dismantling 200 kva waluj

29
Contractor 1 EE(E) Name of Work:- Dismantling 200 KVA EA set with Shifting & ITC of 45 KVA EA set at TE Waluj, Dist. Aurangabad. (II nd Call) INDEX Sl.. NO Details Page No 1 Index of Tender 1 2 Documents Undertaking By Firm For Acceptance Of EW-8 & Near Relatives Employed in BSNL 2 3 Redressal of Complaint 3 4 Web Notification 4-5 6 Tender application format 6-7 7 Notice Inviting Tenders 8-11 8 Schedule A,B,C & F 12-18 9 Model form of Bank Guarantee 19-20 10 Format of Bid Security Declaration from Bidders in lieu of EMD 21 11 Specifications 22-26 12 Approved make list 27-29 13 BSNL EW-8 --- Certified that this e-Tender Draft NIT contains 29 (Twenty Nine) pages plus BSNL EW-8

Upload: others

Post on 22-Mar-2022

4 views

Category:

Documents


0 download

TRANSCRIPT

Contractor 1 EE(E)

Name of Work:- Dismantling 200 KVA EA set with Shifting & ITC of 45 KVA EA set at TE Waluj, Dist. Aurangabad. (IInd Call)

INDEX

Sl.. NO Details Page No

1 Index of Tender 1

2 Documents Undertaking By Firm For Acceptance Of

EW-8 & Near Relatives Employed in BSNL 2

3 Redressal of Complaint 3

4 Web Notification 4-5

6 Tender application format 6-7

7 Notice Inviting Tenders 8-11

8 Schedule A,B,C & F 12-18

9 Model form of Bank Guarantee 19-20

10 Format of Bid Security Declaration from Bidders in lieu

of EMD 21

11 Specifications 22-26

12 Approved make list 27-29

13 BSNL EW-8 ---

Certified that this e-Tender Draft NIT contains 29 (Twenty Nine) pages plus BSNL EW-8

Contractor 2 EE(E)

BHARAT SANCHAR NIGAM LIMITED

(A Govt. of India Enterprise)

1. Name of Work: -

Dismantling 200 KVA EA set with Shifting & ITC of 45 KVA EA set at TE Waluj, Dist. Aurangabad. (IInd Call)

2. Estimated cost :- ` 66,560/-

3. EMD :- Nil

4. Last date of sale of Tender:-

5. Last Date & time of receipt of Tenders:-

6. Date & time of Opening of Tenders:-

7. To whom issued:-

Signature of the Tender issuing officer.

Designation…………….

(For & On behalf of BSNL)

UNDERTAKING

(To be furnished by the firm before quoting)

1. I/We do hereby undertake to have gone through the terms & conditions/Clauses of the Form

EW8 being adopted by the BHARAT SANCHAR NIGAM LIMITED (Electrical Wing) & agree to abide

by the same.

2. Format of the certificate to be given by the firm/person:

I_________________S/o__________________R/o__________________________________here by

certify that none of my relative(s) as defined below is/are employed in BSNL unit as per details given in

the tender document. In case at any stage, it is found that the information given by me is false/ incorrect,

BSNL shall have absolute right to take any action as deemed fit/without any prior intimation to me.

The near relatives for this purpose are defined as:

a. Members of a Hindu Undivided family,

b. They are husband and wife,

c. The one is related to the other in the manner as father, mother, son(s) & son’s wife ( daughter -

In-law), Daughter(s) & daughter’s husband (son-in-law), brother(s) & brother’s wife, sister(s) &

sister’s husband (brother in-law).

(Signature of the contractor with seal)

Contractor 3 EE(E)

DETAILS OF OFFICERS FORV REDRESSAL OF ANY COMPLAINT

S.N. DETAILS OF OFFICER

Landline Telephone

no.

Fax No. Postal Address

1 CGMT MH Circle 022-26616999

022-26616777

A' Wing, 6th Floor, Vigilance Section, BSNL, Administrative Bldg. Juhu Road, Santacruz(W), Mumbai-400 054.

2 DGM (Vig) MH Circle

022-26616715

022-26615774 ……. do …….

3 GMT Aurangabad (SSA Head)

0240-2350100

0240-2350200

Admn. Bldg. CIDCO,N-5, Aurangabad-431001

4 DE(Vig), Aurangabad

0240-2331942

…….. 1st. Floor, CTO Bldg, Near Abhinay Cinema, Aurangabad-431001

5 TDM Jalna (SSA Head)

02482-232900

02482-232800

BSNL, Near Shivaji Statue, Telephone Bhavan, Jalna-431203

6 SDE(Vig) Jalna 02482-232950

02482-232800

………do…….

7 GMT Beed (SSA Head)

02442-231700

02442-223456

I ST Floor, Administrative Bldg, Telecom Complex, ShahuNagar, Beed-431122

8 SDE(Vig) Beed 02442-225801

02442-223456

I ST Floor, Administrative Bldg, Telecom Complex, Shahu Nagar, Beed-431122

Contractor 4 EE(E)

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

O/o The Executive Engineer(E),BSNL, Electrical Division, 2nd floor ,Chikalthana Telephone Exchange , Mukundwadi , Aurangabad. Phone: 2473399.2480180, fax: 2474400

WEB NOTIFICATION

No. 106 /EEE - BSNL/AGB/2021/205 Dated: 29/09/ 2021.

NIT No. 07/EEE - BSNL/ ED / AGB/2021 – 2022.

The Executive Engineer (Elect.), BSNL Electrical Division Aurangabad Invites on behalf of the Bharat Sanchar Nigam Limited sealed item rate tenders for the following work from the contractors satisfying the under mentioned eligibility conditions:- Sr. No Name Of work Estimated

Cost (Rs.)

EMD

(Rs.)

Time for

Completion

1 Dismantling 200 KVA EA set with Shifting & ITC of 45 KVA EA set at TE Waluj, Dist. Aurangabad. (IInd Call)

66,560/- Nil One month

Eligibility Criteria

1.1 Average annual turnover during the last 3 years, ending 31st March of the

previous financial year, should be at least 30% of the estimated cost put to

tender.

