+ All Categories
Home > Documents > BHARAT SANCHAR NIGAM...

BHARAT SANCHAR NIGAM...

Date post: 05-Nov-2019
Category:
Upload: others
View: 2 times
Download: 0 times
Share this document with a friend
48
1 BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise) Bid Document Tender No. AGM (MP)/E-TENDER/EMF Data/2018-19/1 dated 16.10.2018 E-Tender for EMF Survey of BTS sites in Thrissur BA and Data updation in NEP Portal Office of Principal General Manager Telecom BHARAT SANCHAR NIGAM LIMITED Thrissur Telecom District. (Visit us at www.kerala.bsnl.co.in & www.tenderwizard.com/BSNL) Signature of bidder
Transcript

1

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

Bid Document

Tender No. AGM (MP)/E-TENDER/EMF Data/2018-19/1 dated16.10.2018

E-Tender for EMF Survey of BTS sites inThrissur BA and Data updation in NEP Portal

Office of Principal General Manager TelecomBHARAT SANCHAR NIGAM LIMITED

Thrissur Telecom District.

(Visit us at www.kerala.bsnl.co.in & www.tenderwizard.com/BSNL)

Signature of bidder

2

TABLE OF CONTENTS Section No.

Content Page No.

TECHNICAL BID DOCUMENT I Notice inviting Tender 3-4II A Scope of Work 5-11II B Schedule of Requirements 12III A Instructions to Bidders 13-19III B E-tendering Instructions to Bidders 20-22IV A General and commercial conditions of contract 23-29IV B Special conditions of contract 30-32V BID Form 33VI Bidders Profile 34VII No Near Relative certificate 35VIII Agreement 36IX Letter of authorization for attending bid opening 37X Performance Bank Guarantee 38-39XI Mandate form for transfer of payments through Electronic fund

transfer scheme40

XII Undertaking regarding genuineness f documents 41XIII Letter to refund EMD and Pre Receipt 42XIV Vendor Master Form 43-44XV Undertaking & Declaration 45XVI Declaration on clause by clause compliance 46Annexure I

Data of Lowest Antenna Height 47

FINANCIAL BID DOCUMENT

XVII FINANCIAL BID 48

Signature of bidder

3

BHARAT SANCHAR NIGAM LIMTIEDO/o THE PRINCIPAL GENERAL MANAGER TELECOM, BSNL,

TUDA Road , Thiruvambady.P.O, Thrissur-680 022Tender No. AGM (MP)/E-TENDER/EMF DATA/2018-19/1 dated

16.10.2018

SECTION 1NOTICE INVITING TENDER

Digitally sealed e-Tenders are invited by the Principal General Manager, Telecom, BSNL, Thrissur from the eligible experienced contractors having valid PAN, GST Registration Number (Not under Composite Scheme), EPF and ESI Registration for EMF Survey of BTS sites in Thrissur BA and Data updation in NEP Portal

1 Name of work EMF Survey of BTS sites in Thrissur BA and Data updation in NEP Portal

2 Period of completion Allowed Three months from the date of agreement

3 Estimated Cost Rs 325200/- (Three Lakhs Twenty five Thousand two hundred only)

4 EMD (Bid Security) Rs. 6500/-( Six Thousand five hundred only )

5 Cost of Bid Document Rs. 590/- (Five Hundred and Ninety only)6 Area of contract Anywhere in Thrissur BA 7 Time and last date of On line

submission of Bid Up to 11.00 Hrs. on 07.11.2018

8 Time and Date of PhysicalSubmission of Technical Bid Up to 12.00 Hrs on 07.11.2018

9 Time & date of Tender Opening 15. 00 Hrs on 07.11.201810 Venue of Tender Opening Tender Committee Room, IInd Floor, BSNL Sanchar

Bhawan, Kovilakathumpadam, Thrissur -680022

1. Note: In case the last date of submission /opening of bid is declared to be a holiday, last dateof submission / opening of bid will get shifted automatically to next working day at the same sched-uled time. Any change in bid submission/ opening date due to any other unavoidable reasons will benotified through the BSNL web site and/or e-Tender Portal and/or newspapers2. The Tender document can be downloaded from the website: www.tenderwizard.com/BSNL andto be submitted in e-format. Cost of Tender Document and Earnest Money Deposit (EMD) should bepaid in the form of crossed DD issued by Nationalized / Scheduled Bank in favour of ‘’ The AccountsOfficer (Cash), O/o The PGMT, BSNL, Sanchar Bhavan, TUDA Road, Kovilakathumpadam Thrissur680022’’ payable at Thrissur.

The tender documents shall be issued to MSME bidders free of cost provided the tendered items arelisted in the Registration Certificate of MSME.The MSE units registered with the designated MSMEbodies , like National Small Industries Corporation (NSIC) etc shall be given exemption from paymentof Bid Security deposit, provided the tendered items are listed in the Registration Certificate of MSME.A proof regarding current registration with the designated MSME bodies , like District Industries Centersor with National Small Industries Corporation (NSIC) for the tendered items will have to be attachedalong with the bid.The enlistment certificate issued by bodies registered under MSME like District Industries Centers orNational Small Industries Corporation (NSIC), should be current and valid on the date of opening ofbid.

Signature of bidder

4

3 The scanned copies of the Demand Draft towards EMD/BID security, cost of bid document have tobe uploaded in the e-Tender Portal of M/s ITI.

4 Intending bidders are requested to register themselves with M/s. ITI Limited through the websitewww.tenderwizard .com/BSNL for obtaining user-id, Digital Signature etc., by paying Vendorregistration fee and processing fee for participating in the above mentioned tender.

5. BSNL has decided to use the process of e-tendering for inviting this tender and thus the physicalcopy of the tender would not be sold. Bidders may note that the tender document can be downloadedfrom the website www.tenderwizard.com/BSNL or following the “Tenders” link of thewebsite www.keralatelecom.com from 14.00 hrs on 17.10.2108 to 11.00 hrs on 07.11.2018.

6. The bidders shall furnish a declaration that no addition / deletion / corrections have beenmade in the downloaded tender document being submitted and it is identical to the tender documentappearing on Web-site (www.tenderwizard.com/BSNL) as per Section XII.

7. In case of any correction/ addition/ alteration/omission is found in the tender document thetender bid shall be treated as non-responsive and shall be rejected.

8. The documents as listed in clause 5(i) of Section III A should be uploaded in the E-TenderPortal. 9. BSNL has adopted e-tendering process which offers a unique facility for, Public Online TenderOpening Event (TOE), BSNL’s Tender Opening Officers as well as authorized representatives of bidderscan attend the Public Online Tender Opening Event (TOE) from the comfort of their offices. However, ifrequired, bidders or their authorized representatives can attend the Tender Opening Event at theOffice of Asstt. General Manager (MP), O/o Principal General Manager Telecom, BSNL, 2nd Floor,BSNL Sanchar Bhavan, Kovilakathumpadam , Thrissur – 680022 where BSNL’s Tender OpeningOfficers would be conducting Public Online Tender Opening Event (TOE).

10. Incomplete, ambiguous, Conditional tender bids are liable to be rejected.

11. Amendments, if any, to the tender document will be notified in the above website as and whensuch amendments are notified. It is the responsibility of the bidders who have downloaded the tenderdocument from the website to keep themselves abreast of such amendments before submitting thetender document.

12. BSNL reserves the right to reject any or all tenders without assigning any reason what so ever. BSNL reserves the right to award any route to any contractor according to the priority of work. If any contractor fails to complete the work awarded within the stipulated time, BSNL reserves the right to awardthe work to other approved contractor, at the approved rate, based on performance and also have the right to increase or decrease the quantum of work up to 25% of the total requirement without any change in the rate or other terms and conditions at the time of award of contract or during the operation of contract

A. The basic rate quoted should be inclusive of transportation, loading, unloading charges, etc.excluding GST. The contractor should intimate GST Registration details.

14 The tender, which is not accompanied by the requisite EMD and cost of tender form, shall besummarily rejected. For further details visit website www.tenderwizard.com/ www.keralatelecom.com.

Sd/- Assistant General Manager (MP)

O/o GMT, BSNL, Thrissur -680 022Tele. No.0487-2222150

Signature of bidder

5

SECTION II A

SCOPE OF WORK

Detailed Procedure for Biannual EMR Survey 2019

1.1 Salient features of Survey

The Salient points of the survey of the site are as under

1. Site type2. Building height3. Tower height4. Site address with village & panchayath5. Pincode6. Latitude/Longitude of the site and its GPS Photo7. Site signage boards Photos8. Corner details and Photos9. Adjacent building details and Photos10. Panoramic pictures Photos11. Existing tower Photos12. Existing Building Photos13. Adjacent towers Photos, within 20m, if any14. Sector Photos15. Photo of any one spot near the tower.16. Site layout showing details as explained in Sec.2.1.1517. Height of lowest antenna

B. NEP Mobile ApplicationAll the Site Survey should be carried out by NEP Mobile Application only. This applicationcan be downloaded from the NEP Portal.

Survey procedure detailsThe points to be noted while conducting site survey are detailed below:

C. Salient features of Survey

2.1.1 Site type

i. The allowed site types in the APP are GBT,RTT,RTP,Wall Mount,GBM andCOW(GBT).The suitable type may be selected.

2.1.2 Building height

i. The Building height from ground level may be measured using a Laser distancemeter and entered here

ii. In case of any constructions like Watertank/ roofing etc., building height is to bemeasured including all the structures.

iii. In the case of Roof Top sites, building height has to be accurately assessed withan accuracy which is better than +/- 1 meter

2.1.3 Tower HeightActual height of the tower structure may be collected.

Signature of bidder

6

2.1.4 Site Address

i. Exact site address including Village/Municipality/Corporation, Panchayath anddistrict shall be ascertained locally. A minimum of 25 characters are required.

2.1.5 Pincode

i. Exact PINCODE shall be ascertained and confirmed locally.

2.1.6 Latitude/Longitude of the site

i. Shall be measured with an accuracy of better than +/- 5 meter.ii. The measurement shall be reported in decimal format and with 5 decimal digits

and the 5th decimal should not be zero.iii. GPS meter snapshot for the final captured lat/long shall be included.iv. Sufficient settling time shall be ensured while taking measurement and the GPS

must get locked to at least 4 geo-satellites.

