laws rules, regulations and orders and any other
provisional having the force of law made or promulgated or deemed to be made or promulgated by the
Government, Governmental agency or department, municipal board, Government of other regulatory of Authorized
body or persons and shall provide all certificates of compliance therewith as may be required by such applicable
law. By- laws, Rules, Regulation, orders and/or provisions. The contractor shall assume full responsibility for the
payment of all contribution and pay roll taxes, as to its employees, servants or agents engaged in the performance of
the work specified in the contractor documents. If the contractor shall require any assignee or sub-contractor to
sham any portion of the work to be performed hereunder may by assigned, sub-leased or sub-contractor to comply
with the provisions of the clause and in this connection the contractor agrees as to undertake to save and the
Government harmless and indemnified from and against any/all penalties, actions, suits, losses and damages, claims
and demands and costs (Inclusive between attorney and client) charges and expenses whatsoever arising out or
occasioned, indirectly or directly, by failure of the contractor or any assignee or sub-contractor to make full and
proper compliance with the said by-laws, Rules, Regulation, laws and order and provisions as aforesaid.
7. LABOUR LICENSE
The contractor shall have to obtain a valid labour license, if applicable under contract labour (R&A) Act, 1970 and
contract labour (R&A) central rules 1971 before the commencement of the work continue to have a valid license
until the completion of the work from the assistant labour commissioner. No labour below the age of 18 years shall
be employed on the work.
8. TAXES AND DUTIES:
Contractor shall pay all Taxes, levies, fees royalties, taxes and duties payable or arising form out of, by virtue of or
in connection with and/or incidental to the contract or any of the obligations of the parties in terms of the contractor
documents and/or in respect of the works or operations or any part thereof to be performed by the contractor and
the contractor shall indemnify and keep indemnify the Department from and against the same or any default by the
contractor in the payment thereof.
9. NOTIFICATION:
The contractor shall give in writing to the proper person or authority with a copy to the Divisional Engineer (Plg.)
such notification as may be mandatory or necessary in connection with commencement, suspension, resumption,
performance and/ or completion of the contracted work. All notice shall be given sufficiently in advance of the
proposed operation to permit proper co-operation of activities and the contractor shall keep all proper persons or
authorities involved and advised or the progress of operation through out the performance of the work and/or with
such other information and/or supporting figure and data as may from time to time as directed or required.
10. JURISDICTION:
For the settlement of any disputes arising out of this tender/contract, only the courts at Sikar shall have jurisdiction.
11. Termination for Insolvency:
The department may at any time terminate the Contract by giving written notice to the contractor, without
compensation to contractor, If the contractor becomes bankrupt or otherwise insolvent as declared by the competent
court provided that such termination will not prejudice or effect any right or action or remedy which has accrued or
will accrued thereafter to the Department.
12. Rescission/Termination of contract.
12.1 Circumstances for rescission of contract:
Under the following conditions the competent authority may rescind the contract:
a) If the contractor commits breach of any item of terms and conditions of the contract.
b) If the contractor suspends or abandons the execution of work and the engineer –in- charge of the work
comes to conclusion that work could not be completed by due date for completion or the contractor had already
failed to complete the work by that date.
c) If the contractor had been given by the officer-in-charge of work a notice in writing to rectify/replace any
defective work and he/she fails to comply with the requirement within the specified period.
12.2 Upon rescission of the contract, the security deposit of the contractor shall be liable to be forfeited.

15 Signature of tenderer
13. FORCE MAJEUR:
13.1 If any time, during the continuance of this contact, 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, quarantine, strikes, lockout or act of God (Herein after
referred to as event) provided notice of happenings, of any such eventuality is given by either party to the other
within 21 day from the date of occurrence therefore, neither party shall by reason event be entitled to terminate this
contract nor shall either party have any such claim for damages 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 decisions of the Department as to whether to 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
contact 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.
13.2 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, bought out components and stores in the course of execution of the contract, in possession of the
contractor at the time of such terminate of such portions thereof as the Department may deem fit excepting such
materials bought out components and stores as the contractor may with the concurrence of the Department elect to
retain.