AND

1.2 The manufacturer/authorized dealer /OEM of any of the makes of major

equipments included in the NIT. The letter of authorization from manufacturer in

original/ photocopy attested by BSNL Executive will be submitted.

OR

1.3 Experience of having successfully completed similar works in BSNL during last

7 years ending last day of month previous to the one in which applications

are invited , should be either of the following :

� Three similar successfully completed works costing not less than the amount

equal to 40% of the estimated cost put to tender.

OR

� Two similar successfully completed works costing not less than the amount

equal to 60% of the estimated cost put to tender.

OR

� One similar successfully completed work costing not less than the amount equal

to 80% of the estimated cost put to tender.

OR

1.4 BSNL enlisted contractors in Electrical category of respective class as per their

tendering limits. The firm shall have appropriate Chartered Accountant’s Certificate in lieu of Income – Tax clearance certificate, GST Registration certificate, Valid Electrical contractors license, EPF registration, ESI registration with attested copies as applicable along with application on their printed letter heads for purchase of Tender. Agency should submit attested copy of PAN Card.

Contractor 5 EE(E)

Conditions and tender forms can be had from division on payment of ` 177/- (` 150+GST) (Non- refundable) Last date of receipt of application : 08/ 10 /2021 Last date of issue of tender : 11/ 10 /2021 Last Date of Submission of tender : 13/ 10 /2021 up to 15:00 hrs. Date of opening of tender : 13/ 10 /2021 after 15:30 hrs.

In case Holiday is declared on the opening day tenders will be opened on the next working day. Validity of tender shall be for 90 days from the date of opening of tender.

NOTE :- 1)Tender document can also be downloaded from the website :- www.maharashtra.bsnl.co.in 2) Tender Cost shall be accepted from 11.00 Hrs to 16.00 Hrs on working days only at O/o. GMT, BSNL Sanchar Sadan, CIDCO, Aurangabad by Accounts Officer (Cash) , GMT BSNL,

Aurangabad or DD / Pay Order of Schedule Bank in favour of Accounts Officer (Cash) , GMT BSNL, Aurangabad. 3)The tender shall be submitted in two envelope system marked as 1st & 2nd Envelop. The same shall be clearly written on the envelopes. First envelope shall contain tender application (if tender downloaded from WEB), tender fee, attested documents proving fulfillment of eligibility criteria as per the tender notice and submission of Bid security declaration on their letterheads with signature of contractor with seal. The bid security declaration shall be as follows: “I/ We accept that if I/We withdraw or modify my/our bids during period of validity etc., they will be suspended / debarred/ banned for the period of one year, same as specified for MSE bidder, in the Clause 12.2 (d) of Section-4 Part A of the Procurement Manual.” The second cover should contain the tender documents. 4) The tenderer shall submit the downloaded original computer print out of the document from website. The photocopy shall not be accepted. If during the process of tender finalization, it is detected the tenderer has submitted tender documents after making any changes/ additions /deletions in the tender documents downloaded from the web site, the offer shall be summarily rejected and the EMD deposited by tenderer shall be forfeited in addition to any other action as per. 5) All originals of eligibility criteria shall be produced for verification at the time of tender opening if the same are not attested. 6) In case :- (i) Tender fee is not submitted in proper form. (ii) Firm fails to fulfill eligibility criteria on the basis of document submitted in first envelop. (iii) The performance of tenderer is not found satisfactory. The second envelope shall not be opened. 7) If any difference /discrepancies found between down loaded Tender form, any hard copy issued from Division Office, the contents in Draft NIT will be final & binding.

EXECUTIVE ENGINEER (ELECT.) BSNL ELECTRICAL DIVISION, AURANGABAD

Contractor 6 EE(E)

Copy To :- 1. The Superintending Engineer (E), BSNL Electrical Circle Nagpur 2. The AGM(P), O/o. GMT Aurangabad. 3. The Executive Engineer , BSNL Electrical Division Nagpur/Akola/Nanded/Solapur

/Dombivali/ Nasik/ Kolhapur/Pune/Mumbai/Goa. 4. The Executive Engineer , BSNL Civil Division , Aurangabad 5. All Sub Divisional Engineer (E)s under, BSNL Electrical Division, Aurangabad 6. Executive Engineer C.P.W.D. Aurangabad , P.W.D. Aurangabad 7. Vigilance Officer O/o CGMT, Maharashtra Circle, Mumbai 8. The Account Officer, BSNL, PGMT Aurangabad. 9. The Account Officer( C/E), BSNL, Civil Division, Aurangabad. 10. Concerned Contractors 11. Notice Board 12. File

EXECUTIVE ENGINEER (ELECT.)

Contractor 7 EE(E)

TENDER APPLICATION FORMAT ( For Tender down loaded from Website )

To The Executive Engineer (E) BSNL Electrical Division Aurangabad

Sub: Dismantling 200 KVA EA set with Shifting & ITC of 45 KVA EA set at TE Waluj, Dist. Aurangabad. (IInd Call)

As per tender publication advertised by your office and display of Notice Inviting Tender on web site http:/www.maharashtra.bsnl.co.in . We are hereby submitting the following documents duly attested.

ENVELOPE – I

S.N. DOCUMENTS DETAILS

1. Tender Publication advertised on

2 Name of Newspaper

3 Tender due on

4 Tender Application fee

a. Demand Draft No.

b. Date

c. Amount (` )

d. Name of Bank and Branch

e. In favour of Accounts Officer (Cash) , GMT BSNL, Aurangabad.

5. Earnest Money Deposit

a. DD / FDR / CDR /BG No.

b. Date

c. Amount (` )

d. Name of Bank and Branch

e. In favor of

6. Details of firm / Company

a. Name of firm / Company

b. Name of Proprietor / Partner / Managing

Director

c. Address

Pin Code

Telephone

e– mail address

d. Electrical Contractor’s License No.

Issuing authority

Contractor 8 EE(E)

Class of Registration

Limit

e. Electrical Supervisor license No.

In the Name of

Qualification

f. Address of Branch / Head Office Name

In BSNL Division H.Q.

Pin Code

Phone

Mobile No

E-Mail Address

7. Income Tax Clearance Certificate /

Chartered Accountant Certificate Date

8. GST Registration No. & Date

09 EPF/ESI Registration NO.

10. Lists of 3 works carried out satisfactorily (Certified Officer not below the rank of

Executive Engineer).

