^e> , z d ^ e , z e/' d >/d/d ~ ' } À v u v } ( / v ] v

31
1 BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise) STATE - Haryana ZONE - Haryana CIRCLE – Ambala BRANCH - Electrical DIVISION- Ambala SUB-DIVISION:- Karnal {A) Tender for the work of: Installation of 30 KVA UPS in GM office Karnal, Replacement of cable joints of HT Cable in Sector-6 Ex Karnal & Misc electrical works under ESD Karnal.(CH:R/M) (B) i. Issued to (contractor) : ____________________________________ ii. Estimated Cost : Rs. 45,307/- iii. Tender Cost : Rs 177/- i/c GST (non refundable) iv. Receipt No. : _____________ v. Date of application : _____________ vi. Date of issue : _____________ vii. Signature of officer issuing the documents : _______________________ viii. Designation : B. i. Last date of submission of application for purchase of tender document from Sub Division office is (time) 1600 hours on (date) 11.10.2021 to SDE (E), BSNL Electrical Sub Division, Karnal. ii. To be opened in presence of tenderers who may be present at 1530 hours on (date) 13.10.2021 in the office of SDE (E), BSNL Electrical Sub Division, Main Telephone Exchange, Karnal. T E N D E R a. I/we have read and examined the notice inviting tender, schedule, specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, special conditions, Schedule of Rates and other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work. b. I/We hereby tender for the execution of the work specified for BSNL within the time specified, schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions and other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work. c. I/We agree to keep the tender open for ninety (90) days from the due date of submission thereof and not to make any modifications in its terms and conditions. d. There is no provision of Earnest money deposit only Form –B i.e. undertaking for Earnest Money deposit declaration is to be submitted by contractor A sum of ………. is hereby forwarded in the form of Deposit at call receipt/FDR//Bank guarantee of a Nationalized /Scheduled Bank as earnest money. If I/We, fail to commence the work specified I/We agree that the said BSNL shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely and the same may at the option of the competent authority on behalf of BSNL be recovered without prejudice to any other right or remedy available in law out of the deposit in so far as t he same may extend in 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 . e. Should this tender be accepted, I / We agree to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered upto maximum of percentage mentioned in clause 12.3 of the tender form and those in excess of that limit at rates to be determined in accordance with provisions contained in clause 12.2. BSNL EW-8

Upload: others

Post on 17-Nov-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

1

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise)

STATE - Haryana ZONE - Haryana CIRCLE – Ambala BRANCH - Electrical DIVISION- Ambala SUB-DIVISION:- Karnal {A) Tender for the work of: Installation of 30 KVA UPS in GM office Karnal, Replacement of cable joints of HT Cable in Sector-6 Ex Karnal & Misc electrical works under ESD Karnal.(CH:R/M) (B)

i. Issued to (contractor) : ____________________________________

ii. Estimated Cost : Rs. 45,307/-

iii. Tender Cost : Rs 177/- i/c GST (non refundable)

iv. Receipt No. : _____________

v. Date of application : _____________

vi. Date of issue : _____________

vii. Signature of officer issuing the documents : _______________________

viii. Designation :

B. i. Last date of submission of application for purchase of tender document from Sub Division office is (time) 1600 hours on (date) 11.10.2021 to SDE (E), BSNL Electrical Sub Division, Karnal.

ii. To be opened in presence of tenderers who may be present at 1530 hours on (date) 13.10.2021 in

the office of SDE (E), BSNL Electrical Sub Division, Main Telephone Exchange, Karnal.

T E N D E R a. I/we have read and examined the notice inviting tender, schedule, specifications applicable, Drawings & Designs,

General Rules and Directions, Conditions of Contract, clauses of contract, special conditions, Schedule of Rates and other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work.

b. I/We hereby tender for the execution of the work specified for BSNL within the time specified, schedule of

quantities and in accordance in all respects with the specifications, designs, drawings and instructions and other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work.

c. I/We agree to keep the tender open for ninety (90) days from the due date of submission thereof and not to make

any modifications in its terms and conditions.

d. There is no provision of Earnest money deposit only Form –B i.e. undertaking for Earnest Money deposit declaration is to be submitted by contractor A sum of ₹ ………. is hereby forwarded in the form of Deposit at call receipt/FDR//Bank guarantee of a Nationalized /Scheduled Bank as earnest money. If I/We, fail to commence the work specified I/We agree that the said BSNL shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely and the same may at the option of the competent authority on behalf of 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 extend in 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.

e. Should this tender be accepted, I / We agree to execute all the works referred to in the tender documents upon

the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered upto maximum of percentage mentioned in clause 12.3 of the tender form and those in excess of that limit at rates to be determined in accordance with provisions contained in clause 12.2.

BSNL EW-8

Page 2: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

2

f. I/we agree to furnish to BSNL Deposit at call receipt / FDR / Bank guarantee of a Nationalized / Scheduled Bank for an amount equal to 5% of the contract value in a standard format within two weeks from the date of issue of award letter. I/We agree to keep the performance bank guarantee valid for one year from the date of actual completion of work.

g. 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 other than to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety or interest of BSNL.

h. (Applicable if tender downloaded from website) I/We certify that no addition / deletion / correction has been

made in the tender document submitted and is identical to tender document appearing on website. Every page of downloaded tender has been signed by us with stamp (seal) of the firm / organization.

(Signature of the Contractor) Seal of Contractor

Dated:-

Signature of Witness (Required in the case of Contractor’s thumb impression is given by the contractor in place of signature) Name of Witness Postal address) Occupation of Witness

A C C E P T A N C E

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on

behalf of BSNL for a sum of Rs.___________ (Rupees

_________________________________________________________________________________________________

______________________________________________)

The letters referred to below shall form part of this contract Agreement a) b) Dated

For & On behalf of BSNL Signature----------------------- Designation SDE (E)

BSNL Electrical Sub Division Karnal

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 EW-7/8 being adopted by the BHARAT SANCHAR NIGAM LIMITED (Electrical Wing) & agree to abide by the same.

(Signature of the contractor with seal)

Page 3: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

3

INDEX

SL.NO. DETAILS PAGE

1 Tender Form EW-8 & Under taking by firm for acceptance of EW-7/8

1-2

2 Index of tender document 3

3 Web Notice 4-6

4 Notice Inviting tender Form BSNL EW-6 7 -8

5 GENERAL RULES AND DIRECTIONS

9-11

6 UNDERTAKING FOR EARNEST MONEY DEPOSIT DECLARATION [form-B]

12

7 Important Terms & conditions of Contract 13-17

8 Schedule of quantities 18

9 Specifications 19

10 Approved Product Directory 20-21

11 Correction Slip 22-23

12 Proforma of Schedules EW-8 24-28

13 GST & Input Tax Credit

29-31

Certified that this Tender Document contains – 31 pages numbered 1 to 31

Page 4: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

4

WEB NOTIFICATION

No.05/SDE/E/BSNL/KRL/2021-22/38 Dated: 29/9/21

The Sub-Divisional Engineer (E) B.S.N.L. Electrical Sub-Division Karnal [PH NO-0184-2253160, invites on behalf of Bharat Sanchar Nigam Limited sealed item rate tenders for the following work from the contractors satisfying the under mentioned eligibility conditions. Name of Work:-

Estim

ated

Co

st

Rs)

EMD

(Rs)

Last Date Of Receipt of Application (upto 4PM)

Last Date & Time of Sale (upto 4PM)

Last Date & Time of Tender

Perio

d of

con

trac

t

Receipt (upto 3PM)

Opening (at 3.30PM)

Installation of 30 KVA UPS in GM office Karnal, Replacement of cable joints of HT Cable in Sector-6 Ex Karnal & Misc electrical works under ESD Karnal.(CH:R/M)

45,3

07/-

No

prov

isio

n,

unde

rtak

ing

in F

orm

-B

to b

e su

bmitt

ed

11/10/21 11/10/21 13/10/21 13/10/21

15 d

ays

The Intending bidder must read the terms and conditions carefully. He should submit his bid only if he considers himself eligible and in possession of all the requisite documents. Information and Instructions for bidders posted on website shall form part of bid document. The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents can be seen and downloaded from website http://www.haryana.bsnl.co.in/tenders free of cost 1) Eligibility conditions: The Contractors satisfying the following conditions:

BSNL enlisted contractors in Electrical category Class IV & above. The firm /contractor should possess valid electrical license of Haryana state.

