Jewar Airport Cable Laying Tender
Jewar Airport Cable Laying Tender
TENDER DOCUMENT
FOR
Description/ Specification of the item Laying 4.5 Km OF Cable for IT Shelter East and
West Building at Jewar Airport in Noida BA
Estimated Cost of Tenderincluding Rs. 955446/- (Rs. Nine Lac Fifty Five thousand
GST. Four hundred Forty Six only)
Bid Security Rs. 19200/- (Rs. Nineteen Thousand Two Hundred
only)
Duration of contract One yearfrom the date of signing of agreement
Material Security Deposit Rs. 200000/- (Rs. Two Lacs Only)
Performance Security Deposit 10 % of approved tender value
Time & last date of Submission of Bid Up to 14.30 Hrs. on 01.04.2024
Time of Bid Opening At 15.00 Hrs. on 02.04.2024
Place of opening of Tender at AGM (MM) , 4th floor, Shashtri Nagar Telephone
Exchange TE Building ,
MEERUT – 250004.
1. Scope and Jurisdiction of Work: The scope and particulars of work put to tender are given in
the Table below-
Sr. No. Name of the Approx. Route Estimated cost of works (in Rs )
Area Length in Kms with GST
1. Jewar Airport in 4.5 km 955446/-
Noida BA
Note 1: The quantities stipulated in the tender are estimated and the BSNL reserves the right to vary
the value of works to the extent of -25% to + 25% of contract value during contract period at the
same rates and terms & conditions with prior approval of the tender approving authority. However,
in exceptional circumstances only, due to change in scope of work or otherwise, any variation in
the value of work may be permitted upto 50% of contract value with prior approval of the tender
approving authority.
Note 2: The guidelines / instructions / laws issued vide D.O. no 21(1) -2011-M.A..April 25th, 2012
from Ministry of Micro, Small & Medium Enterprise (MSME) with respect to provisions for Micro &
Small Enterprises (MSEs) and its amendments/related orders issued from Govt of India shall be
followed.
Page | 3 Seal & Sign of the Bidder
Note 3: The PMI-MII 2017 orders along with all its amendments and revisions as per DPIIT
&DOT,Govt of India Guidelines with latest amendments, if any, shall be applicable for this tender.
The guidelines issued vide OM No. F.1/4/2021-PPD dated 18.05.2023 from Ministry of Finance,
Department of Expenditure, Public Procurement Division reg. concurrent application of Public
Procurement Policy for MSE Order, 2012 and Public Procurement (Preference to Make in India)
Order,2017 shall be followed.
Note 4: Department of Expenditure Public procurement Division order No. F.No. 6/18/2019-PPD
dated 23.07.2020 with latest amendments, if any, shall be applicable for this tender.
Any bidder from a country which shares a land border with India will be eligible to bid in this teder
only if the bidder is registered with the Competent Authority.
A certificate, as detailed below, in this regard is to be submitted:
“I have read the clause regarding restrictions on procurement from a bidder of a country
which shares a land border with India; I certify that this bidder is not from such a country or,
if from such a country, has been registered with the Competent Authority. I hereby certify
that this bidder fulfills all requirements in this regard and is eligible to be considered. [Where
applicable, evidence of valid registration by the competent authority shall be attached.]”
Note 5: Bidders who have been rescinded /debarred by Tendering authority/Higher BSNL Unit as
the case may be including for reasons for failing to sign necessary agreement with the concerned
Tendering authority in stipulated time on earlier occasions, will not be eligible to participate in the
tender for the same work.
2. Deleted
3. Availability of Tender Document on the e-tender portal for bid submission: The tender
document shall be available for downloading BSNL Website from www.upw.bsnl.co.in and
http://tender.bsnl.co.in from 11.03.2024 onwards. The same tender document is uploaded on
BSNL website shall be made available on e-tender portal (https://eprocure.gov.in/eprocure/app)
from 11.03.2024 from 17.00 Hrs. onwards for start on online bid submission.
3.1 In this case the tender is invited through e-tendering process hence physical copy of the
tender document would not be available for sale.
3.2 The Tender document shall not be available for download from e-tender portal on its
submission / closing date.
4. Eligibility Criteria: For participating in the tender, the tenderer should meet the following
eligibility criteria:
4.1.3 The Bidder must have a valid PAN & valid registration under GST Act, EPF and ESI (If
applicable) in India. In case of multiple GST numbers, all the numbers to be provided as an
Annexure. Along with GST registration certificate (REG-06) bidder has to provide self-
attested copy of latest GSTR-3B.
4.1.4 The tenderer whose near relative(s) is/are employed in BSNL, is not eligible to participate in
the tender, as per limitations mentioned in Clause No 34 of Section 4 (Part-A).
4.1.5 The service provider should have the necessary licenses and permits to operate within UP
WEST&NCR .
Note 6:The experience of having successful completion of Optical Fiber (OF) cable construction
works is to be reckoned in terms of payment received for such works during the above said
periods.
4.3FinancialQualification:
Solvency certificate from the banker of the tenderer: For works costing up to Rs. 20 lakhs-solvency
certificate should be of Rs. 5 lakhs; for works costing more than 20 lakhs– solvency certificate
should be of Rs. 10 lakhs. The solvency certificate shall not be older than 3 months from the date
of issue of NIT. Bidders will be required to support claims of their financial qualification through
their audited financial statements duly certified by their CA.
The bidders shall submit necessary documentary proof showing that they meet the
eligibility criteria along with their tender bid. Documents to establish Bidders eligibility are
Mandatory Documents for further evaluation of the bid offer. All documents submitted will
also be self-attested by the bidder.
Work Order(s) will be issued or Contract agreement(s) will be signed only upon
successful verification of the eligibility documents submitted in the bid, with the originals of
the eligibility documents, if required, which shall have to be produced by successful bidder.
d) Insurance Surety Bonds from issuing Insurance Company drawn in favour of AGM
(MM), O/o CGMT, BSNL, Meerut payable at MEERUT which should be valid for 195 days
from the tender opening date in the prescribed format.
If the Original DD/Banker‟s cheque/EMBG/Insurance Surety Bondtowards Bid security (if not
paid through e payment) are not received within 5 days of opening of technical bid part, then
the online submitted bids (if already opened on basis of scanned copies uploaded) shall be
rejected.
It is compulsory for bidder to upload the copy of Screenshot/ Transaction details of payment
made against the Bid Security with his/her online bid on e-procurement portal.
Please Note that the online bid shall be rejected at the bid opening stage, if the scanned copies
of proof of online payment of EMD or proof of valid MSE Certificate for claiming exemption of
payment of EMD are not found in the technical bid part.
In case, online transaction of Bid Security made after due date & time, the bid will be out
rightly rejected by BSNL.
5.2 MSE (Micro & Small Enterprise) bidders are exempted from payment of Bid Security.
Micro and Small Enterprise (MSE) bidders are exempted from Bid Security provided they submit
current & valid Udyam registration issued from the Ministry of MSME for the tendered items.
A declaration by MSE bidders that they have updated their Udyam Registration on the
CPP portal, is required to be uploaded by MSE bidder in a Company Letter head with
online bid on E-tender portal for claiming benefits for MSE bidders under the Public
Procurement Policy for MSE as per format given under Section 6-D, such as MSE
purchase preference and preference (non-elimination in e-RA, if H1 etc.) during e-RA
(electronic reverse auction). The bidders who fail to submit Udyam Registration
Certificate shall not be able to avail the benefits (exemption from EMD) available to MSEs
as contained in Public procurement policy for MSEs.
Udyam Registration Certificate should be comply with the Gazette of India Notification dated
01.06.2020 regarding criteria for classification of micro, small and medium enterprises and must
be current & valid to prove that they are either Micro or Small Enterprise on the date of opening
of Technical bid part, if exemption from EMD is claimed.These exemptions are not applicable
for Medium Scale Units.
Please Note that the online bid shall be rejected at the bid opening stage, if the scanned
copies of valid MSE Certificate and Self-declaration as per format given under Section 6-
D for claiming exemption of payment of EMD are not found in the technical bid.
Bidder is not required to submit this Certificate and Self-declaration as per format given
under Section 6-D offline.
Note 12: All documents submitted in the bid offer should be preferably in English. In case the
certificate viz. experience, registration etc. is issued in any other language other than
English, the bidder shall attach an English translation of the same duly attested by the
bidder & the translator to be true copy in addition to the relevant certificate.
Note 13: All computer generated documents should be duly signed/ attested by the bidder/ vendor
organization.
1) Type of tender- :
a) No. of Bid Submission Stages for tender: Single Stage.
b) No. of Envelopes for submission of Bids: Two Nos. (The bidders shall submit Techno-
Commercial & Financial bid simultaneously) (Opening stages)
c) E-reverse auction (In case of tenders invited through e-tendering only): Yes (If necessary)
Note 1: The bids will be evaluated techno-commercially first and thereafter financial bids of
technocommercially compliant bidders only shall be opened.
2) Bid Validity Period/ validity of Bid offer: 150 days from the tender opening date.
3) This tender is invited under two envelopes system, the first envelope will be named as
techno-commercial & will contain documents of bidder‟s satisfying the eligibility / Technical
& commercial conditions and 2nd envelope will be named as financial envelope containing
financial quote. These envelopes shall contain one set of the following documents.
a)Techno-commercial part of the bid shall contain one set of the following documents :-
i) Scanned copy of EMD as mentioned in DNIT (Section-1) or Valid Udyam Registration
Certificate (URC)/UdyamAadhaar Registration (UAM) Certificate and declaration of Udyam
registration Number by MSE bidder on CPPP (Format as per Section-6 (Part-D).
ii) Certificate(s) showing fulfillment of the eligibility criteria(s) stated in Clause 4 of the DNIT
(General, Technical & Financial Qualification).
iii) Power of Attorney & authorization for executing the power of Attorney in accordance with
clause 14.3 of Section -4 Part A.
iv) Firm Registration Certificate/ Certificate of Incorporation / Shop & Establishment Certificate /
GST Registration Copy of Registration Certificate of GST registration (If the prospective
bidder is presently not covered under the provision of registration for GST, he should submit
an affidavit of this effect and should mention in the affidavit that he will get registered under
the provisions of GST within one month of as and when applicable under intimation of this
office and will submit the copy of registration certificate to this office).
v) Proprietorship or Partnership Deed or Articles/Memorandum of Association as the case may
be. In case of proprietorship firms an affidavit of that effect should be submitted along with
the bid.In case of Sole proprietorship firm duly executed Affidavit, stating that tenderer is the
sole proprietor of the firm or any document issued by the taxation authorities stating that
tenderer is the sole proprietor of the firm.
vi) List of all Directors including their name(s), Director Identification Number(s) (DIN) and
address (es) along with contacts telephone numbers of office and residence.
vii) PAN Card/EPF Registration/ESIC Registration.
viii) Undertaking & declaration along with Clause by clause compliance duly filled & signed
(Format as per Section-6 (Part-A)).
ix) No Near Relation Certificate in Performa duly filled & signed from each director of the company
individually (Format as per Section-6 (Part-B)).
x) Bank Mandate & Undertaking regarding receiving payment through EFTS (Format as per
Section-6 (Part-C)
xi) Declaration regarding Genuineness of documents (Format as per Section-6 (Part-E)).
xii) Tenderer‟s Profile duly filled & signed (Format as per Section-8).
xiii) Tender documents digitally signed.
xiv) Tender/ Bid form duly filled & signed (Format as per Section 9 (Part A).
xv) Attested copy of the Labor License or an affidavit that he is exempted from securing labor
license.
xvi) Self-certificate regarding Class-I/Class-II Local supplier as per DOPIIT Order dated
Page | 9 Seal & Sign of the Bidder
04.06.2020.
xvii) Self-certificate as per Note-4 of Clause-1 of DNIT (Section-1)
Note 2: A scanned Self-attested copy of all above mentioned documents shall be mandatorily
uploaded in Technical Envelope otherwise bid will be liable to be rejected.
i) Price Schedule (as per Section 9 Part-B) in duly filled in BoQ.xls (to be uploaded online
only).
Note 3: Bid must be submitted by bidder through E-tendering mode only. Manual (OFFLINE)
submission of bids will not be considered. In case of e-tendering, the following documents are
required to be submitted offlinewithin 5 days of opening of technical bid parts (i.e. offline
submissions) to AGM(MM) o/o CGMT, UP WEST circle BSNL, 4th floor, Shashtrinagar TE
Building, MEERUT-250004.
The purchaser shall not be responsible if the envelop is delivered elsewhere or late.
4) Deleted
5) Payment Terms:
5.1The contractors shall submit the billsafter delivery and/or rendering of the services within 30
days of acceptance testingto the Claim Office O/o CGMT UP WEST Telecom Circle
4thFloorShashtrinagar TE Building, Meerut duly completed for further processing in accordance
with Clause 11 of Section-5 Part-A along with
(i)Copy of Work order/Purchase order issued for specified work.
(ii) Satisfactorily work completion certificate from the consignee or Goods receipt certificate from
the consignee.
(iii) Proof of payment of GST, if applicable.
(iv) Timely uploading of correct and necessary information on GSTN portal is mandatory as
prescribed in GST compliances.
Advance Income-Tax will be deducted as per rule and the remaining amount will be paid to the
contractor.
Note 4: 1) 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.
2) Tax amount will be paid to the supplier only after supplier declares the details of the invoices in
its return in GSTR-1 and GSTR-3 uploaded by the supplier and the same is reflected in GSTR-2A
of BSNL on GSTN portal.
3) TDS/ TCS shall be deducted at the prescribed rate, if any (as the case may be).
4) BSNL can adjust/ forfeit Bank Guarantee obtained from the supplier against any loss of input tax
credit to BSNL on account of supplier's default.
7)Time line for start of services: As per Final Acceptance of Tender (FAT).
9) Bills to be submitted to:The bills shall have to be submitted to AO (Claim) O/o Chief General
Manager, UP WEST Telecom Circle, MEERUT– 250004.
1. Name of work: Optical Fiber Cable construction & laying for development works for
IT Shelter East and West Building at Jewar Airport in Noida BA.
Note-1: “The quantities stipulated in the tender are estimated and the BSNL reserves
the right to vary the value of works to the extent of -25% to + 25% of contract value
during contract period at the same rates and terms & conditions with prior approval of
the tender approving authority.
However, in exceptional circumstances only, due to change in scope of work or
otherwise, any variation in the value of work may be permitted up to 50% of contract
value with prior approval of the tender approving authority”.
3. Scope Of Work:
3.1 The Optical Fiber Cable is to be laid through PLB Pipes buried at a nominal
depth of 165 cms. The steps involved in OF Cable construction are as under:
i) Excavation of trench up to a nominal depth of 165 cms, according to Construction
specifications along National/State Highways/other roads and also in city limits as
mentioned in the notice inviting tender.
a. Laying of PLB pipes/coils coupled by PLB sockets in excavated trenches, on bridges
and culverts, through the PLB pipe ends at every manhole by PLB end caps of suitable
size.
b. Providing of mechanical protection by R.C.C. Pipes/GI pipes and/or
concreting/chambering according to construction specifications, wherever required.
c. Fixing of GI pipes/troughs with clamps at culverts/bridges and/or chambering or
concreting of G.I. Pipes/troughs, wherever necessary.
d. Back filling and dressing of the excavated trenches according to construction
specifications.
e. Opening of manholes (of size 2 meters x 1 meters x 1.65 meters depth). Pulling of
Optical Fibre Cable with proper tools and accessories as per construction specifications.
Sealing of both ends of the manholes by hard rubber bush of suitable size to avoid entry
of rodents into the PLB pipes, putting split PLB pipes over cable in the manhole to
protect the bare cable in the pulling manhole. Back filling and dressing of manholes.
f. Digging of pit of size 2 meter x 2 meter x 1.8 meter (depth) for construction of
jointing chamber at approximately every two kilometers of internal size of 1.5 meter x
Page | 12 Seal & Sign of the Bidder
1.5 meter x 1.2 meter using bricks and mortar or fixing pre-cast jointing chamber of
internal diameter of 1.2 meter and minimum height of 0.3 meter, filling of jointing
chamber with clean sand, placing either pre-cast RCC cover or stone of suitable size on
jointing chamber to protect the joint and back filling of jointing chamber with excavated
soil.
g. Digging of pits 1 meter towards jungle side at every manhole and jointing chamber to
a depth of 60 cms., fixing of route indicator/joint indicator, concreting and back filling of
pits, painting of route indicators with yellow colour and joint indicator by red colour and
sign writing denoting route/joint indicator number, as per construction specifications.
h. Documentation.
4.1 The work which shall be carried out as per Construction Specifications issued by
BSNL contained in this bid document, involves Conventional Trenching and
Reinstatement (CTR); Horizontal Directional Drilling (HDD); Related Allied Works
(RAW). The various works can be summarized as below. The construction specification
given below covers Conventional trenching and reinstatement and allied works. The
specification for horizontal directional drilling is specified.
4.2 Open trenching at 165 cm depth & width of 45 cms at top and 30 cms at bottom.
4.3. Permanently lubricated (PLB pipes) will be supplied by BSNL in coils of varying
lengths from 200 meter onwards. Spools should be de-coiled using jack mechanism
and bends removed by proper forming so that the pipes are straight. This will be part of
contractor‟s works and no extra payment will be paid. In addition to the laying of PLB
pipes, there may be cases where PVC pipes of straight lengths may have also to be
provided.
4.4 Whenever there is any doubt in any of the construction step, BSNL‟s Engineering
Instructions on Under Ground Optical Fiber Cable Laying Works shall be referred.
5. Cost of Work: The estimated cost of work is as mentioned in the table above which
has been worked out based on standard scheduled rates mentioned in this tender
document. The actual value of work may vary based on the actual requirement but
generally being limited to +/-25% of the contract value of the work.
Per
A .Cable blowing per meter (new pipe). 12 4500 54000
Meter
ITEM-3 Splicing/Termination of optical
fiber cable.
3
B. 24F conventional type splicing. Each 4000 6 24000
ITEM-4 Digging of pits, 1m towards
jungle side on each manholes/joint
chamber for fixing of 1250mm RCC
route/joint indicator, fixing and
4 Each 590 30 17700
concreting of RCC route/join indicator.
Painting at sign writing of route/joint
indicators including supply of RCC
route/joint indicators.
Total Tender cost 809700
Note 1: PLB Pipe, G.I. & RCC pipe, and Optical Fiber cable will be supplied by BSNL.
Rates should be inclusive of FOR from store depot in BA to the work site.
Note: - 2 The above Schedule of Rates is for the cable laying works to be carried out as
per the description of various items as specified in the Engineering Instructions and
Construction Specifications for OF cable laying works issued by BSNL.
Note: - 3 Above Standard Schedule of Rates are inclusive of all taxes and levies but
exclusive of GST. GST shall be paid extra as applicable to the GST registered
contractors.
Note: - 4 The list of items mentioned above is not exhaustive and it may be suitably
modified as per requirement of the Circle/Field units with scope of work precisely
defined for each item in the tender document.