Please note that this entry is very important as the portal https://tarangsanchar.gov.in is opento public where they can check the location of any tower and the accuracy of location of thetower is dependent on this measurement. Example illustrated below:

2.1.7 Site signage boards Photos

The rules for placement of signage are as follows: DANGER: On the tower structure at a height of 2 to 4 meters (size 3”x2”) CAUTION: At the entry point of roof of the building of BTS in case of RTT or

at the entrance of BTS compound in case of GBT. (size 3”x2”) WARNING: Where the tower is accessible by public. (size 3”x2”) The sign boards should be clearly visible and identifiable

2.1.8 Corner details and Photosi. Measure the distance of each corner from the base of the tower.

Signature of bidder

7

ii. Height of the corner above ground level, where the base of the tower(RTT/RTP/Wall mount ) rests. For GBT, it is zero.

iii. The corner photos must include the laser distance meter showing thedistance to the corner

iv. All distance/height measurement accuracy shall be better than +/- 1 me-ter

2.1.9 Building details and Photosi. The surrounding 60 Meters radius of the site are to be surveyed mea-

suring the distance, azimuth and the no. of floors. A building with justground floor may be shown as G+0, with one floor as G+1 etc. Thenormal height of a floor is assumed as 3m. All distance/height mea-surement accuracy shall be better than +/- 1 meter.

ii. Front view of adjacent buildings and towers should be provided (toidentify the buildings and number of floors)

2.1.10 Panoramic picturesPanoramic photos at 30 deg intervals from 0 deg north onwards shall betaken from the top of the tower, showing the panoramic view & premisesaround the tower.The zero degree panoramic photo should include the compass pointing inNorth direction as shown in picture below:

If there is any adjacent tower to the surveyed site, please ensure that the adjacent tower is visible in the panoramic photos.

2.1.11 Existing tower PhotosThe photo of full structure of the existing tower may be taken. Thisphoto should be in such a way as to understand the type and structureof the tower.

2.1.12 Existing Building Photos

Front view of existing building should be taken clearly showing thebuilding and tower.

Signature of bidder

8

2.1.13 Adjacent towers Photos , within 20m.

Photo of the adjacent towers within 20 mts of the existing tower,showing the full structure of the tower may be taken.

2.1.14 Sector PhotosThe photo of the existing sectors of the site may be taken.

2.1.15 Photo of any one spot near the tower Photo of a prominent spot wrt to EMF radiation i.e, a public accessiblespot facing directly to the antenna may be taken.

2.1.16 Site layoutA blank site layout is automatically generated in app after entering thecorner details. Additional buttons as detailed below are available toselect and drag to the layout as per the site.

1.3/4/6 legged tower2.DG3.Water tank4.Shelter5.Pole6.Outdoor BTS7.Danger8. Caution9.Warning10.Left/Right/Down/Up arrows11. Adj tower

Tower type, sign boards, entrance to the tower& direction of DGexhaust(can be shown by arrow marks) are mandatory.

2.1.17 Data of lowest antenna heightThis may be recorded and conveyed to SSA coordinator in excel sheetas per the proforma in Annexure-I.

3.1 General1.All distance/height measurement accuracy shall be better than +/- 1 meter.2.Sites where photography is prohibited by law, like defense areas, refineries,airport etc, a letter from the concerned authority has to be obtained, stating thatphotography is not allowed at the premises.

Signature of bidder

9

3.Equipments/Apparatus needed for survey External GPS device having an accuracy of better than +/- 5 meter Laser distance measurement tool Android Tablet/Mobile, compatible with NEP app. Internet facility for Mobile Measuring tape Compass for determining true north and azimuth

4. Safety PrecautionsNecessary safety precautions shall be ensured by the concerned vendorsfor their technicians who are conducting the survey.

3.2 Data Submission

i. The data should be submitted in the format for the normal EMF submission proce-dure in NEP Mobile APP (Contact BSS In-charge and refer NEP Mobile APP userguide).

ii. The soft copy of excel attachment, photos and additional details if any, should besubmitted along with. Provide data in folder structure, folder name will be Site IDand required photos and files inside respective Site ID’s folder with prescribed filename.

iii. For example, Data for site RP-00001 in CD should contain:Folder name: “RP-00001” Inside the folder: Layout of the site premises: Sitelayout.jpg Adjacent building layout in 60m: BuildingLayout.jpg Panoramic photos : 0.jpg, 30.jpg, etc. Tower photo : ExistingTower.jpg Signage photos : Caution.jpg, Danger.jpg, Warning.jpg, Address.jpg Nearby towers within 60m: T1.jpg, T2.jpg etc. GPS snap shot : GPS.jpg Sector photos: Sec1.jpg, Sec2.jpg etc Building on which RTT is erected: ExistingBuilding.jpg Adjacent building photos: B1.jpg, B2.jpg etc. Excel File: RP-ID.xlsx

3.3 Work schedule

1. Field work completion and document generation- by January 2019

2. Data upload and certificate generation in portal - by January 2019

3. Broadband measurement at non-compliant sites – by February 2019

4. Data correction after verification by EMR Team and final submission- 15th March 2019

3.4 Penalty on delayed & wrong data submission per BTS / Service:

In case of delay in submission of self certificates as per schedule,

A penalty of Rs.5000/- will be levied for a period of 30 days, Rs. 20000/- for beyond 30 days and upto 60 days Rs. 50000/- for beyond 60 days and upto 90 days, and after that The BTS has to be SHUT DOWN.

Signature of bidder

10

In case of incomplete or wrong submission of self certificates as per schedule, On detection of deficiencies by TERM Cell, penalty of Rs.5000/- per certificate will be leviedimmediately.In addition, if corrected certificate is not submitted,

A penalty of Rs.20000/- will be levied for a period of 15 days from the date of com-munication from TERM CELL

Rs. 50000/- for beyond 15 days from the date of communication from TERM CELLand up to 30 days , and after that The BTS has to be SHUT DOWN

3.5 Tool and Test Equipment:

a. The Vendor shall provide all necessary and calibrated tools for carrying out datameasurement and submission to the central portal.

b. This shall include but not limited to (a) GPS within an accuracy of better than 5meter(inbuilt within tablet/an external device); (b) Camera to capture panoramic views (c)Laser distance measurement tool (d) Android Tablet/Mobile, compatible with NEPapp (e) Internet facility for Mobile (f) Measuring tape (g) Compass for determiningtrue north and azimuth

c. Vendor shall guarantee the accuracy of test equipment used for the purpose.

d. Quantity of test devices shall be commiserating with the contractual timeline. Underno circumstances vendor shall be given any extra time to complete the measurementtask on count of inadequate number of test devises used by the vendor.

e. All devices used shall be in proper working condition during the entire process. Ven-dor shall also ensure availability of certified back-up tool availability.

3.5. Transportation for conducting Survey.

a. Transportation for the survey shall be part of the Vendor’s scope.

b. Number of Vehicles (or any other alternative arrangement) for the purpose shall bearranged by the Vendor and aligned with the timeline to compete the task.

3.6. Resources

a. The Vendor shall ensure adequate number and competent resources are deployedwho are well conversant with & able to carry out data measurement and forward thedata to the central portal.

b. They shall ensure proper receipt of information at the central portal; these are thenvalidated for accuracy and correctness with the nodal in-charge.

c. Ensure Field Engineers are trained properly for (a) using of the instruments (b) pre-cautions are taken while taking measurement and (c) have the skill set to ensure ac-curacy and adherence to specifications.

3.7. Quality adherence:

a. All measurements shall be accurate to ensure there are no measurement errorsintroduced.

b. Data submitted will be subjected to audit independently and in case any deviation inthe measurement noticed then the entire lot of measurement carried out by that indi-vidual group will be completely rejected and shall be entitled for nil payment.

c. All instruments used shall be properly calibrated for its functioning and accura-cy.

Signature of bidder

11

3.8. Project Management

a. The Vendor shall be responsible for all Project Management during the Site Measure-ment Process.

b. Vendor shall draw Project schedule that shall broadly align with the required mile-stone and ensure all requite data gets captured well ahead of the given timeline forcompletion.

Signature of bidder

12

SECTION II BSCHEDULE OF REQUIREMENTS

DETAILS OF WORKS

BSNL reserves the right to vary the quantity by +/-25%

SECTION III AInstruction to Bidders

Signature of bidder

Sl No

Details of workApproximate Quan-tity

1EMF Survey at BTS sites in Thrissur BAand its data updation in NEP Portal

330 sites

13

1.1 The tenderer must read carefully all the terms, conditions and specifications before filling upthe Tender Schedule and his Quotation. Tenderers are requested to get well versed with the tenderconditions/ guidelines written hereunder. 1.2 Time along with quality of work is the essence of this contract.

SITE INVESTIGATION BY THE TENDERER:1.3 It is assumed that these inferences are made after local inquiries regarding the above saidmatters and also the probable and possible stipulations, delays, risk contingent upon the nature ofsub surface conditions, hindrances or interference to or with the execution and completion of worksas per tender conditions and has arrived at his own estimate in respect of the rate quoted.1.4 It is also assumed that the Tenderer has also taken into consideration all possiblecontingencies and likely problems and allied matters, incidental thereto and ancillary thereof affectingthe execution and completion of work. Any of the excuses at a later stage about his unawarenessabout the above mentioned conditions after the approval of tender will not be considered. Any failureby the Tenderer in estimating the difficulty or cost properly shall not relieve him of the responsibilityof completing or satisfactorily performing the work.1.5 It may be noted that the estimated cost is only a rough assessment by the “BSNL” and the“BSNL” does not link itself to its full correctness and neither the “BSNL” can be held accountable forany variations, if any found actually. The tenderers are required to make their own detailedassessment and shall quote accordingly.

SIMULTANEOUS WORK IN DIFFERENT SECTIONS1.6 Work in each route (or part thereof, if awarded so), will be treated as a separate workcovered by this contract. However, if the tenderer is awarded work simultaneously in more than oneroute, the tenderer should have enough capacity and resources to carry out the work simultaneouslyin all the routes awarded to him.1.7 Tenderers who are confident of ensuring the progress of the work in the time stipulated inNIT, by employing the required resources, men and materials may only participate in this tender offer.The attention of the Tenderer is specifically drawn to the conditions regarding realization ofCompensation for delay and slow progress, which may be strictly enforced by the Divisional Engineeras stipulated in the relevant clauses.1.8 It is to be specifically noted that, the “BSNL” wants the work to be done simultaneously in asmany routes as possible, so that the project can be completed in the shortest possible time. Keepingthe interest of the “BSNL” in mind, the competent authority has full discretion to award the entirework or part of the work in any route to one or more Tenderers, or to carry out the work by “BSNL”itself or through any other agency by inviting tender/ quotations or by nominations from otherreputed and experienced Contractors or by any other means.

2.ELIGIBILITY

1) The Invitation of bids is open to all as per their eligibility mentioned in NIT of this tender document. The bidder should have experience at least one Year for the same work for any major telecom service provider. The bidder should submit the experience certificate as documentary evidence to this effect.

2) The bidder should have valid PAN, GST (Not under composite Scheme), EPF and ESI Registration.