OR

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

# 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 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. 2. The contractor should submit and Copy of acknowledgement of income Tax Return /confirm Chartered

Accountant Certificate in respect of turnover for last three years and other registration certificate [Enlistment in BSNL, Electrical License, GST Registration] with attested copies (self attested and counter attested by any executive of BSNL) as applicable along with the application on printed letter head for purchase of tender. Testimonials of satisfactory completion shall be obtained from an officer not below the rank of Executive Engineer.

3. Conditions & Tender forms can be had from the office of Sub-Divisional Engineer (E) BSNL ESD Karnal on payment of ` Rs 177/- i/c GST (non refundable)/ The cost of such bid document should be submitted in the form of demand draft payable to Accounts Officer (Cash), O/o PGMTD,BSNL, KARNAL while submitting the bid or can be downloaded from our web site www.haryana.bsnl.co.in/tenders

Page 5: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

5

4. All pages of such tender document must be signed with stamp by the bidder or authorized signatory before submitting the bid document downloaded from site.

5. Validity of the Tender shall be for 90 days from the date of opening of the Tender. 6. There is no provision of Earnest money deposit only Form –B i.e. undertaking for Earnest Money deposit declaration is to

be submitted by contractor. 6. If, any of the submitted credentials is found fake/false during the processing of the tender, the bid shall be

rejected and action as per Form –C submitted by the Firm/ Contractor shall be taken. 7. The department reserves the right to reject any prospective application with proper reasoning and to restrict the

list of qualified contractors to any number as deemed suitable. 8. List of Documents to be submitted along with application on printed letter head in a sealed envelope.

a) Documentary proof of satisfying eligibility conditions as per eligibility criteria at sr. no. 1 above. b) Copy of PAN card, Valid GSTIN registration, c) DD for tender Cost d) Undertaking for Earnest money deposit. e) Any other document as specified in the NIT.

9. The tender shall be duly filed in and prepared in accordance with directions contained in the bid document and shall be submitted in the prescribed manner so as to be received up to 15:00 Hrs on date of opening and opened on 15:30 Hrs on the same day. In case holiday is declared on the opening day the tenders will be opened on the next working day.

10. In case, if there is any change between the document submitted by the tenderer and the Draft NIT, then, the Draft NIT shall prevail.

11. Procedure for submission of tenders: The bids shall be submitted in two covers. The documents to be enclosed in each cover are detailed below. Both the covers shall be sealed separately by the seal of the bidder.

(A) The vendor shall enclose all the documents in sealed envelope ONE. a) Tender Cost (DD) b) Documentary proof of fulfilling the eligibility criterion as per NIT. c) Certificate regarding relative not working in BSNL unit (Format attached in the bid

document).FORM-A d) Undertaking for earnest money deposit (Format attached in the bid document).FORM-B e) The tenderer shall submit only the downloaded original computer print-out of the document from

web site. The photocopy shall not be accepted. f) The credentials shall be attested by any BSNL Executive otherwise original documents shall be

produced at the time of tender opening. g) The bid of tenderer (s) who do not comply with above conditions shall not be opened.

(B) The vender shall enclose the following in sealed envelope TWO. Price Bid along with complete set of documents issued by the BSNL, the rates and amounts should be filled in the schedule of work attached thereto. 12. The company or firm or any other person is not permitted to tender for works in BSNL units in which his near

relative(s) is (are) posted. The firm / tenderer is required to furnish the certificate regarding non working of relative in BSNL.

13. The tender documents shall not be issued through courier / post. 14. The tender Documents received through Courier / Post shall not be opened / considered at all. 15. The bid submitted shall become invalid if:

(i) The bidder is found ineligible. (ii) The sealed envelope is without tender cost. (iii) The bidder does not enclose all the documents including GST registration as stipulated in the bid document. (iv) The bidder does not enclose EMD declaration Form B

Page 6: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

6

(v) If a tenderer quotes nil rates against each item in item rate tender the tender shall be treated as invalid and will not be considered as lowest tenderer.

16. General Conditions of Contract for the works in BHARAT SANCHAR NIGAM LIMITED are available on BSNL website www.haryana.bsnl.co.in/tenders as well as in the Division Office.

17. Before tendering, the contractor shall inspect the site and fully acquaint himself about the condition with regard to accessibility of site and site nature and the extend of grounds, working condition, including stocking of materials, installation of T&P etc., and conditions affecting accommodation and movement of labour etc., required for the satisfactory execution of the contract. No claim whatsoever on such account shall be entertained by the BSNL in any circumstances.

18. In case the eligibility credentials are not found in order at any stage i.e. before award of work or during execution of the work or after completion of the work, the contractor will be debarred from tendering in BSNL for the next three years including any other action under the contract or existing law.

Page 7: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

7

NOTICE INVITING TENDER EW-6

Bharat Sanchar Nigam Limited (A Government of India Enterprise)

Electrical Wing Division : BSNL ED, Ambala Sub Division :BSNL ESD Karnal

Certified that this tender schedule Contains Thirty One pages only.

Notice Inviting Tenders (As per Tendering Procedure in BSNL revised upto date)

A. Tenders in the prescribed form are hereby invited on behalf of the BSNL for the work of: -Installation of 30

KVA UPS in GM office Karnal,Replacement of cable joints of HT Cable in Sector-6 Ex Karnal & Misc electrical works under ESD Karnal.(CH:R/M)

B. Estimated cost: Rs. 45,307/-. 01. (a) Printed forms of tenders consisting of the detailed plans, complete specifications, the schedule of

quantities of the various classes of works to be done and the set of conditions of contract to be complied with by the persons whose tender may be accepted, can be purchased, at the Sub-Divisional office between the hours of 1100 hrs and 1600 hrs. every day except on Sundays and public Holidays on payment of Rs 177/- i/c GST (non refundable) in cash.

(b) The site for the work shall be made available in parts. (c) The tender forms can also be downloaded from the website http://www.haryana.bsnl.co.in/tenders (d) Before tendering, the contractor shall inspect the site and fully acquaint himself about the

condition with regard to accessibility of site and site nature and the extend of grounds, working condition, including stocking of materials, installation of T&P etc., and conditions affecting accommodation and movement of labour etc., required for the satisfactory execution of the contract. No claim whatsoever on such account shall be entertained by the BSNL in any circumstances.

02. Tenders which should always be placed in sealed covers with the name of the work written on the envelope will be received by the Sub Divisional Engineer (Elect.) BSNL Electrical Sub Division, Karnal Upto 1500 hours on 13.10.2021.and will be opened by him in his office on the same day at 1530 hours.

03. The time allowed for carrying out the work will be 15DAYS from the 10th day after the date of written order to commence the work.

04. Issue of tender form will be stopped on the date 11.10.2021. Tenders will be sold on working days, no tenders will be sold after 1600 hours.

05. There is no provision of Earnest money deposit only Form –B i.e. undertaking for Earnest Money deposit declaration is to be submitted by contractor.

06. Documents to be submitted physically /uploaded by the bidder: a) The contractor should submit and confirm all documents as per NIT with attested copies (self-

attested and counter attested by any executive of BSNL or Gazetted officer of GOI) as applicable along with the application on printed letter head.

b) The contractor shall submit and confirm his permanent account number (PAN) issued by the Income Tax Department.

c) The tenderer should submit the valid Goods and Services Tax registration certificate d) Any other document as per NIT.

07. Performance Guarantee: The contractor is required to furnish performance guarantee for an amount equal to 3% of the contract value in the form of bank guarantee / CDR/FDR/DD (of a nationalized/ Scheduled Bank in a standard format) within two weeks from the date of issue of award letter. This period can be further extended by the Engineer-in-charge up to a maximum period of 2 weeks on written request of Contractor. The validity period of the performance security in the form of performance bank guarantee shall be one year from the date of actual completion of work.

08. Security Deposit: In addition to performance guarantee stated above, a sum @10% of the gross amount of the bill shall be deducted from each running bill of the contractor till the sum be deducted with the sum already deposited as performance guarantee becomes equivalent to amount to security deposit of 7% of the tendered value of the work.

Page 8: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

8

09. The acceptance of a tender will rest with the Sub Divisional Engineer (E) who does not bind himself to accept the lowest tender or any other tender and reserves himself the Authority to reject the lowest or all the tenders received with assigning proper reason. All tenders in whom any of the prescribed conditions are not fulfilled or incomplete in any respect are liable to be rejected. Tenders with any condition including that of conditional rebates shall be rejected forthwith summarily.

10. Canvassing in connection with the tender is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable for rejection.

11. The BSNL reserves itself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rates quoted.

12. It will be obligatory on the part of the tenderer to sign each page of the Schedule of work and the tender documents for all the component parts and after the work is awarded he will have to enter into a separate agreement for each component with the officer concerned.