(To be issued by the user on his printed letterhead to the tenderer)

This is to certify that the work has been completed satisfactorily as per details given in

tender document / P.O.

Sl.No Name of Work Date of

start

Date of

Completion

Amount of

work Done

Department and P.O.

/ Agreement No.

11. Annual Turn over

(To be issued by Chartered Accountant on his letter head indicating following)

Sl.No Year Annual turn over

1 `

2 `

3 `

I proprietor/ duly authorized representative of M/s. --------

-------- hereby certify that the information given above is true to

the best of my knowledge and belief. I have been duly authorized to sign and certify the

documents. I understand that any wrong information/suppression of facts will disqualify us from

being considered for the tender participation.

Place Yours sincerely

(Signature)

Date (Name in block letter)

Seal of firm

Contractor 9 EE(E)

NOTICE INVITING TENDER Division:- Aurangabad Sub-Division :- I Aurangabad

Item rate tenders are invited on behalf of the BSNL for following work from the contractors

satisfying under mentioned eligibility conditions.

a)

b)

c)

d)

e)

f)

g)

Name of work:- Dismantling 200 KVA EA set with Shifting & ITC of 45 KVA EA set at TE Waluj, Dist. Aurangabad. (IInd Call)

Division :- BSNL Electrical Division, Aurangabad

Estimated cost:- ` 66,560/-

E.M.D. :- Nil

Time:- One month

Performance guarantee: 3% of the tendered value for one year from date of actual

completion of work.

SD:- Nil.

Cost of Tender documents :- ` 177/- (` 150+GST) (Non- refundable)

The work is estimated to cost ` 66,560/-. This estimate, however, is given merely as a rough

guide.

Tenders will be issued to eligible contractors satisfying under mentioned eligibility condition.

Eligibility Criteria

1.1 Average annual turnover during the last 3 years, ending 31st March of the

previous financial year, should be at least 30% of the estimated cost put to

tender.

AND

1.2 The manufacturer/authorized dealer /OEM of any of the makes of major

equipments included in the NIT. The letter of authorization from manufacturer in

original/ photocopy attested by BSNL Executive will be submitted.

OR

1.3 Experience of having successfully completed similar works in BSNL during last

7 years ending last day of month previous to the one in which applications

are invited , should be either of the following :

� Three similar successfully completed works costing not less than the amount

equal to 40% of the estimated cost put to tender.

OR

� Two similar successfully completed works costing not less than the amount

equal to 60% of the estimated cost put to tender.

OR

� One similar successfully completed work costing not less than the amount equal

to 80% of the estimated cost put to tender.

OR

Contractor 10 EE(E)

1.4 BSNL enlisted contractors in Electrical category of respective class as per their

tendering limits.

The firm shall have appropriate Chartered Accountant’s Certificate in lieu of Income – Tax clearance certificate, GST Registration certificate, Valid Electrical contractors license, EPF registration, ESI registration with attested copies as applicable along with application on their printed letter heads for purchase of Tender. Agency should submit attested copy of PAN Card.

Agreement shall be drawn with the successful tenderer on prescribed Form No. BSNL EW 8

which is available as a Government of India Publication. Tenderer shall quote his rates as per

various terms and conditions of the said form which will form part of the agreement.

The time allowed for carrying out the work will be One month from the date of award of work

indicated in the tender documents.

The site for the work shall be made available.

Receipt of applications for issue of forms will be stopped by 1600 Hrs. Three days before the

date fixed for opening of tenders. Issue of tender forms will be stopped Two days before the

date fixed for opening of tenders.

Tender documents consisting of specifications, the schedule of quantities of the various classes

of works to be done and the set of terms and conditions of contract to be complied with by the

contractor whose tender may be accepted and other necessary documents can be seen in the

office of The Executive Engineer (E), BSNL Electrical Division, Aurangabad invites on behalf

of Bharat Sanchar Nigam Limited between hours of 11.00 AM and 13.00 P.M. everyday

except on Second Saturday & Sundays and Public Holidays. Tender documents, excluding

standard form, will be issued from his office, during the hours Specified above, on payment of

` 177/- (` 150+GST) (Non- refundable) The tenderer must produce a Chartered Accountants Certificate showing details of Income-tax

returns duly filed and no dues are outstanding towards Income-tax, certificate before tender

papers can be sold to him. Tenders, which should always be placed in sealed envelope, with the

name of work and due date written on the envelopes, will be received by The Executive

Engineer (E), BSNL Electrical Division, Aurangabad invites on behalf of Bharat Sanchar Nigam

Limited , upto 03.00 P.M. on 13.10.2021 and will be opened by him or his authorised

representative in his office on the same day at 03.30 P.M.

8.1 EMD :NIL. “ Bid Security Declaration' from the Vendor ,accepting that if they withdraw or modify their bids during period of validity etc., they will be suspended / debarred/ banned for the period of one year, same as specified for MSE bidder, in the Clause12.2 (d) of Section-4 Part A of the Procurement Manual. A contractor exempted from depositing earnest money in individual cases, shall enclose with

the tender an attested copy of the letter exempting him from depositing earnest money, in a

manner described for earnest money in condition No. 8.2 below, and shall produce the original

when called upon to do so.

8.2 The tender and the earnest money shall be placed in separate sealed envelopes each marked

'Tender' and 'Earnest Money' respectively. Both the envelopes shall be submitted together in

another sealed envelope. The envelope marked "Tender” of only those tenderers shall be

opened; whose earnest money placed in the other envelope is found to be in order.

9. The description of the work is as follows: - Name of Work :- Dismantling 200 KVA EA set with Shifting & ITC of 45 KVA EA set at TE Waluj, Dist. Aurangabad.

Contractor 11 EE(E)

Copies of other drawings and documents pertaining to the works will be open for inspection by the tenderers at the office of the above mentioned officer. Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders as to the nature of the ground and sub-soil. (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools and plants, water, electricity access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the Government and local conditions and other factors having a bearing on the execution, of the work. 10. The competent authority on behalf of the BSNL does not bind himself to accept the lowest or any other tender and reserves to himself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer shall be summarily rejected. The Public enterprises that avail benefits of the purchase preference should be subjected to adequate penalties for cost overruns etc. 11. Canvassing whether directly or indirectly, in connection with tenders is strictly

prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection.