2.1 The bidders shall submit necessary documentary proof showing that they meet the eligibility criteria along with their tender bid. All documents submitted will also be self attested by the bidder.

3.TENDER SUBMISSION3.1 The entire bid-submission would be online on ETS. Broad outline of submissions are as follows:

a) submission of Bid Security/Earnest Money Deposit (EMD) b) submission of digitally signed copy of tender Documents/Addendum/Addenda.

3.2 Tender is invited under two envelopes system. The first electronic envelope will be name asTechno Commercial envelop and will contain documents of bidder’s satisfying eligibility/Technical and

Signature of bidder

14

commercial conditions and 2nd electronic envelope will be name as financial electronic envelopecontaining financial quote. The Techno Commercial envelope shall contain one set of the documentsas per clause 5(i) of Section IIIA. The financial part of bid shall contain one set of the complete RateQuoting Chart as per Section XVII.

3.3. The bidder is requested to submit the documents offline as per Clause 5(ii) of Section IIIA toAGM(MP), O/o THE PRINCIPAL GENERAL MANAGER TELECOM, BSNL Sanchar Bhavan, TUDA Road,Thrissur 680 022 in a sealed envelope on or before the date and time of submission of bid specified inthe NIT. The envelope shall bear the project name, the tender number and the words “Do not openbefore (due date and time). 3.4. The envelope can be sent by registered post or can be directly dropped in the tender boxprovided in this office for this purpose on or before the due date and time. Delay in postal transit willnot be accepted as a valid reason for condoning the delay in submission of the tender.

3.5 Last date for submission of Tender offer is 11.00 hrs on 07.11.2018 (Online) &12.00 Hrs on 07.11.2018 ( Offline ).3.6. The tenderer is requested to sign in all pages of the tender document before submission ofthe tender as a token of having read the tender documents fully and understood.

4. EARNEST MONEY DEPOSIT

4.1. EMD specified for the of work as per NIT should be paid and enclosed with the Tender offer.4.2. EMD should be deposited in the form of an “Account Payee” Crossed Demand Draft drawn onany Nationalized Bank / Scheduled Bank, in favour of AO (Cash), o/o the Principal General Manager,BSNL, Thrissur-22 payable at Thrissur

D. The Demand Draft for the EMD amount in original should be attached to the tender Offer.No other mode of payment for EMD will be accepted.

E. The EMD will not carry any interest, while it is in the custody of BSNL.

F. The EMD will be refunded / returned to the unsuccessful tenderers after finalization oftender and on production of Advanced Stamp Receipt.

G. The EMD of the successful tenderer will be treated as part of Security Deposit if the tendererwishes so.

H. The EMD will be forfeited if the successful tenderer does not pay the Security Deposit in timeand execute the Agreement. Also he will not be eligible to participate in the tender for thesame work for one year from the date of intimation to pay the security deposit.

I. The EMD will be forfeited if the tenderer withdraws the tender before finalization of thetender.

5. DOCUMENTS TO BE SUBMITTED ALONGWITH THE TENDER :

5(i) Documents to be scanned and uploaded in the E-Tender portal (For Technical bid)

a) Scanned copy of Bank draft for EMD and Tender Document fee payment. b) Scanned copy of original experience certificate c) Self attested copy of valid PAN Cardd) Self attested copy of GST Registration Certificatee) Self attested copy of the registration of the firm.f) Self attested copy of Articles and Memorandum of Association, Partnership Deed as the case

may be.g) Certificate of Incorporation in case of Private/Public Limited Companies

Signature of bidder

15

h) Self attested copy of valid MSE Certificate if applicablei) Self attested copy of EPF Registration Certificatej) Self attested copy of ESI Registration Certificate

5 (ii) Documents to be submitted offline (For Technical bid) to AGM (MP), O/o PGMT,BSNL, Thrissur.

a) Tender documents in original duly filled in and signed and sealed on all pages bytenderer.

b) Bank draft for EMD and Tender Document fee payment c) Self attested copy of Experience certificate d) Self attested copy of valid PAN Carde) Self attested copy of GST Registrationf) Self attested copy of the registration of the firmg) Self attested copy of Articles and Memorandum of Association, Partnership Deed as

the case may be.h) Certificate of Incorporation in case of Private/Public Limited Companiesi) Self Declaration of non blacklisting by central/ state governments/ PSUs. j) Self attested copy of valid MSE Certificate if applicablek) Certificate for near relatives not working in BSNL by bidder as per Section VIIl) Letter of authorization for attending bid opening.m) Tenderer/bidder’s profile duly filled and signed .n) Bid form duly filled and signedo) Certificate for downloaded document from internet as per Section XIIp) Undertaking & Declaration as per Section XVq) Mandate for transfer of payment (Section XI)r) Letter for refund of EMD (Section XIII)s) Vendor Master Form duly filled in and signed.t) Original Power of Attorney in case person other than the tenderer has signed the

tender document.u) Clause by clause compliance as per section XVI

v) Self attested copy of EPF Registration Certificate w) Self attested copy of ESI Registration Certificate

Original documents may be produced if demanded for verification.

RATE QUOTING CHART UNDER SECTION XVII (FINANCIAL BID) SHOULD BE SUBMITTEDONLINE ONLY.

6. DATE OF OPENING

6.1. Technical bid will be opened in the presence of Bidders present on the due date of openingmentioned in Notice Inviting Tender. The time , Date and venue of the opening of FinancialBids will be intimated only to those bidders whose Technical Bid is accepted after evaluationof details and documents furnished as per clause 5. Rate should be quoted as per the RateQuoting Chart at Section XVII

6.2. If the Office remains closed or is not able to function due to unexpected reasons the tenderwill be opened at the same time on the next working day.

6.3. Any tender received after the deadline for submission of bids prescribed by BSNL THRISSURas in Clause 3.5 shall be rejected and returned to the tenderer.

J. If representative / authorized person of the bidder is to attend the bid opening an

Signature of bidder

16

authorization letter to this effect must be produced by him before he is allowed toparticipate in the bid opening. “AUTHORISATION LETTER” format is enclosed in the tenderoffer.

6.5. BSNL Thrissur reserves the right to disqualify such tenderers who have a record of notmeeting contractual obligations against earlier contracts entered into with the BSNL or notmeeting the Tender conditions for the tender floated by BSNL.

7. REJECTION OF OFFER

7.1 If any clause is found added or altered the tender will be rejected

7.2 The bidder is expected to examine all instructions, terms and conditions. Failure to furnishany information required as per the tender conditions or submission of the tender schedulenot substantially responding to the tender condition in every respect will be at the biddersrisk and may result in rejection of the tender.

8. RATE QUOTING METHOD

8.1. The bidder shall quote for the item as per Rate quoting chart. 8.2. Any ambiguity in rates shall make the tender invalid. No clause should be added or altered in

the rate quoting chart. Conditional tenders will not be accepted 8.3. The rate approved is fixed during the entire period of contract and shall not vary on any

account. 8.4. No separate claim for transportation charges, tollgate fee etc., that the tenderer pays to the

State / Central Government / Local Authorities or any other agency shall be entertained.

8.5 The rates are to be quoted clearly as per the financial bid . The basic rate quoted should beinclusive of all labour, transportation ,specially covering all acts and taxes and levies butexcluding GST. The offer shall be firm in Indian Rupees.

8.6. The Bid should contain complete information for costing the value of items and services offeredin response to this NIT, including Warranty. The rate-quoting chart should contain the firm andfinal rates in clear and unambiguous terms. The offer should be quoted only in the rate-quotingformat in Section XVII. Prices quoted in other than the prescribed form of the rate-quotingformat will be rejected and will not be considered for evaluation.

9. EVALUATION 9.1 ‘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 inorder.

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

9.3 Prior to the detailed evaluation, pursuant to clause 9, the ‘BSNL’ will determine the substantialresponsiveness of each bid to the bid document. For purpose of these clauses a substantiallyresponsive bid is one, which conforms to all the terms and conditions of the bid documentswithout deviations. BSNL’s determination of bid’s responsiveness is to be based on thecontents of the bid itself without recourse to extrinsic evidence.

9.4 A bid, determined as substantially non-responsive will be rejected by the ‘BSNL’ and shall notsubsequent to the bid opening be made responsive by the bidder by correction of the non-conformity.

Signature of bidder

17

9.5 The ‘BSNL’ may waive any minor infirmity or non-conformity or irregularity in a bid, which doesnot constitute a material deviation, provided such waiver, does not prejudice or affect therelative ranking of the bidder.

10. EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS:10.1 The purchaser shall examine the bids to determine whether these are complete and are gener-

ally in order without computational errors, with required enclosures and appropriate docu-ments. Bids without quoting for all the items will not be evaluated..

11 .Evaluation Criterion11.1 Evaluation and Comparison of responsive bids shall be done on the basis of Net cost to BSNL on

the prices of the goods/services offered inclusive of all labour, transportation, specially covering allacts , taxes and levies but excluding GST

11.2 It may be noted that the methodology given in clause 11.1 is applicable only for thepurpose of evaluation of bids and shall have no bearing on actual quantum of work offered/total payment to be made .

11. SECURITY DEPOSIT The successful tenderer should remit a Security Deposit equivalent to 5 % of the total tenderedamount within 7days from the date of receipt of communication regarding the acceptance of thetender by cash at O/o PGMT, BSNL, Thrissur. This security deposit is payable in the followingforms also.

10. By crossed Demand Draft obtained from any Nationalized / Schedule Bank drawn in favour ofAccounts Officer(Cash), O/o P.G.M.T, BSNL, Thrissur-680 022 payable at Thrissur

11. The Security Deposit can also be given in the form of Bank Guarantee obtained from aNationalised / Scheduled Bank valid for a period of 24 (twenty four) Months.

12. This amount will be kept as Security Deposit for a period of 18 months or till the satisfactorycompletion of the contract whichever is later. Failure to pay the security deposit within thespecified time will entail the forfeiture of EMD and also rejection of the tender.

13. If the tenderer withdraws the tender during the currency of the tender period, the SecurityDeposit will be forfeited.

14. Forfeiture of security Deposit. i) In case of the documents submitted is found false / forged at any stage, the Security Deposit

will be forfeited.

15. If the contract is terminated by the BSNL due to poor quality of work or negligence /poorworkmanship/ misbehavior / bad act of the contractor / his person or non-observing of theprovisions stipulated in the contract, the Security Deposit shall be forfeited.