13. Any tender not submitted in proper manner or if it contains too many corrections, over writings of absurd rates, and absurd amount will be liable to be rejected and the BSNL will be at liberty to take such action as it may deem fit without any reference to the tenderer.

14. The tenders for the work shall remain open for acceptance for a period of 90 days from the date of opening of the tenders.If any tenderer withdraws his tender before the said period or makes any modification in the terms and conditions of the tender which is not acceptable, then BSNL shall, without prejudice to any other right of remedy be at liberty to reject the tender and forfeit 50% (fifty percent only) of the said earnest money absolutely.

15. Extension of Validity: In case, where the letter of award of work cannot be placed within the validity period of the tender, the BSNL can request all tenderer’s to extend the validity of their respective tenders and the Earnest Money deposit by a reasonable period. In such cases, extension of validity of Earnest Money deposit by 30 days beyond the extended validity date of tender should also be asked for. While BSNL can make the request for extension, the tenderer is free to either extend the validity or refuse the request to extend the validity.

16. The contractor should read the tender documents carefully before submitting the tender. 17. Agreement shall be drawn with the successful tenderer on prescribed form. Tenderer shall quote his

rates as per various terms and conditions of the said form, which will form part of the agreement. 18. The tenderer shall furnish a declaration to this effect (incase downloaded tender) that no

addition/deletion/correction have been made in the tender document submitted and is identical to the tender document appearing on website. Every page of downloaded tender shall be signed by the tenderer with stamp (seal) of his firm/organization.

19. This Notice Inviting Tender shall form 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:- 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 there to.

Standard form. Signature of Sub Divisional Engineer

(E) BSNL Electrical Sub Division, Karnal

For and on behalf of Bharat Sanchar Nigam Limited.

Page 9: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

9

GENERAL RULES AND DIRECTIONS

1. All works proposed for execution by contractor will be notified in a form of invitation to tender displayed on Notice Board in select BSNL offices and signed by the officer inviting tender or by publication on internet (designated web page) as the case maybe.

2. This form will state the work to be carried out, as well as the date of submitting and opening tenders and the time allowed for carrying out the work; also the amount of earnest money to be deposited with the tender, and the amount of performance guarantee to be deposited by the successful tenderer(s). Copies of the specifications, designs and drawings and any other documents required in connection with the work signed for the purpose of identification by the Officer inviting tender shall also be open for inspection by the contractor at the office of Officer inviting tender during office hours.

3. In the event of the tender being submitted by a firm it must be signed by the authorized signatory. Receipts for payments made on account of work when executed by a firm, must also be signed by authorized signatory.

4. Any person who submits a tender shall fill up the usual printed form stating at what rate he is willing to undertake each item of the work. Tenders, who propose any alteration in the work specified in the said form of invitation to tender, or in the time allowed for carrying out the work, or which contain any other condition of any sort, including conditional rebates will be summarily rejected. However, tenders with unconditional rebate will be acceptable. No single tender shall include more than one work, but contractors who wish to tender for two or more works shall submit separate tender for each. Tenders shall have the name and number of the works to which they refer written on the envelopes.

5. The rates(s) must be quoted in decimal coinage. Amounts must be quoted in full rupees by ignoring fifty paise and considering more than fifty paise as rupee one.

6. In case, the lowest tendered amount (worked out on the basis of quoted rate of individual items) of two or more contractors is equal, then all the lowest bidders shall be asked to submit sealed revised offer quoting rate of each item of the schedule of quantity for all subsections/sub heads as the case may be, but the revised quoted rate of each item of schedule of quantity for all sub sections/sub heads must not be higher than the irrespective original rate quoted at the time of submission of tender. The lowest tender shall be decided on the basis of their revised offer. If the revised tendered amount (worked out on the basis of quoted rate of individual items) of two or more contractors received in revised offer is again found to be equal, then the lowest, bidder shall be decided by a draw of lots in the presence of EE of the Division, SDE (E) in-charge, SDE (EP) of Division and the lowest bidders who have quoted equal amount in the tender.

7. In case of any of the lowest bidder in his revised offer quotes rate of any item more than their respective original rate quoted already at the time of submission of the tender, then such revised offer shall be treated as invalid.

8. Further revised offer of the lowest bidder or refusal to submit revised offer by the lowest bidder shall be treated as withdrawal of his tender before acceptance of the tender and 50% of his earnest money shall be forfeited.

9. In case all the lowest bidder who have same tendered amount (as a result of their quoted rate on each individual items), refuse to submit revised offers, then the tender shall be recalled after forfeiting 50% of EMD of each lowest Bidder.

10. The bidder, whose earnest money is forfeited because of non-submission of revised offer, or quoting higher revised rate of any item more than their respective original rate quoted already at the time of submission of his bid, shall not be allowed to participate in the re-tendering process of the work.

11. The officer inviting tender or his duly authorized assistant will open tenders in the presence of any intending contractors who may be present at the time and will enter the amounts

Page 10: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

10

of the several tenders in a Comparative Statement in a suitable form. In the event of a tender being accepted a receipt for the earnest money forwarded therewith shall thereupon be given to the contractor who shall thereupon for the purpose of identification sign copies of the specifications and other documents mentioned in Rule1.Inthe event of a tender being rejected, the earnest money forwarded with such unaccepted tender shall thereupon be returned to the contractor remitting the same without any interest.

12. The memorandum of work tendered for and the schedule of materials to be supplied by BSNL shall be filled and completed in the office of the Officer inviting tender before the tender form is issued. If a form is issued to an intending tenderer without having been so filled in and incomplete, he shall request the officer to have this done before he completes and delivers histender.

13. The tenderer shall sign a declaration under the official SecretAct,1923for maintaining secrecy of the tender documents drawings or other records connected with the work given to them.The unsuccessful tenderer shall return all the drawings given to them.

14. Use of correcting fluid, anywhere in tender document is not permitted. Such tender is liable for rejection.

15. Performance Guarantee: The contractor is required to furnish performance guarantee for an amount equal to 3%of the contract value in the form of bank guarantee / CDR / FDR / DD (of a nationalized / Scheduled Bank in a standard format) 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 one year from the date of actual completion of work.

16. Security Deposit: In addition to performance guarantee stated above, a sum @ 10% of the gross amount of the bill shall be deducted from each running bill of the contractor till the sum so deducted with the sum already deposited as performance guarantee, becomes an amount equivalent to the security deposit of 7% of the Tendered value of the work

17. On acceptance of the tender, the name of the accredited representative(s) of the contractor who would be responsible for taking instructions from the Engineer-in-Charge shall be communicated in writing to the Engineer-in-Charge.

18. However, pursuant to the constitution (forty-sixth amendment) act, 1982, if any further tax or levy is imposed by statute, after the last date of receipt of tenders, and the contractors there upon necessarily and properly pays such taxes/ levies, the contractor shall be reimbursed the amount so paid, provided such payment, if any, is not in the opinion of Superintending engineer (whose decision shall be final and binding) be attributable to delay in execution of work within the control of contractor.

19. The contractor shall, keep necessary books of account 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 BSNL and further shall furnish such other information/ document as engineer-in-charge may require.

20. The Contractor shall, within a period of 30 days of imposition of any further tax or levy in pursuant to the constitution of (forty sixth 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.

21. BSNL shall deduct work contract tax, income tax and other statutory, if any deductions from payments due to the firm as per rules of the State/Central Government. The Accounts Officer of the concerned Division shall issue certificates for such deductions to the firm.

22. Other agencies will also simultaneously execute the works like horticulture, external services, installation of telephone exchange equipment and other building works for the same project along with this work in particular. The contractor shall afford necessary facilities for the same. No claim in the matter shall be entertained.

23. Some restrictions may be imposed by the security staff etc. on the working and/or movement of labour, material etc., The contractor shall be bound to follow all such restrictions / instructions and nothing extra shall be payable on this account.

Page 11: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

11

24. The contractor shall comply with the provisions of the Apprentices Act 1961, and the rules and orders issued there under from time to time. If he fails to do so, his failure will be a breach of the contract and the Engineer-in-charge may in his discretion without prejudice to any other right or remedy available in law cancel the contract. The contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the said Act.

25. No engineer of gazetted rank or executive of BSNL employed in engineering or administrative duties in an engineering department of the government of India/BSNL is allowed to work as a contractor for a period of two years of his retirement from government service without the previous permission of government of India/BSNL. This contract is liable to be cancelled if either the contractor or any of his employee is found at any time to be such a person who had not obtained the permission of government of India as foresaid, before submission of the tender or engagement in the contractor's service as the case maybe.