1. DEFINITIONS:
(a) “The Purchaser” means the CGMT, BHARAT SANCHAR NIGAM LTD. (BSNL), UP WEST
CIRCLE, MEERUT. The BSNL means Bharat Sanchar Nigam Limited, the company with Chairman
& Managing Director and Board of Directors, with Head Quarter at New Delhi.
All references of :
Department
Chief General Manager
Principal General Manager
Sr. General Manager/ General Manager
Addl. General Manager/ Joint General Manager
Deputy General Manager / Deputy General Manager (Projects)
Divisional Engineer /Divisional Engineer (Projects)
Sub Divisional Engineer
Junior Telecom Officer
Chief Accounts Officer
Accounts Officer
Junior Accounts Officer
Including other officers in the BSNL, whatever designations assigned to them from time to
time, who may be the in-charge of direction, supervision, testing, acceptance and
maintenance including their successor(s) in the office appearing in various clauses shall be
taken to mean the BSNL, an enterprise, under the Ministry of Communications and
Information Technology, Government of India.
(b) “The Bidder” means the individual or firm who participates in this tender and submits its
bid.The words bidder and tenderer have been used interchangeably.
(c) “The Supplier” means the individual or firm supplying the goods under the contract.
(d) “The Goods” means all the equipment, machinery, and/or other materials which the Supplier
is required to supply to the Purchaser under the contract.
(e) “The Advance Purchase Order” means the intention of Purchaser to place the Purchase
Order on the bidder. The term “contract” means, the documents forming the tender and acceptance
thereof and the formal agreement executed between the competent authority on behalf of the
BSNL and the contractor, together with the documents referred to therein including these
conditions, the specifications, designs, drawings and instructions issued from time to time, by the
engineer in-charge and all these documents taken together shall be deemed to form one contract
and shall be complementary to one another.
(f) “The Purchase Order” means the order placed by the Purchaser on the Supplier signed by
the Purchaser including all attachments and appendices thereto and all documents incorporated by
reference therein.
(g) “The Contract Price” means the price payable to the Supplier under the purchase order for
the full and proper performance of its contractual obligations.
Page | 16 Seal & Sign of the Bidder
(h) “Validation” is a process of testing the equipment as per the Generic Requirements in the
specifications for use in BSNL network. Validation is carried out in simulated field environment and
includes stability, reliability and environmental tests.
(i) “Telecom Service Provider” means any Telecom operator in India, who is licensed by the
Department of Telecommunications (DOT), Government of India to provide telecom services to the
general public or to the other DOT licensed Telecom operators.
“Telecom Service Provider” also refers to any Telecom operator in other countries providing telecom
services to general public of that country or to other telecom operators of the same country.
(j) “Successful Bidder(s)” or “The Contractor”means the bidder(s) to whom work in this
tender is awarded.The contractor shall mean the individual, firm or company, approved to
undertake the works and shall include the legal personal representative of such individual or the
persons composing such firm or company, or the successors of such firm or company and the
permitted assignees of such individual, firm or company.
(k) The jurisdiction of GM/Addl.GM/ DGM/DET shall mean the territorial area under their
control for the purpose of administration and management of the projects and other associated
functions.
(l) Representative of GM/Addl.GM/ DGM / DET means Officer and staff under their control for
the time being deputed for supervising the work or testing etc.
(m) Engineer – in – charge: The Engineer – in – charge means the Engineering Officer
nominated by the GM/Addl.GM/ DGM to supervise the work, under the contract. (Minimum
Divisional Engineer level officer to be nominated while approving the work order).
(n) Site Engineer: Site Engineer shall mean JTO/SDE of the BSNL who may be placed by the
work order issuing authority for supervising the work.
(o) A/T Unit: A/T unit shall mean Acceptance and testing unit of the BSNL.
(q) Work: The expression “works” shall unless there be something either in the subject or
context repugnant to such construction be construed and taken to mean the works by or by virtue
of the contract contracted to be executed whether temporary or permanent and whether original,
altered, substituted or additional.
(r) Schedule(s): Schedule(s) referred to in these conditions shall mean the relevant
schedule(s) or the standard schedule of rates mentioned in the document.
(s) Site: The site shall mean the land / or other places on, into or through which work is to be
executed under the contract or any adjacent land, path or street through which, the work is to be
executed under the contract or any adjacent land, path or street which may be allotted or used for
the purpose of carrying out the contract.
(t) Normal time or stipulated time: Normal time or stipulated time means time specified in the
Page | 17 Seal & Sign of the Bidder
work order to complete the work.
(u) Extension of Time: Extension of Time means the time granted by the BSNL to complete the
work beyond the normal time or stipulated time. The EOT may be with/without Liquidated damages
as may be decided by the competent authority.
(v) Date of Commencement of work: Date of commencement of work means the date of actual
commencement of work or 7th day from the date of issue of work order, whichever is earlier.
(w) Due date of completion: Due date of completion shall be the date by which the work shall
be completed at site including clearance of site.
(x) Duration of completion of work: The duration of completion of work or completion time shall
be time specified in the work order plus extension of time granted, if any.
(y) Excepted risk: Excepted risk are risks due to war (whether declared or not), invasion, act
of foreign enemies, hostilities, civil war, rebellion, revolution, insurrection, military or usurped
power, any acts of Government damages from aircraft, acts of God, such as earthquake, lightening
and unprecedented floods and other causes over which, the contractor has no control and the
same having been accepted as such, by the Accepting Authority or causes solely due to use or
occupation by the government of the part of the work, in respect of which a certificate of completion
has been issued.
(z) Extra work: as used herein any work or compliance with any requirements, other than a
change, which is not expressly or impliedly contemplated by the contract documents, and which is
necessary to be performed for the proper completion of the contracted work. For the purpose of
clarifications, it is declared that, any work or operation which shall be necessarily incidental to the
proper performance of any item of work or part there of shall be deemed to have been by
implication provided for in the relevant item of work or part thereof and shall not constitute extra
work.
3. COST OF BIDDING: The bidder shall bear all costs associated with the preparation and
submission of the bid. The Purchaser will, in no case, be responsible or liable for these costs,
regardless of the conduct or outcome of the bidding process.
4. BID DOCUMENTS:
4.1 The goods/ services required, bidding procedures and contract terms are prescribed in the Bid
Documents. The contents of the Bid documents are specified in the covering letter.
4.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid
Documents. Failure to furnish all information required as per the Bid Documents or submission
of bids not substantially responsive to the Bid Documents in every respect will be at the
bidder's risk and may result in rejection of the bid.
5.1 A prospective bidder, requiring any clarification on the Bid Documents shall notify the
Purchaser by Email to the Purchaser‟s mailing address indicated in the invitation of Bid. The
Page | 18 Seal & Sign of the Bidder
Purchaser shall respond in writing to any request for the clarification of the Bid Documents,
which it receives 14 days prior to the date of opening of the Tenders. This date shall prevail over
the corresponding date for submission of queries appearing on e-tender portal at any time.
Copies of the query (without identifying the source) and clarifications by the Purchaser shall be
uploaded on BSNL website as „Clarifications‟. On e-procurement portal of UP WEST Circle
portal, clarification shall be available as „Addendum‟, for all the prospective bidders who have
downloaded the official copy of tender documents from e-procurement portal of UP WEST Circle.
5.2 Any clarification issued by BSNL in response to query raised by prospective bidders shall form
an integral part of bid documents and it may amount to an amendment of relevant clauses of
the bid documents.
5.3 The format in which the clarifications are to be sent via E-mail (in MS- excel sheet only) is
Sr. Section Clause Brief Description of Ref Comments
of
No. the Clause Page
No. In
Bid
(a) Documentary evidence established in accordance with Clause 2 and 10 that the bidder is
eligible to bid and is qualified to perform the contract if his/her bid is accepted.
(b) Bid Security furnished in accordance with Clause 12.
(c) A Clause by Clause compliance as per clause 11.2 (c).
(d) A Bid form and price schedule completed in accordance With clause 8 & 9.
8. BID FORM:
The bidder shall complete the Bid Form and the appropriate Price Schedule furnished in the
Bid documents, indicating the Services to be procured in the Bid Documents as per section 9
Part B.
The variation on this account shall be permitted only with prior approval of the tender
approving authority after recording adequate reasons and justification supported by statutory
11.1Pursuant to Clause 7, the bidder shall furnish, as part of his/her bid, documents establishing
the conformity of his/her bid to the Bid document of all services, which he proposes to render
under the contract.
11.2 The documentary evidence of services in conformity with the Bid Documents may be in the
form of literature and data and shall furnish a clause-by-clause compliance on the BSNL's
Technical specifications and commercial conditions demonstrating substantial responsiveness
to the Technical Specification and commercial conditions. In Case of deviations a statement of
deviations and exceptions to the provision of the Technical Specifications and commercial
conditions shall be given by the bidder. A bid without clause-by-clause compliance of
Technical specification, commercial Conditions and special conditions shall not be considered.
11.3 For purposes of compliance to be furnished pursuant to clause 11.2 above the bidder shall
note that the standards for workmanship, material and equipment and reference to brand
names or catalogue number, designated by the BSNL in its Technical Specifications are
intended to be descriptive only and not restrictive.
12. BID SECURITY:
12.1 The bidder shall furnish, as part of its bid, a bid security as mentioned in
Section-1(DNIT)
12.2 The MSE bidders are exempted from payment of bid security:
a) A proof regarding valid registration with body specified by Ministry of Micro, Small &
Medium Enterprise for the tendered items will have to be attached along with the bid.
b) The enlistment certificate issued by MSME should be valid on the date of opening of
tender.
c) MSE unit is required to submit its monthly delivery schedule.
d) If a vender registered with body specified by Ministry of Micro, Small & Medium
Enterprise claiming concessional benefits is awarded work by BSNL and subsequently
fails to obey any of the contractual obligations, he will be debarred from any further
work/ contract by BSNL for one year from the date of issue of such order.
12.3 The bid security is required to protect the purchaser against the risk of bidder‟s
conduct, which would warrant the forfeiture of bid security pursuant to para 12.8.
12.4 The bid security shall be submitted in the form as specified in clause 5 of detailed NIT
(Section-1).
12.5 A bid not secured in accordance with Para 12.1 & 12.4 shall be summarily rejected by
the Purchaser being non-responsive at the bid opening stage and archived unopened on e-
tender portal for e-tenders.
12.6 The bid security of the unsuccessful bidder will be returned/ discharged as promptly as
12.7 The successful bidder(s) bid security will be discharged upon the bidder‟s acceptance
of the advance purchase order(s) satisfactorily in accordance with clause 27 and
furnishing the performance security, except in case of L-1 bidder, whose EMBG/EMD
shall be released only after finalization of ordering of complete tendered quantity in
pursuance to clause no. 24.4 & 27.3 of this section.
12.8 The bid security may be forfeited:
a) If the bidder withdraws or amends its bid or impairs or derogates from the bid in any
respect during the period of bid validity specified by the bidder in the bid form or
extended subsequently; or
b) If the bidder does not accept the APO/ AWO and/ or does not submit PBG & sign the
contract/ agreement in accordance with clause 28.
Note: - The bidder shall mean individual company/ firm or the front bidder and its technology/
consortium partner, as applicable.
14.1 The bidder shall submit his bid, online, complying all eligibility conditions, other terms and
conditions of tender document to be read along with the clarifications and amendments issued
in this respect. All the documents must be authenticated, using Digital Signature by the
authorized person. The letter of authorization shall be indicated by written power-of-attorney
accompanying the bid.
Note:The Purchaser may ask the bidders(s) to supply besides original bid, additional
copy of bids as required by him.
14.2 The bid shall contain no interlineations, erasures or overwriting except as necessary to correct
errors made by the bidder in which case such corrections shall be signed by the person or
persons signing the bid. All pages of the original bid, except for un-amended printed
literatures, shall be digitally signed by the person or persons signing the bid.
(a) The Power of Attorney should be submitted and executed on the non-judicial stamp
paper of appropriate value as prevailing in the concerned states(s) and the same be
attested by a Notary public or registered before Sub-Registrar of the states(s)
concerned.
(b) The Power of Attorney in favor of person signing the bid executed by a person who
has been authorized by the board of directors of the bidder in this regard, on
behalf of the company/institution/body corporate. Proof of company resolution duly
certified by Company Secretary OR Board of Directors is to be submitted for this.
(c) In case of the bidder being a firm, the said Power of Attorney should be
executed by all the partner(s) in favor of the said Attorney.
(d) Attestation of the specimen signatures of such authorized signatory of the bid by
the Company‟s/ firm‟s bankers shall be furnished. Name, designation, Phone
number, mobile number, e-mail address and postal address of the authorized
signatory shall be provided.
(e) Individual signing the tenders or other documents connected with the contract shall
indicate the full name below the signature and must specify the capacity and
authority under which he signs such documents and shall also submit documentary
evidence of his authority in the form of Power of Attorney.
(f) The Power of Attorney is to be submitted in original, if it has been issued for the
specific tender enquiry. If the power of attorney is issued in general irrespective of
tender enquiry then photocopy duly certified by notary public can also be accepted.
15.1.3 In Single stage bidding & two envelopes system, the bidder shall submit his bid in two
envelopes;
The First envelope will be named as Techno-commercial bid. This envelope will contain
documents of bidder‟s satisfying the eligibility / Technical & commercial conditions as per
clause 2 & 10 with Bid Security as per Clause 12. Second envelope will be named as
Page | 24 Seal & Sign of the Bidder
Financial bid containing Price Schedules as per Section 9 Part B (I&II).
The cover of first envelope shall contain the „Original Copy‟ of the Techno-commercial bid,
subject to clause 14.2, duly marked ' TECHNO-COMMERCIAL BID '. The cover
of second envelope shall contain the „Original Copy‟ of the financial bid, subject to clause
14.2, duly marked ' FINANCIAL BID '. Both the envelopes should be sealed separately and
further kept in a single main envelope under the personal seal of the bidder.
15.2 a) The offline envelope shall be addressed to the purchaser at the following address:
Assistant General Manager (MM)
MM Cell,
Room No: 403, 4th Floor, Shastri Nagar TE Bldg,
O/o CGMT UP West Circle
Meerut – 250004
(b) The offline envelope shall indicate the name and complete postal address of the bidder to enable
the purchaser to return the envelope unopened in case it is declared to be received late.
(c) The offline envelope should be sent by Courier / registered post or delivered in person on above
mentioned address (address is given in Clause 15.2 (a) above). The responsibility for ensuring
that the envelope is delivered in time would vest with the bidder.
(d) The purchaser shall not be responsible if the envelope are delivered elsewhere.
15.3 Deleted
16.1 Bids must be submitted by the bidders on or before the specified date & time indicated in
Section-1 i.e. DNIT
16.2 The BSNL may, at its discretion extend this deadline for the submission of the bids by
amending the bid documents in accordance with Clause 6 in which case all rights and
obligations of the BSNL and bidders previously subject to the deadline will thereafter be
subject to the deadline as extended.
16.3 The bidder shall submit his/her bid offer against a set of bid documents purchased by him
for all or some system/services / equipment as per requirement of the Bid Documents. He
may include alternate offer, if permissible as per the bid. However not more than one
independent and complete offer shall be permitted from the bidder.
16.4Bid must be submitted by the bidder through E-Tendering mode only. Manual submission of
bid shall not be needed.
17. LATE BIDS: No bid shall be accepted either online by E-Tender Portal or physically in
case of manual bidding process after the specified deadline for submission of bids
prescribed by the purchaser.
18.3 Subject to clause 20, no bid shall be allowed for modification subsequent to the deadline for
19.3 (i) The bids will be opened in two stages i.e. techno-commercial bid shall be opened on the
date of tender opening given in NIT. The financial bid will not be opened on the date of
opening of techno commercial bids.
The financial bids of those bidders who are approved to be techno commercially compliant
by the competent authority, will be opened by TOC in front of techno-commercially eligible
bidders/ authorized representatives by sending them a suitable notice.
(ii) The bidder‟s names, Item name, EMD amount & validity and acceptability, Information in
respect of eligible bidders, Details of bid modification/ withdrawal (if any), and such other
details as the purchaser, at its discretion, may consider appropriate will be made available
online at the time of techno-commercial bid opening.
(iii) The bidder‟s names, Name of the Items, Quantities/prices quoted in the bid, discount, if
offered, Taxes & levies and such other details as the purchaser, at its discretion, may
consider appropriate will be made available online at the time of financial bid opening.
19.4 The date fixed for opening of bids, if subsequently declared as holiday by the BSNL, the
revised date of schedule will be notified. However, in absence of such notification, the bids
will be opened in the next working day, time and venue remaining unaltered.
19.5 Tender opening committee will check first the availability of Bid Security, Power of Attorney &
authorization for executing it,and if any of these are not available, the bid will be out rightly rejected
20.1 To assist in the examination, evaluation and comparison of bids, the BSNL may, at its
discretion ask the bidder for the clarification of its bid. The request for the clarification and
the response shall be in writing. However, no post bid clarification at the initiative of the
bidder shall be entertained.
20.2 If any of the documents, required to be submitted along with the technical bid is found
wanting, the offer is liable to be rejected at that stage. However the BSNL at its discretion
may call for any clarification regarding the bid document within a stipulated time period. In
case of non-compliance to such queries, the bid will be out rightly rejected without
entertaining further correspondence in this regard”. However, no post bid clarification at the
initiative of the bidder shall be entertained.
21. PRELIMINARY EVALUATION:
21.1 BSNL shall evaluate the bids to determine whether they are complete, whether any
computational errors have been made, whether required sureties have been furnished,
whether the documents have been properly signed and whether the bids are generally in
order.
22.1 The Purchaser shall evaluate in detail and compare the bids previously determined to be
substantially responsive pursuant to clause 21.
22.2 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 alongwith all applicable Taxes,
packing Forwarding Freight & Insurance charges etc. as arrived in Col. 16 of Price
schedule in Section 9 Part-B Part-I (Indigenous items) and Col. 23 of Price schedule in
Section-9 Part-B Part-II(a)& Col 22 of Price schedule in Section 9 Part-B Part-II(b) (
Imported items) of the Bid-document after arithmetical correction in the manner laid
down in clause 21.2 above but excluding taxes which are creditable to BSNL. Further,
the bidder is also required to mention the taxes(if any) applicable on the movement of
Goods.
(a) Duties ,taxes&Cesses for which the firm has to furnish GST Challans / Tax Invoices will
be indicated separately in the PO / APO.
(b) Suppliers should furnish the correct HSN / SAC classification /Customs tariff Head in
the price Schedule. 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 suppliers will be liable to refund such non-
admissible amount, if already paid, along with penalty and interest if charged by the
concerned authority.
(c) 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 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 will be
Page | 27 Seal & Sign of the Bidder
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.
(d) The purchaser 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.
(e) If the supplier 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.
f) If the supplier fails to perform necessary compliances which would in 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 supplier.
g) If the supplier 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.
22.3 CGMTUP WEST Circle, MEERUT, BSNL reserves the right to counter offer prices/rates
against the prices/rates quoted by the bidder, if it is found necessary.
