<<

E-T-92/OFC/ HDD/ Urban/2016-17 NIT Dated 19/05/2016

BHARAT SANCHAR NIGAM LIMITED (A Government of Enterprise)

Office of the Pr.General Manager Telecom District, Surat Telecom District

E-Tender no. ST/CP/T-92/OFC/HDD/U/2016-17 dated 19-05-2016

E-TENDER FORM for OPTICAL FIBER CABLE CONSTRUCTION WORK BY HDD METHOD IN OF SURAT SSA

Cost of Tender Form: Rs. 2000/-

Due Date /Time of Receipt : 1430 hours of /--/ Due Date /Time of Opening : 1530 hours of

AGM MM SECTION

O/o The Assistant General Manager (MM),

4th floor,Door Sanchar Bhavan,,Karimabad SURAT-360002.

PH. 2242800 Fax No. 2242400

Visit us at: www..bsnl.co.in or http://tender.bsnl.co.in Note: Please intimate us one week before Date of Opening of tender if any amendment/clarification/corrigendum

E-T-92/HDD/U/2016-17 Page 1 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

INDEX

:: TABLE OF CONTENTS ::

Section No. Item Page No. TECHNICAL BID I Part -A Detailed NIT 3-7 I Part -B Newspaper NIT 8 II Part-A Tender Information 9 II Part-B Bid Form 10 III Part-A Scope of work and Jurisdiction of Contract 11-12 III Part -B Optical Fiber Cable Construction Specifications 13 -20 III Part-C Schedule of Requirements 21 III Part-D Engineering Instructions 22-24 Drawing and /or specification of various items IV Part -A General Instructions to bidders 25 -38 IV Part -B E-Tendering Instructions to Bidders 39 -43 V Part-A General (Commercial) Conditions of the Contract 44-63 V Part-B Special Conditions of Contract 64-74 VI Undertaking & Declaration Part-A: Certificate for understanding the terms & condition 75 to 78 of Tender & Spec. of work Part-B: Certificate in respect of Near Relatives in BSNL Part-C: Mandate Form for e-payment Part-D: Clause by Clause compliance Certificate Part-E: Certificate regarding Firm has not been black listed VII Proforma (A) Performance security guarantee bond 79 to 85 (B) Letter of Authorisation for attending Bid Opening (C) Material Security Bond Form (D) Pre-Receipt (E) Power of Attorney (F) Agreement VIII Bidder's profile & Questionnaire 86-87 IX APPENDIX - A to I 88-92 X Rates of empty cable drums 93 XI Check List for the bidders 94 XII Schedule of Rates 95-96 XIII Price Schedule( Financial bid) 97-98

E-T-92/HDD/U/2016-17 Page 2 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

Section –I Part A

BHARAT SANCHAR NIGAM LIMITED (A Government of IndiaEnterprise) O/o Pr. GMTD Door Sanchar Bhavan, 4TH Floor,Karimabad, Ghod dod Road Surat-395001.

E-Tender No: ST/CP/T-92/OFC/HDD/U/2016-17 Dated 19-05-2016

SECTION-I (Part-A)

Detailed Notice Inviting Tender (DNIT)

Sealed Tenders (Digitally) are invited by PR. GMTD, BSNL Surat on behalf of Bharat Sanchar Nigam Limited from the prospective contractor having experience in CABLE/UG/OFC for Trenchless digging by HDD method & Excavation of trench of OF cable & allied works in SURAT SSA The detail of work is as furnished below:

Tender no ST/CP/T-92/OFC/HDD/U/2016-17 Name of the Tender Tender for Trenchless digging by HDD method & Excavation of trench of OF cable & allied works in SURAT SSA / 2016-17. Total Estimated cost of work Rs. 6632000/- (Rupees Sixty six Lakhs Thirty two Thousand only) Cost of tender Document Rs. 2000/- ( Rs. Two Thousand only) Bid Security@2% of tender cost Rs. 132640/- (Rs. one Lakh Thirty two Thousand Six Hundred Forty only ) One year from the date of agreement (Until otherwise specified) or completion of work put to Duration of Contract tender, whichever is earlier or can be extended for further maximum period of one year. Material security deposit Rs. 200000/- (Rupees Two Lakh only ) Availability for downloading of From 19.05.2016, 11:00 hours, onwards up to tender documents 07.06.2016, 17:30 hours Time & last date of submission Up to 15:00 hours on 08.06.2016 (tender closing of bid date) Assistant General Manager (MM) O/o. Pr. General Manager Telecom District, Door Sanchar Bhavan, 4 TH Floor, Karimabad, Place of opening of tender Ghod-Dod Road,SURAT-395 001 Ph. No.: (0261) 2242800 Fax: (0261) 2242400

Note 1: Deleted Note 2: The approximate distance has been shown in the ANNEXURE - A. For any variation in the distance, the decision of the Pr. GMTD Surat or any officer

E-T-92/HDD/U/2016-17 Page 3 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

nominated by Pr. GMTD Surat will be final. The BSNL Surat reserves the right to increase/ decrease the distance in each section at any time. Note 3: In case of tender documents downloaded from the Official Website www.gujarat.bsnl.co.in of Gujarat Telecom Circle or www.bsnl.co.in, for information and necessary action, may please be submitted:-

Note 4:The tenderer should submit the required cost of bid documents as prescribed in the form of D/D along with the tender, in separate cover mentioning in cost of bid document .

Note 5: Any discrepancies found in the Tender documents submitted by the tenderer, the tender executed by the department will be treated as valid one and any change found in tender document submitted by the tenderer at any stage, will be treated as fraud done to the department and will be subject to the cancellation of agreement done (if any) and appropriate action will be taken against the tenderer. All required documents submitted with tender should be self attested by bidder.

Note 6:Bidders should follow the rules of EPF ,ESI ,Labour License & Service Tax as per the Government rules.

Note 7:Bidder will have to start all section allotted to him as per work order simultaneously, other wise will be terminated due to delay.

Note 8:Agreement will be done by the successful bidder with in 7 days after approval, otherwise will be terminated.