16. If the contractor is found violating any law / rule related to work and workman and report inthis regard is received from the competent authority indicating the contractor for violation ofany law / rule the Security Deposit shall be forfeited without prejudice to any other action asper provisions of the contract.

iv) If the tenderer withdraws the tender during the currency of the tender period, the SecurityDeposit will be forfeited.

v) If the contract is terminated for breach of contractual obligations, the security deposit shall

stand forfeited. This is without prejudice to any other action to recover the losses/ damagesagainst the contractor, as BSNL may be deem fit, as per the provisions of the contract

Signature of bidder

18

17. If the contractor fails to undertake the work within the time limit mentioned, the SecurityDeposit will be forfeited.

18. If the contractor fails to rectify the defect in the work done as ordered by the BSNL or fails tomake good the damage done to the assets of BSNL while executing the work, the recovery tothe extent of cost of rectification or damage done as assessed by the head of BA shall berecovered from the pending bills / Security Deposit. The assessment on recoveries made by thehead of the BA shall be final and binding on the contractor.

h) The performance Security Deposit & EMD unless forfeited to the BSNL in part or in full will berefunded after meeting all the contractual obligations of the warranty period of the goodssupplied.

12. AWARD OF CONTRACT, PLACEMENT OF ORDER12.1 The BSNL shall consider award of contract only to those eligible bidders whose offers have

been found technically, commercially and financially acceptable.

12.2 The work against the tender is for one year requirement and the terms and conditions of thistender shall be operative for a period of one year from the date of signing of agreementbetween the BSNL and the contractor. The tender period can be extended further for a period ofone year at the same rates, terms and conditions. In case of extension of period of tenderagreement corresponding extension of bank guarantee is to be ensured.

12.3 If required, Principal General Manager has the power to distribute the work to contractors whose offers have been found technically, commercially and financially acceptable in the ratio 60:40 to L1 and L2 at the approved L1 rates. The ratio can also be decided by PGMT. The decision of PGMT in thisregard is final and binding

12.4 The bidder shall within 7 days of issue of LOI give its acceptance and furnish security deposit andsign the contract with BSNL. The signing of contract shall constitute the award of the contract onbidder.

12.5. BSNL shall enter into agreement with the successful bidder, based on the terms and conditions ofthe bid document. The agreement shall be executed in non judicial stamp paper for Rs.200/-. Thecost of the stamp paper shall be borne by the bidder. The successful tenderer has to complete thework , within the time frame, as specified in the work orders issued by concerned DE BSSs. .

12.6 After award of contract to the approved bidder the officer designated by the BA head/competentauthority shall issue the work orders commencement of the work. The time allowed for execution ofwork will be specified in the work order given by concerned DE BSSs ,

19. PURCHASER’S RIGHT TO VARY QUANTITIES

13.1 BSNL shall have the right to increase or decrease the quantum of work up to 25% of the totalrequirement without any change in the rate or other terms and conditions at the time of award ofcontract or during the operation of contract.

20. AGREEMENT

21. The successful tenderer will be required to execute an agreement in a Non-judicial stamppaper of Rs. 200/- within the time frame stipulated by PGMT BSNL, Thrissur-680 022 or hisauthorized representative.

22. The BSNL reserves the right to add / delete / modify the clause in the agreement.

Signature of bidder

19

15. VALIDITY

15.1. The bid shall remain valid for acceptance 180 days from the date fixed for bid opening and itwill remain binding upon the bidder and is to be accepted at any time before the expiry of the period.A bid valid for a shorter period shall be rejected by BSNL as non-responsive.

15.2. The period of contract shall normally be one year from the date of awarding of the tender butcan be extended for a further period of one year or till such time a fresh tender is finalized whicheveris earlier at the same rate with the same terms and conditions.

15.3 The rate once approved will not be changed under any circumstances. No upward revision of rateis allowed during the entire period of contract.

16. MODIFICATIONS AND WITHDRAWALS OF BIDS ONCE SUBMITTED:

16.1. Any bidder can modify, substitute or withdraw his bid after bid submission, provided thatwritten notice of such modification or withdrawal is received by the designated officer “PRIOR” to thedeadline fixed for submission of bids (i.e. closure of tender box)

16.2. Such bidders modifications / substitutions or withdrawal notice, should also be submitted inwriting, and delivered in sealed and marked envelope and dropped in tender box before deadlinefixed for submission of original bids. The said sealed envelope is to be additionally marked as“MODIFICATION” OR “WITHDRAWAL” along with other particulars of bidder and date of originalbid.

17. CONTACTING THE PURCHASER

17.1 No bidder shall try to influence the Purchaser on any matter relating to its bid, from the time ofthe bid opening till the time the contract is awarded.

17.2 Any effort by the bidder to modify his bid or influence the purchaser in the Purchaser’s bidevaluation, bid comparison or contract award decision shall result in the rejection of the bid

Section – III-B

E-tendering Instructions to Bidders

Note :-The instructions given below are ITI’s e-tender portal centric and for e-tenders invited byAGM(MP), O/o.GMT, BSNL, Thrissur only.

Signature of bidder

20

General These Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, as enclosed

in Sec IV of the Tender Documents.

Submission of Bids only through online process is mandatory for this Tender. For conducting electronic tendering, BSNL, Thrissur, is using the portal

(https://www.tenderwizard.com/BSNL) of M/s ITI a Government of India Undertaking.

1. Tender Bidding Methodology: Sealed Bid System –‘Single Stage – Using Two Envelopes’. Financial & Techno-commercial bids shall be submitted by the bidder at the same time. 2. Broad outline of activities from Bidders prospective:

1. Procure a Digital Signing Certificate (DSC)2. Register on Electronic Tendering System® (ETS) 3. Create Users and assign roles on ETS4. View Notice Inviting Tender (NIT) on ETS5. Download Official Copy of Tender Documents from ETS6. Clarification to Tender Documents on ETSQuery to BSNL (Optional)

View response to queries posted by BSNL, as addenda.7. Bid-Submission on ETS8. Attend Public Online Tender Opening Event (TOE) on ETS Opening of Techno-commercial Part9. View Post-TOE Clarification posted by BSNL on ETS (Optional) Respond to BSNL’s Post-TOE

queries Attend Public Online Tender Opening Event (TOE) on ETS Opening of Financial-Part (Onlyfor Technical Responsive Bidders) For participating in this tender online, the following instructions need to be read

carefully. These instructions are supplemented with more detailed guidelines onthe relevant screens of the ETS.

23. Digital Certificates

For integrity of data and its authenticity/ non-repudiation of electronic records, and becompliant with IT Act 2000, it is necessary for each user to have a Digital Certificate (DC). Alsoreferred to as Digital Signature Certificate (DSC), of Class 3 or above, issued by a CertifyingAuthority (CA) licensed by Controller of Certifying Authorities (CCA) [referhttp://www.cca.gov.in].

24. Registration Tender document can be downloaded from the website: www.tenderwizard.com/BSNL and to be

submitted in the e-format as well as by post/courier/by hand. Cost of Tender Document & and BidSecurity (in the form of DD), Power of Attorney in original along with the hard copies of alldocuments which are uploaded in the e –tender portal to be submitted to AGM (CP), O/o. GMT,BSNL, Thrissur before the scheduled date and time of submission of the tender otherwise the Bidwill not be considered.

Amendments, if any, to the tender document will be notified in the above website as and whensuch amendments are notified. It is the responsibility of the bidders who have downloaded thetender document from the website to keep themselves abreast of such amendments beforesubmitting the tender document.

Intending bidders are requested to register themselves with M/s. ITI throughwww.tenderwizard.com/BSNL for obtaining user-id, Digital Signature etc., by paying Vendorregistration fee. Tender processing fee payment should be done during requisition of tender on

Signature of bidder

21

line. BSNL has decided to use process of e-tendering for inviting this tender and thus the physical

ITI Helpdesk

Telephone/Mobile Nos Mr.Tharanath, 9746118519, e-mail [email protected] Sanil Mob. 09747363433 , e-mail :[email protected] [between 9:30 hrs to 18:00 hrs on working days]

E-mail ID [email protected]

BSNL Contact-1Telephone/Mobile Nos AGM (MP) : Smt Indira P K .Mob 9446031555

SDE(MP): Smt Jessy Shahin Mob 9446080800

[between 9:30 hrs to 17:00 hrs on working days]

6.Some Bidding related Information for this Tender (Sealed Bid)

The entire bid-submission would be online on ETS. Broad outline of submissions are as follows:The documents should be uploaded as followsDuring “Request “ stage of uploading , upload the documents as per Clause 5(i) of Section III A. 7.Offline Submissions of documents : The bidder is requested to submit all the documents as per Clause 5(ii) of Section IIIA offline toAGM (MP),O/o GMT, BSNL ,Thrissur on or before 12.00 hours on 07.11.2018 in a sealed envelope.The envelope shall bear the tender number, name of work and the phrase “Do not open before 15.00hours on 07.11.20188.Special Note on Security of BidsSecurity related functionality has been rigorously implemented in ETS in a multi-dimensional manner.Starting with ‘Acceptance of Registration by the Service Provider’, provision for security has beenmade at various stages in Electronic Tender’s software. Specifically for Bid Submission, some securityrelated aspects are outlined below:

As part of the Electronic Encrypter functionality, the contents of both the ‘Electronic Forms’ and the‘Main-Bid’ are securely encrypted using a Pass-phrase created by the server itself. The Pass-phrase ismore difficult to break. This method of bid-encryption does not have the security and data-integrityrelated vulnerabilities which are inherent in e-tendering systems which use Public- Key of thespecified officer of a Buyer organization for bid-encryption. Bid-encryption in ETS is such that the Bidscannot be decrypted before the Public Online Tender Opening Event (TOE), even if there isconnivance between the concerned tender-opening officers of the Buyer organization and thepersonnel of e-tendering service provider.9.Public Online Tender Opening Event (TOE)ETS offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. Tender Opening Officersas 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 (i.e. Supplierorganization) dully authorized are requested to carry a Laptop and Wireless Connectivity to Internet.Every legal requirement for a transparent and secure ‘Public Online Tender Opening Event (TOE)’ hasbeen implemented on ETS.As soon as a Bid is decrypted with the corresponding ‘Pass-Phrase’ as submitted online by the bidderhimself (during the TOE itself), salient points of the Bids are simultaneously made available fordownloading by all participating bidders. The work of taking notes during a manual ‘Tender OpeningEvent’ is therefore replaced with this

Signature of bidder

22

superior and convenient form of ‘Public Online Tender Opening Event (TOE)’.

ETS has a unique facility of ‘Online Comparison Chart’ which is dynamically updated as each onlinebid is opened. The format of the chart is based on inputs provided by the Buyer for each Tender. Theinformation in the Comparison Chart is based on the data submitted by the Bidders in electronicforms. A detailed Technical and/ or Financial Comparison Chart enhances Transparency. Detailedinstructions are given on relevant screen

ETS has a unique facility of a detailed report titled ‘Minutes of Online Tender Opening Event (TOE)’covering all important activities of ‘Online Tender Opening Event (TOE)’. This is available to allparticipating bidders for ‘Viewing/ Downloading’.There are many more facilities and features on ETS. For a particular tender, the screens viewed by aSupplier will depend upon the options selected by the concerned Buyer.