(a) BSNL reserves the right to increase or decrease up to 25% of the quantity of goods and
services specified in the schedule of requirements without any change in the unit price or other
terms and conditions at the time of award of contract.
(b) BSNL also reserves the right for placement of additional order or up to 50% of the
additional quantities of goods and services contained in the running tender/ contract within a
period of twelve months from the date of acceptance of first AWO in the tender at the same
rate or a rate negotiated (downwardly) with the existing vendors considering the reasonability
of rates based on prevailing market conditions and the impact of reduction in duties and taxes
etc and supplies to be obtained within delivery period scheduled afresh.
Noguaranteecanbegiventoactualquantity.Thequantitymentionedinthetenderistentativeonly.Nocl
aim shall be entertained for less/not allotting the quantum of work for any reason.
(c) In exceptional situation where the requirement is of an emergent nature and it is necessary
to ensure continued supplies from the existing vendors, the BSNL reserves the right to place
repeat order up to 100% of the quantities of goods and services contained in the running
tender/contract within a period of twelve months from the date of acceptance of first AWO in
the tender at the same rate or a rate negotiated (downwardly) with the existing vendors
considering the reasonability of rates based on prevailing market conditions and the impact of
reduction in duties and taxes etc.Exceptional situation and emergent nature should be spelt out
clearly detailing the justification as well as benefits accrued out of it and loss incurred in case
this provision is not invoked and approved by the authority competent to accord administrative
and financial approval for the procurement calculated on the basis of total procurement i.e.
initial and proposed add-on quantity.
26. BSNL'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS:
The BSNL reserves the right to accept or reject any bid, and to annul the bidding process and
reject all bids, at any time prior to award of contract without assigning any reason whatsoever
and without thereby incurring any liability to the affected bidder or bidders on the grounds for
the BSNL's action.
30. QUALITY ASSURANCE REQUIREMENTS:The works to be executed under the contract shall
confirm to the standards prescribed in the OF Cable construction practices issued by BSNL
using open trenching and trenchless technology methods.
33: Deleted
34.1. The bidder should give a certificate that none of his/her near relative, as defined below, is
working in the units where he/she is going to apply for the tender. In case of proprietorship
firm certificate will be given by the proprietor. For partnership firm certificate will be given
by all the partners and in case of limited company by all the Directors of the company
excluding Government of India/ Financial institution nominees and independent non-Official
part time Directors appointed by Govt. of India or the Governor of the state and full time
Directors of PSUs both state and central. Due to any breach of these conditions by the
company or firm or any other person the tender will be cancelled and Bid Security will be
forfeited at any stage whenever it is noticed and BSNL will not pay any damage to the
company or firm or the concerned person.
34.2. The Company or firm or the person will also be debarred for further participation in the
Page | 31 Seal & Sign of the Bidder
concerned unit.
34.3 The near relatives for this purpose are defined as:-
(a) Members of a Hindu undivided family.
(b) They are husband and wife.
(c) The one is related to the other in the manner as father, mother, son(s) & Son's wife (daughter
in law), Daughter(s) and daughter's husband (son in law), brother(s) and brother's wife,
sister(s) and sister's husband (brother in law).
34.4. The format of the certificate is given in Section 6 (B).
The bidder will ensure that all the documents and certificates, including experience/ performance
and self-certificates submitted by him are correct and genuine before enclosing them in the bid.
The onus of proving genuineness of the submitted documents would rest with the bidder.
If any document/ paper/ certificate submitted by the participant bidder is found / discovered to be
false / fabricated / tempered / manipulated either during bid evaluation or during award of contract
or thereafter, then the Purchaser will take action as per Clause-1 of Appendix-1 of this section.
36. LIABILITY
BSNL will not be liable to the contractor for any losses or damages, costs, charges which the
contractor may in any way sustain/suffer due to non-issue of work order/delay in making store
available or delay in receipt of permission from road authorities/local bodies/forest department.
Note: In case supplier gets blacklisted during tenure of BSNL contract then no loss of input tax credit
is born by BSNL due to a default of supplier.
a) For an amount equal to at least 90% of estimated cost of work put to tender during last 5
Financial years plus the subsequent period ending the month preceding the one in which
NIT is issued.
OR
b) For an amount equal to at least 120% of estimated cost of work put to tender during last
7Financial years plus the subsequent period ending the month preceding the one in
which NIT is issued.
(ii) The tenderer whose near relative(s) is/are employed in BSNL, is not eligible to participate
in the tender, as per limitations mentioned in Annexure-A.
(iii) Contractor should have the valid EPF registration certificate on the date of issue of NIT.
(iv) Contractor should have the valid ESI registration certificate.
(v) Contractor should have the valid GSTIN registration certificate.
(vi) The bidder should have Valid PAN No.
Note 1:The experience of having successful completion of Optical Fiber (OF) cable construction
works is to be reckoned in terms of payment received for such works during the above said
periods.
Note 2: The Experience should be of Optical Fiber Cable construction work only and does not
include any other work like Poleless/Up-gradation/Maintenance works of OFC/External Plant/ UG
Cable (Copper) etc.
Note 3: The experience certificate for carrying out the works and amounts received should be in
the prescribed pro-forma (Proforma-7F) and the certificate should be under the signature of officer
responsible for maintaining the contractor‟s ledger e.g. Asst.GM or equivalent officer of the
concerned PSU i.e. BSNL/ MTNL/ TCIL/ ITI/ Rites/ HCL/ PGCIL/ Rail Tel/ any other Govt. (Central/
State) undertaking as the case may be.
Note 4: Of late, big Govt. contracts are being carried out by the Public Sector Undertakings
mentioned herein through a chain of contractors. In such case, the experience certificate, if issued,
in favor of a contractor, in the chain, by such PSUs in the prescribed format shall be acceptable.
Note 5: No PO / WO will be accepted without successful completion certificate in support of
experience.
1.3 FinancialQualification:
Solvency certificate from the banker of the tenderer: For works costing up to Rs. 20 lakhs-solvency
certificate should be of Rs. 5 lakhs; for works costing more than 20 lakhs– solvency certificate
should be of Rs. 10 lakhs. The solvency certificate shall not be older than 3 months from the date
of issue of NIT. Bidders will be required to support claims of their financial qualification through
their audited financial statements duly certified by their CA.
2 .Bid Security
The bank guarantee/DD for bid security or Micro & Small Enterprise (MSE) registration
certificate for claiming exemption from submission of bid security, as prescribed in clauses 12.1 &
12.2 of Section-4 A of the bid document should be submitted by the bidder in a separate cover.
The bank guarantee/DD so submitted shall be as per the format given in Section-7 A on prescribed
judicial paper with stamps of proper value and should contain full address of the issuing branch of
the bank with its telephone number and FAX number.
4 Reservation/ Procurement from MSE units: The guidelines / instructions / laws issued vide
D.O. no 21(1) -2011-M.A..April 25th, 2012from Ministry of Micro, Small & Medium Enterprise
(MSME) with respect to provisions for Micro & Small Enterprises (MSEs) and its
amendments/related orders issued from Govt of India shall be followed.
Note: The guidelines issued vide OM No. F.1/4/2021-PPD dated 18.05.2023 from Ministry of Finance,
Department of Expenditure, Public Procurement Division reg. concurrent application of Public
Procurement Policy for MSE Order, 2012 and Public Procurement (Preference to Make in India)
Order,2017 shall be followed.
Note: After successful submission of Registration details and Annual Registration Fee (as
applicable). Please contact Helpdesk (as given below), to get your registration accepted/activated.
NIC Helpdesk
Telephone 1800-233-7315
E-mail ID cppp-nic@nic.in
[Please mark CC: support-nic@ncode.in]
BSNL Contact-1
BSNL‟s Contact Person AGM(MM)
Telephone 0121-2603565 [between 10:00 hrs to 17:30 hrs on working
days]
E-mail ID agmmmco@bsnl.co.in
BSNL Contact-2
BSNL‟s Contact Person ADT(MM)
Telephone 0121-2601875
[between 10:00 hrs to 17:30 hrs on working days]
E-mail ID adtmmupw@gmail.com
Bidders must ensure that all documents uploaded on e-tender portal as files or zipped folders,
contain valid files and are not corrupt or damaged due to any processing at bidder PC system like
zipping etc. It shall be the responsibility of bidder himself for proper extractability of uploaded
zipped files. Any error/ virus creeping into files/folder from client end PC system cannot be
monitored by e-tender software/ server and will be bidder‟s responsibility only.
In case the files are non-extractable or illegible otherwise, then the bidder‟s authorized
representative shall be given one chance by Tender Opening Committee to open & demonstrate
the contents of bid data downloaded from the e-tender portal in his presence.
If, even after above chance, the bidder is unable to open & demonstrate the contents of bid data
downloaded from the e-tender portal in his presence then no fresh bid in any form, soft or hard
copies, shall be accepted by tendering authority and his bid shall be summarily rejected and
treated as non-responsive.
In case any discrepancy between information entered by bidder in the electronic form/template and
that as per the supporting document uploaded, then information as per uploaded supporting
documents shall prevail over the information in the electronic form/template.
Please take care to scan documents such that the total size of documents to be uploaded remains
minimum. If required, documents may be scanned at lower resolutions say at 150 dpi. However it
shall be sole responsibility of bidder that the uploaded documents remain legible.
If any document asked for contains more than one page then all those pages may be uploaded as
a single PDF file. Utmost care may be taken to name the files / documents to be uploaded on
CPPP. There should be no special character or space in the name of file. Only underscores are
allowed. It is advised that all the documents to be submitted as mentioned above of bid document
are kept scanned or converted to PDF format in a separate folder on your computer before starting
on-line submission.
Price schedule/BoQ (Financial Bid) may be downloaded and the incidental charges may be filled
appropriately and separately for tender. This file may also be saved in a secret folder on your
computer. The names and total size of document (preferably below 50 MB) may be checked before
uploading
NOTE: Bidder must ensure that after following above the status of bid submission must
become- “Complete”.
6.1 Offline Submissions:
The bidder shall submit the following documents offline in Physical form toAGM(MM) O/o CGMT
UP(West) Circle BSNL, Room No: 403, 4th Floor, Shastri Nagar TE Bldg, Meerut – 250004 within
5 days of opening of technical bid part as specified in DNIT.
12. Copy of Article of Memorandum of Association or Partnership deed as the case may be as per clause
10.1 of section-4 Part A
13. List of all Directors including their name(s), Director Identification Number(s) (DIN) and address (es)
along with contact telephone numbers of office and residenceas per clause 10.1 of section-4 Part A.
14. PAN Card/EPF registration/ESIC registration
15. Bank Mandate & Undertaking regarding receiving payment through EFTS (Format as per Section-
6 (Part-C)
16. Declaration regarding Genuineness of Documents (Format as per Section-6 (Part-E)
17. Attested copy of the Labor License or an affidavit that he is exempted from securing labor
license.
18. Self-certificate regarding Class-I/Class-II Local supplier as per DOPIIT Order dated
04.06.2020.
19. Self-certificate as per Note-4 of Clause-1 of DNIT (Section-1)
1. Original Price Schedule (BOQ)duly filled in as per Section-9 Part B (Download the BOQ xlsfile , duly fill in
the required details & upload online)
Note:
(i) If some document is not applicable for the bidder then he has to upload scanned copy of paper
mentioning „The document <name> called vide clause _____ is not applicable on us.
(ii) If document asked for contains more than one page then all those pages may be uploaded in one
PDF file.
CPPP offers a unique facility for “Public Online Tender Opening Event (TOE)”. Tender Opening
Officers as well as authorized representatives of bidders can attend the Public Online Tender
Opening. Event (TOE) from the comfort of their offices. For this purpose, representatives of
bidders duly authorized are requested to carry laptop and wireless connectivity to internet.
Every legal requirement for a transparent and secure “Public Online Tender Opening Event
(TOE)” has been implemented on CPPP.
The bids will be opened in 2 stages i.e.(i) Techno-commercial bid & (ii) Financial bid(BOQ).
The techno-commercial bid shall be opened on the date of tender opening given in NIT.
The financial bid (BOQ) will not be opened on the date of opening of techno commercial
bids.
As soon as a Bid is decrypted with the corresponding „Pass-Phrase‟ as submitted online
by the bidder himself (during the TOE itself) by the TOC, salient points of the bids are
simultaneously made available for downloading by the participating bidders. The
documents will be opened from the Techno-commercial bid one by one and the same
report of TOC will be uploaded on e-tender portal.
Thereafter the TEC will evaluate Techno-commercial bids and the report of TEC will be
approved by competent authority and the same report of TEC will be uploaded on e-
tender portal of techno-commercially compliant bidders for information of financial bid
opening.
The financial bids of those bidders who are approved to be techno-commercially
compliant by the competent authority will be opened by TOC in CPPP portal.
For further instructions, the vendor should visit the home-page of the portal (www.eprocure.gov.in),
and go to the Bidders Manual Kit. The compatible support software (PDF Converter, Java, etc) for
online bid submission may be downloaded from CPP Portal.
The help information provided through „CPPP User-Guidance Center‟ is available in three categories
– Users intending to Register / First-Time Users, Logged-in users of Buyer organizations, and
Logged-in users of Supplier organizations. Various links are provided under each of the three
categories.
https://eprocure.gov.in/eprocure/app?page=HelpForContractors&service=page
9. Other Instructions For further instructions, the vendor should visit the home-page of the
portal https:// eprocure.gov.in, and go to the User-Guidance Center.
Important Note: It is strongly recommended that all authorized users of Supplier organizations
should thoroughly peruse the information provided under the relevant links, and take appropriate
action. This will prevent hiccups, and minimize teething problems during the use of e-tender portal.
The following “FOUR KEY INSTRUCTIONS for BIDDERS” must be assiduously adhered to:
1. Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender
submission deadline on CPPP.
2. Register your organization on CPPP well in advance of your first tender submission
deadline.
3. Get your organization‟s concerned executives trained on CPPP well in advance of your first
tender submission deadline on CPPP.
4. Submit your bids well in advance of tender submission deadline on CPPP as there could be
last minute problems due to internet timeout, breakdown, etc.
While the first three instructions mentioned above are especially relevant to first-time users of
CPPP, the fourth instruction is relevant at all times.
(BSNL shall not be responsible for any problem arising out of internet connectivity issues). Please
visit https://www.eprocure.gov.in/eprocure/appOR www.upw.bsnl.co.infor more details and
latest amendment.
If more than three responsive bidders are available then H1 bidder will not be allowed to
participate in the e-reverse auction. However such bidder may be considered for the re-
casting of inter-se ranking for award of the work, if required. The elimination of H1 is for e-
reverse auction only. Offer for award of work at L1 prices achieved after e-reverse auction as
per clause 3(Distribution of quantity) of Section 4 Part-B.
In case of MSE bidder(s), if the bidder(s) happen to be highest bidder but falls within the price
band of L1+15% during financial evaluation before reverse auction, then such MSE bidder
shall not be eliminated for e-reverse auction.”
E-Reverse Auction would be conducted on Unit/ total package/ net cost to BSNL value for bid
evaluation, subsequently after the opening of the Financial-Part.
Note :Parameters at S. No. 5 & 6 shall be confirmed after opening & evaluation of
Financial bid parts.
2. STANDARDS:
The works to be executed under the contract shall confirm to the standards prescribed in the
OF Cable construction practices issued by BSNL using open trenching and trenchless
technology methods.
3. PRICES :
Prices charged by the Contractor for the works performed under the Contract shall not be
higher from the prices quoted by the Contractor in his Bid. Price once fixed will remain valid for
the period of contract. Increase and decrease of taxes/duties will not affect the price except
Goods and Service tax (GST) which will be paid at prevailing rate, during this period (proof of
payment to the GST authority shall be submitted by the contractor on time to avail ITC by
BSNL.)
4. SUBCONTRACTS:
The contractor shall not assign, sub contract or sublet the whole or any part of the works
covered by the contract, under any circumstances.
5. SECURITY :
(i) Material Security:-
a) The successful tenderer including MSE bidder will have to deposit material security as
mentioned in the scope of work subject to a minimum of RsTwoLakhswithin 14 days from the
date of issue of AWO/LOI in the form of bank guarantee, valid for the period of 18 months from
the date of acceptance of AWO/LoIinfavour of „AGM (MM)O/o CGMT UP West, Meerut‟, issued
from a scheduled bank and in the material security bond form provided in the bid document.
Material security can also be submitted in the form of cross demand draft drawn in favor of
Bharat Sanchar Nigam Limited, Meerut, payable at Meerut. issued by a schedule bank and
payable at Meerut. The Material security will be non-interest bearing deposit for any period
whatsoever. BSNL reserves the right to increase the amount of material security based on the
quantum of work/maximum store to be issued at the time of execution of the work at any point
of time.
b) The contractor at any point of time will not be issued stores costing more than material security.
If due to any reason, more store has to be issued to the contractor then the material security
shall be correspondingly enhanced to an amount equal to the cost of material/stores to be
issued.
c) The proceeds of the material security shall be payable to the BSNL as a compensation for any
loss resulting from the contractor‟s failure to account for the material issued to him.
d) The Material security shall be released / refunded within a month from the date of the payment
of the last final bill of the work under the contract or final settlement of material account
whichever is later on production of „No Dues Certificate‟ from „Engineer In Charge‟.
A. Open Trenching:
8.1 Measurement:
8.1.1 The measurement books are to be maintained by the officer-in-charge of the work or his
immediate engineering subordinate not below the rank of Junior Telecom Officer. The entry shall be
made in ink. No entry shall be erased. If a mistake is made, it should be corrected by crossing out the
incorrect words or figures and inserting the corrections, the corrections thus made shall be initialed &
dated by the officer concerned.
8.1.2 Responsibility of taking and recording measurements:The measurement of various items
of work shall be taken and recorded in the measurement book issued with each work order. The
measurement shall be taken and recorded by an officer not below the rank of Junior Telecom Officer,
supervising the work. The Junior Telecom Officer/Sub Divisional Engineer, directly responsible for
supervision of work, shall be responsible for accuracy of 100%/50% of measurements respectively.
The Divisional Engineer shall be responsible for conducting test check of 20% of measurements.
8.1.3Method of recording of nomenclature of items:Complete nomenclature of items, as given in
the agreement need not be reproduced in the measurement book for recording the measurements
but corresponding Item Code as provided, shall be used.
8.1.4 Method of measurements:The measurements of the work shall be done activity wise as and
when the item of work is ready for measurement. The methods of measurement of various items are
enumerated as under:
Measurement of depth of trenches:
The cable routes of one work order shall be divided into a number of segments each of maximum 200
meters length bounded by identifiable landmarks at both the ends of the segments. If landmarks are
not available, length of segment may be maintained at 200 meters. The measurement of depth shall
be recorded at each point of measurement (POM) in the measurement book in meters in the multiples
of 5 cms. For example 97 cms will be recorded as 95 cms and 103 cms as 105 cms. The points of
measurements shall be at a distance of 10 meters starting from 0 (zero) Meter. For example, if the
TABLE- 1For Normal & Hard soil for all areas <Name of Circle>and <name of the state/UT>
Depth between Reduction in rate
< 165 Cms to > 150 Cms. Pro rata basis
< 150 Cms to > 130 Cms. 12.5 % of approved rates
< 130 Cms to > 105 Cms. 25 % of approved rates
Below 105 Cms 40 % of approved rates
TABLE-2 For soft/hard rock for all areas <name of the state/UT>&<Name of Circle>Circle.