Note 9 : Deleted 1. Deleted 2. Purchase of Tender Document: Tender document can be obtained by downloading it from the website www.gujarat.bsnl.co.in. The official copy of tender document for participating in E-tender shall be available for downloading from https://eprocurement.synise.com/bsnl1/gujarat/, from 19/05/2016, 15:30 Hrs onwards. 2.1 The bidders downloading the tender document are required to submit the tender fee amount through DD/ Banker’s cheque along with their tender bid failing which the tender bid shall be left archived unopened/ rejected. The DD/ banker’s cheque shall be drawn from any Nationalized/ Scheduled Bank in favour Accounts Officer (Cash),BSNL, O/o Pr. GMTD Suratpayable at Surat . Bid Security is to be paid in the form of Account Payee Demand Draft issued by a scheduled/ Nationalized bank drawn in favour of Accounts Officer (Cash ), BSNL, O/o , Pr. GMTD Suratpayable at Surat. 3. Availability of Tender Document: The tender documents shall be available for downloading from 19/05/2016 onwards up to 07-06-2016 from 15:30 hrs to 17:30 hrs on all working days of this office. 3.1 The Tender document shall not be available for download on its submission/ Closing date. 3.2. BSNL has decided to use process of e-tendering process for inviting this tender and thus the physical copy o f the tender would not be sold. 4. Eligibility Criteria: - The bidder should have a) The intending bidder must own/lease an HDD machine either in his name or in the name of firm. The validity of lease should be at least 6 months from the date of

E-T-92/HDD/U/2016-17 Page 4 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

opening of Tender. Documentary evidence. The ownership of HDD machine of owner & leaser. The copy should be verified by Gazette officer of ownership / Leaser of HDD machine if the bidder is owner or certified copy of the lease deed duly registered/Notary on Rs. 100/- stamp paper along-with the attested copy of ownership documents or above, in case the bidder is not owner of HDD machine are required to be enclosed with the Qualifying Bid and are to be shown in original as and when required. b) The capacity of HDD machine must be 10 tons (pull back capacity) or more and it shall be able to bore up to 200M length in one stretch. The copy of certificate of the manufacturer is to be enclosed with the Qualifying Bid. c) The intending bidder shall have experience of trench less technology for at least 2 (Two ) kms during last two years with any PSU/State Govt./Central Govt/ Reputed Company and a copy of certificate is to be enclosed with Qualifying Bid. d) The bidder should preferably have equipment to detect existing underground utilities/obstructions to ensure that they are not damaged. However, it will be responsibility of the Bidder to safeguard the existing underground cables/utilities.

Note 10 In case L2 & L3 giving willingness & accept the L1 rate in prescribe time. Tenderer accept the L1 rate in prescribe time & then not submit the Material S. D as per tender terms & condition the EMD will be forfeited

Note 11 Work shall be done by HDD method & for remaining portion it shall be done through traditional method i.e Excavation. The Through rate for the same is given in Part –B of Financial Bid. The decision of Divisional engineer OR other official nominated by Pr.GMTD Surat regarding method to be adopted in particular route i.e. HDD OR Trench excavation shall be final

Note 12 deleted

Note 13 The tender, which is not accompanied by the requisite Bid Security, shall be summarily rejected. Tender will not be accepted/received after expiry date and time. Pr.GMTD, Surat reserves the right to reject any or all tenders without assigning any reason.

Note 14 The requisite documents duly self attested by bidder as per tender terms & conditions Section IV Part-A Clause 7 otherwise bid is liable to be rejected if any of them is not submitted

Note 15 Tender document is available on our web site www.gujarat.bsnl.co.in can also be downloaded for bidding. Those bidder who want to use downloaded tender form will have to pay tender form fee of Rs 1000/- (Rupees One thousand only) by DD/Cash along with submission of tender document. The tender, which is not accompanied by the requisite Tender fee, shall be summarily rejected.

Note 16 Method of preparation of bid:

By means of online bids only for Electronic Tendering at the portal detailed in ‘Special Instructions to Bidders for E-Tendering “

E-T-92/HDD/U/2016-17 Page 5 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

5. Bid Security/EMD: 5.1 The bidder shall furnish the bid EMD in one of the following ways:- (a) Demand Draft/ Banker’s cheque shall be drawn from an Nationalized/ Scheduled Bank in favour Accounts Officer (Cash),BSNL, O/o Pr. GMTD Surat payable at Surat . Bid Security is to be paid in the form of Account Payee Demand Draft issued by a scheduled/ Nationalized bank drawn in favour of Accounts Officer (Cash ), BSNL, O/o , Pr. GMTD Surat payable at Surat. (b) Bank Guarantee from a scheduled bank drawn in favour of AGM (MM), Bharat Sanchar Nigam Limited, O/o Pr. GMTD Surat which should be valid for 240 days (i.e. one month above the offer validity period subject to maximum of 240 days) from the tender opening date, either separately for each package or total for all no. of packages participated. 5.2 The MSE units shall be exempted from submission of Bid Security depositand Bid document on production of requisite proof in respect of valid certification from MSME for the tendered item. 6. The bidder shall furnish a declaration in his tender bid that his firm has not blacklisted by any SSA/ Circle of BSNL/ MTNL. 7. Date & Time of Submission of Tender bids: on or before 15:00 hrs of dd/mm/2016

7,1 Online opening of Tender bid: As shown in the table above .

7.2 In case the date of submission (opening) of bid is declared to be a holiday, the date of submission (opening) of bid will get shifted automatically to next working day at the same scheduled time. Any change in bid opening date due to any other unavoidable reason will be intimated to all the bidders separately.

8. Place of opening of Tender bids:

8.1 Authorized representatives of bidders (i.e. vendor organization) can attend the TOE at theAGM (MM) O/O Pr. GMTD Door Sanchar Bhavan, 4TH Floor, Door Sanchar Bhavan Karimabad, Ghod Dod Surat-395001.