26. Near Relative Certificate: i) The tenderer should give a certificate that none of his/her relative is employed in BSNL units. In

case of proprietorship firm, certificate will be given by the proprietor and for partnership firm certificate will be given by all the Directors of the company.

ii) Near relatives of all BSNL employees either directly recruited or on deputation are prohibited from participation in tenders and execution of works in the different units of BSNL. 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).

iii) The company or firm or any other person is not permitted to tender for works in BSNL Unit in

which his near relative(s) is(are) posted. The unit is defined as SSA/Circle/Chief Engineer/Chief Archt./Corporate office for non-executive employees and all SSA in a circle including circle office/Chief Eng./Chief Archt./Corporate office for executive employees (including those called as Gazetted officers at present).The tenderer should give a certificate that none of his/ her such near relative is working in the units as defined above where he is going to apply for tender/work, for proprietorship, partnership firms and limited company certificate shall be given by the authorized signatory of the firm. Any breach of these conditions by the company or firm or any other person, the tender/work will be cancelled, and earnest money/performance guarantee will be forfeited at any stage whenever it is so noticed. BSNL will not pay any damages to the company or firm or the concerned person. The company or firm or the person will also be debarred for further participation in the concerned unit.

Page 12: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

12

FORM-A

CERTIFICATE FOR NEAR REALATIVE

I_____________________________________ S/o______________________________

R/o_____________________________________________________________ here by certify that none of my

relative(s) as defined below is/are employed in the zone of Chief Engineer (E), BSNL, AMBALA. 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).

Seal of the firm

Signature of the firm/person

Form – B

UNDERTAKING FOR EARNEST MONEY DEPOSIT DECLARATION

C. Whereas, I/We…………………………….(Name of agency) ……………………………… …… …………………..have submitted

bids for the work Repairing of Electrical installation in various TE / BTS sites & GM Office Karnal. (Ch:- R/M of Karnal SSA)

I/We hereby submit following declaration in lieu of submitting Earnest Money Deposit.

1. If after the opening of tender, I/we withdraw or modify my/our bid during the period of validity of tender (including extended validity of tender) specified in the tender documents OR

2. If, after the award of work, I/we fail to sign the contract, or fail to submit performance guarantee before the deadline defined in the tender documents, I/we shall be suspended/debarred/banned for one year and shall not be eligible to bid for BSNL tenders from date of issue of suspension order.

Seal of the firm

Page 13: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

13

Signature of the firm/Contractor

IMPORTANT TERMS & CONDITIONS OF CONTRACT 1. GENERAL:-

i) These general conditions shall be read in conjunction with the standard conditions of contract contained in CPWD contracts forms concerned and their correction slips, tender, specification. Schedule of work, drawings and other documents in tender papers connected with the particular work. In the events of any discrepancy between these general specification and there connected documents, the requirements and conditions as per latter shall be overriding value and shall be followed.

ii) The tenders with any condition including conditional rebates shall be rejected forthwith. However, tenders with unconditional rebates will be accepted.

iii) The contractors are advised to submit their tenders carefully as any tenderer found to be withdrawing the tender, within validity period, action as per relevant clause of EW-6 / 7 / 8 of tender will be taken against him.

iv) At any stage if the experience certificate / Registration certificate of the contractor are found to be false, his earnest money shall be forfeited.

v) The tenderer must obtain himself at his own expense all the information necessary for the purpose of tendering, inspect the site and acquaint himself with all the local conditions, means of access to work and nature of work etc. No claim shall be entertained on this account.

vi) The contractor shall make his own arrangement for T&P for which nothing extra shall be paid by the department.

vii) The contractor shall not sublet the work or part thereof. However, services of specialized agencies for specific work can be obtained.

2. A qualified engineer shall supervise the work as conditions of the contract 3. WORKS TO BE DONE BY THE CONTRACTOR

Unless and otherwise mentioned in the tender documents, the following works shall be done by the contractor and therefore their cost shall be deemed to be included in their tendered cost.

(i) Cutting and making good all damages caused during installation and restoring the same to their original finish. (ii) Sealing of all floor openings provided by him for pipes and cables, from the fire safety point of view after lying of

the same. (iii) Painting at site of all exposed metal surface of the installation other than pre-painted items like fittings, fans,

switch gear/distribution gear items, cubicle switch board etc., damages to finished surface of these items while handling and erection, shall however be rectified to the satisfaction of the Engineer-in-charge.

(iv) Nothing extra shall be paid to the contractor on account of cartage or handling charges etc. 4. STORAGE AND CUSTODY OF MATERIALS

Suitable and locking storage accommodation shall be arranged by the contractor for proper storage and safe custody and shall be his responsibility till the final taking over the installations by the Department.

5. ELECTRIC POWER SUPPLY AND WATER SUPPLY Unless and otherwise specified power supply and water supply as may be required shall be arranged by the contractor for installation and testing of the equipment at the site of work.

6. TOOLS FOR HANDLING AND ERECTION. All tools and tackles required for handing of equipment and materials at sited of work as well as for their assemble and erection and also necessary test instruments shall be the responsibility of the contractor. 7. CARE OF BUILDINGS Care shall be taken by the contractor to avoid damage to the building during execution of his part of the work. He shall be responsible for repairing of all damages and restoring the same also remove at his cost all unwanted and waste materials arising out of his work from the site. 8. STRUCTURAL ALTERATIONS TO BUILDINGS (i) No structural member in the building shall be damages/altered without prior approval from the competent

authority through the Engineer-in-charge.

Page 14: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

14

(ii) Structural provisions like openings, cut outs and if any, provided by the department for the work, shall be used. Where these require modifications or where fresh provisions are require being made such contingent the contractor at his cost shall carry out works.

(iii) All such openings in floors provided by the Department shall be closed by the contractor after installing the cables/conduits/rising mains etc. as the case may be, by any suitable means as approved by the Engineer-in-charge without any extra payment.

(iv) All chases required in connection with the electrical works shall be provided and filled by the contractor at his own cost to the original architectural finish of the buildings.

(v) Any damage done to the building / equipment / installation(s) during execution of work shall have to be made good by the firm without any cost. If the damages are not done good in a reasonable time determined by the Engineer-in –charge, the same shall be done at his risk & cost departmentally after serving notice to him

9. WORK IN OCCUPIED BUILDINGS (i) When work is executed in occupied buildings, there should be minimum of inconvenience to the occupying. The

work shall be programmed in consultation with the Engineer-in-charge and the occupants department. If so required, the work may have to be done even before and after office hours.

(ii) The contractor shall be responsible to abide by the regulation or restrictions set in regard to entry into and movement within the premises.

(iii) The contractor shall not tamper with any of the existing installation including their switching operations or connections there without specific approval from the Engineer-in-charge.

10. For the conduit already laid recovery shall be effected on the basis of DSR-2018 rates +/- abatement of this tender.

11. Guarantee & Defects Liability Period The guarantee shall be valid for a period of 12 months after provisional take over. The contractor shall guarantee that all equipments shall be free from any defect due to the defective materials and bad workmanship and that the equipment shall work satisfactorily and that the performance and efficiencies of the equipments shall be not less than the guaranteed values. Any parts found defective during the guarantee period shall be replaced by the contractor without any charge whatsoever. The services of the contractor’s personnel, if requisition during this period for such work, shall be made available free of any cost to the dept. The contractor shall depute his representative to the site within 48 hours of notification of defects by the department. 12. No additional condition what so ever will be accepted for turnover tax / sales tax on work contract. In case of

additional condition for payment of such claims by the contractor the tender may be liable to be rejected by the accepting authority.

13. The department will not issue any forms for Concessional excise, custom duty, octroi, works contract tax etc. 14. INCREASE/DECREASE OF TENDERED QUANTITY

A) BSNL will have the right to increase or decrease up to 25% of the contract value depending upon the requirement of goods and services specified in the schedule of items without any change in the unit price or other terms and conditions at the time of award of contract.

B) In exceptional situation where the requirement is of an emergent nature and it is necessary to ensure continued supplies from the existing venders, the purchaser reserves the right to place repeat order up to 50% of the quantities of goods and services contained in the running tender /contract within a period of twelve months from the date of award of work at the same rate or a rate negotiated (downward) with the existing venders considering the reasonability of rates based on prevailing market conditions and the impact of reduction in duties and taxes etc.

15. Escalation / Clause 10CC: The rates during the entire period of the contract shall remain firm and final. No claim under clause 10CC shall be entertained.