14. IDEMNITIES:
14.1 The contractor shall at all time hold the BSNL harmless and indemnify from against all action, suit, proceeding,
works, cost, damages, charges claims and demand of every nature and descriptions, brought or procured against the
BSNL, its officers and employees and forthwith upon demand and without protect or demure to pay to the BSNL
any and all losses and damages and cost (Inclusive between attorney and client) and all cost incurred in endorsing
this or any other indemnity or security which the BSNL may now or at any time have relative to the work or the
contractor obligation or in protecting or endorsing its right in any suit on other legal proceeding, charges and
expense and liabilities resulting from or incidental or in connection with injury, damages of the contractor or
damage to property resulting from or arising out of or in any way connected with or incidental to the operations
caused by the contract documents. In addition the contractor shall reimburse the BSNL or pay to the BSNL
forthwith or demand without protect or demure al cost, charges and expenses and losses and damages otherwise
incurred by it in consequences of any claim, damages and action which may be brought against the BSNL arising
out of or incidental to or in connection with the operation covered by the contactor.
14.2 The contractor shall at his own cost at the BSNL’s request defend any suit or other proceeding asserting a claim
covered by this indemnity, but shall not settle, compound or compromise any suit or other finding without first
consulting the BSNL.

15. SET OFF:


Any sum of money due and payable to the contractor (Including security deposit refundable to him) under this
contract may be appropriated by the Department or the BSNL. or any other person or persons contracting through
the BSNL and set off the same against any claims of the department or BSNL. or such other person or persons for
payment of a sum of money arising out of this contact made by the contractor with Department or BSNL or such
other person or persons contracting through BSNL.

16. PROTECTION OF LIFE AND PROPERTY AND EXISTING FACILITIES:


The contractor is fully responsible for taking all possible safety precaution during preparation for the actual
performance of the works.

Date : Signature ________________________

Name of the firm ________________________

16 Signature of tenderer
Section – VI
AGREEMENT
MODEL FORM OF AGREEMENT
(On Non-judicial Stamp Paper of Rs. 100/- only)

This agreement made on this_________________ day of _________________ (month)_________(Year) between


M/s____________________________herein after called “The contractor” (Which expression shall unless exclude by or
repugnant to the context, include its successors, heirs, executors, administrative representatives and assignee) of the one
part and the Divisional Engineer (Plg.). on behalf of the G.M.T.D. Sikar of Bharat Sanchar Nigam Limited (A Govt. of
India Enterprises) herein after referred to as BSNL of the other part. Where as the contractor has offered to enter into
contract with the said BSNL for the execution of work of Repairing of all type of faulty modules of 25 A/100 A SMPS
Power plant on the terms and conditions herein contained in tender and the rates approved by the BSNL (Copy of the rates
enclosed) have been duly accepted and where as the necessary security deposits have been furnished in accordance with the
provisions of the tender document and where as no interest will be claimed on the security deposits and the attested
photocopy of EPF Code has been submitted by contractor to BSNL
Now these presents witness and it is hereby agreed and declared by and between the parties to these presents as follows.
1) The contractor shall, during the period of this contract that is to say from ………………………………
to………………..or completion of work for Rs. _______________ (In words)__________
_________________________ whichever is earlier or until this contract shall be terminated by such notice
as is hereinafter mentioned, safely carryout, by means of persons employed at his own expenses and by means of
tools. Implements and equipment etc. to be supplied by him to his persons at his own expenses. (annexed to the
agreement), When the BSNL or (________________________) or any other persons authorized by
(_________________________) in that behalf require. It is understood by the contractor that the quantity of work
mentioned on the schedule is likely to change as per actual requirement as demanded by exigencies of service.
2) The NIT, Bid documents (Technical and Financial), any amendment/corrigendum, letter of intent, approved rates,
annexed here to and such other additional particulars, instructions, drawing, work orders as may be found requisite
to be given during execution of the work shall be deemed and taken to be an integral part of the contract and shall
also be deemed to be included in the expression “The Agreement” or “The contract” wherever herein used.
3) The contractor shall also supply the requisite number of workmen with means & materials as well as tools,
appliances., machines, implements, vehicles for transportation, carriage etc. required for the proper execution of
work with in the time prescribed in the work orders.
4) The contractor here by declares that no body connected with or in the employment of the BSNL shall not ever be
admitted as partner in the contract.
5) The contractor shall abide by the terms and conditions, rules, guidelines, construction practices, safety precautions,
penalty clause and contractual obligation etc. stipulated in the tender document including any correspondence
between the contractor and the BSNL having bearing on execution of work and payments of work to be done under
the contract.
6) Payment will be made by the A.O.(Cash) BSNL O/o GMTD, Sikar
In witness where of the parties presents have here into set their respective hands and seals the day and year
in__________________Above Written.