9. Tender bids received after due time & date will not be accepted bythe sysyem or physically . 10. Incomplete, ambiguous, Conditional, unsealed tender bids are liable to be rejected. 11. The Pr. GMTD BSNL SURAT reserves the right to accept or reject any or all tender bids without assigning any reason. He is not bound to accept the lowest tender. 12. The bidder shall furnish a declaration in his tender bid that no addition / deletion / corrections have been made in the downloaded tender document being submitted and it is identical to the tender document appearing on the website. 12.1 In case of any correction/ addition/ alteration/ omission in the tender document, the tender bid shall be treated as non responsive and shall be rejected summarily.

E-T-92/HDD/U/2016-17 Page 6 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

13. Tender, which is not accompanied by the requisite bid security, and required documents shall be summarily rejected. Note 16: All documents submitted in the bid offer should be preferably in English. In case the certificate viz. experience, registration etc. is issued in any other language other than English, the bidder shall attach an English translation of the same duly attested by the bidder & the translator to be true copy in addition to the relevant certificate. Note 17: All computer generated documents should be duly signed/ attested by the bidder/ vendor organization

Asst. General Manager, Material management O/o Pr. GMTD Surat

Annexure-A

GSM Ph-VII work with RL Conversion 10.0 KM O/H & Lossy 7.0 KM FTTH work pending 7.0 KM EB Case Peending 6.5 KM GSWAN Project urban 5.9 KM ITEM WISE TOTAL 36.4 KM

E-T-92/HDD/U/2016-17 Page 7 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

SECTION-I (Part-B)

NEWS PAPER N.I.T. (NNIT)

BHARAT SANCHAR NIGAM LIMITED Office of the Pr. General Manager SURAT TELECOM DISTRICT

NOTICE INVITING E-TENDER

Tender no. ST/CP/T-92/OFC/HDD/U/2016-17 Dated 19-05-2016

Sealed tenders are invited from the prospective bidders for “ OPTICAL FIBER CABLE CONSTRUCTION WORK BY HDD METHOD IN URBAN AREA OF SURAT SSA” Last date of receipt of tender is Up to 15.00 hours on 08-06-2016 .

For further detailed information, kindly visit our website www.gujarat.bsnl.co.inor http://tender.bsnl.co.in and follow link for e -tenders by BSNL.

Assistant General Manager (MM) Surat Telecom District. Phone: 0261- 2242400/ 2242800

E-T-92/HDD/U/2016-17 Page 8 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

SECTION-II (Part-A)

Tender Information

1. Type of tender: Single stage bidding, Two Stage Opening using two Electronic Envelope System.

The bidder shall submit Techno-commercial & Financial bids simultaneously

Note : The bids will be evaluated techno-commercially and financial bids of techno- commercially compliant bidders only shall be opened.

2. Bid Validity Period: Validity of Bid offer for acceptance by BSNL: 180 days from the tender opening date and for further extension of 120 days.

3. The tender offer shall contain two envelopes viz. techno-commercial and financial envelope which will contain one set of the following documents only:

4. Techno-commercial envelope shall contain: • Certificate(s) / documents showing fulfillment of the eligibility criteria stated in Clause-4 of the Detailed NIT at Section-I (Part-A). • Tender/ Bid form, duly filled & signed as per Section-II (Part-B). • Documents stated in clause 7.1 of Section-IV (Part-A). • Undertaking & declaration in Proforma – Section-VI duly filled & signed. • Certificate in respect of Near Relatives in BSNL -- Section-VI (Part-B) duly filled & signed. • Bidder’s Profile & Questionnaire duly filled & signed -- Section-VIII. • Tender documents (Electronic Form- Technical) with all relevant annexes.

Note : EMD, Cost of Tender documents, Solvency Certificate and Power of Attorney will be submitted in physical form as per Clause-7.4 of Section-IV (Part-A).

5. Financial envelope shall contain: Electronic Form -- Financial Bid as per section-XIII.

E-T-92/HDD/U/2016-17 Page 9 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

SECTION-II (Part-B)

BID FORM

Tender no. ST/CP/T-92/OFC/HDD/U/2016-17 Dated 19-05-2016

To

The Pr.General Manager Telecom District Surat Telecom District, Door Sanchar Bhavan, Ghod Dod Raod Kaimaba, Surat-395 001

Dear Sir,

Having examined the conditions of contract and specifications including addenda NO…...... the receipt of which is hereby duly acknowledged, we, undersigned, offer to execute the work of trenching, digging & laying of U/G Optical Fiber Cable and allied works ...... in conformity with said drawings, conditions of contract and specifications as may be ascertained in accordance with the schedule of prices attached herewith and made part to these Bid.

We undertake, if our Bid is accepted, we will execute the work in accordance with specifications, time limits and terms and conditions stipulated in bid document and as per latest BSNL cable construction practices along with its addenda.

If our Bid is accepted, we shall submit the securities as per the conditions mentioned in the contract.

We agree to abide by this Bid for a period of 180 days from the date fixed for Bid opening (Qualifying Bid) and it shall remain binding upon us and may be accepted at any time before the expiry of that period.

Until a formal Agreement is prepared and executed, this Bid together with your written acceptance thereof in your notification of award shall constitute a binding contract between us.

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

Dated this ...... day of ...... (the Year )

Signature of Authorised Signatory…...... ……… In capacity of ……………...... ………….

Duly authorized to sign the bid for and on behalf of ...... …..

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

E-T-92/HDD/U/2016-17 Page 10 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

SECTION-III (Part-A)

SAFETY PRECAUTIONS WHILE WORKING IN PUBLIC STREET AND ALONG RAILWAY LINES

1. SCOPE OF WORK This engineering instruction deals with the arrangements to be made for providing warning signs, flags, guards and lighting while working on public streets and along Railway lines in order to prevent accidents to pedestrians, vehicles and working personnel.