12. The competent authority on behalf of President of India reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.

13. The contractor shall not be permitted to tender for works in the Telecommunication/Postal (responsible for award and execution of contracts) in which his near relative is posted as Divisional Accountant or as an officer in any capacity between the grades of Superintending Engineer and. Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in the BSNL or in the Ministry of Communication. Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of this Department.

14. No Engineer of Gazetted rank or other Gazetted officer employed in Engineering or Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of two years after his retirement from Government service, without the previous permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Government of India as aforesaid before submission of the tender or engagement in the contractor’s service.

Contractor 12 EE(E)

15. The tender for the works shall remain open for acceptance for a period of ninety days from the date of opening of tenders. If any tenderer withdraws his tender before the said period or makes any notifications in the terms and conditions of the tender which are not acceptable to the department, then the Government shall, without prejudice to any other

16. Right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. 17. This Notice Inviting Tender shall form a part of the contract document. The

successful tenderer/contractor, on acceptance of his tender by the Accepting Authority, shall, within 15 days from the stipulated date of start of the work sign the contract consisting of:-

a) The notice inviting tender, all the documents including additional conditions, specifications and drawings, if any, forming the tender as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto.

b) Standard BSNL EW 8 Signature of Divisional Officer/ Sub-Divisional Officer …………………………………

For and on behalf of BSNL

Contractor 13 EE(E)

TENDER I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E, & F,

Specifications applicable, Drawings, & Designs, General Rules, and Directions, Conditions, of Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other contents in the tender documents for the work.

I / we hereby tender for the execution of the work specified for the BSNL within the time specified

in schedule “F”, viz. Schedule of quantities and in accordance in all respect with the specifications , designs, drawings, and instructions in writing referred to the rule-1 of general rules and Directions and in clause 11 of the conditions of contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so as for applicable. We agree to keep the tender open for 90 (ninety) days from the due date of submission thereof and not to make any modifications in its terms and conditions.

A Sum of Rs........................... is hereby forwarded in Cash/ BG as specified/ Deposit at call

receipt of a scheduled Bank as earnest Money. If I/We, fail to commence the work specified I/We agree that the said BSNL or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carryout such deviations as may be ordered, up to maximum of the percentage mentioned in Schedule “F” and those in excess of that limit at the rates to be determined in accordance with the provision contained in clause 12.2 and 12.3 of the tender form.

I/We agree that should the B.S.N.L. or his successors in office decide to forfeit earnest money

mentioned for this work unless a sum equal to the earnest money is paid by us forthwith, the competent authority, B.S.N.L. may at his option recover it out of the deposit and in the event of deficiency, out of any other money due to me/us under this contract or otherwise.

I/We hereby declare that I/We shall treat the tender documents drawings and other records

connected with the work as secret/confidential documents and shall not communicate information/derived there from to any person to whom I/We may authorized to communicate the same or use the information in any manner prejudicial to the safety of the State/BSNL.

I/We agree that should I/We fail to commence the work specified in the above memorandum, an

amount equal to the amount of the earnest money mentioned in the form of invitation of tender shall be absolutely forfeited to the BSNL and the same may at the option of the competent authority on behalf of the BSNL be recovered without prejudice to any other right or remedy available in law out of the deposit in so far as the same may extended in the terms of the said bond and in the event of deficiency out of any other money due to me/us under this contract or otherwise. Dated: Signature of Contractor & Postal address. Witness: Address: Occupation:

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned there under) is accepted by me for and on behalf of the BSNL for a sum of Rs.___________ (Rupees________ __________________________ The letters referred to below shall form part of this contract Agreement:- (a) (b) (c) For & on behalf of B.S.N.L. Signature _________________________ Dated ____________________________ Designation _______________________

Contractor 14 EE(E)

SCHEDULE “A”

SCHEDULE OF WORK

Name of Work:- Dismantling 200 KVA EA set with Shifting & ITC of 45 KVA EA set at TE Waluj, Dist. Aurangabad.

Sr.No. Description of item Quantity Rate Unit Amount

1

Dismantling of existing 200 KVA DG set along with all accessories like manual control panel exhaust pipe including dismantling load connections from panel & earth connections from DG set and shifting the same DG set from EA Room to outside in Exchanges premises along with all accessories including shifting EA from foundation to Outside the room, loading by using crane, transportation, unloading by using crane complete as required.

1 Job Job

2

Shifting of existing 45 KVA DG set with exhaust pipe, Manual control panel ,diesel tank etc shifting the same DG set from Chikhalthana Telephone Exchange to Waluj Building Aurangabad along with all accessories, loading by using crane, transportation, unloading by using crane complete as required.

1 Job Job

3

Installation of 45 KVA, 3 PH E/A set with panel and diesel tank on existing platform including load trial, testing and commissioning complete as required (fuel borne by agency for load trial for 1 hour duration).

1 Job Job

4

Supplying of 4 core x 35 sq mm XLPE insulated aluminium conductor armoured cable of 1.1 KV grade etc. Complete as reqd.

20 Mtr Mtr

5

Laying of 3.5 core / 4 core PVC / XLPE insulated, 1.1 KV grade aluminium conductor, armoured cable upto 35 sq mm size etc as required.

20 Mtr Mtr

6

Supplying and making end termination with brass compression gland and aluminium lugs for following size of PVC insulated and PVC sheathed / XLPE aluminium conductor cable of 1.1kV grade as required.

a) 4 x 35 sq mm 2 Set Set

7

Providing 'B' check for EA set of 45 KVA capacity including replacement of lubricating oil, fuel & oil filter etc. as required.

1 Job Job

Contractor 15 EE(E)

8

Supplying & Laying of 16 sqmm flexible multistranded copper conductor cable for extending neutral earthing including lugging complete as required. (approx. 1.5 meter)

2 Job

job

9

Supplying and fixing of MS braided diesel pipe of suitable lengh up to diesel tank etc as required ( 5ft Long )

2 Set Set

10

Repairing of Dynomo charger of 45 KVA EA set including removing & refixing the same after complete repairs etc as reqd.