10.Other InstructionsFor further instructions, the vendor should visit the home –page of the portal(https://www.tenderwizard.com/BSNL).

Important Note: It is strongly recommended that all authorized users of Supplier organizations shouldthoroughly peruse the information provided under the relevant links, and take appropriate action. Thiswill prevent hiccups, and minimize teething problems during the use of ETS.

The following ‘FOUR KEY INSTRUCTIONS for BIDDERS’ must be assiduously adhered to:

Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tendersubmission deadline on ETS

Register your organization on ETS well in advance of your first tender submission deadline on ETS Get your organization’s concerned executives trained on ETS well in advance of your first tendersubmission deadline on ETS

Submit your bids well in advance of tender submission deadline on ETS (There could be last minuteproblems due to internet timeout, breakdown, etc While the first three instructions mentioned aboveare especially relevant to first-time users of ETS,the fourth instruction is relevant at all times.)

11.Minimum Requirements at Bidders endComputer System with good configuration (Min P IV, 1 GB RAM, Windows XP)

Broadband connectivity. Microsoft Internet Explorer 6.0 or above Digital Certificate(s)

12.Vendors Training Program Vendors may contact the ITI Helpdesk personnel for any type of training/help, which they mayrequire while uploading the bids.

SECTION-IV A

GENERAL AND COMMERCIAL CONDITIONS OF CONTRACT1.Performance security Deposit:-

The successful tenderer shall have to deposit performance security equal to 10% of the tendered cost . EMD of successful bidder shall be converted into security deposit and balance

Signature of bidder

23

amount of security deposit is to be remitted in the form of Bank DD or in form of Bank Guarantee valid for 24 months from the date of agreement . The security money shall berefunded to the contractor after receiving the non liability certificate from DE BSS. If there is no work order for consecutive six months and performance security deposit can be re leased on request f rom the contractor and on submiss ion of No objection / No Dues Certificate from the concerned officers in charge duly counter signed by concerned DE BSSs.

2.Forfeiture of Earnest Money Deposit / Performance Security Deposit:-(i) If the Bidder withdraws the offer within the validity period of the bid i.e. 180 days from the

date of opening of the financial bid, or make any modification in the terms &conditions of the tender, before acceptance of the tender, which are not acceptable tothe PGMT BSNL Thrissur or does not enter into agreement as stipulated in this tenderdocument, the PGMT BSNL, Thrissur shall without prejudice to any other right orremedy be at liberty to forfeit the EMD/SD.

(ii) In case any of the information / documents found false or misleading or any of thecertificate (s) are found fake, the e EMD/ S.D. is liable to be forfeited, besides actionbeing taken as per law of the land.

(iii) Due to the poor quality of service , the Security Deposit is liable to be forfeited.(iv) In case of supplier fails to comply with any of the provisions of the contract and thereby

causes loss or damage to the BSNL, the loss /damages shall be recovered from Bidder orfrom performance security deposit corresponding to the amount of loss/ damages causedto the BSNL including penalties imposed.

3. Conditions of tender:-

3.1 The tender will be accepted based on the report submitted by the Tender EvaluationCommittee nominated by PGMT,BSNL, Thrissur. Tenderer whose tender is accepted will haveto execute an agreement in a stamped paper worth Rs.200/-within 7 days of being askedto do so, failing which the EMD will be forfeited to the BSNL and the tenderer includingfirms registered with MSE will be blacklisted. After execution of the agreement, theapproved rate and contract shall be valid up to one year from the date of execution ofagreement.

3.2 . The PGMT BSNL Thrissur reserves the right to reject any tender or all the tenders including thelowest and also to cancel the tender without assigning any reason whatsoever.

3.3. If the performance of the successful tenderer is not satisfactory, the concerned unit officer incharge should intimate the fact in writing to the tenderer. If there is no improvement, theagreement with the tenderer is liable to be cancelled followed by the forfeiture of EMD/SD andblack listing the tenderer for a period of one year.

3.4. Though the contract is valid for one year from the date of agreement, work order will be issuedonly for the quantum of work as and when required, and therefore, there is no commitmentfor issuing work order for the entire quantum of work as specified in Section II , at one timeor during the validity period of the agreement.

3.6 . The employees deployed for the work should be disciplined in the premises of work.3.7 The contractor shall not sublet the work without prior written permission of BSNL.3.8 The contractor or his workers shall not misuse the premises allotted to them for any purpose

other than for which the contract is awarded.3.9 The workers provided by the agency under this contract should not be the employee of BSNL

and there will be no employer employee relationship between BSNL and the person so engagedby the contractor in the aforesaid services.

3.10 Payment for work under the contract will be made after completion of all works specified in thework order upon submission of pre receipted bill.

3.11 The Tenders should indicate the lump sum amount in respect of all the services covered under thiscontract. No request for alteration in the rates once quoted will be permitted within one year.

3.12 The rates to be quoted should include cost of each and every item including transportation cost,manpower cost and (taxes etc). BSNL shall not bear any extra charge on any account whatso-ever i.e. EPF contribution, Uniform, OTA etc.

Signature of bidder

24

3.13 All the safety measures required during the execution of the work shall be ensured by the con -tractor. The contractor should have arranged insurance coverage for all the employees de-ployed for any kind of such works. Any unexpected eventuality happened during the executionof the work in the contract period shall be covered under the responsibility of the contractor.BSNL is fully exempted from the responsibility of such unexpected acts.

3.14 The contractor will discharge all his legal obligations in respect of the workers/supervisors to be em-ployed/ deployed by him for the execution of the work in respect of their wages and service condi -tions and shall also comply with all the rules and regulations and provisions of law in force thatmay be applicable to them from time to time.

3.15 The contractor shall indemnify and keep indemnified BSNL from any claims, loss or damages that maybe caused to it on account of any failure to comply with the obligations under various laws. In caseof any dispute, the decision of PGMT, BSNL Thrissur shall be final and binding on the contractor.

3.16 Income Tax will be deducted from the payments due for the work done as per rule. 3.17 The Contractor must employ adult employees only. Employment of the child labour may lead to the

termination of the Contract. 3.18 The contract is subject to the condition that the tenderer will comply with all the laws and acts of Cen -

tral Govt., State Govt. relating to this contract made applicable from time to time. 3.19 Risk Clause: BSNL Thrissur reserves the right to discontinue the service at any time, if the services are

found unsatisfactory by giving a show cause to be replied within a week and also has the right toaward the contract to any other agency at the risk and cost of current agency and excess expendi-ture incurred on account of this can be recovered from Security deposit or pending bills or by risinga separate claim.

3.20 . BSNL will not be responsible either to the Contractor or to its workers deployed at these work pointsfor any medical assistance/injuries/death or any kind of loss occurred to employees deployed bythe contractor.

3.21 The contractor shall be fully responsible for the damages caused by the workers during execution ofwork, to the properties belonging not only to BSNL but also to other Departments, Organizations,Other Private Operators/ Organizations and individuals and the cost of such damages will be recov-ered from the amount payable to the contractor.

3.22 Firms registered with NSIC should note that in case they fail to comply with the faithful performanceof the contract, the quality of performance will be noted in the performance register in this office and will be notified to the NSIC.

4.P A Y M ENT T ER M S :-

(A) SUBMISSION OF BILLS4.1 Bills are to be submitted in triplicate on work order basis to the concerned Sub Divisional Engineer BSS.

The work order in original should be attached along with the bill. Advance stamped receipt may alsobe submitted along with bill. PAN No. of the contractor , GST No. and vendor code should invariablybe written on all bills.

(B) PAYMENT OF BILLS:4.2 On receipt of the bills, the SDEs concerned, should forward the bills duly passed and certified to the

effect that the work has been carried out satisfactorily, through the respective Des for arrangingpayment.

Income tax and works contract tax at the prevailing rates will be deducted from each bill.5...e-PAYMENT

5.1 In cities /areas where ECS/EFT facility is provided by banks, the bidder must have accounts insuch ECS/EFT facility providing banks and that bank account number shall be quoted in the bidsby the bidder. The cost of ECS/EFT will be borne by BSNL in all cases where the payment toContractor is made in a local branch i.e; bidder is having bank account in the same place wherethe payment is made by BSNL unit.

5.2. In case payment is made to outside branch i.e: bidder is having account not in the same placefrom where the payment is made by BSNL unit, the crediting cost will have to be borne by thebidder/recipient only.

Signature of bidder

25

5.3.The bidder must submit the Mandate form (Section XI) for transfer of payment throughElectronic Clearance/Electronic Fund transfer.

5.4 Application of various provisions under Goods and Service Tax Act (GST) 2017

a)Tax Clause – All taxes except CGST, SGST, UTGST & IGST if any, required to be paid on theinvoices shall be borne by the supplier. TDS/TCS shall be deducted at the prescribed rate , if any ( asthe case may be).b) Payment terms – BSNL will make payment to supplier only after the invoice is uploaded bysupplier in GST outward return i.e. GSTR-1 and credit of GST is available (reflected in GSTR-2A) toBSNL.c) Supplier hereby agrees that it will be solely responsible for performing all compliances andmaking payments of GST, Cesses, interest, penalties or any other tax/duty/amount/charge/liabilityarising either out of laws/regulations applicable in India and overseas or because of ademand/recovery initiated by any revenue authority under laws/regulations applicable in India oroverseas.d) GST Invoice – It shall be the responsibility of supplier to raise appropriate tax invoice as per theprovisions of GST Act. BSNL reserves the right to be indemnified for the credit loss in case BSNL isunable to claim the input tax credit for any non-compliance/default in raising appropriate invoice bysupplier. Further all invoices should be sent to BSNL Promptly. BSNL can adjust/forfeit BankGuarantee obtained from the supplier against any loss of input tax credit to BSNL on account ofsupplier’s default. e) Further the supplier is required to comply following requirements w.r.t. issuance of invoice:-

*All the details of contractor (name, address, GSTIN/unregistered vendor, place of supply,SAC/HSN code etc.) and other mandatory details shall be mentioned on the invoice.

*Invoice/DN/CN need to be issued timely within the time prescribed under GST law;*In case of any deficient supply, BSNL shall convey the same in a reasonable time to enable

the supplier to issue credit note and take tax adjustment;*It would be the responsibility of the supplier to declare correct information on invoice and

GST portal viz the amount, the place of supply, rate of tax etc. In case, the eligibility of input taxcredit is questioned or denied to BSNL on account of default by the supplier, the same would berecovered by BSNL from the supplier.