2. PRECAUTIONS WHILE WORKING ON ROADS : The period between half an hour after sun-set and half an hour before sun rise, and any period of fog or abnormal darkness may also be considered as night for the purpose of these instructions, for the purpose of providing the warning signs. Excavation liable to cause danger to vehicles or the public must at all times be protected with fencing of rope tied to strong uprights or bamboo poles at a suitable height or by some other effective means. Any such temporary erection which is likely to cause obstructions and which is not readily visible should be marked by posts carrying red flags or boards with a red background by day and by continuously lighted lamps at night. The flags and the lamps should be placed in conspicuous so as to indicate the pedestrians and drivers of vehicles the full extent, i.e. both width and length of the obstruction. The distance between lamps or between or between floors should not generally exceed 1.25 mtrs. Along the width add 6 mtrs. Along the length of the obstruction in non-congested areas, but 4 meters along the length in congested areas. If the excavation is extensive, sufficient notices to give adequate warning of the danger, should be displayed conspicuously not less than 1.25 mtrs. Above the ground and close top the excavation. Where any execution is not clearly visible for a distance above 25 mtrs. to traffic approaching from any direction or any part of the carriage way of the road in which the excavation exists , a warning notice should be placed on the kerb or edge of all such roads from which the excavation is not visible. Such warning should be placed at a distance of 25 mtrs. from the excavation or as near the distance as is practicable but not less than 10 mtrs. From the junction of an entering or intersecting road with in the road in which the excavation exists. All warnings, in these should have a red back ground and should be clearly visible and legible. All warning lamps should exhibit a red light, but white lights may be used in addition to facilitate working at night. Wherever required passage for pedestrians with foot bridge should be provided. At excavations cable drum tools and all material likely to offer obstruction should be properly folded round and protected. This applies to jointer’s tents well. Leads hoses etc. stretched and across the carriage way should be guarded adequately for their own protection and also that of the public.

3. TRAFFIC CONTROL : The police authorities are normally responsible for the control of traffic and may require the setting of traffic controls to reduce the inconvenience occasions by the establishment of a single line to traffic due to restriction in road width or any other form of obstruction caused by the work. As far as possible, such arrangement should be settled in advance. If there is any specific regulations imposed by the local authorities, these should be followed.

4. WORK ALONG RAILWAY LINES : Normally all work at Railway crossing is to be done under supervision of the railway authorities concerned, but it is to be borne in mind that use of white, red or green flags by the PGMTD Surat staff is forbidden to be used when working along a railway lines as this practice may cause an accident through engine drivers mistaking them for railway signals. When working along a double line of railway, the men should be warned to keep a sharp look on both the “UP ” and “DOWN ” lines to avoid possibility of any accident when trains pass or happen to cross one another near the work spot.

E-T-92/HDD/U/2016-17 Page 11 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

5. ALLIED ACTIVITIES:

5.1 Transportation of Materials: - The materials required for executing the work entrusted to the contractors against a work order shall be made available at location as specified in the Bid document. In some cases the materials may be available at sub-divisional store go down. The contractor shall be responsible for transporting the materials, to be supplied by the BSNL or otherwise to execute the work under the contract, to site at his/their own cost. The costs of transportation are subsumed in the standard Schedule Rates and therefore no separate charges are payable on this account.

5.2 Supply of Materials: - There are some materials required to be supplied by the contractor for execution of works under this contract like bricks, cement, Wire Mesh and Steel for protection, etc., besides using other consumables which do/don’t become the part of the asset. The contractor shall ensure that the materials supplied are of best quality and workmanship and shall be strictly in accordance with the specifications.

5.3 Cost of Works : - The estimated cost of work is as mentioned in the Notice Inviting Tender, which has been worked out based on standard scheduled rates mentioned in this tender document. The actual value of work may vary based on the actual requirement but generally being limited to +/- 25% of the indicated value.

E-T-92/HDD/U/2016-17 Page 12 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

SECTION-III (Part-B)

Optical Fiber Cable Construction Specifications

1. OPTICAL FIBRE CABLE CONSTRUCTION PRACTICES The guidelines in the form of Engineering Instructions (E.I.s) on Construction Practices of Optical Fiber Cables are issued by T & D wing of the Department, from time to time. However, the present practices are summarized here under, from the point of view of describing scope of work under various items of work. The document will need revision as and when practices undergo any revision.

The Optical Fiber Cable is planned considering the following objectives of the scheme.

i) Minimum possible route length vis-à-vis route having maximum number of towns with potential telecom growth. ii) Linking of small exchanges of main road by leading in O.F.C. vis-à-vis routing the main cable itself via such exchanges.

After deciding above-mentioned issues, a detailed measurement of lengths of cable route along with details of rail/road crossings, culverts, causeways, etc. may record in the detailed survey register. The probable locations of joints, terminations and generators may also be decided and marked on the route map. On the basis of survey, general permission from road and all concerned authorities for laying the Optical fiber Cable along the decided routes and permission for rail/road crossings will have to be obtained. Generally, O.F.C. is laid straight as far as possible along the road near the boundaries, away from the burrow pits. The O.F.C. is laid along the roads at minimum distance of 15 meters from the centerline of the road or in accordance with the permission from the concerned road authorities in view of their road-widening plan. As the O.F.C. is laid after obtaining due permission from all the concerned authorities to avoid any change/shifting at a later stage and also disruption of services/revenue loss.

In special cases, where it may be necessary to avoid burrow pits or low lying areas, the cable may be run underneath the shoulders at a distance of 0.6 meter from the outer edge of the road embankment provided the same is located at least 4.5 meters away from center line of road and 1.2 meters below the road surface.

The Optical Fiber Cable is laid through PLB Blowing/Preinstalled rope type pipe buried at a nominal depth of 165 Cms or more.

1.1 THE WORK INVOLVES: a) Horizontal directional drilling (HDD) or trench less technology to be used for making boring of 150 CP/225CP/300CP bore sizes. The depth of boring should be such as to clear underground utilities/obstacles. However, in no case the depth of boring be less than 1.65 mtr from the road surface. b) (i) In Horizontal and vertical boring, the system should be capable of going up to 10 meter below the ground level.