1 Job Job

11

Fxing existing exhaust steel bellow for 45 KVA EA set including removing from 125 KVA EA set & carrying out required fabrication work etc complete as reqd.

1 Job Job

12

Supplying & fixing 12 V, 120 Ah capacity lead acid battery suitable for Genset application including initial charging, battery cables, lugs & terminals complete as required.

1 No No

13

Supplying & fixing 12 V, 10 amp capacity SMPS battery charger for external battery charging etc as reqd.

1 Job Job

Total

Executive Engineer (E) BSNL Electrical Division Aurangabad

Contractor 16 EE(E)

SCHEDULE ‘B’

SCHEDULE OF MATERIALS TO BE ISSUED TO THE CONTRACTOR

S.No. Description Quantity Rates in figures &

words at which the

material will be

charged to the

contractor

Place of Issue

1 2 3 4 5

1 NIL NIL NIL NIL

SCHEDULE ‘C’

TOOLS AND PLANTS TO BE HIRED TO THE CONTRACTOR

S.No. Description Hire charges per day Place of Issue

1 2 3 4

NIL NIL NIL

Sub Divisional Engineer (E-P) Executive Engineer (E) BSNL Electrical Division BSNL Electrical Division Aurangabad Aurangabad

Contractor 17 EE(E)

PROFORMA OF SCHEDULES

(Operative Schedules to be supplied separately to each of the intending tenderer)

SCHEDULE 'F'

Reference to General Conditions of

contract.

Name of work: Dismantling 200 KVA EA set with Shifting & ITC of 45 KVA EA set at TE Waluj, Dist. Aurangabad. (IInd Call)

Estimated cost of work: ` 66,560/-

i) Earnest money : Nil

ii) Performance Guarantee :

iii) Security Deposit :

(a)Performance Guarantee:- The contractor is required

to furnish performance guarantee for an amount equal to 3% of contract value in the form of Bank Guarantee (of a Nationalized / Scheduled Bank in a standard format)/ CDR/FDR/DD within two weeks from the date of issue of award letter. The validity period of the performance

security in the form of performance bank guarantee shall be up to the date of actual completion of work. (b)Security deposit NIL.

(d) Refund of PG:- PG shall be refunded after one year

from actual date of completion of work.

GENERAL RULES and DIRECTIONS: Officer inviting tender EE (E), BSNL Electrical Division,

Aurangabad Definitions: See below

2(v) Engineer-in-Charge Executive Engineer (E), BSNL Electrical Division,

Aurangabad

2(vi) Accepting Authority Executive Engineer (E), BSNL Electrical Division, Aurangabad

2(x) Percentage on cost of materials and

labour to cover all overheads and

profits.

10%

Standard BSNL EW contract Form BSNL EW Form 8 latest

Clause 1

i)Time allowed for submission of

Performance Guarantee from the date of issue of letter of acceptance, in days

15 days

Clause 2

Authority for fixing compensation under

Clause 2.

SE (E)

Clause 5 Number of days from the date of issue of letter of

acceptance for reckoning date of start

10days

Time allowed for execution of work.

Authority to give fair and reasonable

extension of time for completion of work.

One month

SE (E)

Clause 10CC Clause 10CC to be applicable in contracts

with stipulated period of completion

exceeding the period shown in next column.

Not Applicable

Contractor 18 EE(E)

Clause 11

Specifications to be followed for execution

of work

Clause 12

12.2(iii) schedule of rates for determining

the rates of additional, altered or

substituted items that can not be

determined under 12.2(i) & (ii)

SR -2012 (Internal & External) for electrical works.

Clause 12

12.2(iii) plus/minus +/- the % over the rate

entered in the schedule of rates

SR -2012 (Internal & External) for electrical works.

Clause 12

Deviation Limit beyond which clause 12.3 shall apply

25%

Clause 25 Competent Authority for Conciliation

Superintending Engineer (E), BSNL Electrical Circle,

NAGPUR. Clause 30.2 Minimum Qualifications and experience

required for Principal Technical

Representative.

a) For works with estimated cost put to tender more than

i) Rs. 2lakh but less than 5Lakhs for Ele/

Mech. Works

Recognized diploma holder

b) For works with estimated cost put to

tender more than i) Rs.5 Lakhs for Elect/ Mech. Works

Graduate or Recognized diploma holder with 3years

experience

Recovery to be effected from the

contractor in the event of not fulfilling

provision of clause 30.5

` 4,000/- p.m. for Graduate

` 2,000/- p.m. for Diploma holder

Contactor 19 EE(E)

MODEL FORM OF BANK GUARANTEE

(for submitting EMD)

Whereas____________________________(hereinafter called “the contractor(s)”) has submitted its

Tender dated_________for the work

_________________________________________________________________________________

_____

KNOW ALL MEN by these presents that WE___________________________

OF___________________________ having our registered office at_______________________

(hereinafter called “the Bank”) are bound unto _______________________ (hereinafter called “the

BSNL”) in the sum of _________________ for which payment will and truly to be made of the said

BSNL, the Bank binds itself, its successors and assigns by these presents.

THE CONDITIONS of the obligation are:

1. If the Contractor(s) withdraws its Tender during the period of Tender validity specified on

the Tender Form: or

2. If the Contractor(s) having been notified of the acceptance of its Tender by the BSNL

during the period of Tender validity.

(a) Fails or refuses to execute the Contract.

(b) Fails or refuses to furnish security Deposit in accordance with the conditions of Tender

document.

We undertake to pay to the BSNL up to the above amount upon receipt of its first written demand,

without the BSNL having to substantiate its demand, provided that in its demand, the BSNL will

note that the amount claimed by it is due to it owing to the occurrence of one or both of the two

conditions, specifying the occurred condition or conditions.

This guarantee will remain in force as specified in the Tender Document up to and including Thirty

(30) days after the period of the Tender validity and any demand in respect thereof should reach the

Bank not later than the specified date/dates.