Depth Between Reduction in rate
< 135 Cms to > 125 Cms. 5% of the approved rate.
<125 Cms to > 105 Cms 15% of the approved rate.
Below 105 Cms. 40% of the approved rate.
The payment for sub normal length should be calculated using the following formula:
P= (100-ROR) X RA X D/ (100 X ND)
P = Payment for one meter
8.1.5 The contractor shall sign all the measurement recorded in the measurement book. This will be
considered as an acceptance by the contractor, of measurements recorded in the MB. In case
contractor fails to attend at the measurements or fails to countersign or to record the difference within
a week, then in any such events the measurements taken by Engineer-in-charge or by the
subordinate as the case may be shall be final and binding on the contractor and the contractor shall
have no right to dispute the same.
8.1.6 The Divisional Engineer before passing the bill for sections covered by each set of
measurement may carry out test check by re-opening trench at as many locations as necessary, as
specified in document „procedures for underground cable construction‟ and bills will be passed only
when he is personally satisfied of the correctness of entries in the “measurement Book” and also
when he is satisfied of other aspects of the work as per the terms of the contract. The contractor
shall provide the necessary assistance of labour for re-opening of trench for test check by the
Divisional Engineer. Separate payment shall not be made to the contractor for excavation of such test
checks, however such test pits shall not be more than 10% of the cable laying work
8.1.7 Measurement of the work of cable pulling through pipe/duct will be taken equal to the length of
the pipe / duct through which the cable has been pulled and not the total length of the cable pulled
through pipe/duct.
Standard Tests:
1. Online depth and offset check of the PLB pipes. The depth can be monitored from the tracker. The
accuracy of the tracker may be verified by site-in charge before the work is commenced. The depth of
the pipe should be more than 2.0 Mtrs.
2. The depth of the pipe may be recorded at the Entry pit and the Exit pit of the spans under test. The
depth at both the places should be more than 1.2 Mtrs.
3. The depth at atleast two coupling points are to be verified in 1 KM. The depth should be more than 1.2
Mtrs.
4. The offset of the pipe may be recorded both from the center of the road and also from the edge of the
road wherever the compound wall exists (City Areas).
5. The depths of the pipes at a minimum of six continuous rods are to be verified by the T&D wing. The
depth should be more than 2 Mtrs beyond 10 meters from the trailing edge of Entry pit.
6. The colours of the pipes to be recorded in case of multiple PLB laying. Different types of coloured
pipes are to be used.
Protection: It is recommended that the regular depth protection standards may be applied for HDD
works also.
Depth Relaxation: The depth relaxation is required at some situations. In general when HDD is used
only for crossing the roads and short spans of 15 to 25 Mtrs length, due to the paucity of the road
margin and due to the site conditions, the depth of 2.0 Mtrs may not be achieved. The depth also
cannot be achieved at places where very old underground concrete structures, water and drainage
pipes exist. It is recommended that the depth relaxation may be given by the competent authority.
Note:- For depth more than 165 cms rates for horizontal drilling will remain same. In case of depths
being less than 1.65 Mtrs up to 1.5 mtrs, the payment of horizontal drilling will be made on prorata
basis. It is hereby recommended that no pipe shall be laid by HDD method for depths less than
1.5Mtrs. Hence no protection is required for the Pipes.
8.2.2 It is imperative that the contractor(s) is/are fully conversant with the construction
practices especially laying multiple pipes by trenchless technology using HDD machine
and shall be fully equipped to carry out the work in accordance with the specifications.
The contractors are expected and bound to ensure quality in construction works in accordance
with specifications laid down. The contractor shall engage adequate and experienced
supervisors to ensure that works are carried out as per specifications and with due diligence
and in a professional manner. The contractors shall satisfy himself/themselves that the work
conforms to the quality specifications before offering the same to A.T. Wing for Acceptance and
Testing.
8.2.3 An assessment of extent of interest shown by the contractors in executing the works with
requisite quality shall be recorded and used in evaluating the Contractors‟ Performance Rating
(CPR).
8.2.4 In addition to Acceptance Testing being carried out by A.T. Wing and supervision by
Constructions Officers, all works at all times shall be open to inspection of the department. The
contractors shall be bound, if called upon to do so, to offer the works for inspection without any
extra payment.
8.2.5 Site Order Book: The site order book is one of the primary records to be maintained by the
JTO/SDE supervising the work during the course of execution of works. The noting made by
officers as well as contractors, will form as basis for operation of many contractual clauses. The
contractor shall remove all the defects pointed out by the department in the Site order book.
The contractor or their authorized representatives shall also be at liberty to note their difficulties
etc. in these books. The site order books shall invariably be consulted at the time of making
final payments to the contractor.
9.1 The contractor shall warrant that the material supplied for the work shall be new and free from all
defects and faults in material, workmanship and manufacture and shall be of the highest grade
and consistent with the established and generally accepted standards for materials of the type
ordered and shall perform in full conformity with the specifications and drawings. The contractor
shall be responsible for any defects that may develop under the conditions provided by the
contract and under proper use, arising from faulty materials, design or workmanship such as
corrosion of the equipment, inadequate quantity of materials etc. and shall remedy such defects
at his own cost when called upon to do so by the BSNL who shall state in writing in what respect
the stores are faulty. This warranty shall survive inspection or payment for, and acceptance of
goods, but shall expire except in respect of complaints notified prior to such date, twelve months
after the acceptance testing.
9.2 If it becomes necessary for the contractor to replace or renew any defective portion/portions of the
material under this clause, the provisions of the clause shall apply to the portion / portions
material so replaced or renewed or until the end of the above mentioned period of twelve
months, whichever may be later. If any defect is not remedied within a reasonable time, as
prescribed by the BSNL, the BSNL may proceed to do the work at the contractor‟s risk and costs,
but without prejudice to any other rights which the BSNL may have against the contractor in
respect of such defects.
9.3 The Cable joint shall be guaranteed for a period of ONE year from the date of closing of
joint. In case of failure of the joint due to poor workmanship i.e. failure of joint without external
damage, with in the stipulated period of guarantee the contractor shall repair the joint(s) at his
own cost within 24 hours of informing him, failing which the BSNL may carry out the repairs
and penalty equivalent to five times of the approved rate of the jointing work plus the cost
of materials used shall be recovered from the contractor from his pending bill/SD or any
amount due to him without prejudice to any other action as per terms and conditions of the
tender. The cost of joining kit, supplied by the BSNL, so used to revive the joint shall be deducted
from the final bill of the contractor pending for payment or from security if all bills have been
settled.
9.4 Replacement under warranty clause shall be made by the contractor free of all charges at site
including freight, insurance, cost of works and other incidental charges.
10.1 BSNL shall have the right to cause an audit and technical examination of the work and the final
bills of the contractor including all supporting vouchers, abstract etc. to be made after payment of
the final bill and if as a result of such audit and technical examination any sum is found to have
been overpaid in respect of any work done by the contractor under the contract or any work
claimed by him to have been done by him under the contract and found not to have been
executed, the contractor shall be liable to refund the amount of over payment and it shall be
lawful for BSNL to recover the same from him in the manner prescribed in clause with the
heading payment of bills (same chapter), or in any other manner legally permissible and if it is
found that the contractor was paid less than what was due to him under payment shall be duly
paid by BSNL to the contractor.
10.2 Provided that BSNL shall be entitled to recover any sum overpaid, nor the contractor shall be
entitled to payment of any sum paid short where such payment have been agreed upon between
the Divisional Engineer or his subordinate officer on one hand and the contractor on the other
under any term of the contract permitting payment for work after assessment by the Competent
Authority or his subordinate officer.
Page | 56 Seal & Sign of the Bidder
10.3 Any sum of money due and payable to the contractor (including security deposit returnable to
him) under this contract may be appropriated by the BSNL for the payment of a sum of money
arising out or under any other contract made by the contractor with the BSNL
11 PAYMENT TERMS:
11.1.1 All items of work involved in the work order shall be completed in all respects before
preparing the bills for the work against the work order. The procedure for payment of bills is
enumerated as under:
a. 100% full and final payment shall be processed after commissioning of complete route.
b. However, if a section(s)( *node to node) of the route has/have been completed in all
respect and acceptance tested for making it capable of being put to use, 80% payment of the
work so completed shall be made as a running bill, pending 20% to be paid after
commissioning of complete route.
*node implies – Exchange/Transmission center/Broadband center/BTS site/any
equipment center where OFC is terminated.
11.1.2The contractor shall prepare the final bill in triplicate after completion of the entire work
entrusted against work order & acceptance and testing of all the works and submit the same to
SDE in-charge of work within 30 days of acceptance and testing for payment. The final bill shall
be prepared for all the measurements of all items involved in execution of complete work order.
The contractor shall prepare the final bill containing the following details:
● The bill for all the quantities as per Measurements at the approved rates.
● Adjustment of amount received against running bills.
● Store reconciliation statement furnishing account of stores received against the Work
Order and returned to the designated Store godown as surplus with requisite
verifications from store in-charge/SDE in-charge of work.
● Letters of grant of E.O.T(s), if work could not be completed within stipulated time.
● Six sets of bound documentation.
● Copy of the Wage Register, Attendance Register, Monthly EPF & ESI Deposit
Challan have to be submitted by the contractor along with the bills.
11.1.2.(1) The SDE in-charge of work shall scrutinize the final bill against the works entrusted and
accord necessary certificates stating that the work has been executed satisfactorily in
accordance with specifications and terms and conditions of the contract. The SDE shall
verify the quantities of items of work with reference to measurements recorded in the
measurement book (and also A/T reports in case of any deviations noted by A/T office).
The SDE in-charge of work shall submit the final bills, along with other documents
mentioned above, with the documents as mentioned hereunder to the Divisional Engineer,
in-charge of work.
Bill prepared by the contractor. Invoice should be GST compliant
Material reconciliation statement.
Measurement Book.
A/T Certificates.
The site order Book.
The hindrances register.
Details of recoveries/penalties for delays, damages to Departmental/Third party
properties as per provisions of the contract. In case no recovery is to be made,
NIL report needs to be submitted.
Page | 57 Seal & Sign of the Bidder
Details of empty cable drums cost which needs to be recovered from the bill.
11.1.2. (2).The Divisional Engineer shall exercise the prescribed checks on the bills and accord
necessary certificates on the bills. The Divisional Engineer shall retain the third copy of the bill
alongwith photocopies of other documents not available in his estimate file and send first and
second copies of the bill, measurement book and other documents submitted by SDE along
with the bills as above to the Engineer-in charge for processing and final payment.
11.1.2.(3). The Works section of planning cell of concerned BA shall process the bills in the estimate
file of the concerned work and scrutinize the bills vis-à-vis work order issued, sanctioned
provisions in the estimate etc. The office cell shall also scrutinize the bill to recover all the
liabilities of the contractor and statutory taxes. The bill thereafter shall be processed by Circle
Claim Section and the same may be passed by the officer competent to pass the bill.GST shall
also be applicable for any deductions or penalties imposed by BSNL.
12.1 The contractor shall be responsible to dispose off the empty cable drums after laying of the
cable. The competent authority taking into account the prevailing market rates has fixed the
cost of Optical Fibre cable drums. The cost of empty cable drums shall be deducted from the bill
for the work on which the cable along with the drum has been issued or any other amount due
to the contractor or from security deposit.
12.2 Rates fixed for Optical Fibre cable drums are given in Tender Document (Qualifying Bid).
The rates are fixed and there is no percentage above or below applicable on these rates.
12.3 The contractor shall be responsible for the accounting of the cable drums issued and shall
mention the number of cable drums in the bill so that the amount is deducted from the bills due.
12.4 The contractor shall not be allowed to dump the empty cable drums in Govt., public place,
which may cause inconvenience to Govt. /Public. If the contractor does not dispose off the
empty cable drums within 3 days of becoming empty, the BSNL is at liberty to dispose off the
drum in any manner deemed fit and also recover the amount fixed in this contract for empty
cable drums along with the transportation charges to be decided by the Competent Authority
from the bill / security deposit / any other amount due to the contractor.
13.1.1 The time allowed for completion of the work as per work order/ Purchase order shall be strictly
adhered by the contractor and shall be deemed to be the most important aspect of the
contract on the part of the contractor and shall be reckoned from Seventh day from issue of
work order/ Purchase order by the BSNL. The work shall, throughout the stipulated period of
contract, be proceeded with all due diligence to achieve the desired progress uniformly, and
the contractor shall pay as LD for delay in execution of the work @ 0.5 % for each week of
delay or part thereof, for a period up to ten weeks and thereafter @ 0.7 % for each week of
delay or part thereof for another ten weeks subject to a maximum of 12 % of the cost of the
work allotted as per the work order/ Purchase order.
13.1.2 On any date, if the LD payable as above, reaches 12 (twelve) percent of the cost of the
work order, the competent authority reserves the right to short close the work order and get
the remaining work done at the risk and cost of the contractor.
13.1.3 The days on which work is not done due to reasons beyond the control of contractor, such
as natural calamities, law & order situation etc., will not be accounted for in imposing the LD.
13.1.4 LD for delay in completion of the work shall be recoverable from the bills of the contractor
and/or by adjustment from the security deposit or from the bills of any other contract.
However, adjustment from security deposit will be made only when the contract has been
terminated or at the time of final settlement of bills on completion of work.
13.1.5 In case of slow progress of the work in a section which has been awarded to a particular
contractor, if the public interest does not permit extension of time limit for completion of the
work, then Tender Issuing Authority will have the full right to order that the scope of the
contract may be restricted to such fraction of the work and get the balance work executed at
the risk and cost of the contractor. The details are given in Rescission of the contract clause of
Besides the above penalty, the contractor shall carry out such repairs for restoration of the
damaged cable free of charge. The cost of jointing kit, shall also be borne by the contractor. If
contractor fails to repair the damage, the cost of repair (including cost of Labour + Jointing kit)
shall be recovered from the contractor
13.3.2 Penalty to damage stores/materials supplied by the BSNL while laving:
The contractor while taking delivery of materials supplied by the BSNL at the designated place
shall thoroughly inspect all items before taking them over. In case of execution of the work, if
any material is found damaged/working unsatisfactorily, then a penalty equivalent to the cost
of material + 10% as penalty shall be recovered from the contractor‟s payments/securities.
However, contractor will not be penalized for any defect in workmanship of the materials,
which shall be taken up separately with the supplier of the stores.
13.3.3 Penalty to damage the underground installation of other agencies:
14.1 Circumstances for rescission of contract: Under the following conditions the Tender Issuing
Authority may rescind the contract:
(i) If the contractor commits breach of any item of terms and conditions of the contract.
(ii) If the contractor suspends or abandons the execution of work and the engineer in-charge
of the work comes to conclusion that work could not be completed by due date for
completion or the contractor had already failed to complete the work by that date.
(iii) If the contractor had been given by the officer-in-charge of work a notice in writing to
rectify/replace any defective work and he/she fails to comply with the requirement within the
specified period.
14.2 Upon rescission of the contract, the security deposit of the contractor shall be liable to be
forfeited and shall be absolutely at the disposal of the BSNL as under:
14.2.1 Measurement of works executed since the date of last measurement and up to the date of
rescission of contract shall be taken in the presence of the contractor or his authorized
representative who shall sign the same in the MB. If the contractor or his authorized
representative do not turn up for joint measurement, the measurement shall be taken by the
officer authorized for this purpose after expiry of due date given for joint measurement. The
measurement taken by the officer so authorized shall be final and no further request for joint
measurement shall be entertained.
14.2.2 The unused material (Supplied by the BSNL) available at site, shall be transported back by
the BSNL to the Telecom Store at the risk and cost of the contractor. If any such material is
found damaged/lost then the penalty shall also be recovered from the contractor as per
conditions in tender documents/bid.
14.2.3 The un-executed work shall be got executed through the qualified bidder from amongst the
bidders, who participated in the bidding process, by giving them offers in their order of ranking
(L2, L3…) at their quoted rates. If the work was awarded on single tender basis then the BSNL
shall get the unexecuted work completed through any other contractor approved in the area of
Tender Issuing Authority at the approved rates of that particular section or to execute the work
departmentally, as is convenient or expedient to the BSNL at the risk and cost of the
contractor. In such a event no compensation shall be payable by the BSNL to the contractor
towards any inconvenience/loss that he may be subjected to as a result of such an action by
the BSNL. In this regard the decision of Tender Approving Authority shall be final and
b) The contractor shall give in writing the tools and plants he would like to take away/remove
from the site. Such of the materials as belong to him and which may not be required for
future execution of balance work may be allowed by the Divisional Engineer in-charge of
work to be removed with proper records.
d) Adequate BSNL security arrangement in replacement of the contractor watch and ward
shall be made forthwith. Expenses on this account are recoverable from the security
deposit or any amount due to the contractor.
15 INDEMNITIES :
15.1 The contractor shall at all times hold the BSNL harmless and indemnify BSNL from and against
all action, suits, proceedings, works, cost, damages, charges claim and demands of every nature
and descriptions, brought or procured against the BSNL, its officers and employees and forthwith
Page | 62 Seal & Sign of the Bidder
upon demand and without protest or demur to pay to the BSNL any and all losses and damages
and cost (inclusive between attorney and client) and all costs incurred in endorsing this or any
other indemnity or security which the BSNL may now or at any time have relative to the work or
the contractors obligation or in protecting or endorsing its right in any suit on other legal
proceeding, charges and expense and liabilities resulting from or incidental or in connection with
injury, damages of the contractor or damage to property resulting from or arising out of or in any
way connected with or incidental to the operations caused by the contract documents. In
addition, the contractor shall reimburse the BSNL or pay to the BSNL forthwith on demand
without protest or demur all cost, charges and expenses and losses and damages otherwise
incurred by it in consequences of any claim, damages and actions which may be brought against
the BSNL arising out of or incidental to or in connection with the operation covered by the
contractor.
15.2 The contractor shall at his own cost at the BSNL‟s request defend any suit or other proceeding
asserting a claim covered by this indemnity, but shall not settle, compound or compromise any
suit or other finding without first consulting the BSNL.
16 FORCE MAJEURE:
16.1 If any time, during the continuance of this contract, the performance in whole or in part by either
party or any obligation under this contract shall be prevented or delayed by reason of any war, or
hostility, acts of the public enemy, civil commotion sabotage, fires, floods, explosions, epidemics,
quarantine restrictions, strikes, lockouts or act of God (Herein after referred to as events)
provided notice of happenings of any such eventuality is given by either party to the other within
21 days from the date of occurrence thereof, neither party shall by reason of such event be
entitled to terminate this contract nor shall either party have any such claim for damages against
the other in respect of such non-performance and work under the contract shall be resumed as
soon as practicable after such event may come to an end or cease to exist, and the decision of
the BSNL as to whether the work has been so resumed or not shall be final and conclusive,
provided further that if the performance, in whole or part of any obligation under this contract is
prevented or delayed by reason of any such event for a period exceeding 60 days, either party
may, at his option terminate the contract.