E-T-92/HDD/U/2016-17 Page 13 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

(ii) In a shift of 8 hrs. at least 150 mtrs of horizontal drilling or 3 to 4 road crossing should be able to complete.

c) To lay the pipe place jack stand along the sides of trench and mount the coil with the help of a strong iron shaft passing through the collapsible reel. Drive the reel slowly to avoid over spinning of reel while pulling. Unrolled pipe can be laid to the trench by placing the workers after every 15 to 20 meters. The arrangement for horizontal Jack and associated other accessories shall be arranged by contractor at his cost.

d) Reinstatement of the excavated trench/manhole according to Construction specifications whenever required.

e) Fixing of MS clamps for suspending GI pipes at culverts, bridges and/or concreting for GI pipes wherever necessary. f) Offering for A/T checks without any extra payment. 1.2 GROUND PENETRATING RADAR SURVEY: a) The contractor should collect all available information regarding under ground services through ground penetrating radar survey and take necessary action / care for their protection. b) After under ground survey, along the proposed route at his own cost, he should set the route direction as directed by construction officer. The construction officer shall provide the route map to the contractor if (available) for plotting the existing utilities and setting the routes for horizontal boring. c) The tenderer will be fully responsible for any damage of under ground utilities.

1.3LAYING OF UNDER GROUND/OF CABLE: a) Pulling of U/G OF cable through horizontal bore, contractor should be able to pull the U/G OF cable through horizontal bore without any damage to the cable. For any damage contractor shall be responsible. b) Making horizontal bores, pulling PLB HDPE pipe. c) Pulling 6CP P-P rope and OF cable wherever required. d) Sealing of pipe ends by sealing plugs The sealing plugs shall be provided by BSNL. The 6CP PP rope will be provided by contractor where ever required. e) More than one pipe may have to be pulled for future use. f) Cutting of cable should be avoided while laying along the road. g) In case of laying of optical fiber cable, the contractor should take adequate precautions to avoid any damage of cable. h) After completion of work, the record of actual depth of cable at which it was laid along with other documents and drawings to be given to construction In- charge. i) The record of depth should be taken at the interval of 5 mtrs.

2. LAYING OF PLB HDPE PIPE: a) To lay the pipe, place jack stand along the side of trench and mount the coil with the help of strong iron shaft passing through the collapsible reel. Drive the reel slowly to avoid over spinning of reel while pulling, unrolled pipe can be laid to the trench by placing

E-T-92/HDD/U/2016-17 Page 14 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

worker after every 15-20 meter. The arrangement for horizontal Jack and associated other accessories should be arranged by contractor at his cost. b) PLB Blowing Type/Pre-installed ropes type/GI pipes shall be laid only in approved trenches. The contractor shall exercise due care to ensure that the HDPE Pipe/PLB Blowing Type/Pre-installed rope is not subjected to any damage or strain. c) Water present in the trench at the time of laying the HDPE Pipe/PLB Blowing Type/Pre-installed ropes shall be pumped out by the contractor before lowering in the pipes to ensure that no mud or water gets into the pipes.

3. The PLB Pipe shall be jointed by coupler at both ends, P.P. rope shall be drawn though HDPE Pipe properly at time of laying pipes. Couplers will be provided by BSNL. 4. BACK FILLING AND DRESSING THE TRENCH/MANHOLE: a) Provided that the PLB Blowing Type/Pre-installed ropes type have been properly laid in the trench at the specified depth, the back filling operation shall follow as closely as practicable. The back filling operation shall be performed in such a manner as to provide firm support under & above the pipes and avoid bend or deformation of the PLB Blowing Type/Pre-installed ropes type when the PLB Blowing Type/Pre-installed ropes type get loaded with the back filled earth. In locations where the back filling is not done properly by the contractor or done unevenly it shall be redressed and back filled properly by the BSNL at Contractor’s expense. No debris shall be allowed in the back fill at any time. b) At locations where the back filled material contains hard clods, rock fragments and other materials which may cause injury to PLB Blowing type/Pre-installed rope type & where excavated or rock fragmi are intended to refill the trench in whole or in part, the trench should be initially filled, with a layer of ordinary soil or derocked loose earth of not less than 10 cms. above pipes, without any extra cost c) .Back filling on public, private roads, railway crossings, and foot paths in areas shall be performed immediately after laying the PLB Blowing Type/Pre-installed ropes type. Back filling at such locations shall be thoroughly rammed, so as to ensure original condition & made safe to traffic. All excess soil/ material left out on road/footpath/railway crossing shall be removed without any extra cost. However, along the high ways and cross-country, the dug up material left out should be kept as heap above the trench while refilling 5. STORES: a) PLB pipes and other materials shall be collected by the Contractor from the store dumps of the BSNL conveniently located over the route. The Contractors are expected to make their own arrangements for transporting the materials from the supply point/ store, without any additional payment. The basic rate quoted for the purpose of Bid should, therefore, take care of all expenses incidental to loading, transportation, unloading and distribution at site, of all materials. b) After completing trench less digging, HDPE/PLB Pipe laying – i) For HDPE pipe in 200 meters section rope is to be replaced by new one. ii) For pre-installed rope type PLB pipe :- The rope is to be replaced in coil length

E-T-92/HDD/U/2016-17 Page 15 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

c) PLB Pipe (blowing type) entire length of section allotted to the contractor should be checked by passing the mandrel of suitable size form one end of section to other end by blowing the air with the help of compressor of suitable capacity. It is the responsibility of the contractor to arrange the compressor and other necessary accessories at his cost.

6. LAYING PROTECTION PIPES ON BRIDGES AND CULVERTS a) The work involves laying one or more PLB pipe Blowing Type/Pre-installed ropes type through GI Pipes of not more than 4" dia laid on the Bridges/Culverts. b) In bridges/Culverts, where proper ducts are already provided, the PLB Blowing Type/Pre-installed ropes type will be laid through the ducts. c) Normally on the Bridges/Culverts, where there are no ducts and where the cushion on the top of the Arch is 0.5m or more the G.I. Pipe carrying PLB Blowing Type/Pre-installed rope type & Cable may be buried on the top of the Arch adjourning the parapet wall, by digging close to the wheel guards. d) Where the thickness of the Arch is less than 0.5m, the pipes must be buried under the wheel guard masonry and the wheel guard rebuilt. e) If any of the above methods is not possible, the G.I. Pipe must be clamped outside the parapet wall with the clamps supplied by the BSNL. If necessary, the pipes may be taken through the parapet wall at the ends where the wall diverges away from the road. f) In cases where the methods explained in clause c & d above are not possible, the G.I. Pipes can be fixed on the top of the road kerb close to the inside face of the parapet wall by means of clamps, supplied, using raw plugs & wood screws or small diameter bolts, without damaging concrete & limiting external diameter of the bolts to 7.5 CP. The permission for carrying out this work will be obtained from the Road Authorities by the BSNL. g) Methods cited in clauses above should be carried out under close supervision of the Road authorities and restoration of any damages to the structures in any of the methods adopted should be done to the entire satisfaction of the road authorities. h) When PLB Blowing Type/Pre-installed ropes type are laid on bridges/culverts as per clause c to f above, except when pipes are clamped outside of the bridge, cement concreting shall be provided over the protection pipes/troughs.