Signature of the Bank

Signature of the Witness

Name of Witness

Address of Witness:

Contactor 20 EE(E)

PERFORMANCE SECURITY GUARANTEE BOND

In consideration of the CMD, BSNL (hereinafter called ‘BSNL’) having agreed to exempt ___________________

(hereinafter called ‘the said contractor(s)’) from the demand under the terms and conditions of an agreement/Advance

Purchase Order No ________________ dated ____________ made between _____________________ and

__________________ for the supply of _______________________ (hereinafter called “the said agreement ”), of security

deposit for the due fulfillment by the said contractor (s) of the terms and conditions contained in the said Agreement, on

production of the bank guarantee for _____________________________________we, (name of the bank)

_________________________ ( hereinafter refer to as “the bank”) at the request of

___________________________________ (contractor(s)) do hereby undertake to pay to the BSNL an amount not

exceeding ___________________ against any loss or damage caused to or suffered or would be caused to or suffered by

BSNL by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement.

2. We (name of the bank) ____________________ do hereby undertake to pay the amounts due and payable under this

guarantee without any demur, merely on a demand from the BSNL by reason of breach by the said contractor(s)’ of any of

the terms or conditions contained in the said Agreement or by reason of the contractors(s)’ failure to perform the said

Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank

under this guarantee where the decision of BSNL in these counts shall be final and binding on the bank. However, our

liability under this guarantee shall be restricted to an amount not exceeding ___________________________________.

3. We undertake to pay to the BSNL any money so demanded notwithstanding any dispute or disputes raised by the

contractor(s)/supplier(s) in any suit or proceeding pending before any court or tribunal relating thereto our liability under

this present being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our

liability for payment there under and the contractor(s)/supplier(s) shall have no claim against us for making such payment.

4. We( name of the bank)_________________________ further agree that the guarantee herein contained shall remain in

full force and effect during the period that would be taken for the performance of the said agreement and that it shall

continue to be enforceable till all the dues of the BSNL under or by virtue of the said Agreement have been fully paid and

its claims satisfied or discharged or till ________________________(office/Department) BSNL certifies that the terms and

conditions of the said Agreement have been fully or properly carried out by the said contractor(s) and accordingly

discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the expiry

of TWO/TWO AND HALF/THREE YEARS (as specified in P.O) from the date hereof, we shall be discharged from all

liabilities under this guarantee thereafter.

5. We (name of the bank)_________________________ further agree with the BSNL that the BSNL shall have the fullest

liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and

conditions of the said Agreement or to extend time of performance by the said contractor(s) from time to time or to

postpone for any time or from time to time any of the powers exercisable by the BSNL against the said Contractor(s) and to

forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our

liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or

omission on the part of the BSNL or any indulgence by the BSNL to the said Contractor(s) or by any such matter or thing

whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s)/supplier(s).

7. We (name of the bank) ____________________ lastly undertake not to revoke this guarantee during its currency except

with the previous consent of the BSNL in writing.

Dated the ________________ day of _______

for __________________________________

(indicate the name of bank)

Contactor 21 EE(E)

FORMAT OF BID SECURITY DECLARATION FROM BIDDERS IN LIEU OF EMD (On Bidders Letter head) I / We, the authorized signatory of M/s ............................................................................. ,

participating in the subject tender No . ................................................ for the item / job of

........................................................... , do hereby declare :

(i) That I / we have availed the benefit of waiver of EMD while submitting our offer against

the subject Tender and no EMD being deposited for the said tender.

(ii) That in the event we withdraw / modify our bid during the period of validity Or I/we fail

to execute formal contract agreement within the given timeline OR I/we fail to submit a

Performance Security within the given timeline Or I/we commit any breach of Tender

Conditions / Contract which attracts penal action of forfeiture of EMD and I/we will be

suspended from being eligible for bidding / award of all future contract(s) of Bharat

Sanchar Nigam Limited for a period of one year from the date of committing such breach.

Signature and Seal of Authorised Signatory of bidder Name of Authorized Signatory ................................ .

Company Name ....................................................... .

Contactor 22 EE(E)

SCHEDULE “D”

(1) "ESSENTIAL CONDITIONS OF CONTRACT" The firm shall carefully read the following conditions and shall quote accordingly confirming all the points in their offer. 1. Department reserves the right to accept the quantities in full or in parts. 2. The ordering quantities can be increase or decrease upto the extent of 25% (deviation) without the consent of the firm. The firm shall execute such quantities at the rate quoted in the tender without any change in terms and conditions of the contract. 3. BSNL shall deduct statutory taxes and duties like income tax etc. from payments due to the firm as per rules of the State/Central Govt. The Accounts Officer of the concerned SSA shall issue certificates for such deductions to the firm. 4. The department also reserves the right to award the work outside the Jurisdiction of the Division but within the jurisdiction of Circle at no extra cost.

5. STANDING ORDER NO. 258 i) Tendered rates shall be exclusive of Goods & Service Tax payable under the respective statutes.

However pursuant to the Constitution (Forty Sixty amendment ) Act 1982, if any further tax or levy is imposed by statute after the date of receipt of tenders and the contractor(s) thereupon necessarily and properly pays taxes or levies the contractor(s) shall be reimbursed the amount so paid provided such payment if any is not in the opinion of S.E.(E) whose decision shall be final and binding) attributable to delay in execution of work within the control of the contractor(s).

ii) The rates quoted must be full & final. Nothing extra is payable other than the quoted rates. & GST

as applicable. iii) No concessional form shall be issued.

iv) Invoice shall indicate the quantum of Goods & Service Tax paid on work done amount, with

relevant Goods & Service Tax registration Number, Name of the consignee, as intimated by Executive Engineer (E) concerned. The Rates quoted by the contractor shall be exclusive of his Goods & Service Tax liability as per the Goods & Service Tax rules applicable. The Contractor shall be fully responsible for the payment of his Goods & Service Tax liability to the Goods & Service Tax department & BSNL will not be responsible for any lapse on the part of the contractor.

v) The Firm shall claim Goods & Service Tax with the bill clearly furnishing the complete details of Goods & Service Tax so included. BSNL under no circumstances will consider any claim of Goods & Service Tax not included in the bill. It will be the firm’s responsibility to settle Goods & Service Tax with Goods & Service Tax authorities.

vi) The contractor(s) shall keep necessary books of accounts and other documents for the purpose of this condition as may be necessary and shall allow inspection of the same by a duly authorized representative of Government and shall furnish such other information /documents as the Engineer-in-Charge may require.