16. Extension of Validity : In case, if the letter of award of work cannot be placed within the validity period of the tender, the BSNL can request all tenderer’s to extend the validity of their respective tenders and the EMD deposit by a reasonable period. In such cases, extension of validity of EMD by 30 days beyond the extended validity date of tender should also be extended.

17. Performance Guarantee : The contractor is required to furnish performance guarantee for an amount equal to 3% of the contract value in form of CDR / FDR / DD / bank guarantee (of a Nationalised / Scheduled Bank in a standard format) within two weeks from the date of issue of award letter. The validity period of the performance security in form of performance guarantee shall be one year from the date of actual completion of work.

Page 15: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

15

18. Security Deposit: In addition to performance guarantee stated above, a sum @ 10% of the gross amount of the bill shall be deducted from each running bill of the contractor till the sum along with the sum already deposited as performance guarantee, will amount to security deposit of 7% of the tendered value of the work. Validity period of the security deposit deducted from this bill shall be one year from the date of actual completion of work.

19. Completion of Work: At the time issuing NIT for a particular, the time allowed for completion of work consistent with magnitude and urgency of work is specified. The time allowed for carrying out the work as entered in the contract is reckoned from the 10th day after the date on which the orders to commence the work are given to the contractor. To ensure good progress of the work during the execution, the contractor is bound, in all cases, in which the time allowed for any work exceeds one month (except special jobs), to complete 1/8th of the work before 1/8th of the time allowed under the contract has elapsed. However, for special jobs, if a time schedule has been submitted by the contractor and the same has been accepted by the Engineer-in-charge, the contractor shall comply with such time schedule.

20. Compensation For Delay : If the contractor fails to maintain the required progress or complete the work and clear the site on or before the contract or extended date of completion, he has to pay the compensation for delay which is limited to 0.5% per week of the work order value for the first 10 weeks and 0.7% per week for the next 10 weeks and thereafter subject to a maximum of 12% of the order value for the location where the work is delayed and the firm is found responsible for the same. Flow chart of the procurement process / contract shall be supplied by the contractor and approved by Executive Engineer concerned..

21. Firm shall confirm to carry out the work as per NIT conditions. 22. Testing At Site:

All Tests shall be performed in presence of the Engineer-in-charge. All materials and equipment found defective shall be replaced and whole work tested to meet the

requirements of the specifications. Contractor shall provide all labour, equipment and materials for the performance of the tests and shall

not be paid any extra on that account. 23. Quoting of rates: Rates should be quoted with all cess and levies but exclusive of GST. 24. Terms of Payment: The following terms of payment shall be adopted -

a) 90% of the price shall be paid on supply and installation at site. For claiming this payment the following documents are to be supplied to the paying authority:-

i) Invoice favouring BSNL shall be supplied by the supplier mentioning his own GST No. and BSNL GST No. along with HSN/ SAC code as per GST law..

ii) Consignee receipt. b) The balance 10 % payment shall be released after satisfactory commissioning and handing over of complete

installation In cases where shortages / damages are intimated in writing, the balance payment shall only be released after the cases are settled in accordance with the provision of the P.O. Further No advance payment will be made. Stipulation like levy of interest if payment is not made in a specified time is not acceptable to the department.

25. Date Of Completion: Time for completion stipulated is the time when the physical installation is completed and all testing is done by the Department. However the contract shall remain valid till actual date of commissioning.

26. Co-Ordinate At Site: At the site of work more than one agency may be working. Full co-operation shall be extended to other agencies during progress of work. 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 creation as well as normal routine work.

27. IMPORTANT CONDITION: Near Relatives Of BSNL Employees Not Permitted To Tender

“The company or firm or any other person is not permitted to tender for works in BSNL Unit in which his near relative(s) (is) are posted. The unit is defined as SSA / Circle / Chief Engineer / Chief Arch. / Corporate office for non-executive employees and all SSA in a circle including circle office / Chief Eng. / Chief Arch. / Corporate office for executive employees (including those called as Gazetted officers at present)” Therefore, it has been decided by the competent authority that a clause must be added in the tender and other related documents that the tenderer should give a certificate that none of his / her such near relative is working in the units as defined above where he is going to apply for tender work in case of proprietorship form certificate will be given by the proprietor, for partnership firm certificate will be given by all the partners and in case of limited company by all the Directors of the company. Any breach of these conditions by the

Page 16: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

16

company or firm or any other person, the tender / work will be cancelled and earnest money / security deposit will be forfeited at any state whenever it is so noticed. The department will not pay any damages to the company or firm or the concerned person. The company or firm or the person will also be debarred for further participation in the concerned unit.

28. The firm shall sign the agreement on non judicial paper on the Performa as given below.

PROFORMA FOR AGREEMENT ( ON NON- JUDICIAL STAMP PAPER OF APPROPRIATE VALUE )

CONTRACT AGREEMENT FOR THE WORK OF ------------------------------ DATED ----------------------- Between M/S ------------------------------- (refer note) in the town of ------------------------------------ herein after called the contractor (which term shall unless excluded by or repugnant to be subject or context include its successors and permitted assigns) of the one part and the Bharat Sanchar Nigam Limited herein after called the BSNL (which term shall unless excluded by or repugnant to the subject or context include its successes and assigns) of the other part. WHEREAS a. The BSNL is desirous that the construction of --------------------------------- at----------

Should be executed as mentioned , enumerated or referred to in the tender including press Notice Inviting Tender , General conditions of the contract , Special conditions of the contract , Specifications , Drawing , Plans , Time schedule of completion of jobs , schedule of quantities and rates , agreed variations , other documents , has called for tenders.

b. The contractor has inspected the site and surroundings of the work specified in the tender Documents and has specified himself by carefully examinations before submitting his tender as to the nature of the surface , strata , soil , sub soil and grounds , the form and nature of the site and local conditions the quantities , nature and magnitude of the work , the availability of the labour and materials necessary for the execution of work , the means of access of site , the supply of power and water thereto and the accommodation he may require and has made local and independent enquiries and obtained complete information as to the matters and things referred to or implied in the tender , documents or having any connection therewith and has considered the nature and extent of all the probable and possible situations , delays , hindrances or interferences to or with the execution and completion of the work to be carried out under the contract , and has examined and considered all other matters , conditions and things and probable and possible contingencies , and generally all matters incidental thereto and ancillary thereof affecting the execution and completion of the work and which might have influenced him in making his tender.

c. The tender documents including the BSNL ,s press notice Inviting Tender , General conditions of Contract , special conditions of contract, Schedule of quantities and Rates , General obligations , Specifications , Drawings , Plans , Time schedule for completion of work. Letter of acceptance of tender and any statement of agreed variations with its enclosures copies which are hereto annexed form part of this contract through separately set out herein and are included in the expression contract wherever herein used.

AND WHEREAS The BSNL accepted the tender of M/S -------------------- ( refer note at page -------------------------------- ) ( contractor ) for the construction --------------------- at -------------------- and conveyed vide letter no --------- Dated --------------- at the rates stated in the schedule of quantities for the work and accepted by the BSNL ( herein after called the schedule of rates ) upon the terms and subject to the conditions of the contract. NOW THIS AGREEMENT WITNESSTH & IT IS HERE BY AGREED AND DECLARED AS FOLLOW 1.In consideration of the payment to be made to the contract for the work to be executed by him , the contractor hereby convenient with the BSNL that the contractor shall and will duly provide , execute , complete and maintain the said work and shall do and perform all other acts and things in the contract mentioned or described or which are to implied and there from or may be reasonably necessary for the completion of the said works and at the said times and in the manner and subject to the terms and conditions or stipulations mentioned. In the contract and 2. In consideration of the due provisions execution , completion and maintenance of the said work , the BSNL does hereby agree with the contractor that the BSNL will pay to contractor the respective amounts for the work actually done by him and approved by the BSNL at the schedule or rates and such other sum payable to the contractor under provision of the contract , such payment to be made at such time in such manner as prescribed for in the contract.

Page 17: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

17

It is specifically and distinctly understood and agreed between the BSNL and the contractor that the contractor shall have no right , title or interest in the site made available by the BSNL for execution of the works or in the building , structures or works executed on the said site by the contractor or in the goods , articles , materials etc. brought on the said site ( unless the same specifically belongs to the contractor ) and the contractor shall not have or deemed to have any lien whatsoever charge for unpaid bills will not be entitled to assume or retain possession or control of the site or structures and the BSNL shall have an absolute and unfettered right to take full possession of site and to remove the contractor , their servants , agents and materials belonging to the contractor and lying on the site. In witness where of the parties hereto have here-into set their respective hands and seals in the day and the year first above written. Signed and delivered for and on behalf of BSNL Signature and delivered for and on behalf of the Contractor (BHARAT SANCHAR NIGAM LIMITED) (CONTRACTOR) OFFICIAL ADDRESS Date Date Place Place IN PRESENCE OF TWO WITNESSES SIGNATURE SIGNATURE NAME NAME SIGNATURE SIGNATURE NAME NAME

Page 18: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

18

SCHEDULE OF WORK Name of Work:-Installation of 30 KVA UPS in GM office Karnal,Replacement of cable joints of HT Cable in Sector-6 Ex Karnal & Misc electrical works under ESD Karnal.(CH:R/M)

S.