Signed sealed & Delivered by the


above named Contractor in the
presences of
Witness
1.

2.

Signed & Delivered by the


Divisional Engineer(Plg.) on behalf of the G.M.T.D., Sikar

17 Signature of tenderer
SECTION – VII

LETTER OF AUTHORISATION FOR ATTENDING BID OPENING


(To reach DE (Planning) before the date/time of bid opening)

To

The DE (Planning)
O./o GMTD, Sikar.

Subject : Authorization for attending bid opening on _______________________(date) in the Tender of


____________________________________________________.

Following persons are hereby authorized to attend the bid opening for the tender mentioned above on
behalf of ______________________________________________ (Bidder) in order of preference given below.

Order of Preference: Name Specimen Signatures

I …………………………………… …………………………

II ………………………………… …………………………..

Alternate
Representative

Signatures of bidder
or
Officer authorized to sign the Bid
Documents on behalf of the Bidder.

Note :
1. Maximum of two representatives will be permitted to attend bid opening. In cases where it is restricted to
one, first preference will be allowed. Alternate representative will be permitted when regular representatives
are not able to attend.
2. Permission for entry to the hall where bids are opened, may be refused in case authorization as prescribed
above is not recovered.

18 Signature of tenderer
FINANCIAL BID

TENDER FOR REPAIRING OF SMPS POWER PLANT

OF SIKAR SSA

Tender No.: - W-36/Tender/Power Plant repair/SIK SSA/ 2009-10/02 Dated: 25-11-2009.

SIKAR TELECOM DISTRICT


RAJASTHAN TELECOM CIRCLE

19 Signature of tenderer

SECTION – VIII
Financial Bid
SCHEDULE OF RATE (PRICE BID)

Capacity of Estimated quantity of Estimated rate per


S.No. Description SMPS Module of modules to be module of Power
Power plant repaired Plant
1. Service Charges for
repairing/services/ 25A 81 Rs 1900/-
including replacement of
the electronic
2. components cost &
including their control 100A 161 Rs. 3900/-
panel.

1. I / We hereby quote……….…..% (In words…………………….………………%) above the


schedule rate for repairing/services/ including replacement of the electronic components cost of
25A/100A SMPS faulty power plant of different make type in Sikar SSA.

2. I / We hereby quote……………% (In words……………………….…………%) below the


schedule rate for repairing/services/ including replacement of the electronic components cost of
25A/100A SMPS faulty power plant of different make type in Sikar SSA.

3. I/ We hereby quote the rates "at par" (Neither below nor above) schedule rate for repairing/services/
including replacement of the electronic components cost of 25A/100A SMPS faulty power plant
of different make type in Sikar SSA.

.
Note:
• Only one column out of 1/2/3 above is to be filled. In case if more than one column is filled, tender shall
be cancelled.
• Tenderer should quote rate in percentage both in words & figures.
• Above repairing/services/ including replacement of the electronic components cost and charges for one
year from the date of agreement including all Taxes & charges (except service tax which will be paid on
actual payment basis submission of service tax registration no. from Govt. of India)

Signature of Bidder with seal


Name & Address of bidder

20 Signature of tenderer

You might also like