16.2 Provided also that if the contract is terminated under this clause, the BSNL shall be at liberty to
take over from the contractor at a price to be fixed by the BSNL, which shall be final, all unused,
undamaged and acceptable materials, bought out components and stores in the course of
execution of the contract, in possession of the contractor at the time of such termination of such
portions thereof as the BSNL may deem fit excepting such materials, bought out components
and stores as the contractor may with the concurrence of the BSNL select to retain.
17 ARBITRATION :
I. ARBITRATION (Applicable in case of supply orders/Contracts with firms, other than Public
Sector Enterprise) (Not applicable in cases valuing less than Rs. 5 lakhs).
9.1 Except as otherwise provided elsewhere in the contract, if any dispute, difference, question or
disagreement arises between the parties hereto or their respective representatives or assignees, in
connection with construction, meaning, operation, effect, interpretation of the contract or breach
thereof which parties unable to settle mutually, the same shall be referred to Arbitration as provided
hereunder:
i. A party wishing to commence arbitration proceeding shall invoke Arbitration Clause by giving 30
days‟ notice to the designated officer of the other party. The notice invoking arbitration shall specify all
the points of disputes with details of the amount claimed to be referred to arbitration at the time of
invocation of arbitration and not thereafter. If the claim is in foreign currency, the claimant shall
indicate its value in Indian Rupee for the purpose of constitution of the arbitral tribunal.
9.2 If any of the Arbitrators so appointed dies, resigns, becomes incapacitated or withdraws for any
reason from the proceedings, it shall be lawful for the concerned party/arbitrators to appoint another
person in his place in the same manner as aforesaid. Such person shall proceed with the reference
from the stage where his predecessor had left it both parties consent for the same; otherwise, he
shall proceed de novo.
9.3 Parties agree that neither party shall be entitled for any pre-reference or pendente-lite interest on
its claims. Parties agree that any claim for such interest made by any party shall be void.
9.4 Unless otherwise decided by the parties, Fast Track procedure as prescribed in Section 29 B of
the Arbitration Conciliation Act, 1996 for resolution of all disputes shall be followed, where the claim
amount is uptoRs. 5 crores.
[29B. Fast track procedure – (1) Notwithstanding anything contained in this Act, the parties to an
arbitration agreement, may, at any stage either before or at the time of appointment of the arbitral
tribunal, agree in writing to have their dispute resolved by fast track procedure specified in sub-
section (3).
(2) The parties to the arbitration agreement, while agreeing for resolution of dispute by fast track
procedure, may agree that the arbitral tribunal shall consist of a sole arbitrator who shall be chosen
by the parties.
(3) The arbitral tribunal shall follow the following procedure while conducting arbitration proceedings
under sub-section (1):-
(a) The arbitral tribunal shall decide the dispute on the basis of written pleadings, documents and
submissions filed by the parties without oral hearing;
(b) The arbitral tribunal shall have power to call for any further information or clarification from the
parties in addition to the pleadings and documents filed by them;
(c) An oral hearing may be held only, if, all the parties make a request or if the arbitral tribunal
considers it necessary to have oral hearing for clarifying certain issues;
(d) The arbitral tribunal may dispense with any technical formalities, if an oral hearing is held, and
adopt such procedure as deemed appropriate for expeditious disposal of the case.
(4) The award under this section shall be made within a period of six months from the date the arbitral
tribunal enters upon the reference.
(5) If the award is not made within the period specified in sub-section (4), the provisions of sub-
sections (3) to (9) of Section 29 A shall apply to the proceedings.
(6) The fees payable to the arbitrator and the manner of payment of the fees shall be such as may be
agreed between the arbitrator and the parties.
Amount of Claims and Period for making and publishing of the award (counted from the
Counter Claims date the arbitral tribunal entersupon the reference)
Up to Rs. 5 crores Within 6 months (Fast Track procedure)
Above Rs. 5 crores Within 12 months
However, the above time limit can be extended by the Arbitrator for reasons to be recorded in writing
with the consent of parties and in terms of provisions of the Act.
9.6 In case of arbitral tribunal of 3 arbitrators, each party shall be responsible to make arrangements
for the travel and stay, etc. of the arbitrator appointed by it. Claimant shall also be responsible for
making arrangements for travel/stay arrangements for the Presiding Arbitrator and the expenses
incurred shall be shared equally by the parties.
In case of sole arbitrator, BSNL shall make all necessary arrangements for his travel/stay and the
expenses incurred shall be shared equally by the parties.
9.7 The Arbitration proceeding shall be held at New Delhi or Circle or SSA Headquarter (as the case
may be).
9.8 Subject to the aforesaid conditions, provisions of the Arbitration and Conciliation Act, 1996 and
any statutory modifications or re-enactment thereof shall apply to the arbitration proceedings under
this clause.
9.9 In the event of any dispute or difference relating to the interpretation and application of the
provisions of the contracts, such dispute or difference shall be referred by either party for Arbitration
to the sole Arbitrator in the Department of Public Enterprises to be nominated by the Secretary to the
Government of India in-charge of the Department of Public Enterprises. The Arbitration and
Conciliation Act, 1996 shall not be applicable to arbitration under this clause. The award of the
Arbitrator shall be binding upon the parties to the dispute, provided, however, any party aggrieved by
such award may make a further reference for setting aside or revision of the award to the Law
Secretary, Department of Legal Affairs, Ministry of Law & Justice, Government of India. Upon such
reference the dispute shall be deiced by the Law Secretary or the Special Secretary/Additional
Secretary, when so authorized by the Law Secretary, whose decision shall bind the Parties finally and
conclusively? The Parties to the dispute will share equally the cost of arbitration as intimated by the
Arbitrator.
(a) The supply order for Goods „or‟ Services, including all matters connected with this supply order
shall be governed by the Indian law both substantive and procedural, for the time being in force and
shall be subject to the exclusive jurisdiction of Indian Courts at the place from where the Purchase
Order has been placed.
(b) Foreign companies, operating in India or entering into Joint Ventures in India, shall have to obey
the law of land and there shall be no compromise or excuse for the ignorance of the Indian legal
system in any way.
Page | 65 Seal & Sign of the Bidder
18 SET OFF:
Any sum of money due and payable to the supplier (including security deposit refundable to him)
under this contract may be appropriated by the purchaser or the BSNL or any other person(s)
contracting through the BSNL and set off the same against any claim of the Purchaser or BSNL or
such other person or person(s) for payment of a sum of money arising out of this contract or under
any other contract made by the supplier with the Purchaser or BSNL or such other person(s)
contracting through the BSNL. In case of set off of the security deposit against any claim of the
purchaser or BSNL or such other person or person(s) for payment of a sum of money arising out of
this contract or under any other contract made by the supplier with the Purchaser or BSNL or such
other person(s) contracting through the BSNL, the GST on such set off will be borne by the supplier.
GST would not be liable on security deposit. But if supplier‟s security deposit is set off against any
claim of the purchaser or BSNL or such other person or person(s) for payment of a sum of money
arising out of this contract or under any other contract made by the supplier with the Purchaser or
BSNL or such other person(s) contracting through the BSNL, then GST would be levied on such
amount as being set off”.
20 FALL CLAUSE:
20.1 The prices once fixed will remains valid during the scheduled delivery period except for
the provisions in clause 5 of section-5, Part A. Further, if at any time during the contract,
(a) It comes to the notice of purchaser regarding reduction of price for the same or similar
equipment/ service.
(b) And/or the prices received in a new tender for the same or similar equipment/service are less
than the prices chargeable under the contract.
20.2 The purchaser for the purpose of delivery period extension, if any, will determine and intimate
the new price, taking into account various related aspects such as quantity, geographical location
etc., and the date of its effect for the balance quantity/service to the vendor. In case the vendor does
not accept the new price to be made applicable during the extended delivery period and the date of
its effect, the purchaser shall have the right to terminate the contract without accepting any further
supplies. This termination of the contract shall be at the risk and responsibility of the contractor and
the purchaser reserves the right to purchase the balance unsupplied quantity/service at the risk and
cost of the defaulting vendor besides considering the forfeiture of his/her performance security.
20.3The vendor while applying for extension of time for delivery of equipment/services. If any shall
have to provide an undertaking as “We have not reduced the sale price, and/or offered to sell the
same or similar equipment/service to any person/organization including Department of central/state
Government or any/ central/state PSU at a price lower than the price chargeable under the contract
for scheduled delivery period.
20.4 In case under taking as in Clause 24.3 is not applicable, the vendor will give the details of prices,
the name(s) of purchaser, quantity etc. to the purchaser, while applying extension of delivery period.
21 COURT JURISDICTION:
1. GENERAL :
1.1 The work shall be accepted only after Acceptance Testing carried out by BSNL team,
designated by the BSNL, as per prescribed schedule and work/material passing the test
successfully.
1.2 The BSNL reserves the right to disqualify such bidders who have a record of not meeting
contractual obligations against earlier contracts entered into with the BSNL.
1.3 The BSNL reserves the right to black list a bidder for a suitable period in case he fails to
honor his bid without sufficient grounds.
1.4 The BSNL reserves the right to counter offer price(s) against price(s) quoted by any bidder.
1.5 Any clarification issued by BSNL, in response to query raised by prospective bidders shall
form an integral part of bid documents and it may amount to amendment of relevant clauses of
the bid documents.
1.6 Tender will be evaluated as a single package of all the items given in the price schedule.
1.7 All work to be executed under the contract shall be executed under the direction and subject
to the approval in all respects of the Divisional Engineer or Site Engineer in-charge of work site
who shall be entitled to direct at what point or points and what manner they are to be
commenced.
1.8 The work in each section may be split up between two or more contractors or accept any
tender in part and not entirely if considered expedient by the Tender Approving Authority.
1.9 If the contractor shall desire an extension of time for completion of the work on the grounds
of unavoidable hindrance in execution of work or any other ground he shall apply in writing to the
Divisional Engineer on the same day of occurrence of hindrance on account of which he desires
such extension as aforesaid. In this regard the decision of Tender Approving Authority shall be
final.
1.10 If at any time after the commencement of the work, the BSNL may feel that execution of
whole or part of work, as specified in the tender is not required to be carried out, then the BSNL
shall give notice in writing of the fact to the contractor who shall have no claim to any payment of
compensation whatsoever on account of any profit or advantage which he might have derived in
consequence of the full amount of the work not having been carried out neither shall he have any
claim for compensation by reason of any alterations having been made in the original
specifications, drawings, designs and instructions which shall involve any curtailment of the work
as originally contemplated.
1.11 Whenever any claims against the contractor for the payment of a sum of money arises out
of or under the contract, the BSNL shall be entitled to recover such sum by appropriating in part
or whole of the security deposit of the contractor, and to sell any Government promissory notes
etc., forming the whole or part of such security or Final bill pending against any contract with the
BSNL. In the event of the security being insufficient or if no security has been taken from the
contractor, then the balance or the total sum recoverable as the case may be, shall be deducted
from any sum then due or which at any time thereafter may become due to the contractor under
this or any other contract with BSNL. Should this sum be not sufficient to cover the full amount
recoverable the contractor shall pay to BSNL on demand the balance remaining due.
1.12 No official of Gazetted rank or other Gazetted officer employed in Engineering or
administrative duties in an Engineering Department or any other 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 Government of India. This contract is
Page | 69 Seal & Sign of the Bidder
liable to be cancelled if either the contractor or any of his employees is found at any time to be
such a person who had not obtained the permission of Government of India as aforesaid before
submission of the engagement in the contractor‟s service as the case may be.
1.13 In the event of the contractor being adjudged insolvent or going voluntarily into liquidation
of having received order or other order insolvency act made against him or in the case of
company, of the passing of any resolution, or making of any order for winding up whether
voluntarily or otherwise, or in the event of the contractor failing to comply with any of the
conditions herein specified, the Tender Approving Authority shall have the power to terminate
the contract without any notice.
1.14 Without prejudice to any of the rights or remedies under this contract, if the contractor dies,
the Tender Approving Authority on behalf of the BSNL can terminate the contract without
compensation to the contractor. However, Tender Approving Authority, at his discretion may
permit contractor‟s heirs to perform the duties or engagements of the contractor under the
contract, in case of his death. In this regard the decision of Tender Approving Authority shall
be the final.
1.15 In the event of the contractor, winding up his company on account of transfer or merger of
his company with any other, the contractor shall make it one of the terms and stipulations of the
contract for the transfer of his properties and business, that such other person or company, shall
continue to perform the duties or engagement of the contractor under this contract and be
subject to his liabilities there under.
1.16 Interpretation of the contract document:
1.16.1 The representative of Tender Approving Authority and the contractor shall in so far as
possible by mutual consultation, try to decide upon the meaning and intent of the contract
document. In case of disagreement, the matter shall be referred to the Competent Authority
whose decision shall be final. Any change in the contract documents shall be set forth in writing
by the representative of the parties hereto. It shall be the contractor‟s responsibility to thoroughly
familiarize all of his supervisory personnel with the contents of all the contract documents.
1.2 Notification:
1.2.1 The contractor shall give in writing to the proper person or authority with a copy to the
Divisional Engineer such notification as may be mandatory or necessary in connection with the
commencement, suspension, resumption, performance and / or completion of the contracted
work. All notice shall be given sufficiently in advance of the proposed operation to permit proper
co-relation of activities and the contractor shall keep all proper persons to authorities involved
and advised of the progress of operations throughout the performance of the work and/or with
such other information and /or supporting figure and data as may from time to time as directed or
required.
The contractor shall obtain/provide at his own cost all easements, permits and license
necessary to do its work e.g.
A) “Right of User” easements and permits.
B) Railway and Highway crossing permits including bridge.
C) Canal / Stream crossing permits.
The successful bidder will be required to prepare route diagram in required format as asked by
RoW authorities free of cost and shall be responsible for obtaining „‟Right of User‟‟ easements &
permits (RoW permission). But, tendering authority shall make necessary payments towards
RoW charges.
The contractor shall be fully responsible for angling and obtaining all necessary easements,
permits and licenses, for moving all construction equipment, tools, supplied materials and men
across Railways and Highways, across public or private road as well as premises of any public
utility within the right of user and for bearing all costs that may be incurred in respect of the
same.
The contractor is to confine his operation to the provided construction “Right of User” unless
it has made other arrangement with the particular property owners and / or tenants such other
arrangements shall be entirely at the responsibility of the contractor as to cost and arrangement
as also breach and claim and shall be entitled with a copy to the Divisional Engineer.
The contractor will not be entitled to extra compensation for hardship and increase in cost by
the cable trench being routed adjacent to or across other pipeline, Highways, Railways,
telephones or poser poles and wires or guy wires, embankments, cliffs, streams or other
obstacles which may physically or otherwise in any manner, restrict or limit the use of the
construction “Right of User”. Such construction and such contingency shall be deemed to have
been provided for in the rates.
3. QUALITY OF WORK:
The BSNL shall be the final judge of the quality of the work and the satisfaction of the BSNL in
respect thereof set forth in the contract documents. Laxity or failure to enforce compliance with
the contract documents by the BSNL and / or its representative shall not manifest a change or
intent of waiver, the intention being that, notwithstanding the same, the contractor shall be and
remain responsible for complete and proper compliance with the contract documents and the
specification therein. The representative of Tender Issuing Authority has the right to prohibit the
use of men and any tools, materials and equipment which in his opinion do not produce work or
performance to meet the requirement of the contract documents.
a. The contractor is fully responsible for taking all possible safety precaution during preparation
for and actual performance of the works and for keeping the construction site in a reasonable
safe condition. The contractor shall protect all life and property from damage or losses resulting
from his construction operations and shall minimize the disturbance and inconvenience to the
public.
b. If the excavation of trench alters the contours of the ground around road and highway
crossing in such locations become dangerous to traffic, the contractor shall at his own cost, take
all necessary precautions to protect public and shall comply with all the BSNL regulations as to
placing of warning boards (Minimum size 3‟ x 2‟), traffic signals, barricades, flags etc. at such
location. If the contractor does not put the warning signal as per above directions, then a penalty
of Rs. 500/- per day shall be levied on the contractor, till the directions are complied by the
contractor. The contractor shall take due precautions to avoid damages to other pipe lines,
water, mains, sewers, telephones, telegraphs and power conduits, laid wires poles and guy
wires, railways, highways, bridges or other underground or above ground structure and/or
property crossing or adjacent to the cable trench being excavated.
c. Attention of the contractor is drawn to the rules regarding laying of cables at road crossing,
along Railways Bridges, Highways safety precautions while working in Public Street. The
contractor in writing shall obtain the detailed engineering instructions from the Divisional
Engineer of the area.
d. The contractor shall be solely responsible for location through approved non-destructive
means and ensuring the safety of all existing underground pipeline, electrical cables, and or
other structures.
e. The contractor shall be solely liable for all expense for and in respect of repairs and / or
damage occasioned by injury of or damage to such underground and above structures or other
properties and under take to indemnify the BSNL from and against all actions, cause of actions,
damages, claims and demands what-so-ever, either in law or in equity and all losses and
Page | 72 Seal & Sign of the Bidder
damages and costs (inclusive between attorney and client), charges and expenses in connection
therewith and / or incidental thereto. The contractor shall take all responsibilities and risks in
crossing other pipelines and cables and shall be responsible for protecting all such existing
pipelines, poles, electric lines, sewers, cables or other facilities from damage by the contractor‟s
operation in connection with the work. The contractor without cost of the BSNL shall promptly
repair any damage incurred.
f. The current market value of any commodities lost as a result of any damage to the aforesaid
existing facilities shall be paid by the contractor together with such additional sums necessary to
absolve the personal of property damages, resulting there from.
6.2.6 Register of accidents – The contractor shall maintain a register of accidents in such form
as may be convenient at the work place but the same shall include the following particulars:
a) Full particulars of the labourers who met with accident.
b) Rate of wages.
c) Sex
d) Age
e) Nature of accident and cause of accident
f) Time and date of accident
g) Date and time when admitted in hospital
h) Date of discharge from the hospital
i) Period of treatment and result of treatment
j) Percentage of loss of earning capacity and disability as assessed by Medical Officer.
k) Claim required to be paid under Workmen‟s Compensation Act.
l) Date of payment of compensation.
m) Amount paid with details of the person to whom the same was paid.
n) Authority by whom the compensation was assessed.
o) Remarks
The contractor shall maintain a Register of Fines in the Form XII of the CL (R&A) Rules- 1971.
The Contractor shall display in a good condition and in a conspicuous place of work the
approved list of acts and omission for which fines can be imposed.
The contractor shall maintain a Register of deductions for damage or loss in form XX of the CL
(R&A) Rules 1971.