Contactor 23 EE(E)

vii) The contractor(s) shall within a period of 30 days of imposition of any further tax or levy pursuant to the Constitution (Forty Sixty amendment) Act 1982 give a written notice thereof to the Engineer-in-Charge that the same is given pursuant to this condition together with all necessary information relating thereto. NOTE : No additional condition whatsoever will be accepted for turnover tax/sales tax on works contract. In case of additional conditions for the payment of such taxes by the Contractor the tender may be liable to be summarily rejected by the accepting authority. 6. Loading, unloading, transportation, insurance etc shall be included in their offer. 7. All the material will be under the charge of contractor till it is completed and handed over. No materials will be removed from site without written permission of Engineer in charge. 8.Firm shall confirm to carry out the work as per NIT conditions. 9Special Condition :- " Department reserves the right to get inspected the material in the transformer and other associated materials related to this work and any components thereof by the manufacturer / their authorised representative of the component(s), whose report as regards genuineity of component shall be final and binding. In case any component upon such inspection is found to be duplicate/spurious, double the cost of such component based on price list(without any discount whatsoever) effective on date of aforesaid inspection shall be recoverable, without prejudice to right of the department to take any disciplinary action against the contractor. In case the contractor agrees to replace the components so found spurious/duplicate at his cost, within 15 days of the said report compensation of Rs. 1,000/- per component found spurious/duplicate shall believed against the contractor. Decision of S.E on such case shall be final and shall be out of purview of clause-25 of arbitration ".

10. PAYMENT TERM: -

No advance payment will be made. The payment terms for all items shall be governed as under. Stipulations

like levy of interest if payment is not made in specified time are not acceptable to the BSNL.

a)60 % of prorata of the approved price breakup of contract value on receipt of material at site and after

satisfactory physical inspection.

b)40% of prorata of the approved price breakup of contract value after successful completion of work.

Contactor 24 EE(E)

SCHEDULE “D” ( 2 ) SPECIAL CONDITIONS OF CONTRACTS

1. STORES AND SAFETY: All the stores and materials required for the satisfactory completion of the work shall be arranged at work site by the contractor from his own sources. Lockable space for storing the material may be provided on request from the contractor. However, safe custody of the material stored at site will be responsibility of the contractor. 2. COORDINATION AT SITE: Wherever air conditioning work is being carried out by more than one agency , it should be aim of different agencies that on their account of work of other agency/ agencies is not delayed. Full co-operation & full co- ordination is to be extended to other agencies during progress of work & at the time of testing of all the agencies. Further, work shall be carried out in such a way so that it may not cause abnormal noise and hindrance to the officers of the department engaged in erection as well to normal routine work. 3. Completion of work The work shall be deemed to have been completed after the fulfillment of the following. a) Satisfactory testing as per the departmental standards in the presence of Engineer-in-charge or

its representative and agency. 4. TESTING a)The firm shall submit routine test certificates from manufacturer on supply of the compressor at site. b) The firm shall operate, test and adjust all air conditioning system units, fans, motors, all air handling appliances provided in connection with this installation and shall make all necessary as applicable adjustments of all regulating dampers for the purpose of the flow of air to each and every outlet & inlet. c) The contractor for approval of Engineer-in-charge shall furnish a carefully recorded detailed record of the results of these adjustments. GUARANTEE AND DEFECT LIABILITY:

• The guarantee shall be valid for 12 Months ( Twelve months )after successful commissioning. The contractor shall guarantee that all equipments/material shall be free from any defect due to the defective material and/or bad workmanship and also the equipments shall work satisfactorily with performance and efficiencies not less than the guaranteed values.

• Any part found defective during this period shall be replaced free of cost by the contractor. The service of the contractor's personnel if required during this period shall be made available free cost to the department.

• The contractor shall depute his representative with in 36 hours of notification of the defect by the department.

• A joint report shall be prepared by the representative of department and firm regarding nature of defects and remedial action required. Time schedule for such action shall be also finalized.

• In case the contractor fails to depute his representative with in 36 hours of notification of the defect or fails to cause remedial measure within reasonable time as decided during joint inspection, the department may proceed to do so at the contractor's risk and expenses and without prejudice to any other right.

Contactor 25 EE(E)

GENERAL SPECIFICATION FOR THE WORK

1. The work shall be done as per current CPWD/BSNL specifications for Electric works as amended

from time to time and Indian Electricity Rules as amended up to date.

2. A qualified supervisor shall supervise the work. 3. The layout of the work will be given by the Engineer-in-charge or his duly authorised representative

at site of work.

4. All the materials not mentioned in the list of approved makes shall be got approved from engineer-in-

charge before bringing them to site.

5. After completion of work, the contractor will have to submit the completion plan in triplicate.

6. INSPECTION OF SITE: For the purpose of inspection of site and relevant documents the contractor is required to contact E.E.

(Elect) concerned and shall give reasonable facilities for inspection of the same. The contractor shall

inspect and examine the site and its surroundings and shall satisfy himself, before commencement of

work, to the form and nature of the site, the nature of work, and the quantities of materials necessary

for completion of the work, the means of access to the site etc. and in general shall obtain all

necessary informations as to risks, contingencies and other circumstances which may influence or

affect his work. No extra charges consequent on any misunderstanding or otherwise will be

allowed.

7. SUFFICIENCY OF TENDER: The contractor shall be deemed to have satisfied himself before entering into the contract as to the

correctness and sufficiency of his offer for the work and of the rates and prices quoted in the schedule

of works. These rates and prices shall except otherwise provided, cover all his obligations under the

contract and all matters and things necessary for proper completion and maintenance of the works.

8. DRAWINGS TO BE SUBMITTED FOR APPROVAL : The contractor has to get the layout and panel drawings (with dimension) along with the control panel

wiring drawing approved before start of the work.

9. INSPECTION AT CONTRACTOR’S PREMISES: The Department’s authorized representative shall have full powers to inspect (if it seems necessary in

view of Engg-in-charge to do so), drawings of any portion of the work or examine materials and

workmanship of the equipments at the contractor’s works or at any other place from where the material or equipment is obtained. Acceptance of any material or equipment shall in no way relieve

the contractor of his responsibility for meeting the requirement of the specifications. In case the

equipment (s)/material is found defective or of inferior quality, the same shall be replaced free of cost

by the contractor.