No. Description of Item Quantity Rate Amount

1 Unloading of 60 Nos 100AH ,12 Volt maintenace free batteries, MS battery stands & 30 KVA UPS from department Vehicle in GM Office Sector-8 Karnal & shifting the same to zero No Room complete as required. 1 Job

2 Positioning the existing 30 KVA UPS, 2 Nos battery stands in zero No Room ,Sector-8 GM office Karnal as per direction of Engineer in Charge,Lifting the 60 Nos 100AH batteries from floor to battery stand,Making series connections of 12 volt,60 Nos batteries to provide 720 Volt DC input to UPS ,replacement of faulty thimbles ,cable leads ,nut bolts etc ,making output connections of 30 KVA UPS ,earthig the UPS,Cleaning the UPS with blower,testing & commissioning etc complete as required. 1 Job

3 S/Fixing 63 Amps TPN MCB in 4 way CRCA Sheet steel enclosure suitable for operation on 415 Volt,50 HZ AC supply i/c connections,testing & commissioning etc complete as required. 2 Nos

4 Supplying and making indoor cable end termination with heat shrinkable jointing kit complete with all accessories including lugs suitable for 95 sqmm size of 3 core, XLPE aluminium conductor cable of 11 KV grade as required. 2 Nos

5 Wiring for circuit/ submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor, single core cable in surface/ recessed medium class PVC conduit as required.

i) 2 X 4 sq. mm + 1 X 4 sq. mm earth wire 15 mtr 6

Supplying and drawing2 x 4 sq. mm size of FRLS PVC insulated copper conductor, single core cable in the existing surface/recessed steel/ PVC conduit as required. 15 mtr

7 S/Replacement of 63 Amps Metal busbar chamber suitable for operation on 415 Volt,50 HZ AC supply i/c connections,testing & commissioning etc. Complete as required. 1 No

8 Repairing of 45 Watt crompton Make LED compound lights by replacing the faulty drivers including connections,testing & commissioning etc complete as required. 2 Nos

9 S/Replacement of 48" ceiling Fans suitable for operation on 230 Volt,50 HZ AC supply i/c connections,testing & commissioning etc complete as required.(Make Orient /Havells /Crompton) 2 Nos

Total Note :- i) The rates shall be quoted exclusive of GST. ii) Contractor must quote the rate in words and also write total amount in words .

Sub Divisional Engineer(E) BSNl Electrical Sub Division Karnal

Page 19: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

19

TERMS AND CONDITIONS/ SPECIFICATIONS

1. The work shall be carried out as per current specifications. 2. Material should be got approved from the Engineer-in-charge before erection. 3. Work shall be carried out as per specifications and latest I.E. Rules. 4. The material used shall be ISI marked / BSNL approved. 5. Any damage done to the Building by the contractor during the execution of work shall have to be made good at

his own risk & cost. If he does not do it within a reasonable time determined by the Engineer-in-charge then the same will be got done at his cost by the department after giving notice to him.

6. Electricity and water will be supplied by the department. 7. Dismantled material will be property of the contractor / department. 8. Work will be supervised by qualified supervisor. 9. The departmental material will be issued from the departmental store. The contractor will make his own

arrangement for loading and unloading, cartage etc. 10. The firm shall quote the rate of each item on lump sum basis including all taxes, levies, octroi and works contract

tax. No octroi exemption and sales tax certificate should be given by the department. 11. TERMINATION OF CONTRACT ON DEATH OF CONTRACTOR: Without prejudice of any of the rights or remedies

under this contract, if the contractor dies, the Engineer-in-charge on behalf of the BSNL shall have option of terminating the contract without compensation to the contractor.

12. INDULGING CONTRACTOR IN CRIMINAL/ ANTISOCIAL ACTIVITIES AND CASES UNDER INVESTIGATION / CHARGE

SHEETED BY CBI OR ANY OTHER GOVERNMENT AGENCIES ETC. : If the CBI/ Independent External Monitor (IEM)/ Income Tax/ Central Excise/ Custom Departments recommends such a course- Action will be taken as per the directions of CBI or concerned department.

Page 20: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

20

LIST OF APPROVED MAKES- BSNL ELECTRICAL WING

S. No. Item Makes 1 Engine

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

2 Alternator(Brushless)

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

3 Battery (Lead Acid /Mntc. Free) Amara Raja / AMCO / Farukawa / Hitachi/ Exide/ Prestolite / Standard 4 HV Switchgear (Vacuum Circuit

Breaker/SF6 ) Biecco Lawrie / Crompton / Kirloskar / MEI / Jyoti Ltd

5 Transformer (Oil filled/ Dry type) 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/Automatic Electric

Gear(AEG)/Patson/Rajasthan Transformer and Switchgear 6 Air Circuit Breaker L&T/ Schneider Electric / Siemens 7 MCCB (Ics=Icu) L&T/ Schneider Electric / Siemens 8 SDF units L&T/ Schneider Electric / Siemens/HPL/Havells 9 Power Contactors L&T/ Schneider Electric / Siemens/Lakshmi (LECS) 10 Change Over Switch HPL / Havells / H-H Elcon 11 Intelligent APFC Relay

L&T/EPCOS(Siemens)/ Schneider Electric/ Neptune Ducati/Syntron/ABB

12 Bus Bar Trunking/ Sandwiched Bus Duct

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

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

14 Digital/ KWHr meter

Schneider Electric/ AE/ Digitron / IMP/Meco / Rishabh / Universal/HPL/L&T/ABB

15 Cold shrink HT/LT Cable Joint Denson / 3M(M-Seal )/ Raychem 16 Rubber Matting ISI mark 17 MCB/ isolator/ELCB/RCCB/

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

18 MS/ PVC Conduit ISI mark 19 Cable Tray MEM/Bharti/Ratan/Slotco/Profab 20 HT/LT Cables ISI mark 21 PVC insulated copper conductor

wire ISI mark

22 Centrifugal Pump

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

23 Submersible Pump Crompton/Amrut / BE / Calama /Kirloskar / KSB 24 Motors

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

25 Fresh Air Fans 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

Page 21: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

21

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

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

39 Ionization Detector

Appollo / Cerebrus / Edward/ /Fenwal /Hochiki / Nitton / System Sensor /Wormald

40 Photo Electric Smoke Detector Appollo / Cerebrus / Edward / Fenwal/Hochiki / Nitton / Wormald 41 Fire Panel (Microprocessor

based)

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

42 Sprinkler/ Hose Reel & Hose Pipe ISI mark

43 Fire Extinguisher ISI mark 44 Lift OTIS, Kone, Mitsubishi , Schindler, Johnson NOTE: 1. In case of External / PMC works, the list of approved makes may be modified as per client’s requirement. 2. The accessories such as CT/PT/measuring instrument/relays provided by approved make in respect of Transformer/HT Panel/DG /AC Package Units as supplied by approved manufacturer along with the equipments are also acceptable in addition. 3. Any additional makes may be approved by concerned PCEs/Sr CEs/CEs(Elect) for the work under his jurisdiction as already accorded vide letter no. 3-2-5/EW/VEP-1/2007 dated 05-07-2007.

Page 22: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

22

CORRECTION SLIP-1 Addendum / Modification to EW-8 and EW-6 forms conditions of contract definitions All reference to:- (I).EW/Public Work Department / P&T Department. (ii).D.G Works Additional Chief Engineer EW / Chief Engineer of Zone. (iii).Administrative Head of EW / P&T Department. (iv).EW Circle / Civil Circle. (v).Ministry of Works, Housing & Supply/D.O.T. (vi) Govt. Of India./ President of India. (vii) For and on behalf of President Of India / For and on behalf of Govt. Of India. In various clauses shall be taken to mean:- (i).B. S. N. L. (Elect. Wing. ) (ii).Chief Engineer (Electrical),B.S.N.L. (iii).Administrative Head of B.S.N.L. (iv).B.S.N.L. Electrical Circle (v).B.S.N.L. (Govt. of India Enterprises). (vi) B.S.N.L. (vii) For and on behalf of B.S.N.L.