The contractor shall maintain a Register of Advances in Form XXIII of the CL (R&A) Rules 1971.
The contractor shall maintain a Register of Overtime in Form XXIII of the CL (R&A) Rules 1971.
The contractor shall deposit EPF and ESI.subscription to concerned authorities of the person
employed by him as per provision of EPF and ESI Acts and maintain the necessary records as
per the requirement under EPF & ESI rules.
6.7 Amendments
The Central Government may from time to time add to or amend the regulations and on any
question as to the application / interpretation or effect of those regulations.
7.0 INSURANCE:
7.1 Without limiting any of his other obligations or liabilities, the contractor shall at his own
expense, take and keep comprehensive insurance including third party risk for the plant,
machinery, men, materials etc. brought to the site and for all the work during the execution. The
contractor shall also take out workmen‟s compensations insurance as required by law and
undertake to indemnify and keep indemnified the BSNL from and against all manner of claims
and demands and losses and damages and cost (including between attorney and client) charges
and expenses that may arise in regard to same or that the BSNL may suffer or incur with respect
to and / or incidental to the same. The contractor shall have to furnish originals and /or attested
copies as required by the BSNL of the policies of insurance taken within 15 (fifteen) days of
being called upon to do so together with all premium receipts and other papers related thereto
which the department may require.
8.2 The contractor shall also comply with the rule and regulation of EPF & ESI as per
government rule and regulation from time to time at his own cost and expenses. The
contractor shall indemnify the BSNL from any act or action in future or during the course
of work in this regards at his own cost and expense. Tender Issuing Authority reserves the
right to withhold the contractor amount upto 25% of tender value from the bills of
contractor/security deposit in case of non-compliance of these rule and regulation by the
contractor.
The guidelines in the form of Engineering Instructions (E.Is.) on Construction Practices of Optical
Fibre Cables are issued by T & D wing of the Department, from time to time. However, the
present practices are summarized here under, from the point of view of describing scope of work
under various items of work. This document will need revision as and when practices undergo
any revision.
GENERAL
The Optical Fibre Cable is planned considering the following objectives of the scheme:
i) Minimum possible route length vis-a-vis route having maximum number of towns with
potential telecom growth.
ii) Linking of small exchanges off main road by leading in O.F.C. vis-a-vis routing the main cable
itself via such exchanges.
After deciding above mentioned issues, a detailed measurement of lengths of cable route along
with details of rail/road crossings, culverts, causeways, etc. may be recorded in the detailed
survey register. The probable locations of joints, terminations and re-generators may also be
decided and marked on the route map.
On the basis of surveys, general permission from road and rail authorities for laying the Optical
Fibre Cable along the decided routes and permission for rail / road crossings will have to be
obtained. Generally, O.F.C. is laid straight as far as possible along the road near the boundaries,
away from the burrow pits. The O.F.C. is laid along the roads at a minimum distance of 15
metres from the center line of the road or in accordance with the permission from the concerned
road authorities in view of their road widening plan. As the O.F.C. carries high capacity traffic and
is planned for 40 years of life, it is imperative that the cable is laid after obtaining due permission
from all the concerned authorities to avoid any damage/shifting at a later stage and also
disruption of services/ revenue loss.
In special cases, where it may be necessary to avoid burrow pits or low lying areas, the cable
may be run underneath the shoulders at a distance of 0.6 metre from the outer edge of the road
embankment provided the same is located at least 4.5 metres away from center line of road and
1.2 metre below the road surface.
The Optical Fibre Cable is laid through PLB Pipes/Coils buried at a nominal depth of 165 cms.
The steps involved in OF Cable construction are as under:
i) Excavation of trench upto a nominal depth as specified, according to construction
specifications along National/State Highways/other roads and also in city limits as mentioned in
the notice inviting tender.
ii) Laying of PLB pipes/coils coupled by PLB sockets in excavated trenches, on bridges and
culverts, drawing of 6 mm polypropylene para pro rope (P.P. rope) through the PLB pipes/coils
as per Construction Specifications and sealing of PLB pipe ends at every manhole by PLB end
caps of suitable size.
v) Bank filling and dressing of the excavated trenches according to construction specifications.
Page | 78 Seal & Sign of the Bidder
vi) Digging of pits 1 metre towards jungle side at every manhole chamber to a depth of 60 cms.,
fixing of route indicator, concreting and back filling of pits. Painting of route indicators with yellow
colour and sign writing denoting route indicator number as per construction specifications.
vii) Documentation.
viii) The documentation, consisting of the following shall be prepared exchange to exchange
for intra SSA OFC links and for each section in case of inter SSA/National long distance routes.
a) Route Index Diagrams – General: This diagram shall consist of Cable Route Details on
Geographical Map drawn to scale the prominent land marks and alignment of cable with
reference to road. This shall be prepared on A-3 sheets of 80 GSM.
b) Route Index Diagrams – Profile: These diagrams will contain:
a. Make and size of the cable.
b. Offset of cable from center of the road at every 10 meters
c. Depth profile of Cable at every 10 meters
d. Details of protection with type of protection depicted on it
e. Location of culvert and bridges with their lengths and scheme of laying of PLB pipe/PLB
Blowing Type/Pre-installed ropes thereon.
f. Important landmarks to facilitate locating the cable in future
g. Location of joints and pulling manholes.
These diagrams shall be prepared on A-4 sheets of 80 GMS. On one sheet profile of maximum
400 meters shall be given to ensure clarity.
c) Joint location Diagram: This diagram will show:
a. Geographical location of all the joints.
b. Depth of Joint Chamber covers from ground level
c. Type of chamber (Brick/Pre-cast)
d. Length of O.F. Cable kept inside the joint chamber from either direction.
This shall be prepared on A-4 sheets of 80 GSM. All the diagrams (i), (ii) & (iii) shall bear the
signatures of the contractor, the Engineer-in-charge as a proof of accuracy of the details. The
diagrams shall be bound in A-4 size book with cover. The cover sheets shall be of 110 GSM and
laminated. The front cover shall have the following details.
G.I. PIPES: Whenever protection by G.I. pipe is provided, it is preferable to use PLB coils. As
space on parapet wall on Bridges/culverts is limited, 40mm GI pipes may be used with 32 mm
PLB coil drawn inside.
M.S. Weld Mesh: The PLB pipes can also be protected by embedding it in concrete of size of
25 cms x 25 cms reinforced with MS weld mesh.
The strength of RCC/CC is dependent on proper curing, therefore, it is imperative that water
content of CC/RCC mix does not drain out into the surrounding soil. In order to ensure this, the
RCC/CC work should be carried out by covering all the sides by yellow PVC sheets of weight of
nor less than 1 kg per 8 sq. m. to avoid seepage of water into the soil.
RUBBER BUSH :To prevent entry of rodents into PLB pipes, the ends of PLB pipes are sealed
at every manhole and joint using rodent resistant hard rubber bush (cap), so that it should be
able to prevent the entry of insects, rodents, mud, and rainwater into the PLB pipe/Coil.
ROUTE INDICATOR: The route indicators are co-located with each manhole. In addition, route
indicators are also to be placed where route changes direction like road crossings etc. The route
indicators made of pre-cast RCC should have the following dimensions: Base(250 mm x 150
mm); Top(200 mm x 75 mm); Height(1250 mm).The word „BSNL OFC‟ should be engraved on
the route indicators. (See figure „A‟ for details). The route indicators are painted yellow and the
same are placed at 2 ft. away from the center of the trench towards jungle side. The engraved
word „BSNL OFC‟ should be painted in white, on route indicators. Numbering of route indicators
should be done in white paint. The numbering scheme for route indicators will be Joint No./Route
Indicator No. for that joint. For example, 2/6 marking on a route indicator means 6 th route
indicator after 2nd joint. Enamel paints of reputed brand should be used for painting and sign
writing of route as well joint indicators.
JOINT CHAMBER
The joint chamber is provided at every joint normally at a distance of 2 Kms to keep the O.F.C.
joint well protected and also to keep extra length of cable which may be required in the event of
faults at a later date. The joint chambers are made at site using bricks and mortar or are of pre-
cast RCC type.
Supply and fixing of Pre-fabricated RCC Closure as Joint Chamber:
For supplying RCC Ring, First, a RCC ring closure of size 1.2m (dia) x 0.3m depth and rim
thickness 50mm made of standard 1:2:4 concrete mix. It should have a split (with two halves)
RCC cover of thickness 50mm made of cement concrete mix of 1:2:4 (1: cement, 2: coarse sand,
4 stone aggregate mm nominal size reinforced with MS fabric 75 x 75 mm mesh of weight not
less than 7.75 Kg per sq. meter having galvanized iron handles for each half to facilitate easy
lifting, to be used as joint chamber. The word „OFC‟ should be engraved on each half of the
cover. The joint chamber should be so designed that PLB pipe/PLB Blowing Type/Pre-installed
rope ends remain protruding minimum 5 cms inside the chamber. The PLB pipes should be
embedded within the chamber in such a way that PLB pipe remains free from the weight of the
construction. The joint chamber should be plastered on all internal surfaces and top edges with
cement mortar of 1:3 (1: cement, 3: coarse sand) with a floating coat of complete cement as per
standard. The joint chamber is to be filled with clean sand before closing.
CABLE PULLING:
Manholes marked during PLB pipe Type/Pre-installed ropes laying of approx. size of 3m length x
1.0m width x 1.65m depth shall be excavated for pulling the cables. There may be situations
where additional manholes are required to be excavated for some reasons, to facilitate smooth
pulling of cable. Excavation of additional manholes will be carried out, without any extra cost. De-
watering of the manholes, if required, will be carried out without any extra cost. Dewatering/ De-
gasification of the ducts, if required, will be carried out without any extra cost. The existing 6mm
PP rope shall be replaced by with PP rope of 8mm dia between the two consecutive manholes.
This is to ensure that the PLB pipes Type/Pre-installed ropes are cleaned for pulling the cable
without exerting undue tension on the OF cable. While cleaning, excessive pressure should not
be put as this may result in breaking of P.P. rope and thus requiring opening of additional
manholes. However, in case the cleaning rope gets stuck up during pulling, the location of
clogging of PLB Pipe Type/Pre-installed ropes should be measured and located accurately. The
trench at that location should be opened and the PLB Pipe Type/Pre-installed ropes should be
cleaned properly or if not possible, it should be changed by a clean new PLB Pipe Type/Pre-
installed ropes to facilitate easy cable pulling at a later stage without any breakage. If clogging of
PLB Pipe Type/Preinstalled ropes is in the location where the pipes are protected either by RCC
Pipe Type/Pre-installed ropes or by concreting and the protection is broken for cleaning/changing
the PLB Pipe, the protection thus removed should be brought back to normal by the contractor
without any extra cost. However, PLB Pipes Type/Pre-installed ropes, RCC Pipes required for
this purpose will be supplied by the BSNL.
CABLE BLOWING:
The tenderer should blow/de blow the cable in the PLB duct by air jet blowing as per
Specification. Within 7 days of notice, the contractor shall commence Blowing /de blowing and
complete the work at an average speed of 4 KM per day. There shall not be any damage to the
OF cable blown/de blown. Cable blowing shall be done using blowing machine which can be
kept inside the manhole, as it will avoid formation of loop outside. Compressor of suitable
capacity shall be used.
Blowing has to be done for the route length, end to end. This implies work may have to be
done beyond the section awarded to the contractor, and he is bound to do it. The works involved
in blowing are listed below.
Transportation of all materials issued by BSNL from stores including cable drums, joint rings
and handling of the same (including loading, unloading, handling and local distribution).
Digging of manhole and reinstatement after blowing of cable.
The opening of End plug, de-roping of rope in PLB pipes.
Duct integrity test as per specifications.
If any coupler is not connected properly, they should be connected at the coupling points. If
required the coupling points are to be dug open for this purpose and the existing duct cut,
aligned and coupled properly. Extra piece of pipe if required has to be coupled.
Blowing of cable and fixing cable seal plug.
Keeping 30mtr coil in every joint chamber.
Digging of joint chambers, placing RCC chambers supplied by BSNL, and filling with river
sand.
Page | 81 Seal & Sign of the Bidder
Closing the manhole/joint cover and ensuring that the cover sits properly.
If there is time gap after laying of pipes and blowing, the contractor should carry out Duct
Integrity test of the pipe to the specified pressure and ensure that there is no block or leak, as
per specifications. If there are blocks the same shall be rectified. A check list may be submitted
to the site Engineer of the section after every pipe is tested, indicating the block etc. and the
action taken to rectify the duct. No separate rates are payable for duct integrity test or
rectification of ducts.
Cable should be blown for the entire section in the pre-assigned pipe & colour. No crossing
should take place in manholes between different coloured pipes, if multiple pipes are available.
Ensure no mud, water or debris goes inside the pipe during the work. Any obstructions found in
the pipeline after cable blowing, shall be removed at the expense of the Contractor.
Depending upon the length of the cable and the addl. length required at manholes, chain
measurement should be taken from the starting end of the section, and the drums should be
properly located.
The drums are of approx. 2 Km to 4 Km and may sometimes be smaller. It may be preferable to
blow the OF cable by placing the drum at the manhole point nearest to midpoint of the coil size
and blow in both directions. The standard practice is to keep the clock-wise end of the cable to A
side of the route and the anticlockwise end to 'B' side. Also, it is the convention to have the clock-
wise end on top and anticlockwise at the bottom of the drum. With that in view, the OF Cable is
mounted on the jack and wheel and positioned at the manhole point. It is important to keep the
drum shaft (axle) in horizontal position by adjusting the jacks. After it is set in position, the cable
should be inserted into the blowing machine.
Proper communication is to be established between the lead-in and take out manholes. This can
be done by suitable Trans Receivers (Walkie Talkies) or Magneto telephones with drop wire.
This has to be arranged by the contractor and communication with each point should be kept
throughout the blowing. OF cable at RCC chambers should be lead along the walls & suitable
MS clamps should be provided (4 on each side). Additional protection of cable if required shall
be provided at manholes.
2. EXCAVATION OF TRENCHES
i) Trenching
Location and Alignment of the Trench: In city areas, the trench will normally follow the foot-
path of the road except where it may have to come to the edge of the carriage way when cutting
across road with specific permissions from the concerned authorities maintaining the road (such
permissions shall be obtained by the department). Outside the city limits the trench will normally
follow the boundary of the roadside land. However, where the road side land is full of burrow pits
or afore station or when the cable has to cross culverts/bridges or streams, the trench may come
closer to the road edge or in some cases, over the embankment or shoulder of the Road
(Permissions for such deviations for cutting the embankment as well as shoulder of the road
shall be obtained by the contractor on behalf of BSNL).
The alignment of the trench will be decided by a responsible departmental official, not
below the rank of a Junior Telecom Officer. Once the alignment is marked, no deviation from the
alignment is permissible except with the approval of Engineer-in-charge. While marking the
alignment only the center line will be marked and the Contractor shall set out all other work to
ensure that, the excavated trench is as straight as possible. The Contractor shall provide all
necessary assistance and labour, at his own cost for marking the alignment. Contractor shall
ii) Line-Up: The line-up of the trench must be such that PLB pipe(s) shall be laid in a straight line
except at locations where it has to necessarily take a bend because of change in the alignment
or gradient of the trench, subject to the restrictions mentioned elsewhere.
iii) Method of Excavation: In city limits as well as in built up areas, the contractor shall resort to
use of manual labour only to ensure no damage is caused to any underground or surface
installations belonging to other public utility services and/or private parties. However, along the
Highways and cross country, there shall be no objection to the Contractor resorting to
mechanical means of excavation, provided that no underground installations exist in the path of
excavation, if any, are damaged.
There shall be no objection to resort to horizontal boring to bore a hole of required size and to
push through G.I. Pipe (65mm/40mm dia) through horizontal bore at road crossing or rail
crossing or small hillocks etc.
All excavation operations shall include excavation and „getting out‟. „Getting out‟ shall include
throwing the excavated materials at a distance of at least one meter or half the depth of
excavation, whichever is more, clear off the edge of excavation. In all other cases „getting out‟
shall include depositing the excavated materials as specified.
In Rocky strata excavation shall be carried out by use of electro mechanical means like breakers
or by blasting wherever permissible with express permission from the competent authority. If
blasting operations are prohibited or nor practicable, excavation in hard rock shall be done by
authorize.
Trenching shall as far as possible be kept ahead of the laying of pipes. Contractor shall
exercise due care that the soil from trenching intended to be loose for back filling is not mixed
with loose debris. While trenching, the Contractor should not cause damage to any underground
installations belonging to other agencies and any damage caused should be made good at his
own cost and expense.
The contractor to prevent any accident to pedestrians or vehicles shall provide necessary
barricades, night lamps, warning boards and required watchman. While carrying out the blasting
operations, the contractor shall ensure adequate safety by cautioning the vehicular and other
traffic. The contractor shall employ sufficient man-power for this with caution boards, flags, sign
writings etc.
The contractor should provide sufficient width at the trench at all such places, where it is
likely to cave in due to soil conditions without any extra payment. A free clearance of minimum
15 cm should be maintained above or below any existing underground installations. No extra
payment will be made towards this.
In order to prevent damage to PLB pipes over a period of time, due to the growth of trees,
roots, bushes, etc. the contractor shall cut them when encountered in the path of alignment of
trench without any additional charges.
In large burrow pits, excavation may be required to be carried out for more than 165 cms in
depth to keep gradient of bed less than 15 degrees with horizontal. If not possible as stated
above, alignment of trench shall be changed to avoid burrow pit completely.
iv) Depth and Size of the Trench: For normal & hard soil for all areas including ordinary & hard
rock for all areas minimum depth shall be 165 cms shall be for penalty. For ordinary & hard rock
minimum depth shall be 135 cms shall be followed for penalty. For Hilly terrain, minimum depth
shall be 90 cms shall be followed for penalty. However, Engineer-in-charge in exceptional cases
Page | 83 Seal & Sign of the Bidder
due to adverse site conditions encountered, may allow to lay PLB Pipes at a lesser depth with
additional protection. In all cases, the slope of the trench shall not be less than 15 degrees with
the horizontal surface. The width of the trench shall normally be 45 cms. at the top and 30 cms.
at the bottom. In case, additional pipes (PLB/GI/RCC Pipes) are to be laid in some stretches, the
same shall be accommodated in this normal size trench.
When trenches are excavated in slopes, uneven ground, inclined portion, and the lower
edge shall be treated, as top surface of land and depth of trench will be measured accordingly. In
certain locations, such as uneven ground, hilly areas and all other places, due to any reason
whatsoever it can be ordered to excavate beyond standard depth of 165 cms to keep the bed of
the trench as smooth as possible. Near the culverts, both ends of the culverts shall be excavated
more than 165 cms. to keep the gradient less than 15 degree with horizontal. In case where
depth beyond specified depth is necessary it shall be clearly indicated in the technical
specification of bid documents and of each work order. No extra payment shall be made for such
extra depth.