*Registered location of both the parties i.e. BSNL and supplier should be mentioned in theagreement with GSTIN No. Further, supplier should raise invoices at the registered premise of BSNLfor availment of credit and ensure that the place of supply as per GST law is same as registeredpremise;

*It shall be the responsibility of supplier to raise invoice within the prescribed timelines;*E-way bill number should be mentioned on the invoices;

f) Indemnity – It is the responsibility of the supplier to ensure that outward supply return(GSTR-1) is filed correctly and to declare correct information on the invoice and GST portal. Incase of mismatch because of vendor’s fault, prompt amendments must be make by the supplier elsesupplier shall be required to indemnify BSNL of the loss of credit due to mismatch and BSNL shallrecover the said amount from vendor. The compliances to be adhered by supplier includes (but is notlimited to) the following:(i) Uploading appropriate invoice details on the GSTN (Goods and Service Tax Network) within thestipulated time;(ii) Issuing GST complaint invoice/CN/DN. PO issued by BSNL should be referred by supplier forcapturing information on the invoice;(iii) Acceptance of changes made by BSNL on GSTN on account of non-upload or incorrect upload ofdetails on GSTN. Such changes w.r.t. the mismatch are required to be accepted by supplier withinthe time limit prescribed under the GST law. It must be noted that in case supplier does not acceptsuch changes within the time limit prescribed under GST law, the loss of input tax credit (if any)would be recovered from the supplier.BSNL reserves the right to be indemnified for the credit loss and recover the said amount from thesupplier in case BSNL is unable to claim the input tax credit for any on-compliance or default or dueto lack of diligence on the part of the supplier. Further, in case any credit is not received or shortcredit is received or in case of any error because of which no credit is received then such equivalent

Signature of bidder

26

amount is not liable to be paid by BSNL. Where, however the amount has already been paid by BSNLthe same is liable to be recoverable or adjustable against subsequent payments.

5.5 Debit/Credit Note - The supplier acknowledges and agrees to issue appropriate debitnote/credit note as prescribed under GST Act and send to BSNL within the prescribed time. Alldocuments should be received well in advance so as to enable BSNL to claim proper credit.

5.6 Further it shall be the responsibility of the supplier to declare the details of such credit note in thereturn for the month during which such credit note has been issued but not later than Septemberfollowing the end of the financial year in which such supply was made, or the date of furnishing ofthe relevant annual return. BSNL reserves the right to be indemnified for the credit loss by supplier incase BSNL is unable to claim the input tax credit for any non-compliance or default or due to lack ofdiligence on the part of the supplier, whichever is earlier.

5.7 Any increase in taxes and other statutory duties / levies shall be to the contractor’s account.

5.8 However the supplier shall pass on benefit of any decrease in these taxes/duties to thepurchaser.

5.9 No payment will be made for items rejected at the site of testing.

6. PRICES6.1 Prices charged by the contractor for the services performed under the contract shall not be higherthan the prices quoted by the supplier in its Bid except for variation caused by change in taxes/dutiesas specified in clause 6.2 mentioned below.6.2 For changes in taxes/duties during the scheduled delivery period, the unit price shall be regulatedas under:

(a) Prices will be fixed at the time of issue of purchase order as per taxes and statutory dutiesapplicable at that time.

(b) In case of reduction of taxes and other statutory duties during the scheduled delivery period,purchaser shall take the benefit of decrease in the taxes /duties for the supplies made fromthe date of enactment of revised duties/taxes.

(c) In case of increase in duties/taxes during the scheduled delivery period, the purchaser shallrevise the prices as per new duties/taxes for the supplies, to be made during the remainingdelivery period as per terms and conditions of the purchase order.

6.3 Any increase in taxes and other statutory duties/levies, after the expiry of the delivery dateshall be to the supplier’s account. However, benefit of any decrease in these taxes/dutiesshall be passed on to the Purchaser by the supplier. The total price is to be adjusted (byreducing the basic price) with increased duties and taxes as per price mentioned in PO.

7. P E N ALTI E S & LI QU I D A TION D A M AG E S:-

In case the contractor fails to carry out the work in the stipulated time as per the conditions of the work order and tender clauses, he shall be liable to pay Liquidated Damage (LD) charge as given below:-

7.1 For a delay beyond one week L.D will be charged @ 0.5% of total value of the workorder per week or part thereof for ten weeks.

7.2 And thereafter @ 0.7% of total value of the work order for another ten week of delay.The total value of the liquidated damages shall be limited to a maximum of 12% of thevalue of the work order i.e. LD shall be levied upto 20 weeks only.

4. If the work is not completed even after 20 weeks from the completion date mentioned in thework order, the agreement/tender is liable to be terminated/cancelled and SD will be forfeitedand the party will be debarred for 1 year.

Signature of bidder

27

8..INS O LVEN C Y OR D EATH OF CONTRACTOR:-

In the event of the contractor being, adjudged insolvent or going voluntarily into liquidation ofhaving received order or other order under insolvency act made against him or in the case ofCompany, of the passing resolution, or making of any order for winding up whether voluntarily/orotherwise, or in the event of the supplier failing to comply with any of the conditions here inspecified, the PGMT ,Thrissur shall have the power to terminate the contract without any notice.

5. contractor’s heirs/representatives shall, without the consent in writing of the PGMT,Thrissur have no right to continue to perform the duties or engagement thereof, thecontractor under the contract in case of his death. In the event of the contractor, winding uphis company on account of transfer or merger of his company with any other, thecontractor shall make it one of the terms and stipulations of the contract for the transfer ofhis properties and business, that such other person or company, shall continue to perform theduties or engagement of the supplier under this contract and be subject to his liabilities thereunder.

ii)Without prejudice to any of the rights or remedies under this contract, if the contractor dies, the PGMT, Thrissur shall have the option of terminating the contract without compensation tothe contractor, which does not amount to Breach of the contract.

6. If contractor without written approval of Competent Telecom Authority assign or sublet hiscontract, or attempt to do so, or become insolvent or commence any insolvency proceedingsor make any composition with his creditors or attempt to do so, or if any bribe gratuity,gift, loan, perquisite, reward or advantage pecuniary or otherwise, shall either directly, orindirectly, be given, premised or offered by the contractor, or any of his servants or agent toany public officer or person in the employment of Government in any way relating to theoffice or employment, or if any such officer or person shall become in any way directly orindirectly interested in the contract, the P GMT, Thrissur shall have power to adopt any ofthe courses as he may deem fit in the interest of BSNL.

iv)Where the contractor is a partnership firm, the previous approval in writing of the PGMT, Thrissurshall be obtained before any change is made in the constitution of the firm. Where the contractor isan individual or a Hindu undivided family business concern such approval as aforesaid shall likewisebe obtained before the contractor enters into any partnership agreement where under thepartnership firm would have the right to carry out the work hereby undertaken by thecontractor. If previous approval as aforesaid is not obtained, the contract shall be deemed to havebeen assigned in the contravention of terms of tender and the same & action may be takenaccordingly.

9.DISPUTE AND ARBITRATION

(i)In respect of any dispute arising out in connection with the interpretation of any clause in theterms of contract/ agreement or otherwise, the matter shall be referred to Arbitration to thePGMT, Thrissur who shall appoint an Arbitrator to decide the case. The appointment of suchArbitrator shall not be questioned by the contractor on the ground that the Arbitrator belongs tothe BSNL. The provision of the Arbitration Act, 1996 or any statutory modification or enactmentproceeding under this clause.

(ii) Even during the arbitration the work cannot be stayed because it pertains to essential public to get the work completed through any other contractor at the risk and the cost of thecontractor.

7. FORCE MAJEUREIf any time, during the continuance of this contract, the performance in whole or in part by either party

Signature of bidder

28

or any obligation under this contract is prevented or delayed by reason of any war, or hostility, acts ofthe public enemy, civil commotion sabotage, fires, floods, explosions, epidemics, quarantine restrictions,strikes, lookouts or act of God (Herein after referred to as events) provided notice of happenings, ofany such eventuality is given by either party to the other within 21 days from the date of occurrencethereof, neither party shall by reason of such event be entitled to terminate this contract nor shall eitherparty have any such claim for damages against the other in respect of such non-performance or delayin performance and work under the contract shall be resumed as soon as practicable after such eventmay come to an end or cease to exist, and the decision of the BSNL as to whether the work have beenso resumed or not shall be final and conclusive, provided further that if the performance, in whole orpart of any obligation under this contract is prevented or delayed by reason of any such event for aperiod exceeding 60 days either party may, at his option terminate the contract.11.S ET O F F :

Any sum of money due and payable to the contractor (including security deposit refundable to him)under this contract may be appropriated by the purchaser / BSNL or any other person or personscontracting through the BSNL and set off the same against any claim of BSNL or such other person orpersons for payment of a sum of money arising out of this contract or under any other contract madeby the contractor with BSNL or such other person or persons contracting through BSNL.12.COURT JURISDICTION:

(i) Any dispute arising out of the tender/bid document/evaluation of bids/issue of APO shall besubject to jurisdiction of the competent court at the place from where the NIT/tender has been issued.(ii)Where a contractor has not agreed to arbitration, the dispute/claims arising out of the Contract/POentered with him shall be subject to the jurisdiction of the Competent Court at the place from whereContract/PO has been issued. Accordingly, a stipulation shall be made in the contract as under: ‘ThisContract/Work Order is subject to jurisdiction of Court at Thrissur only”

13.TERMINATION13.1. BSNL, Thrissur may without prejudice to any other remedy for breach of contract, mayterminate the contract in whole or in parts by giving 15 days notice. i) If the contractor fails to perform any of the terms and conditions under the contract. ii) BSNL Thrissur may without prejudice to other rights under the law of the contract providedget the tender work done at the risk and cost of the tenderer in above circumstances.iii) BSNL Thrissur may also by giving written notice and without compensation to the contractorterminate the contract if the contractor becomes unwilling, bankrupt or otherwise insolvent withoutaffecting its right of action for remedy, as deemed fit.13.2. BSNL Thrissur shall not be responsible for any loss or damage incurred to the contractor as aresult of the termination of the contract. BSNL shall be free to take due action for the appointment ofa new contractor during the period under noticeand thereafter. The contractor / the company will be debarred for further participation in the tenderfloated by this BA.13.3. The successful tenderer shall under no circumstances sublet the contract and if shall do so,the BSNL, Thrissur whereupon by notice in writing rescind the contract. 14.RIGHTS RESERVED FOR BSNL

14.1 BSNL Thrissur reserves the right to blacklist a tenderer for a suitable period in casehe fails to honor his tender without sufficient grounds

14.2 BSNL Thrissur reserves the right to reject any or all tenders at any point of timewithout assigning any reason.

14.3 In case of any dispute before entering into contract, the decision of the PrincipalGeneral Manager telecom, BSNL, Thrissur shall be final.