Page 23: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

23

Correction slip-2 ADDITIONAL CORRECTION SLIP EW-6 & 7/8 (2003)

Sr No. Item No Existing entry/Clause Modified entry/Clause

1

1. 3 EW-6

Criteria of eligibility for issue of tender documents

Deleted. Substituted by the Criteria of eligibility for issue of tender documents given in the Web notice

2 5 EW-6 Receipt of applications for issue of tender forms

will be stopped by 1600 Hrs four days before the

date fixed for opening of tenders. Issue of tender

forms will be stopped three days before the date

fixed for opening of tenders.

Bold portion May be read as Two

days.

3 6 EW-6 The tenderer must produce an Income Tax clearance certificate in the revised form as modified under Ministry of Finance O.M. no – 67/30/69/ITAL dated – 02/07/1879 & as amended from time to time before tender papers can be sold to him

Modified as Documentary proof of satisfying eligibility and Copy of acknowledgement of income Tax Return /Chartered Accountant certificate for last three years to be furnished along with the application on printed letter heads

4 8.1 EW-6 The tender shall be accompanied by earnest

money ( unless exempted) of Rs…………. ( Rs

……………) In cash/ Receipt Treasury challan/

Deposit at call receipt of a scheduled

Bank/Demand draft of a scheduled Bank issued

in favour of……………….. The Fixed Deposit

Receipt shall be accepted only if it is valid for

six months or more after the last date of

receipt of tenders and is pledged in the favour

of…………………………………. 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 found to be in order.

The tender shall be accompanied by

earnest money( unless exempted) of

Rs…………. ( Rs ………………) In

CDR/ FDR / DD/ BG at call receipt of a

scheduled Bank/Demand draft of a

scheduled Bank issued in favour of

……………….. The Fixed Deposit Receipt

shall be accepted only if it is valid for FOUR

months or more after the last date of receipt of

tenders and is pledged in the favour of

…………. 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

Page 24: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

24

shall Bound to be in order.

5 13 of General Rules & Directions. (EW-6&7/8)

The contractor, whose tender is accepted, will be required to furnish by way of security Deposit for the fulfillment of his contract, an amount equal to 10 % of the tendered value of the work subject to a maximum of Rs Five lakhs. The security deposit will be collected by deductions from the running bills of the contractors at the rates mentioned above and the earnest money if deposited in cash at the time of tenders will be treated as part of the security Deposit. The security amount will also be accepted in cash or in the shape of Government securities. Fixed Deposit Receipt and Guarantee Bonds of a scheduled Bank or state Bank of India will also be accepted for this purpose provided confirmatory advice is enclosed.

Bold portion May be read as. Security deposit shall be deducted @ 10%on the Tendered amount including 5% Performance bank guarantee ( as per para 11&12 of Important Terms &Conditions of Contract.

6 15 of General Rules & Directions. (EW-6&7/8)

Sales-Tax, purchase tax, turn over tax or any other tax on material in respect of this contract shall be payable by the contractor and Government will not entertain any claim whatsoever in respect of the same.

Bold portion May be read as Sales-Tax, purchase tax, turn over tax or any other tax on material & service tax

7 Clause-1 Recovery of Security Deposit. (EW 7/8)

The person /persons whose tender(s) may be accepted(hereinafter called the contractor)shall permit Government at the time of making any payment to him for work done under the contract to deduct a sum at the rate of 10% of the gross amount of each running bill till the sum along with the sum already deposited as earnest money, will amount to security deposit of 10% of the tendered value of the work subject to a maximum of Rs. 5,00,000/-.

Bold portion May be read as Security deposit shall be deducted @ 10%on the Tendered amount including 5% Performance bank guarantee ( as per para 11&12 of Important Terms &Conditions of Contract. .

8 Clause-2 Compensation for Delay. (EW 7/8)

This will also apply to items or group of items for which a separate period of completion has been specified. i)Completion period(as : 1% per day originally stipulated) not exceeding 3 months. ii)Completion period(as originally stipulated) : 1% per week exceeding 3 months Provided always that the total amount of compensation for delay to be paid under this condition shall not exceed 10% of the Tendered Value of the item or group of items of work for which a separate period of completion is originally given.

Bold portion May be read as The compensation payable by the firm on account of delay shall be as under: 0.5% of work order value for the first 10 weeks and 0.7 % for the next 10 weeks and thereafter subject to a maximum of 12% of the work order value. for the location where the work is delayed and the firm is responsible for the same. Flow chart of the procurement process /contract shall be supplied by the contractor and approved by the Executive Engineer concerned.

Page 25: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

25

PROFORMA OF SCHEDULE EW 7/8 (Operative schedules to be supplied to each intending tender) SCHEDULE ‘A’ Schedule of quantities Attached SCHEDULE ‘B Schedule of materials to be issued to the contractor Nil S.No. Description of item Quantity Rates in figures & Place of issue Words at which the Material will be charged To the contractor 1. 2 3 4 5 SCHEDULE ‘C’ Nil Tools and plants to be hired to the contractor Sr.No. Description Hire charges per day Place of issue 1. 2 3 4 SCHEDULE ‘D’ Extra schedule for specific requirements/documents for the work, if any. Nil SCHEDULE ‘E’ Schedule of components of Materials, Labour etc. for escalation . Nil CLAUSE 10 CC Not applicable Component of materials “X”…………………% Expressed as per cent of total value of work Component of labour “Y”………………….% Expressed as per cent of total value of work Component of P.O.L. “Z” ………………….% Expressed as per cent of total value of work

Page 26: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

26

PROFORMA OF SCHEDULE EW 7/8 SCHEDULE ‘F’ Reference to General Conditions of contract: General Conditions of Contract for BSNL Works with upto-date amendments. Name of work: Installation of 30 KVA UPS in GM office Karnal, Replacement of cable

joints of HT Cable in Sector-6 Ex Karnal & Misc electrical works under ESD Karnal.(CH:R/M)

Estimated cost of work: Rs. 45,307/-

Earnest money: There is no provision of Earnest money deposit only Form –B i.e. undertaking for Earnest Money deposit declaration is to be submitted by contractor.

Security Deposit and performance Guarantee

Performance Guarantee: (3% of the tendered value in the form of Bank Guarantee from Scheduled Bank in respect of works with estimated cost put to tender exceeding Rs. 6Lakhs)

₹___________(₹__________________________________________)

Security Deposit: (10% of the tendered value for works with estimated cost put to tender upto Rs.6 Lakhs) (7% of the tendered value in the form of Bank Guarantee from Scheduled Bank in respect of works with estimated cost put to tender exceeding Rs. 6Lakhs)

₹___________(₹____________ _____________________________)

GENERAL RULES : Officer inviting tender:- SDE(E) ESD KARNAL & DIRECTIONS Maximum percentage for quantity As per clause 4 of of items of work to be executed Important note of beyond which rates are to be contractor. determined in accordance with Clauses 12.2 & 12.3 Definitions 2(v) Engineer-in-Charge SDE(E) ESD KARNAL 2(viii) Accepting Authority SDE(E) ESD KARNAL 2(x) Percentage on cost of materials and labour to cover all 10% Overheads and profits 2(xi) Standard Schedule of Rules DSR -2018 2(xii) Department BSNL 9(ii) Standard EW contract Form EW form 7/8 as modified & corrected upto 2005 Clause 2 Authority for fixing Compensation under Clause 2 SUPERINTENDING ENGINEER (E) Clause 5

Time allowed for execution 15 days Of work. Authority to give fair and

Page 27: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

27

reasonable extension of SUPERINTENDING ENGINEER (E) PROFORMA OF SCHEDULE EW 7/8 Clause 11 Specification to be followed AS PER PAGE NOS ……………. For execution of work Clause 12 12.1.2 (iii) Schedule of rates for determining rates for additional, altered or DSR -2018 substituted items that cannot be determined under 12.1.2 (i)&(ii) 12.1.2 (iii) Plus/minus the % over the rates entered in the schedule of rates DSR -2018 12.1.2(vi) A Deviation Limit beyond which As per clause 9 of special sub-clauses (i) to (v) shall not conditions of contract. apply and clauses 12.2 & 12.3 shall apply 12.1.2(vi)B(a) Limit for value of any item of any As per clause 4 of important individual trade beyond which note to contractor sub-clauses (i) to (v) shall not apply and clauses 12.2 & 12.3 shall apply Clause 16 Competent Authority for Deciding reduced rates SE (E ) Clause 36(i) Maximum qualifications & experience Required for Principal Technical Representative.

a) For works with estimated cost put To tender more than (i) Rs. 10 lakhs for civil work Graduate or retired AE possessing (ii) Rs.5 lakhs for Elec/Mech at least recognized diploma works b) For works with estimated cost put to tender (i) More than Rs.5 lakhs but less than Rs.10 lakhs for Civil Works Recognized Diploma holder (ii) More than Rs.1 lakh but less Than Rs.5 lakh but less than Rs.5 lakh for Elect/Mech works c) Discipline to which the Principal Elec./Mech technical representative should belong d) Minimum experience of works _________ years e) Recovery to be effected from the Rs.4,000/- p.m. for Graduate Contractor in the event of not Rs.2,000/- for diploma holder

Fulfilling provision of clause 36(i) Clause 42 i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi. Schedule of Rates______printed by C.P.W.D. ii) Variations permissible on theoretical quantities.