7. SPECIFICATIONS FOR CONCRETING: a) The nominal dimension of concreting is of 275 CP x 275 CP. section. However depending on the actual situation, this cross section may be varied to ensure uniformity with any existing structure / base, on which the GI pipes are placed, as demanded by the road authorities. The work should be carried out at the rates applicable for nominal cross section b) The concreting surface should be thoroughly cleaned and leveled before concreting. Necessary wire mash of adequate size shall be provided as reinforcement for the concrete. c) At both the ends of the Bridges/Culverts, where the GI Pipes slope down and get buried, the concreting should be carried out to ensure that no portion of the GI Pipe is exposed and further down as required by the site in charge to protect the Pipe from any possible damage externally caused.

E-T-92/HDD/U/2016-17 Page 16 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

d) Any damages caused to the existing structure such as Foot-Path or base of the Parapet or Kerb wall on which GI Pipes are placed should be repaired and original condition restored to the satisfaction of Road Authorities. e) Where white wash/colour wash exists on the Bridges/Culverts, the same should also be carried out on the concreted portion to ensure uniformity. f) Cement Concrete Mixture used should be of 1:2:4 Composition i.e. 1 Cement: 2 Coarse Sand, 4 graded Coarse Stone aggregate of 20 CP. nominal size. g) Smooth finishing of exposed surface should be done with a mixture of 1:3: i.e. 1 Cement: 3 Fine Sand. h) Portions where cement concreting have been done shall be cured with sufficient amount of water for reasonable time to harden the surface.

8. WETTING: Wherever the soil is hard due to dry weather conditions, if watering is to be done for wetting the soil to make it loose, the same shall be done by the contractor. No extra payment shall be admissible for this.

9. DOCUMENTATION:

The documentation, consisting of the following shall be prepared exchange to exchange for intra SSA OFC links and for each section in case of inter SSA/National long distance routes.

i) Route Index Diagrams – General: This diagram shall consist of Cable Route Details on Geographical Map drawn to scale the prominent land marks and alignment of cable with reference to road. This shall be prepared on A-3 sheets of 80 GSM. ii) Route Index Diagrams – Profile: These diagrams will contain:

* Make and size of the cable. * Offset of cable from center of the road at every 10 meters * Depth profile of Cable at every 10 meters Details of protection with type of protection depicted on it Location of culvert and bridges with their lengths and scheme of laying of HDPE pipe/PLBBlowing Type/Pre-installed ropes type thereon. * Important landmarks to facilitated locating the cable in future * Location of joints and pulling manholes.

These diagrams shall be prepared on A-4 sheets of 80 GMS. On one sheet profile of maximum 400 meters shall be given to ensure clarity. All the diagrams (i) & (ii) shall bear the signatures of the contractor and the Engineer-in- charge as a proof of accuracy of the details. The diagrams shall be bound in A-4 size book with cover. The cover sheets shall be of 110 GSM and laminated. The front cover shall have the following details.

1. Name of the SSA/Project Organization. 2. Name of the OFC Link 3. Name of the Contractor 4. Date of commencement of work 5. Date of completion of work

E-T-92/HDD/U/2016-17 Page 17 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

For each route/section 6 sets of above-mentioned document shall be submitted.

10. SAFETY PRECAUTIONS :

10.1 Safety Precautions when excavating or working in excavations close to electric cables

The Engineer-in-Charge of the work should get full information from Electricity undertaking regarding any electric cables, which are known or suspected to exist near the proposed excavation and unless this is done, excavation should not be carried out in the section concerned. The electricity undertaking should be asked to send a representative and work should be proceeded with close consultation with them. Only wooden handled hand tools should be used until the electric cables have been completely exposed. Power Cables, not laid in conduits, are usually protected from above by a cover slab of concrete, brick or stone. They may or may not be protected on the sides. It is safer, therefore, always to drive the point of the pickaxe downwards then uncovering a cable, so that there is less chance of missing such warning slabs. No workman should be permitted to work alone where there are electric cables involved. At least one more man should be working near by so that help can be given quickly in case of an accident. If disconnection of power could be arranged in that section it will be better. No electric cables shall be moved or altered without the consent of the Electric Authority and they should be contacted to do the needful. If an electric cable is damaged even slightly, it should be reported to the Electric Authority and any warning bricks disturbed during excavation should be replaced while back filling the trench. Before driving a spike into the ground, the presence of other underground properties should be checked. Information on plans regarding the location of power cables needs not to be assumed as wholly accurate. Full precautions should be taken in the vicinity until the power cable is uncovered. All electric cables should be regarded as being live and consequently dangerous. Any power is generally dangerous, even low voltage proving fatal in several cases.

10.1.1 Electric shock-Action and treatment : Free the victim from the contact as quickly as possible. He should be jerked away from the live conductors by dry timber, dry rope or dry clothing. Care should be taken not to touch with bare hands as his body may be energized while in contact. Artificial respiration should begin immediately to restore breathing even if life appears to be extinct. Every moment of delay is serious, so, in the meanwhile, a doctor should be called for.

10.1.2 Safety precautions while working in public street and along railway lines Where a road or footpath is to be opened up in the course of work, special care should be taken to see that proper protection is provided to prevent any accidents from occurring. Excavation work should be done in such a manner that it will not unduly cause inconvenience to pedestrians or occupants of buildings or obstruct road traffic. Suitable bridges over open trenches should be so planned that these are required for the minimum possible time. Where bridges are constructed to accoCPodate vehicular traffic and is done near or on railway property, it should be with the full consent and knowledge of the competent railway authorities.