If excavation is not possible to the minimum depth of 165 cms., as detailed above, full facts shall
be brought to the notice of the Engineer-in-charge in writing giving details of location and reason
for not being able to excavate that particular portion to the minimum depth. The competent
authority shall grant approval in writing under genuine circumstances. The decision of the
competent authority shall be final and binding on the contractor.
v) Dewatering: The Contractor shall be responsible for all necessary arrangements to remove or
pump out water from trench. The Contractor should survey the soil conditions encountered in the
section and make his own assessment about dewatering arrangements that may be necessary.
No extra payment shall be admissible for this.
vi) Wetting: Wherever the soil is hard due to dry weather conditions, if watering is to be done for
wetting the soil to make it loose, the same shall be done by the contractor. No extra payment
shall be admissible for this.
vii) Blasting: For excavation in hard rock, where blasting operations are considered
necessary, the contractor shall obtain approval of the Engineer-in-Charge in writing for resorting
to blasting operations.
The contractor shall obtain license from the competent authority for undertaking blasting work as
well as for obtaining and storing the explosive as per the Explosive Act, 1884 as amended up to
date and the explosive Rules, 1983. The contractor shall purchase the explosives fuses,
detonators, etc. only from a licensed dealer. Transportation and storage of explosive at site shall
conform to the aforesaid Explosive Act and Explosive Rules. The contractor shall be responsible
for the safe custody and proper accounting of the explosive materials. Fuses and detonators
shall be stored separately and away from the explosives. The Engineer-in-Charge or his
authorized representative shall have the right to check the contractor‟s store and account of
explosives. The contractor shall provide necessary facilities for this.
The contractor shall be responsible for any damage arising out of accident to workmen, public or
property due to storage, transportation and use of explosive during blasting operation.
Blasting operations shall be carried out under the supervision of a responsible authorized agent
of the contractor (referred subsequently as agent only), during specified hours as approved in
writing by the Engineer-in-Charge. The agent shall be conversant with the rules of blasting.
All procedures and safety precautions for the use of explosives drilling and loading of explosives
before and after shot firing and disposal of explosives shall be taken by the contractor as detailed
in IS:4081 safety code for blasting and related drilling operation.
In case of small bridges and culverts, where there is a likelihood of their subsequent expansion
and authorized, the cable should be laid with some curve on both sides of the culvert or the
bridge to make some extra length available for re-adjustment of the cable at the time of
reconstruction of culvert or the bridge.
Laying of PLB pipe of different types and sizes in general, including some or all of the following
activities:-
Under each head there will be again three different sizes of boring:
The PLB pipe will be pulled through the horizontal bore with insertion of nylon rope provided by
the department. Balloon (25mm. dia and 45mm length) test both ways is to be carried out by the
bidder including the rope insertion if necessary for each pipe line. Duct integration test is to be
carried out for each pipe in case of without rope pipes.
a. Radio or any other detection system should be used for avoiding damage to existing
underground utilities i.e. electric supply, water pipe lines, telecom copper cables and optical fiber
cables, gas pipe lines, sewerage etc.
b. The depth of boring should be such as to clear any underground utilities/obstacles. However
in no case the depth of boring be less than 2m from the road surface.
c. In horizontal and vertical boring the system should be capable of going up to 10 mts below
the ground level.
2. Ground penetrating Radar survey and damage to Telephone cable and other
underground utility services:
(i) The contractor should collect all available information regarding underground services and
take necessary care to protect them. He should also have sufficient arrangements to identify and
protect such underground services.
(ii) The contractor shall carry out ground penetrating Radar survey along the proposed cable
route at his own cost to identify the underground services and for setting out the rules as directed
by executive officer. The executive officer shall provide the route map to the contractor if
available for plotting the existing utilities and setting the route for horizontal drilling. However, for
safe drilling the contractor should make requisite inspection and test pits whenever necessary.
3.1 The PLB pipe will be handed over to the contractor at stores. The contractor is to lift the
store from the store depot to the work site.
3.2 Guarding at work site is to be done by the contractor.
3.3 At the time of laying, jack and wheel should be used so that the pipe is not damaged.
3.4 The contractor is to make arrangement of water and power at the site of work
3.5 Permission for laying is to be taken by contractor from appropriate civic & road authorities.
3.6 Digging of test pit and restoration of pits are to be done by the contractor.
4. Fixing of Route Indicators/Joint Indicators: Pits shall be dug 1 M. towards jungle side
at every manhole for fixing of Route Indicator. In addition, Route Indicators are also required to
be placed where O.F Cable changes directions like road crossing etc. The pits for fixing the
indicator shall be dug for a size of 60 cms. X 60 cms. and 75 cms. (Depth). The indicator shall be
secured in upright position by ramming with stone and murrum up-to a depth of 60 cms. And
concreting in the ratio of 1:2:4(1: cement, 2: coarse sand, 4: stone aggregate 20 mm nominal
size) for the remaining portion of 15 cms. Necessary curing shall be carried out for the concreted
structure with sufficient amount of water for reasonable time to harden the structure. The route
indicator shall be painted with primer before painting with oil paint. The material used should
bear ISI mark. The size of each written letter should be at least 3.5 cms. The colours of painting
is yellow for Route Indicator and colour of sign writing white for Letters. The numbering scheme
for route indicators will be Joint No./Route Indicators No. for that joint. For example 2/6 indicator
means 6th route indicator after 2nd joint.
7. DOCUMENTATION:
The documentation, consisting of the following shall be prepared exchange to exchange for intra
SSA OFC links and for each section in case of Inter SSA/National Long Distance routes.
i) Route Index Diagrams – General :
This diagram shall consist of pipe Route Details on Geographical Map drawn to scale with
prominent land marks and alignment of pipe with reference to road. This shall be prepared on A-
3 sheets of 80 GSM.
ii) Route Index Diagrams – Profile :
These diagrams shall contain: Make and size of the pipe, Offset of pipe from center of the road
at every 10 meters, Depth profile of pipe at every 10 meters; Details of protection with type of
protection depicted on it, Location of culvert and bridges with their lengths and scheme of laying
of PLB Pipe/coil thereon, Important landmarks to facilitate locating the pipe in future and Location
of pulling manholes.
Page | 89 Seal & Sign of the Bidder
These diagrams shall be prepared on A-4 sheets of 80 GSM. On one sheet profile of maximum
400 meters shall be given to ensure clarity.
All the diagrams (i) & (ii) shall bear the signatures of the contractor, the SDE-Site-in-charge as a
proof of accuracy of the details. The diagrams shall be bound in A-4 size book with cover. The
cover sheets shall be of 110 GSM and laminated. The front cover shall have the details: Name of
the SSA/Project Organization, Name of the OFC Link, Name of the Contractor, Date of
commencement of work & Date of completion of work
For each route/section, 6 sets of above mentioned document shall be submitted.
8. SAFETY PRECAUTION:
i) Safety Precautions when excavating or working in excavations close to electric cables.
The Engineer-in-charge of the work should get full information from Electricity undertaking
regarding any electric cables, which are known or suspected to exist near the proposed
excavation and unless this is done, excavation should not be carried out in the section
concerned. The electricity undertaking should be asked to send a representative and work
should be preceded with close consultation with them.
Only wooden handled hand tools should be used until the electric cables have been completely
exposed. A cover slab of concrete, brick or stone from above should usually be used to protect
power Cables, not laid in conduits. They may or may not be protected on the sides. It is safer,
therefore, always to drive the point of the pickaxe downwards then uncovering a cable, so that
there is less chance of missing such warning slabs. No workman should be permitted to work
alone where there are electric cables involved. At least one more man should be working nearby
so that help can be given quickly in case of an accident. If disconnection of power could be
arranged in that section it will be better. No electric cables shall be moved or altered without the
consent of the Electric Authority and they should be contacted to do the needful. If an electric
cable is damaged even slightly, it should be reported to the Electric Authority and any warning
bricks disturbed during excavation should be replaced while back filling the trench. Before driving
a spike into the ground, the presence of other underground properties should be checked.
Information on plans regarding the location of power cables need not to be assumed as wholly
accurate. Full precautions should be taken in the vicinity until the power cable is uncovered. All
electric cables should be regarded as being live and consequently dangerous. Any power is
generally dangerous, even low voltage proving fatal in several cases.
ii) Electric shock-Action and treatment:
Free the victim from the contact as quickly as possible. He should be jerked away from the live
conductors by dry timber, dry rope or dry clothing. Care should be taken not to touch with bare
hands as his body may be energized while in contact. Artificial respiration should begin
immediately to restore breathing even if life appears to be extinct. Every moment of delay is
serious, so, in the meanwhile, a doctor should be called for.
Safety precautions while working in Public Street and along railway lines where a road or
footpath is to be opened up in the course of work, special care should be taken to see that
proper protection is provided to prevent any accidents from occurring. Excavation work should be
done in such a manner that it will not unduly cause inconvenience to pedestrians or occupants of
buildings or obstruct road traffic. Suitable bridges over open trenches should be so planned that
these are required for the minimum possible time. Where bridges are constructed to
accommodate vehicular traffic and is done near or on railway property, it should be with the full
consent and knowledge of the competent railway authorities.
No person shall deliver or dispatch any explosives to anyone other than a person who is the
holder of a license to possess the explosives or the agent of holder of such a license duly
authorized by him in writing on his behalf or is entitled under these rules to possess the
explosives without a license.
The explosives so delivered or authorized shall in no case exceed the quantity, which the person
to whom they are delivered or authorized to possess with or without a license under these rules.
No other shall receive explosives from any person other than the holder of a license granted
under these rules. No person shall receive from or transfer explosives to any person for a
temporary storage or safe custody in a licensed premise unless prior approval is obtained from
the Chief Controller.
A person holding license for possession of explosives granted under these rules shall store the
explosives only in premises specified in the license.
10. PROTECTION FROM LIGHTENING DURING STORING: Every magazine shall have
attached there to one or more efficient lightening conductors designed and erected in
accordance with the specification laid down in Indian Standard Specifications No.2309 as
amended from time to time. The connections to various parts of earth resistance of the lightening
conductor terminal on the building to the earth shall be tested at least once in every year by a
qualified electrical engineer or any other competent person holding a certificate of competency in
this behalf from the State Electricity Department. A certificate showing the results of such tests
and the date of the last test shall be hung up in conspicuous place in the building.
i) Precautions during thunder–storm:
When a thunder-storm appears to be imminent in the vicinity of a magazine or store house
every person engaged in or around such magazine and store house shall be withdrawn to a safe
Page | 93 Seal & Sign of the Bidder
distance from such magazine or store house and the magazine and store house shall be kept
closed and locked until the thunder storm has ceased or the threat of it has passed.
ii) Maintenance of records:
Every person holding a license granted under these rules for possession, sale or use of
explosives shall maintain records in the prescribed forms and shall produce such record on
demand to an Inspection Officer.
iii) Explosives not be kept in damaged boxes:
The licensee of every magazine or store house shall ensure that, the explosives are always kept
in their original outer package. In case, the outer package gets damaged so that the explosives
contained therein cannot be stored or transported, such explosives shall be repacked only after
the same are examined by controller of explosives.
iv) Storage of explosives in excess of the licensed quantity:
The quantity of any kind of explosives kept in any licensed magazine or store house shall not
exceed the quantity entered in the license against such kind of explosives. No explosives in
excess of the licensed quantity shall be stored in the magazine or store house unless a permit in
this behalf is obtained from the licensing authority by a letter or telegram.
The holes shall be cleaned for 30 cm of tamping and its direction ascertained by placing a stick
in the hole. Another hole shall then be drilled 15 cm away and parallel to it. This hole shall be
charged and fired. The misfired holes shall also explode along with the new one. Before leaving
the site of work, the agent of one shift shall inform another agent relieving him for the next shift,
of any case of misfire and each such location shall be jointly inspected and the action to be taken
in the matter shall be explained to the relieving agent.
The Engineer-in-charge shall also be informed by the agent of all cases of misfire, their causes
and steps taken in that connection.
11. GENERAL PRECAUTIONS:
For the safety of persons red flags shall be prominently displayed around the area where blasting
operations are to be carried out. All the workers at site, except those who actually ignite the fuse,
shall withdraw to a safe distance of at least 200 meters from the blasting site. Audio warning by
blowing whistle shall be given before igniting the fuse.
Blasting work shall be done under careful supervision and trained personnel shall be employed.
Blasting shall not be done within 200 meters of an existing structure, unless specifically permitted
by the Engineer-in-charge in writing.
125 MM
125 MM
BSNL
1:2:4 RCC
Ground Level
Ground level
600 MM
100 MM
150MM 100 MM 2
nos
of 8mm
Horizontal
1 Optical Fibre cable drum 24F/12F/48F Rs.100/- per empty cable drum
Note: -These are fixed rates and no variations shall be acceptable from these rates.
6(A) - for understanding the terms & condition of Tender & Spec. of work for
a) Certified that:
1. I/ We ……………………………………. have read, understood and agree with all the terms and conditions,
specifications included in the tender documents & offer to execute the work at the rates quoted by us in
the tender form.
2. If I/ We fail to enter into the agreement & commence the work in time, the EMD/ SD deposited by us will
stand forfeited to the BSNL.
c) Declaration regarding internet downloaded bid submission asper clause no 12, Section – 1A.
I / We declare that no addition / deletion / corrections have been made in the downloaded tender document
being submitted and it is identical to the tender document appearing on the website.
d) Certificate regarding firm has not black listed by any Central/State Government units /BSNL/ MTNL
/GST Authority.
I,……………………………………………………….……S/o………………………………………
r/o…………………………………………………..……hereby certify that we or our firm
……………………………………………………………………… has not been BLACK LISTED by any
Central/State Government units /BSNL/ MTNL /GST Authority. In case at any stage, it is found that the
information given by me is false/incorrect, BSNL shall have the absolute right to take any action as deemed
fit/without any prior intimation to me.
e) Clause by Clause Compliance
It is to certify that the tender document is carefully read & understood and all the sections and clauses are
compiled unconditionally & unequivocally. There is no deviation from the terms & conditions of the tender.
f)INDEMNITY UNDERTAKING
The tenderer hereby irrevocably agrees to indemnify BSNL that in case Input Tax Credit is denied to BSNL due
to failure of the tenderer to comply with the relevant laws/ regulations applicable in India or overseas or due to
blacklisting of tenderer by GST authorities, the tenderer shall reimburse an amount equal to amount payable by
BSNL and BSNL reserves the right to recover the same from the tenderer.
Date: ……………
Signature of Tenderer……………
Place: …………… Name of Tenderer ……………………………….
Along with date & Seal
I ___________________________Son of / W /O___________________________
R/O _________________________here by certify that none of my relative(s) as defined in tender
document is/are employed in BSNL unit as per details given in tender document. In case at any
stage, it is found that the information given by me is false/ incorrect, BSNL shall have the absolute
right to take any action as deemed fit/ without any prior intimation to me.
Signed ___________________
Position ____________________________
Date ____________________________
Note: - In case of proprietorship firm certificate will be given by the proprietor, for partnership firm
certificate will be given by all the partners and in case of limited company by all the Directors of the
Company. Any breach of these conditions by the company or firm or any other person, the tender/
work will be cancelled and earnest money / security deposit will be forfeited at any stage whenever it
is 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.
I/We, hereby, express my willingness to receive payment of the bills through Electronic Fund
Transfer Scheme. I/We do authorize Accounts Officer (Claim) O/o CGMT BSNL, UP WEST
Circle, MEERUT to arrange to credit the payment of my bills through Electronic Payment System
to my account numbers as given above. I am ready to bear any charges levied by any Bank in this
regard.
I/We, hereby, undertake that till a change is requested by me/us the payment shall continue to be
made in the aforementioned account.
I/We, do hereby, declare that the particulars given above are correct and complete to the best of
my/our Knowledge. If the transaction is delayed or not effected at all for incomplete information. I
would not hold BSNL responsible. Any dispute, if arises will be subject to MEERUT jurisdiction.
Date:
Name and Signature of the
Authorized Signatory with Seal.
2. We 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 stating that the amount claimed is due by way
of loss or damage caused to or would be caused to or suffered by the BSNL by reason of breach
by the said bidder(s) of any of terms or conditions contained in the said Agreement or by
reason of the bidder (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 the 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 the “B. G. Amount”.
3. We undertake to pay to the BSNL any money so demanded notwithstanding any dispute or
disputes raised by the bidder(s) in any suit or proceeding 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 bidder(s) shall have
no claim against us for making such payment.
4. We 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 BSNL Certifies that the terms and conditions
of the said Agreement have been fully and properly carried out by the said bidder(s) and accordingly
discharge this guarantee. Unless a demand or claim under this guarantee is made on us in writing
or before the expiry of Validity date from the date hereof, we shall be discharged from all liability under
this guarantee thereafter.
5. We 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 bidder(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 bidder(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
Page | 105 Seal & Sign of the Bidder
being granted to the said Bidder(s) or for any forbearance, act or omission on the part of the BSNL or
any indulgence by the BSNL to the said bidder(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.
7. In case BSNL demands for any money under this bank guarantee, the same shall be paid
through banker‟s Cheque in favor of “Bharat Sanchar Nigam Limited, Meerut, payable at Meerut.
8. The Bank guarantees that the below mentioned officer who have signed it on behalf of the Bank
have authority to give this guarantee under its delegated power.
Place: ……………………………
2. We, the Surety, do hereby undertake to pay the amounts due and payable under this
Surety without any demur, merely on a demand from the BSNL stating that the amount
claimed is due by way of loss or damage caused to or would be caused to or suffered by
the BSNL by reason of breach by the said Principal of any of terms or conditions contained
in the said tender Agreement or by reason of the Principal‟s failure to honour its bid
submitted to perform the said works. Any such demand made on the Surety shall be
conclusive as regards the amount due and payable by the Surety under this Surety where
the decision of the BSNL in these counts shall be final and binding on the Surety. However,
our liability under this Surety shall be restricted to an amount not exceeding the “Surety
Amount”.
3. We, the Surety, undertake to pay to the BSNL any money so demanded notwithstanding
any dispute or disputes raised by the Principal in any suit or proceeding 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 Principal shall have no claim against us for making such
payment.
4. We the Surety, further agree that the Surety herein contained shall remain in full force and
effect during the period that would be taken for the performance of the said tender
agreement and that it shall continue to be enforceable till all the dues of the BSNL under or
by virtue of the said tender Agreement have been fully paid and its claims satisfied or
discharged or till BSNL Certifies that the terms and conditions of the said tender Agreement
have been fully and properly carried out by the said Principal and accordingly discharge
this Surety. Unless a demand or claim under this Surety is made on us in writing or before
the expiry of Validity date from the date hereof, we shall be discharged from all liability
under this Surety thereafter.
5. We the Surety 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 tender Agreement or to extend time of
performance by the said Principal 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 Principal and to
forbear or enforce any of the terms and conditions relating to the said tender agreement
and we shall not be relieved from our liability by reason of any such variation, or extension
being granted to the said Principal or for any forbearance, act or omission on the part of
the BSNL or any indulgence by the BSNL to the said Principal or by any such matter or
7. In case BSNL demands for any money under this Surety Bond, the same shall be paid
through Banker‟s Cheque in favour of “Bharat Sanchar Nigam Limited, Meerut, payable at
Meerutor by any other mode such as NEFT/RTGS, etc., as indicated by BSNL in its
demand letter.