Page 28: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

28

a) Cement for works with estimated 3% plus / minus. - N.A. - Cost put to tender not more than Rs.. 5 lakhs.for works with estimated 2% plus / minus. - N.A. - Cost put to tender not more than Rs. 5 lakhs. b) Bitumen all works. 2.5% plus only & Nil on minus side. - N.A. - c) Steel Reinforcement and structural steel 2% plus / minus. - N.A. -

Sections for each diameter, section and category.

d) All other materials. Nil. ________________________________________________________________________

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl. Description of Item Rates in figures and words at which No. recovery shall be made from the Contractor -------------------------------------------------------------------

Excess beyond Less use beyond Permissible the permissible Variation variation

--------------------------------------------------------------------------------------------------------------------- 1. Cement 2. Steel reinforcement 3. Structural Sections - NIL - 4. Bitumen issued free 5. Bitumen issued at stipulated Fixed price.

Page 29: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

29

GST & Input Tax Credit

1. INPUT TAX CREDIT: In order to avail input Tax credit as per GST law, BSNL, who is an output service provider, is entitled for input tax credit. In order to avail the ITC , the contractor/firm has to furnish an invoice* favouring BSNL indicating the GSTIN No of the firm and BSNL along with SAC code Invoice*- indicating the quantum of goods & Service tax .(as per GST Law).

2. QUOTING OF RATES: The rates quoted shall be inclusive of all levies and taxes, packing, forwarding, freight

and insurance as mentioned but exclusive of GST.

3. Evaluation of bids: The evaluation and comparison of responsive bids shall be done on the basis of Net cost to BSNL on the prices of the goods offered along with all applicable Taxes, packing Forwarding Freight & Insurance charges etc. exclusive of GST .

4. Duties, taxes & Cesses for which the firm has to furnish GST Challans / Tax Invoices will be indicated separately in the PO / APO.

5. Contractor should furnish the correct HSN / SAC classification /Customs tariff Head in the invoice. If the credit for the Duties, Taxes and Cesses under provision/ rules under GST law is found to be not admissible at any stage subsequently owing to wrong furnishing of Tariff Head, then the contractor will be liable to refund such non-admissible amount, if already paid, along with penalty and interest if charged by the concerned authority.

6. In case the Duties ,Taxes and Cesses which are not eligible for input tax credit as per the quotes indicated in the price schedule by the suppliers/contractor and subsequently at any stage it is found that Credit for such Duties ,Taxes and Cesses is admissible as per provision of GST law, then the suppliers/ contractor will be liable to refund the amount equivalent of such Duties ,Taxes and Cesses if already paid to them provided the credit can be claimed within the time prescribed under the applicable legislation and BSNL has all documents to claim such credit. The refund is also subject to the bidder performing necessary act for enabling BSNL to claim the credit viz. upload the information on GSTN. However, the purchaser may allow the supplier to submit necessary documents in this regard which may enable the purchaser to avail the input tax credit provided such credit is still available for the amount so paid as per provision of GST law.

7. BSNL reserves the right to ask the bidders to submit documentary proof confirming the correct HSN or SAC classification/ Customs Tariff Head from the CGST/SGST/IGST officer or Customs authority where the HSN or SAC classification/ Customs Tariff Head furnished against the particular tendered item by different bidders, differs from each other or the same is found apparently not furnished in accordance with GST Act/Customs Tariff notifications.

8. If the contractor fails to furnish necessary supporting documents i.e. Tax invoices / Customs invoices etc. in

respect of the Duties, Taxes and Cesses which are eligible for input tax credit, the amount pertaining to such Duties, Taxes and Cesses will be deducted from the payment due to the firm.

9. If the contractor fails to perform necessary compliances which would any manner restrict BSNL to claim input

tax credit, then the amount pertaining to such Duties, Taxes and Cesses will be deducted from the payment due to the contractor.

10. If the contractor does not disclose the correct details on the invoice or on the GSTN viz. GSTIN, Place of Supply, etc. which restricts BSNL to claim input tax credit, then the amount pertaining to such Duties, Taxes and Cesses will be deducted from the payment due to the supplier.

11. Tax Indemnity Clause: BSNL has the right to recover Input Tax Credit loss suffered by it due to any mis-

Page 30: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

30

declaration on invoice by the supplier. 12. All Levies, duties etc excluding Goods and services Tax in respect of this contract are payable by the vendor &

BSNL will not entertain any claim in respect of the same. 13. For payment, Invoice shall be supplied by the contractor /firm mentioning his GSTIN number and BSNL’s

GSTIN No. Along with all details and SAC (as per GST law). 14. Timely uploading of correct and necessary information on GSTN portal is mandatory as prescribed in GST

compliances. Note: If the supplier fails to furnish necessary supporting documents i.e. GST invoice / Customs invoices etc. and also fails to upload the information on GSTN in respect of the Duties/taxes for which input tax credit is available, the amount pertaining to such Duties/Taxes will be deducted from the payment due to the supplier

15. All taxes, levies, duties, insurance, octroi and transportation etc. in respect of this contract are payable by the vendor and BSNL will not entertain any claim in respect of the same.

16. No concessional form shall be issued. 17. 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 Division shall issue certificates for such deductions to the firm.

BSNL GSTIN DETAIL

Description

1 State Haryana

2 TAN No. RTKC01539G

3 PAN No. AABCB5576G

4 Type of Customer Public Sector Undertaking

5 Address Office of CGMT, 107, The Mall, Ambala Cantt.

6 GSTIN No 06AABCB5576G9ZH

7 List of Goods & Services Provided by Vendor Telecommunication Services

8 HSN code for Goods/SAC for service

HSN CODE 85176230, 85235210

9 SAC CODES 00440398, 00440229, 00440406

10 GST compliance Rating

11 Whether Supply is exempt/ non taxable No

12 Whether Reverse charge scheme applicable (Y/N) N

13 Whether Compounding Scheme Applicable (Y/N) N

14 TDS Applicability (Y/N) N

15 Email Address of Vendor [email protected]

16 Contact No 9466600110

Page 31: ^E> , Z d ^ E , Z E/' D >/D/d ~ ' } À v u v } ( / v ] v

31

Government of India

And Government of Haryana Form GST REG-25 Certificate of Provisional Registration

1. GSTIN 06AABCB5576G9ZH 2. PAN AABCB5576G 3. Legal Name BHARAT SANCHAR NIGAM LIMITED 4. Trade Name BHARAT SANCHAR NIGAM LIMITED 5. Registration details under existing Law Act Registration Number (a) Corporate identity Number /Foreign Company Registration

Number 55-107739

(b) Service Tax registration Number AABCB5576GSD764 (c) Central Excise Registration Number AABCB5576GXD055 (d) TIN under value added tax 06201044050 (e) Service Tax registration Number AABCB5576GST182 (f) Service Tax registration Number AABCB5576GST469 (g) Service Tax registration Number AABCB5576GST477 (h) Service Tax registration Number AABCB5576GST096 (i) Service Tax registration Number AABCB5576GST303 (j) Service Tax registration Number AABCB5576GST332 (k) Service Tax registration Number AABCB5576GST562 (l) Service Tax registration Number AABCB5576GST726 (m) Service Tax registration Number AABCB5576GST022 (n) TIN under value added tax 06421044608 (o) TIN under value added tax 06851217177 (p) TIN under value added tax 06141926298 (q) TIN under value added tax 06911533946 (r) TIN under value added tax 06562009390 (s) TIN under value added tax 06988831289 (t) TIN under value added tax 06142705499 (u) TIN under value added tax 06612813726 (v) TIN under value added tax 06813011311 (w) TIN under value added tax 06982505993 Date 27/06/2017 This is a Certificate of Provisional Registration issued under the provisions of the Act.