10.1.3 Danger from falling material: Care should be taken to see that apparatus, tools or other excavating implements or excavated materials are not left in a dangerous or insecure position so as to fall or

E-T-92/HDD/U/2016-17 Page 18 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

be knocked into the trench thereby injuring any workman who may be working inside the trench.

11. Care when working in Excavations: Jumping into a trench is dangerous. If it is deep, workmen should be encouraged to lower themselves. Workers should work at safe distance so as to avoid striking each other accidentally with tools. If the walls of the trench contain glass bits, corroded wire or sharp objects they should be removed carefully. If an obstruction is encountered, it should be carefully uncovered and protected if necessary. Care must be taken to see that excavated material is not left in such a position that it is likely to cause any accident or obstruction to a roadway or waterway. If possible the excavated material should be put between the workmen and the traffic without encroaching too much on the road.

11.1 Danger of cave in: When working in deep trenches in loose soil, timbering up/shoring the sides will prevent soil subsidence. The excavated material should be kept at sufficient distance from the edge of the trench or pit. Vehicles or heavy equipment must not be permitted to approach too close to the excavation. When making tunneled opening, it would be ensured that the soil is compact enough to prevent cave in even under adverse conditions of traffic. Extra care should be taken while excavating near the foundations of buildings or retaining walls. In such cases, excavation should be done gradually and as far as possible in the presence of the owners of the property.

11.2 Protection of Excavations: Excavations in populated areas, which are not likely to be filled up on the same day should be protected by barriers or other effective means of preventing accidents and the location of all such openings must in any event be indicated by red flags or other suitable warning sings. During the hours from dusk to dawn, adequate number of red warning lamps should be displayed. Supervisory officers should ensure that all excavations are adequately protected in this manner as serious risk and responsibility is involved. Notwithstanding adoption of the above-mentioned precautions, works involving excavations should be so arranged as to keep the extent of opened ground and the time to open it to a minimum.

11.3 Precautions while working on roads: The period between half an hour after sunset and half an hour before sunrise, and any period of fog or abnormal darkness may also be considered as night for the purpose of these instructions, for the purpose of providing the warning signs. Excavation liable to cause danger to vehicles or the public must at all times be protected with fencing of rope tied to strong uprights or bamboo poles at a suitable height or by some other effective means. Any such temporary erection which is likely to cause obstructions and which is not readily visible should be marked by posts carrying red flags or boards with a red background by day and by continuously lighted lamps at night.

The flags and the lamps should be placed in conspicuous positions so as to indicate the pedestrians and drivers of vehicles the full expanse i.e. both width and length of the obstruction. The distance between lamps or between floors should not generally exceed 1.25m along the width and 6m along length of the

E-T-92/HDD/U/2016-17 Page 19 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

obstruction in non-congested areas, but 4 meters along the length in congested areas. If the excavation is extensive, sufficient notice to give adequate warning of the danger, should be displayed conspicuously not less than 1.25m above the ground and close to the excavation. Where any excavation is not clearly visible for a distance of 25m to traffic approaching from any direction or any part of the carriage way of the road in which the excavation exists, a warning notice should be placed on the kerb or edge of all such roads from which the excavation or as near the distance as is practicable but not less than 10m from the junction of an entering or intersecting road in which the excavation exists. All warnings, in these should have a red background and should be clearly visible and legible. All warning lamps should exhibit a red light, but white lights may be used in addition to facilitate working at night. Wherever required a passage for pedestrians with footbridge should be provided. At excavations, cable drums, tools and all materials likely to offer obstructions should be properly folded round and protected. This applies to jointer’s tents as well. Leads, hoses etc. stretched and across the carriageway should be guarded adequately for their own protection and also that of the public.

12. Traffic Control : The police authorities are normally responsible for the control of traffic and may require the setting up of traffic controls to reduce the inconvenience occasioned by establishment of a single line of traffic due to restriction in road width or any other form of obstruction caused by the work. As far as possible, such arrangements should be settled in advance. If there are any specific regulations imposed by the local authorities, these should be followed.

13. Work along Railway Lines :

Normally all works at Railway crossing is to be done under supervision of the railway authorities concerned, but it is to be borne in mind that use of white, red or green flags by the BSNL staff is positively forbidden to be used when working along a railway line as this practice may cause an accident through ------drivers mistaking them for railway signals. When working along a double line of railway, the men should be warned to keep a sharp look on both the “UP” and “DOWN” lines to avoid the possibility of any accident when trains pass or happen to cross one another near the work spot.

E-T-92/HDD/U/2016-17 Page 20 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

SECTION-III (Part-C)

Schedule of Requirements

The schedule of requirement under this tender is as per DNITi.e. Section-I Part-A for development works of Urban and Sub urban networks of Surat Telecom District. The work is to be carried out as per the field requirements. The unit cost w.r.t. each component of works will be as per the schedule rate in Section-XI.

E-T-92/HDD/U/2016-17 Page 21 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

SECTION-III (Part-D) Engineering Instructions SAFETY PRECAUTIONS WHILE WORKING IN PUBLIC STREET AND ALONG RAILWAY LINES

2. SCOPE OF WORK This engineering instruction deals with the arrangements to be made for providing warning signs, flags, guards and lighting while working on public streets and along Railway lines in order to prevent accidents to pedestrians, vehicles and working personnel.