Signature of bidder

29

14.4 The Principal General Manager Telecom, BSNL, Thrissur shall be the final authority fordeciding the successful tenderer and his decision will be final.

14.5. BSNL shall have the right to increase or decrease the quantum of work up to 25% of the total requirement without any change in the rate or other terms and conditions at the time of award of contract or during the operation of contract

15 Clause by Clause Compliance: All the conditions in the bid documents are critical and are to be complied and non-compliance of

any clause of the bid document shall result in outright rejection of the bid.

SECTION –IV BSPECIAL CONDITIONS OF CONTRACT

Signature of bidder

30

GENERAL :1.1 The work shall be accepted only after Testing carried out by officer-in-charge of BSS , designated

by the BSNL,(if required) as per prescribed schedule and work/material passing the testsuccessfully.

1.2 The BSNL reserves the right to disqualify such bidders who have a record of not meetingcontractual 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 honourhis bid without sufficient grounds.

1.4 The BSNL reserves the right to counter offer Price(s) against price(s) quoted by any biddersince the BSNL needs more than one contractor to engage.

1.5 Any clarification issued by BSNL, in response to query raised by prospective bidders shall forman integral part of bid documents and it may amount to amendment of relevant clauses of the biddocuments.

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 subjectto the approval in all respects by the Divisional Engineer or Site Engineer, in-charge of work site whoshall be entitled to direct at what point or points and what manner they are to be commenced, andfrom the time to time carried on.

1.8 The work in each route may be split up between one or two contractors, if consideredexpedient by the PGMT, Thrissur.

1.9 If the contractor shall desire an extension of time for completion of the work on the groundsof unavoidable hindrance in execution of work or on any other ground he shall apply in writing to theDivisional Engineer within 3 days of the date of hindrance on account of which he desires suchextension as aforesaid. In this regard the decision of PGMT, Thrissur shall be final.

1.10 If at any time after the commencement of the work, the BSNL may feel that execution ofwhole or part of work, as specified in the tender is not required to be carried out, then the BSNL shallgive notice in writing of the fact to the contractor who shall have no claim to any payment ofcompensation whatsoever on account of any profit or advantage which he might have derived inconsequence of the full amount of the work not having been carried out neither shall he have anyclaim 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 originallycontemplated.

1.11 Whenever any claims against the contractor for the payment of a sum of money arises out ofor under the contract, the BSNL shall be entitled to recover such sum by appropriating in part ofwhole the security deposit of the contractor, and to Sell any BSNL promissory notes etc., forming thewhole or part of such security or running / Final bill pending against any contract with the BSNL. Inthe event of the security being insufficient or if no security has been taken from the contractor, thenthe balance or the total sum recoverable as the case may be, shall be deducted from any sum thendue or which at any time there after may become due to the contractor under this or any othercontract with BSNL. Should this sum be not sufficient to cover the full amount recoverable thecontractor shall pay to BSNL on demand the balance remaining due.

1.12 No official of Gazetted rank or other Gazetted officer employed in Engineering oradministrative duties in an Engineering Department or any other Department of the BSNL is allowedto work as a contractor for a period of two years after his retirement from BSNL service without theprevious permission of BSNL. This contract is liable to be cancelled if either the contractor or any ofhis employees is found at any time to be such a person who hadn’t obtained the permission of BSNL

Signature of bidder

31

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 liquidationof having received order or other order under insolvency act made against him or in the case ofcompany, of the passing of any resolution, or making of any order for winding up whether voluntarilyor otherwise, or in the event of the contractor failing to comply with any of the conditions hereinspecified, The PGMT, Thrissur, 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 PGMT, Thrissur on behalf of the CMD, BSNL can terminate the contract without compensation tothe contractor. However the PGMT, Thrissur at his discretion may permit contractor’s heirs to performthe duties or engagements of the contractor under the contract, in case of his death. In this regardthe decision of the PGMT , Thrissur shall be the final.

1.15 In the event of the contractor, winding up his company on account of transfer or merger ofhis company with any other, the contractor shall make it one of the terms and stipulations of thecontract for the transfer of his properties and business, that such other person or company, shallcontinue to perform the duties or engagement of the contractor under this contract and be subject tohis liabilities there under.

1.16 The contractor shall give in writing to the proper person or authority with a copy to theDivisional Engineer such notification as may be mandatory or necessary in connection with thecommencement, suspension, resumption, performance and/or completion of the contracted work. Allnotice shall be given sufficiently in advance of the proposed operation to permit proper co-relation ofactivities and the contractor shall keep all proper persons or authorities involved and advised of theprogress of operations throughout the performance of the work and/or with such other informationand/or supporting figure and data as may from time to time as directed or required.

1.17 The contractor shall not be entitled to any compensation whatsoever by reason of suspensionof the whole or any part of the work made necessary by the BSNL or deemed advisable on account ofbad weather conditions or other force majeure conditions.

LABOUR WELFARE MEASURES AND WORKMAN COMPENSATION

2 . Labour records 2.1 The contractor shall maintain a Register of persons employed on work on contract in Form XIII of the Contract Labour (R & A) Central Rules 1971.

2.2 The contractor shall maintain a Muster Roll register in respect of all workmen employed by him on the work under Contract in Form XVI of the CL (R & A) Rules 1971.

2.3 The contractor shall maintain a Wage Register register in respect of all workmen employed by him on the work under contract in Form XVII of the CL (R & A) Rules 1971.

2.4 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) Sexd) Agee) 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.

Signature of bidder

32

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.

2.5 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.

2.6 The contractor shall maintain a Register of deductions for damages or loss in Form XX

of the CL (R & A) Rules 1971.

2.7 The contractor shall maintain a Register of Advances in Form XXIII of the CL (R & A)

Rules 1971.

2.8 The contractor shall maintain a Register of Overtime in Form XXIII of the CL (R & A)

Rules 1971.

3 ATTENDANCE CARD-CUM-WAGE SLIP

3.1 The contractor shall issue an Attendance card cum wage slip to each workman employed

by him.

3.2 The card shall be valid for each wage period.

3.3 The contractor shall mark the attendance of each workman on the card twice each day,

once at the commencement of the day and again after the rest interval, before he actually

starts work

3.4 The card shall remain in possession of the worker during the wage period under reference.

3.5 The contractor shall complete the wage slip portion on the reverse of the card at least a

day prior to the disbursement of wages in respect of the wage period under reference.

3.6 The contractors shall obtain the signature or thumb impression of the worker on the

wage slip at the time of disbursement of wages and retain the card with him.

4.Contract Labour License & EPF & MP Act 1952

The contract Labour License required for employing sufficient labourers to execute the work may be

obtained from the Asst. Labour Commissioner, Ernakulam. The provisions of the Contract Labour

(Regulation & Abolition) Act should be strictly adhered to while engaging labourers for the work.

A statement showing the number of labourers engaged on each day for the work executed should be

submitted on a monthly basis before 5th of succeeding month to this office. The contractor should

fulfill and comply with the terms of Employee’s Provident Fund and Miscellaneous Provision Act 1952

in respect of the labourers / employees engaged by him for execution of the BSNL works. The details

of payment particulars of EPF should be submitted along with the bill. Bid document along with the

EPF registration Certificate only will be considered.

SECTION V

BID FOR M Tender No. AGM(MP)/E-TENDER/ EMF Data /2018-19/ 1, dated at Thrissur the 16.10.2018

Signature of bidder

33

The PGMT, BSNL, Thrissur

Dear Sir,1. Having examined the conditions of contract and specifications including addenda

Nos......................the receipt of which is hereby duly acknowledged, we, the undersigned, offer tocarry out the work of EMF Survey at BTS sites in Thrissur BA and Data updation in NEP Portal inconformity with the said contract and specifications for the sum shown in the schedule of pricesattached herewith and made part of this Bid.

2. We undertake, if our Bid is accepted, to commence deliveries/ commence work w i t h i n ( … . ) d a y s f r o m t h e d a t e o f i s s u e o f w o r k o r d e r.

3. If our Bid is accepted, we will provide the performance guarantees of a Scheduled Bank for a sum@ 5% of the tendered cost for the due performance of the contract.

4. We agree to abide by this Bid for a period of 180 days from the date fixed for Bid opening and itshall remain binding upon us and may be accepted at any time before the expiration of thatperiod.

5. Until a formal Purchase/Work Order of Contract is prepared and executed, this Bid together withyour written acceptance thereof in your notification of award shall constitute a bindingcontract between us.

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

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

Dated this .............................. day of ........................ 2018

Name and Signature ……………………………………………In the capacity of …………………………………………………

Duly 33authorized33 to sign the bid for and on behalf of

.............................................. Witness .........................................

Address .........................................Signature …………………………………

Signature of bidder

34

SECTION VI

BIDDER ’ S PR O F I L E

Passport size Photograph (To be pasted) of the Bidder/ authorized Signatory holding Power of Attorney with signature on the front side of Photo graph

1 Name of the bidder

2 Name of the person authorized to enter into and execute contract/agreement and capacity in which he is authorized.

3 Address of the firm

4.a Telephone No. (with STD code)

4.b Mobile No.

4.c Fax No.

4.d E-Mail Address

5 Whether Proprietorship/Partnership/Private Limited/Public Limited

6 Name of Proprietor/Partner/Directors

7 PAN No

8 GST Registration No

9 ESI Registration No.

10 EPF Registration No.

I/We hereby declare that the information furnished above is true and correct.

Place: Signature of bidder /34authorized34 signatory

Date:Name & Seal of the bidder

Signature of bidder

35

SECTION-VII

No N e ar r e lative c e rti f i c a t e

I/ We………………………………………..……S/o……………………………………………………… hereby certify that

none of my relative(s) ,as defined in the tender document is/are employed in BSNL units as per definitions given

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

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

Signature of the Bidder

Note: 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) and son’sWife (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)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 Private Ltd. Company, by all the directors of the

company.

Place: Signature of bidder /35uthorize35 signatory

Date: Name & Seal of the bidder

Signature & seal of bidder with Date 35

36

SECTION VIII AGREEMENT

This Agreement is made on this ......... Day of ....................... 2018 betweenM/s..................................………………..... (Here in after called the contractor whose term includes its successorsand assignees) whose registered office is at .................................................... and is registeredunder ....................……………......... and acting through its authorized official Shri ............................................... AND Bharat Sanchar Nigam Limited (herein after called the BSNL whose term includes its successorsand assignees) whose registered office is situated at Bharat Sanchar Bhavan, Harish Chandra Mathur Lane ,Janpath , New Delhi –100 001 and acting through its authorized officer i.e. AGM(MP), at the office of the PrincipalGeneral Manager Telecom, TUDA Road, Thrissur-22 The Contractor will carryout on the terms and conditions herein contained, and Specifications as mentioned in the tender schedule vide letter No: AGM (MP)/E-TENDER/EMF DATA/2018-19/1 dated 16.10.2018and rates as mentioned in acceptance letter and Annexure

Now these present witnesses and it is hereby agreed and declared by and between the parties to thesepresent as followings.