8. The Surety declares that the below mentioned officer who have signed it on behalf of the
Surety, have authority to give this Surety under its delegated power.
Place: ……………………………
Name, Address, Contact number and official Email ID of the Controlling Office of the Surety Issuing Branch
or any web portal link, from whom / where the Surety Bond can be got confirmed by BSNL.
…………………………………..
………………………………….
………………………………….
………………………………….
I/ We Mr. /Ms. …………………………………….. have submitted our bid for the tender no.
………………………….……… in respect of
………………………………………………………….. (Item of work) which is due to open on
…………………. (date) in the office of AGM(MM) O/o CGMT,UP WESTCircle,BSNL,4th Floor
Shashtri Nagar Telephone Exchange TE Building, MEERUT-250004.
……………………………………...
Signature of the Representative (2)
……………………………………...
Signature of Bidder/ Officer
Note 1: Maximum two representatives will be permitted to attend the Bid opening.
2. Permission for entry to the hall where bids are opened may be refused in case authorization
as prescribed above is not received.
1. We, “the Bank” do hereby undertake and assure to the BSNL that if in the opinion of the BSNL,
the Contractor has in any way failed to observe or perform the terms and conditions of the said
agreement or has committed any breach of its obligations there-under, the Bank shall on demand
and without any objection or demur pay to the BSNL the said sum limited to BG Amount or such
lesser amount as BSNL may demand without requiring BSNL to have recourse to any legal
remedy that may be available to it to compel the Bank to pay the same.
2. Any such demand from the BSNL shall be conclusive as regards the liability of Contractor to
pay to BSNL or as regards the amount payable by the Bank under this guarantee. The Bank
shall not be entitled to withhold payment on the ground that the Contractor had disputed its
liability to pay or has disputed the quantum of the amount or that any arbitration proceeding or
legal proceeding is pending between Contractor and BSNL regarding the claim. Liability of the
bank under this present being absolute and unequivocal.
3. We, the Bank further agree that the guarantee shall come into force from the date of its issue
and shall remain in full force and effect up to its Validity date.
4. The Bank further agrees that the BSNL shall have the fullest liberty without the consent of the
Bank and without affecting in any way the obligations hereunder to vary any of the terms and
conditions of the said agreement or to extend the time for performance of the said agreement
from any of the powers exercisable by BSNL against the Contractor and to forebear to enforce
any of the terms and conditions relating to the said agreement and the Bank shall not be relieved
from its liability by reason of such failure or extension being granted to Contractor or through any
forbearance, act or omission on part of BSNL or any indulgence by BSNL to Contractor or any
other matter or thing whatsoever which under the law relating to sureties would but for this
provision have the effect of relieving or discharging the guarantor.
5. Notwithstanding anything herein contained; (a) The liability of the Bank under this guarantee is
restricted to the BG Amount and it will remain in force up to its Validity date. (b) The guarantee
shall stand completely discharged and all rights of the BSNL under this Guarantee shall be
extinguished if no claim or demand is made on us in writing on or before its validity date.
6. In case BSNL demands for any money under this bank guarantee, the same shall be paid
through DD/Banker‟s Cheque/RTGS in favour of Bharat Sanchar Nigam Limited, Meerut, payable
at Meerut
7. The Bank guarantees that the below mentioned officer who have signed it on behalf of the
Bank have authority to give this guarantee under its delegated power.
Place: ……………………………
Date: …………………………..
(Signature of the Bank Officer)
Rubber stamp of the bank
Authorized Power of Attorney Number: ……………….
Name of the Bank officer: …..…………………………..
Designation: ………………………………..…………….
Complete Postal address of Bank: …….………………
Telephone Numbers ………….…………………………
Page | 110 Seal & Sign of the Bidder
7 (D) – For the Performance Guarantee
(To be typed on Rs.100/- non-judicial stamp paper)
2. We, “the Bank” do hereby undertake and assure to the BSNL that if in the opinion of the BSNL, the
Bidder has in any way failed to observe or perform the terms and conditions of the said agreement or has
committed any breach of its obligations there-under, the Bank shall on demand and without any objection
or demur pay to the BSNL the said sum limited to P.G. Amount or such lesser amount as BSNL may
demand without requiring BSNL to have recourse to any legal remedy that may be available to it to compel
the Bank to pay the same.
3. Any such demand from the BSNL shall be conclusive as regards the liability of Bidder to pay to BSNL or
as regards the amount payable by the Bank under this guarantee. The Bank shall not be entitled to
withhold payment on the ground that the Bidder had disputed its liability to pay or has disputed the
quantum of the amount or that any arbitration proceeding or legal proceeding is pending between Bidder
and BSNL regarding the claim.
4. We, the Bank further agree that the guarantee shall come into force from the date of its issue and shall
remain in full force and effect up to its Validity date.
5. The Bank further agrees that the BSNL shall have the fullest liberty without the consent of the Bank and
without affecting in any way the obligations hereunder to vary any of the terms and conditions of the said
agreement or to extend the time for performance of the said agreement from any of the powers exercisable
by BSNL against the Bidder and to forebear to enforce any of the terms and conditions relating to the said
agreement and the Bank shall not be relieved from its liability by reason of such failure or extension being
granted to Bidder or through any forbearance, act or omission on the part of BSNL or any indulgence by
BSNL to Bidder or any other matter or thing whatsoever which under the law relating to sureties would but
for this provision have the effect of relieving or discharging the guarantor.
7. In case BSNL demands for any money under this bank guarantee, the same shall be paid through
banker‟s Cheque in favour of “Bharat Sanchar Nigam Limited, Meerut, payable at Meerut.
8. The Bank guarantees that the below mentioned officer who have signed it on behalf of the Bank have
authority to give this guarantee under its delegated power.
Place: ……………………………
Date: …………………………..
(Signature of the Bank Officer)
Rubber stamp of the bank
Authorized Power of Attorney Number: ……………….
Name of the Bank officer: ……………………………..
Designation: ……………………………………
Complete Postal address of Bank: ……………………
Telephone Numbers ……………………………..
Now at the request of the Principal, We ...................... Insurance Company Limited,registered under the
Insurance Act, 1938, with its Corporate office, …………………………………………….and
Registered/Head Office …………………………………………………………………………………… (the
“Surety”) to transact the business of Surety Insurance under the powers conferred under Section 14
(2) (i) of IRDA Act, 1999 & IRDA Guidelines issuedvide IRDAI/NL/GDL/SIC/01/01/2022 3rd January,
2022, agreed to give this Surety Bond by way of performance guarantee as hereinafter contained:
2. The Surety do hereby undertake and assure to the BSNL that, if in opinion of BSNL the Principal in any
way fails to observe or perform the terms and conditions of the Agreement or commits any breach of its
obligations there-under, the Surety shall on demand and without any objection or demur pay to the BSNL
such sum or sums up to an aggregate sum of the Bond Amount or such lesser amount as BSNL may
demand without requiring BSNL to have recourse to any legal remedy that may be available to it to compel
the Surety to pay the same.
3. Any such demand from the BSNL shall be conclusive as regards the liability of Principal to pay to BSNL
or as regards the amount payable by the Surety under this Surety Bond. The Surety shall not be entitled to
withhold payment on the ground that the Principal had disputed its liability to pay or has disputed the
quantum of the amount or that any arbitration proceeding or legal proceeding is pending between Principal
and BSNL regarding the claim.
4. The liability of the Surety under this Surety Bond is restricted to the Bond Amount and this Surety Bond
shall come into force from the date of its issue and shall remain in full force and effect up to its Validity
date.
5. The Surety further agrees that the BSNL shall have the fullest liberty without the consent of the Surety
and without affecting in any way the liability of the Surety under this Surety Bond to vary any of the terms
and conditions of the Agreement or to extend the time for the performance contained in the Agreement
from any of the powers exercisable by BSNL against the Principal and to forebear from enforcing any of
the terms and conditions relating to the Agreement and the Surety shall not be relieved from its liability by
reason of such failure or extension being granted to Principal or through any forbearance, act or omission
on the part of BSNL or any indulgence by BSNL to Principal or any other matter or thing whatsoever which
under the law relating to sureties would but for this provision have the effect of relieving or discharging the
Surety.
6. In case BSNL demands for any money under this Surety Bond, the same shall be paid through banker‟s
Cheque in favour of “Bharat Sanchar Nigam Limited, Meerut, payable at Meerut or by any other mode
such as NEFT/RTGS, etc., as indicated by BSNL in its demand letter.
7. The Surety guarantees that the below mentioned officers who have signed it on behalf of the Surety
have authority to give this Surety Bond under its delegated power.
3. Further a claim period of 3( three)months from the Validity date of the Surety Bond is available
to make a demand under this Surety Bond. We are liable to pay the Bond Amount or any part
thereof under this Surety Bond only and only if you serve upon us a written claim or demand on
or before ……………….. (Date of claim period if any).
4. At the end of expiry of the Validity Date (including claim period), unless an action to enforce the
claim under this Surety Bond is initiated before the Court or Tribunal on or before 12 months after
the expiry of the Validity Date (including claim period), all your rights under this Surety Bond shall
stand extinguished and we shall be relieved and discharged from all our liabilities and obligations
under this Surety Bond irrespective of return of original Surety Bond
Place: ……………………………
Designation: ……………………………………
Whereas the contractor has offered to enter into contract with the BSNL for the execution of work
of OFC laying on behalf of BSNL using open trenching and trenchless technology and other
associated works of OFCableon the terms and conditions herein contained and the rates
approved by the BSNL (copy of Rates annexed) have been duly accepted and whereas the
necessary security deposits, as mentioned below, have been furnished in accordance with the
provisions of the tender document and whereas no interest will be claimed on the security
deposits.
b) Material Security BG No: ………… for Rs. …………… Issued by: ……………… (Bank)
Now these presents witness and it is hereby agreed and declared by and between the parties
to these presents as follows.
1) The contractor shall, during the period of this contact that is to say from……..
……………………………………..to …………………….or completion of work for
Rs._____________________________________(In words) _________________ whichever is
later or until this contract shall be determined by such notice as is hereinafter mentioned, safely
carryout, by means of labours employed at his own expenses and by means of tools, implements
and equipment etc. to be supplied by him to his labour at his own expenses, all trenching and
trenchless pipe laying, cable pulling, cable splicing, joint chamber preparation, fixing, painting
and sign writing or route indicators and other associated works as described in tender documents
(annexed to the agreement), when the Tender Issuing Authority or any other persons authorized
by Tender Issuing Authority in that behalf require. It is understood by the contractor that the
quantity of work mentioned on the schedule is likely to change as per actual requirements as
demanded by exigencies of service.
2) The NIT (notice inviting tender), Bid documents (Qualifying and Financial), letter of intent,
approved rates, annexed hereto and such other additional particulars, instructions, drawings,
work orders as may be found requisite to be given during execution of the work shall be deemed
and taken to be an integral part of the contract and shall also be deemed to be included in the
expression “The Agreement” or “The Contract” wherever herein used.
3) The contractor shall also supply the requisite number of workmen with means & materials as
well as tools, appliances, machines, implements, vehicles for transportation, cartage etc. required
for the proper execution of work within the time prescribed in the work orders.
4) The contractor hereby declares that nobody connected with or in the employment of the
BSNL is not/shall not ever be admitted as partner in the contract.
5) The contractor shall abide by the terms and conditions, rules, guidelines, construction
practices, safety precautions etc. stipulated in the tender document including any
correspondence between the
Page | 114 Seal & Sign of the Bidder
Contractor and the BSNL having bearing on execution of work and payments of work to be done
under the contract.
In witness whereof the parties present herein set their respective hands and seals the day and
year in _________________
Above written:
Witness:
1.
2.
Witness:
1.
2.
To
The Engineer-in-Charge,
………………………..
Sub : Approval for lower depth than 200/165/135/90 cms ( depending on the terrain
and method of execution as applicable)
Sir,
In the following section lengths the normal depth of …….(as prescribed) could not
be
achieved due to reasons stated against each section vide above reference work order.
Your approval is requested.
Yours faithfully,
POWER OF ATTORNEY
(a) Shri/Smt____________________________________________
(In case of Proprietary / Partnership firms/Company, the tender has to be digitally signed
by Proprietor /Partner(s)/authorized signatory only, as the case may be)
………………………………………………………………….......................……………………..
………………………………………………………………………………............................…..
4.Correspondence Address
…………………………………………………………………………………………………
…………………..……..................................………………………………………………………………
……………………………………………………………………………………
I. Proprietorship (ii) Partnership (iii) LLP (iv) Private Limited (v) Public Limited
(Please attach attested copies of documents of registration/incorporation of your firm with the
competent authority as required by business law)
…………………………………………………………………..........................................................
a. Name of Bank..............................................................
b. Name of Branch.................................................City.........................................
c. Branch Code.........................................
B) Questionnaire
1. Do you think any other detail/ material is required to complete the work specified in the
specification? Yes/ No.
1.1 If Yes, Give details
………………………………………………………………………………………
………………………………………………………………………………………
2. Do you think any other item of work need be included in tender form to complete the work
specified in the specification? Yes/ No.
2.1 If Yes, Give details
………………………………………………………………………………………
………………………………………………………………………………………
3. Kindly indicate the maximum Quantity of tendered material which you are capable of supplying
within the scheduled delivery period. (Not Applicable for this tender)
Name of the tendered Item Qty that can be supplied by the firm within
scheduled delivery period.
BID FORM
To
From,………………………………………….
……………………………………….
<complete address of the purchaser> complete address of the Bidder>
…………………………………………. ………………………………………………..
………………………………………… ……………………………………………….
1. Having examined the above mentioned tender enquiry document including amendment/
clarification/ addenda Nos. ...................... dated …………….. ……………the receipt of
which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver
.............................................. in conformity with the said drawings, conditions of contract
and specifications for the sum shown in the schedule of prices attached herewith and
made part of the financial Bid.
2. Bid submitted by us is properly sealed and prepared so as to prevent any subsequent
alteration and replacement.
3. We agree to abide by this Bid for a period of 150 days from the date fixed for Bid
opening or for subsequently extended period, if any, agreed to by us. This bid shall
remain binding upon us up to the aforesaid period.
4. We understand that you are not bound to accept the lowest or any bid, you may receive.
5. If our Bid is accepted, we will provide you with a performance guarantee from a
Scheduled Bank/ Nationalize Bank for a sum @ 10% of the contract value for the due
performance of the contract.
6. If our Bid is accepted, we undertake to complete delivery of all the items and perform all
the services specified in the contract.
7. Until a formal Work Order of Contract is prepared and executed, this Bid together with
your written acceptance thereof in your notification of award shall constitute a binding
contract between us.
Signature ………………………….
Witness Name ……………………………..
Signature…………………………. In the capacity of ………………………
Name …………………………….. Duly authorized to sign the bid for and
Address................................... On behalf of ........................................
Submitted
Sr.
List of Documents to be submitted offline Yes/No/Not
NO
applicable
Original instrument for Bid Security /EMD as per Clause no.5 Section 1 (if submitted
1 using offline mode)
Original ink SignedPower of Attorney & authorization for executing the power
2 of Attorney in accordance with clause 14.3 of Section -4 Part A.
Letter of authorization for attending bid opening as per Section-7B of the tender
3 document.
Submitted
Sr.
Documents to be submitted in technical envelop online Yes/No/Not
No
applicable
Scanned Copy of Bid Security in the form of DD/Bankers cheque/ BG/ proof of online
1
payment as per Clause 12 of Section-4 Part A (as per Proforma 7(A) of Section-7)
Latest and valid MSE Certificate as per Clause 12, Section-4 Part A (if applicable)&
2
Self declaration as per section-6D
Scanned copy of Power of Attorney & authorization for executing it, as per clause
3
14.3 of Sec-4 Part-A. (as per Proforma7(H) of Section -7)
Certificate(s) showing fulfillment of the eligibility criteria(s) stated in Clause 4 of the
4
DNIT &Clause 1 Section 4 Part B
5 Original Tender document digitally singed
Undertaking & Declaration duly filled & signed containing No deviation statement and
6 Clause-by-Clause compliance as per clause 11.2 (c) & 31.1(c) of section-4 Part(A) in
the format of 6(A) of section 6 of Bid Document
7 Bidder‟s Profile & Questionnaire dully filled in as per Section -8
8 Bid Form duly filled in as per Section-9 Part A
9 Documentary proof of GST registration as per clause 10.1(iv) of Sec 4 Part A.
No Near relative certificate(s) as per clause no.34 of section-4 Part A and as per
10
proforma 6(B) Section 6
Copy of Certificate of Incorporation/Firm registration certificate as per clause 10.1 of
11
section-4 Part A
Copy of Article of Memorandum of Association or Partnership deed as the case may
12
be as per clause 10.1 of section-4 Part A
List of all Directors including their name(s), Director Identification Number(s) (DIN)
13 and address (es) along with contact telephone numbers of office and residenceas per
clause 10.1 of section-4 Part A.
14 PAN Card/EPF registration/ESIC registration
Bank Mandate & Undertaking regarding receiving payment through EFTS (Format
15
as per Section-6 (Part-C)
16 Declaration regarding Genuineness of Documents (Format as per Section-6 (Part-E)
Attested copy of the Labor License or an affidavit that he is exempted from
17
securing labor license.
Self-certificate regarding Class-I/Class-II Local supplier as per DOPIIT
18
Order dated 04.06.2020.
19 Self-certificate as per Note-4 of Clause-1 of DNIT (Section-1)
20 Any other supporting documents asked for in bid document
Sr. Submitted
No Documents to submitted in financial envelop online only YES/NO
1 Price Bid Section 9 Part-B duly filled & signed
Tender Inviting Authority: Chief 1. Having examined the tender documents, terms and
General Manager, UP WEST conditions stipulated therein specification of work etc., we, the
Telecom Circle, BSNL, undersigned officer to execute the OFC Development work in
MEERUT UP WEST Telecom Circle with the said specifications and
Name of Work: Laying 4.5 Km conditions of the contract as mention in SOR (Schedule
OF Cable for IT Shelter East Original Rate) in description of item where applicable at the
and West Building at Jewar percentage (Above, Below & At Par) on standard Schedule rates
Airport in Noida BA. (SOR) given in Section-3 rate sheet as under. Quoted rates are
inclusive of all charges and levies but exclusive of Goods and
NIT No.: UPWCO-23/11/1/2024-
Service Tax (GST) which shall be paid extra as applicable.
MM/873372 Dated 11/03/2024
2. Prices quoted at any other place shall not be considered.
If our Bid is accepted we shall submit the securities as per the conditions mentioned in the tender
document.
We agree to abide by this bid for a period of 150 days from the date of opening of qualifying bid and it
shall remain binding upon us and may be accepted at any time before the expiry of that period.