10. Any damage done to the building by the contractor during the execution of work shall be made good

at his cost and risk. If he does not do it himself, then the same will be got done at his cost and risk after giving notice to him.

11. The firm should agree to all N.I.T. conditions i/c Guarantee Clause.

12. The prices shall be firm and offer shall be valid for 90 days from the date of opening tender.

Contactor 26 EE(E)

SPECIFICATION FOR ELECTRICAL WORKS

1. General

1.1. Unless otherwise specified particularly, the entire equipment shall be suitable for operation

on 415 volts / 240 volts with Earthed neutral, three / single phase alternating current

system.

1.2. All Components accessories, raw materials and finished used in manufacture and assembly

of switch boards, power and control circuit wiring and earthing system shall comply with

Relevant Indian Standards amended upto date. Where Indian standards do not exist

British Standards shall apply.

1.3 The entire work shall comply with Indian Electricity rules, Internal & External CPWD,

general specifications for electrical work. Particular care shall be taken to ensure

compliance to I.E. rules 41, 45, 51 and 61.

1.4 The following wiring shall be done in separate circuits:

1. Power Plug wiring.

2. Light and fan point wiring.

3. Emergency light point.

1.5 If any conduit is laid before the award of this work, the recovery for the same will be made

from the contractor’s bills at SR – 2012( Internal & external) for electrical works rates plus

the abatement of this tender.

2. Earthing 2.1 The earthing sets shall be provided in the presence of Engineer-in-charge or his authorised

site representative.

2.2 Earth electrodes shall have an ohmic resistance not more than 5 ohms. In rocky soils the

resistance may be upto 8 ohms.

3. Testing

Before commissioning, the installation shall be subjected to the following tests.

(a) Insulation resistance test with a 500 volts meggar.

(b) Earth electrode resistance test ( if provided by the contractor).

(c) Earth continuity test.

(d) Cables continuity test.

All results of such tests shall be furnished to the Engineer-in-Charge.

Contactor 27 EE(E)

BHARAT SANCHAR NIGAM LIMITED

LIST OF APPROVED MAKES- BSNL ELECTRICAL WING

(AS ON 29.02.2016)

1. Engine

Ashok Leyland /Cummins/ Cater pillar /KOEL/ Volvo Penta

/ Mahindra &

Mahindra (up to 200 KVA) /Escorts (up to 30 KVA)/ Eicher

(up to 35 KVA)

2. Alternator(Brushless) Crompton Greaves (AL. series) / KEC /

Leroy Somer / Stamford/Jyoti Ltd

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

Standard

4. HV Switchgear (Vacuum Circuit

Breaker/SF6 )

BieccoLawrie / Crompton / Kirloskar /

MEI / Jyoti Ltd

5. Transformer (Oil filled / Dry type)

a) Above 400 KVA ABB / Schneider Electric /Andrew Yule /Bharat Bijlee /

Crompton / EMCO /Kirloskar / Siemens

b) Up to 400 KVA

In addition to above makes, Uttam/

Patson/Rajasthan Transformer and

Switchgear

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

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

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

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

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

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

12. Bus Bar Trunking/ Sandwiched Bus

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

13. Power Capacitors (MPP/APP) L&T/EPCOS(Siemens)/ABB/Crompton/

Schneider Electric/Neptune Ducati

14. Digital/ KWHr meter Schneider Electric/ AE/ Digitron / IMP/Meco/ Rishabh/

Universal/HPL/L&T/ABB/Yokins

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

16. Rubber Matting ISI mark

17. MCB/ lsolator /ELCB/RCCB/

Distribution Board

Crompton / Havells / lndokopp / MDS

Legrand/ L&T / Schneider Electric/

Siemens / Standard/ABB/HPL

18. MS/ PVC Conduit ISI mark

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

20. HT/LT Cables ISI mark

Contactor 28 EE(E)

21. PVC insulated copper conductor wire ISI mark

22. Centrifugal Pump

Amrut / BE / Beacon / Batliboi /

Crompton / Jyoti / Kirloskar / KSB / Mather &platt / WASP/Grundfos

23. Submersible Pump Crompton/Amrut / BE / Calama /

Kirloskar / KSB

24. Motors ABB/ Bharat Bijlee / Crompton Greaves/Schneider Electric /

HBB / KEC/Siemens/Jyoti Ltd

25. Fresh Air Fans GE / Khaitan/Almonard/Crompton

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

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

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

29. Foot Valve ISI mark

30.Gate Valve Advance/Audco/Johnson Controls/Zoloto /Annapurna / Fountain /Kirloskar / Leader / Sant / Trishul

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

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

33. Expanded Polystyrene BASF(India) Ltd.

34. Gauge Feibig / H.Guru / Pricol

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

36. Fine Filters Anfiltra Effluent / ARW / Athlete/Airtake/ Dyna / Kirsloskar/

Puromatic/ Purafill/ Purolator / Tenacity

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

38. Heat Detector Appollo / Chemtron/ Edward / Fenwal/ Hochiki / Nitton

/System Sensor/ Wormald /Honeywell Essar/Notifier

39. Ionization Detector Appollo / Cerebrus / Edward/ /Fenwal / Hochiki / Nitton /

System Sensor /Wormald

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

Wormald

41. Fire Panel (Microprocessor based)

Agni Instruments / Agni Devices/ Aruna Agencies/ Carmel

Sensor / Ravel Elect. /Honeywell Essar/Notifier/Navin

Systems

Contactor 29 EE(E)

42. Sprinkler/ Hose Reel & Hose Pipe ISI mark

43. Fire Extinguisher ISI mark

44. Lift OTIS/ Kone/ Mitsubishi/ Schindler/Johnson

45. High Precision Air Conditioners

(HPACs)

Units Manufactured by:

1)M/s Sidwal Refrigeration IndPvt Ltd, New Delhi

2)M/s Uniflair India Pvt Ltd, Gurgaon

3)M/s Stulz CHSPL( India ) Pvt Ltd, Mumbai

4) M/s Emerson Network Power India Pvt Ltd,

Thane(W)