The contractor has deposited Rs…………………. (Rupees…………………………… ………………………………….……..only) as interest free performance Security for a period of eighteen months or till the satisfactory completionof the contract.

I / We agree to abide by and fulfill all the terms and conditions of this tender AGM (MP)/E-TENDER/EMF DATA/2018-19/1 dated 16.10.2018 shall form part and parcel of this agreement. This agreement will remain by and between for the period from …………… to ………………… and theextended period of contract.

Signature of the CONTRACTOR Signature of AGM(MP), BSNL, Thrissur

Name:Designation with stamp:

WITNESSES: WITNESSES:

Signature: 1. 1. Name (CAPS) Address

Signature: 2. 2. Name (CAPS) Address

Signature & seal of bidder with Date 36

37

SECTION-IX

LETTER OF AUTHORIZATION FOR ATTENDING BID OPENING TO The Asst. General Manager (MP) O/o P.G.M T., BSNL, Thrissur-22

Subject – Authorization for attending bid opening on ……………….(date) for the tender of AGM (MP)/E-TENDER/EMF DATA/2018-19/1 dated 16.10.2018

The following person(s) is/are hereby authorized to attend the bid opening for the tendermentioned above on behalf of ............................... ........... (Bidder) in order of preference given below. Order of Preference Name Specimen Signature I. II. Signature of the Tenderer

Note: 1. Only one representative will be permitted to attend bid opening. Alternate representativewill be permitted when regular representative is not able to attend. The person who is authorized toattend the bid opening must have the authorization certificate.

3 Permission for entry to the hall where bids are opened may be refused in case authorization as prescribed

above is not produced.

Signature & seal of bidder with Date 37

38

SECTION X

PERFORMANCE SECURITY GUARANTEE BOND

In consideration of the CMD, BSNL (hereinafter called ‘BSNL’) having agreed to exempt ___________________(hereinafter called ‘the said contractor(s)’) from the demand under the terms and conditions of anagreement/Advance Purchase Order No _________ dated ____________ made between __________ and__________________ for the supply of ______________________ (hereinafter called “the said agreement), of security deposit for thedue fulfillment by the said contractor (s) of the terms and conditions contained in the said Agreement, onproduction of the bank guarantee for _____________________________________we, (name of the bank) _________________________ ( hereinafter refer to as “the bank”) at the request of ___________________________________ (contractor(s)) do hereby undertake to pay to the BSNL an amountnot exceeding ___________________ against any loss or damage caused to or suffered or would be caused to orsuffered by BSNL by reason of any breach by the said Contractor(s) of any of the terms or conditions contained inthe said Agreement.

4 We (name of the bank) ____________________ do hereby undertake to pay the amounts due and payable under this guarantee without any demure, merely on a demand from the BSNL byreason of breach by the said contractor(s)’ of any of the terms or conditions contained in the said Agreement orby reason of the contractors(s)’ failure to perform the said Agreement. Any such demand made on the bank shallbe conclusive as regards the amount due and payable by the Bank under this guarantee where the decision ofBSNL in these counts shall be final and binding on the bank. However, our liability under this guarantee shall berestricted to an amount not exceeding ___________.

5 We undertake to pay to the BSNL any money so demanded notwithstanding any dispute or disputes raised by the contractor(s)/supplier(s) in any suit or proceeding pending before any court ortribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made byus under this bond shall be valid discharge of our liability for payment there under and thecontractor(s)/supplier(s) shall have no claim against us for such payment.

6 We( name of the bank)_________________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for theperformance of the said agreement and that it shall continue to be enforceable till all the dues of the BSNL underor by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till ________________________(office/Department) BSNL certifies that the terms and conditions of the said Agreement have been fully or properly carried out by the said contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is madeon us in writing on or before the expiry of TWO YEARS (as specified in P.O) from the date hereof, we shall bedischarged from all liabilities under this guarantee thereafter.

5.We (name of the bank)_________________________ further agree with the BSNL that the BSNL shall havethe fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary anyof the terms and conditions of the said Agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for anytime or from time to time any of the powers exercisable by the BSNL against the said Contractor(s) and to forbearor enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from ourliability by reason of any such variation, or extension being granted to the said Contractor(s) or for anyforbearance, act or omission on the part of the BSNL or any indulgence by the BSNL to the said Contractor(s) or

Signature & seal of bidder with Date 38

39

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

8 We (name of the bank) ____________________ lastly undertake not to revoke this guarantee during its currency except with the previous consent of the BSNL in writing.

Dated the ________________ day of _______

for __________________________________ (indicate the name of bank)

Name of the tenderer...............................

Signature & seal of bidder with Date 39

40

SECTION XI

MANDATE FORM FOR TRANSFER OF PAYMENTS THROUGH ELECTRONIC CLEARANCE / ELECTRONICFUND TRANSFER SCHEME.

Authorisation for payment of Supplier’s/contractor’s Bills through E-payment proforma

1. Name of The Bidder

2. Address

3. Telephone Number

4. E-mail ID

5. Name of the Bank

6. Branch Name

7. Type of Account

8. Name of the Account Holder(As per Bank Account)

9. Account Number appearing in theCheque Book

10. IFSC Code of Branch

11. Branch Address

12. Telephone Number of the Branch

I hereby express my willingness to receive payment of the bills through Electronic FundTransfer Scheme. I do 40uthorize the Accounts Officer (Cash) BSNL to arrange to credit the payment of mybills through Electronic Payment System to my account given above.

Note: Copy of 1 st page of bank passbook or cancelled cheque leaf is enclosed.

Signature & seal of bidder with Date 40

41

SECTION XII

UNDERTAKING REGARDING GENUINENESS OF THE DOCUMENTS / INFORMATION SUBMITTED

I, Shri / Smt................................................................................... Son / Daughter ofShri............................................................... do

hereby undertake that all the documents / certificates submitted by me with this tender ( Tender No.AGM(MP)/E-TENDER/EMF Data /2018-19/ 1, dated 16.10.2018 E Tender for EMF survey at BTS sites and Data up-dation in NEP Portal are true and are exact copies of the original documents / certificates are available with me.

I further undertake that if at any time any information furnished in the documents / certificates submitted byme are found to be false, BSNL will have every right to take suitable action against me includingforfeiture of my EMD / Performance Security Deposit, termination of my contact agreement and / or black-listing of my contract as deemed fit.

Place: Signature of bidder / Authorised signatory

Date: Name & Seal of the bidder

Signature & seal of bidder with Date 41

42

SECTION XIII

Letter to refund EMD and Pre Receipt

REQUISITIO N FOR REFUND O F E MDFrom

ToThe PGMTBSNL,Thrissur,

Sub: Tender for EMF Survey of BTS sites and Data updation in NEP Portal

Ref: Tender No. AGM(MP)/E-TENDER/EMF Data /2018-19/ 1, dated at Thrissur the 16.10.2018Sir,In case our tender submitted in response to the tender notice is not accepted by BSNL, the EMD deposit mayplease be refunded at the earliest. An advance stamped receipt for the amount is enclosed here with.

Yours faithfully,

Name & Address of the

contractor

Adv ance St amp ed re ceipt .

Received an amount of Rs ………………………. (Rupees………………………………)

from the Account Officer (Cash ) O/o PGMT BSNL, Thrissur towards refund of the EMD remitted by us alongwith the tender in response to the tender notification No Tender No. AGM(MP)/E-TENDER/EMF Data /

2018-19/ 1, dated at Thrissur the 16.10.2018

Date: Signature (on 1/- Revenue stamp).

Signature & seal of bidder with Date 42

43

SECTION XIV

Signature & seal of bidder with Date 43

44

Signature & seal of bidder with Date 44

45

SECTION- XVUNDERTAKING&DECLARATION

For undertaking the terms & conditions of Tender & Specifications of Work

A. Certified that:

1.I/we ………………………….. have read, understood and agree with all the terms and conditions, specificationsincluded 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 standforfeited to the BSNL.

B. The Tenderer hereby covenants and declares that:

All the information, Documents, photocopies of the documents/certificates enclosed along with the Tender offerare correct.

If anything is found false and/or incorrect and/or reveals any suppression of fact at any time, BSNL reserves theright to debar our tender offer/cancel the LOA/Purchase/Work order if issued and forfeit the EMD/SD Bill amountpending with BSNL in addition, BSNL may debar the contractor from participation in its future tenders.

Place…..Date Signature of Tenderer

Name of Tenderer Along with date& Seal.

Signature & seal of bidder with Date 45

46

SECTION-XVI DECLARATION ON CLAUSE BY CLAUSE COMPLIANCE

I , ………………………………………………………………..(authorized signatory)Hereby declare that I shall comply with all the terms and conditions of the tenderdocuments as outlined in all the clauses unconditionally.

Place: Signature of the Tenderer:Date: Name of the Tenderer:

Signature & seal of bidder with Date 46

47

DATA OF LOWEST ANTENNA HEIGHT(Ref. Clause 2.1.17 of Section IIA –Scope of Work)

Annexure –I

Sl.No. RP_IDSite Name

Tower Height

Lowest Antenna Height Village Panchayath PINcode

Place : Signature of bidder/Authorised Signatory

Name and Seal of the bidder

Date :

Signature & seal of bidder with Date 47

48

SECTION XVIIFinancial BID

(To be submitted online only)

Tender No. AGM(MP)/E-TENDER/ EMF Data /2018-19/ 1 dated 16.10.2018Name of work : EMF Survey at BTS sites in Thrissur BA and Data Upadation in NEP PortalName of bidder:

Declaration by the bidder:1. Rates quoted above are all inclusive of Wages, all types of Statutory and Legal Obligations (and

all applicable Taxes excluding GST). No charges/ claims over and above the rates quoted shall beclaimed by the undersigned.

2. I/We hereby declare that our GST registration is not under Composition Scheme

Signature_________________________

Name & Seal of the Firm _________________________

Note: GST as applicable will be paid against GST invoice.

Signature & seal of bidder with Date 48

SL NO

Name of work Unit

Consolidated Rate ( in Rupees) including all labour, transportation, specially covering all acts and excluding GST

In figures In Words

1

EMF Survey of BTS sites in Thrissur BA and Data updation in NEP Portal

Per site


Recommended