2. PRECAUTIONS WHILE WORKING ON ROADS : The period between half an hour after sun-set and half an hour before sun rise, and any period of fog or abnormal darkness may also be considered as night for the purpose of these instructions, for the purpose of providing the warning signs. Excavation liable to cause danger to vehicles or the public must at all times be protected with fencing of rope tied to strong uprights or bamboo poles at a suitable height or by some other effective means. Any such temporary erection which is likely to cause obstructions and which is not readily visible should be marked by posts carrying red flags or boards with a red background by day and by continuously lighted lamps at night. The flags and the lamps should be placed in conspicuous so as to indicate the pedestrians and drivers of vehicles the full extent, i.e. both width and length of the obstruction. The distance between lamps or between or between floors should not generally exceed 1.25 mtrs. Along the width add 6 mtrs. Along the length of the obstruction in non-congested areas, but 4 meters along the length in congested areas. If the excavation is extensive, sufficient notices to give adequate warning of the danger, should be displayed conspicuously not less than 1.25 mtrs. Above the ground and close top the excavation. Where any execution is not clearly visible for a distance above 25 mtrs. to traffic approaching from any direction or any part of the carriage way of the road in which the excavation exists , a warning notice should be placed on the kerb or edge of all such roads from which the excavation is not visible. Such warning should be placed at a distance of 25 mtrs. from the excavation or as near the distance as is practicable but not less than 10 mtrs. From the junction of an entering or intersecting road with in the road in which the excavation exists. All warnings, in these should have a red back ground and should be clearly visible and legible. All warning lamps should exhibit a red light, but white lights may be used in addition to facilitate working at night. Wherever required passage for pedestrians with foot bridge should be provided. At excavations cable drum tools and all material likely to offer obstruction should be properly folded round and protected. This applies to jointer’s tents well. Leads hoses etc. stretched and across the carriage way should be guarded adequately for their own protection and also that of the public.

3. TRAFFIC CONTROL : The police authorities are normally responsible for the control of traffic and may require the setting of traffic controls to reduce the inconvenience occasions by the establishment of a single line to traffic due to restriction in road width or any other form of obstruction caused by the work. As far as possible, such arrangement should be settled in advance. If there is any specific regulations imposed by the local authorities, these should be followed.

4. WORK ALONG RAILWAY LINES : Normally all work at Railway crossing is to be done under supervision of the railway authorities concerned, but it is to be borne in mind that use of white, red or green flags by the PGMTD Surat staff is forbidden to be used when working along a railway lines as this practice may cause an accident through engine drivers mistaking them for railway signals. When working along a double line of railway, the men should be warned to keep a sharp look on both the “UP ” and “DOWN ” lines to avoid possibility of any accident when trains pass or happen to cross one another near the work spot.

E-T-92/HDD/U/2016-17 Page 22 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

5. ALLIED ACTIVITIES:

5.2 Transportation of Materials: - The materials required for executing the work entrusted to the contractors against a work order shall be made available at location as specified in the Bid document. In some cases the materials may be available at sub-divisional store go down. The contractor shall be responsible for transporting the materials, to be supplied by the BSNL or otherwise to execute the work under the contract, to site at his/their own cost. The costs of transportation are subsumed in the standard Schedule Rates and therefore no separate charges are payable on this account.

5.2 Supply of Materials: - There are some materials required to be supplied by the contractor for execution of works under this contract like bricks, cement, Wire Mesh and Steel for protection, etc., besides using other consumables which do/don’t become the part of the asset. The contractor shall ensure that the materials supplied are of best quality and workmanship and shall be strictly in accordance with the specifications.

5.3 Cost of Works : - The estimated cost of work is as mentioned in the Notice Inviting Tender, which has been worked out based on standard scheduled rates mentioned in this tender document. The actual value of work may vary based on the actual requirement but generally being limited to +/- 25% of the indicated value.

Drawing and /or specification of various items

E-T-92/HDD/U/2016-17 Page 23 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

SPECIFICATION FOR

A,Full round RCC Pipes,

The Full Round RCC pipes of. class NP-2 conforming to IS No. 458/2003 with inner diameter of 100mm and outer diameter 150mm and length of 2 meter with collar should be as per specification

B, 65mm G.I. Pipes GI Pipe with 65mm medium class, ISI marked screwed at both ends and socketed at one end and other end protected with plastic thread

C, DWC Pipe &Couplers: DWC HDPE full ducts 63/50/51 mm Min (Six meter length) and Couplers 63mm (Per six meter length)

As per TESEC Gr, No.TESC/MBDWC-34/01/303.OCT 2008 Dated 03.10.2008 TESEC No. GR/DWC-34/01.SEP 2007

E-T-92/HDD/U/2016-17 Page 24 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

SECTION-IV (Part-A)

General Instructions to bidders

A. INTRODUCTION:

1. DEFINITIONS:

a. BSNL: The BSNL means the Bhart Sanchar Nigam Limited and itsboard of directors.

b. BSNL: The BSNL means the Bharat Sanchar Nigam Limited (A Govt. of India’s Enterprise) the company with Board of Directors and Chairman & Managing Director, with Head Quarters at New . All references of: BSNL

Chief General Manager General Manager Deputy General Manager Divisional Engineer Sub Divisional Engineer Junior Telecom Officer Accounts officer Assistant Accounts Officer Junior Accounts Officer Including other officers in the BSNL, whatever designations assigned to them from time to time, who may be the In-charge of direction, supervision, testing, acceptance and maintenance including their successor(s) in the office appearing in various clauses shall be taken to mean the Bharat Sanchar Nigam Limited under the Ministry of Communications, Govt. of India.

c. Head of Project means PGMTD, Surat and his successors.

d. The jurisdiction of the PGMTD, Surat: The jurisdiction of the PGMTD, Surat Means the one which coincides geographically in Surat SSA.

e. Representative of the PGMTD, Surat: Representative of the PGMTD, Surat means Officers and staff for the time being deputed by PGMTD for inspecting or supervising the work or testing etc.

f. Engineer – in – charge: The Engineer – In – charge means the Engineering Officer nominated by BSNL to supervise the work, under the contract, (Minimum Divisional Engineer Level Officer).

g. Site Engineer: Site Engineer shall mean an SDE or JTO of the BSNL who may be placed by the PGMTD, Surat as in-charge of the work at site at any particular period of time.

h. A/T Unit: A/T Unit shall mean Acceptance and Testing Unit of the BSNL .

i. A/T Officer: An officer authorized by T&D Circle or other from BSNL to conduct A/T.

j. Contract: The term contract means, the documents forming the Bid and acceptance thereof and the formal agreement executed between the competent authority for and on behalf of the Bharat Sanchar Nigam Limited and the contractor, together with the document referred to therein including these conditions, the specifications, designs, drawings and instructions issued from time to time, by the engineer In-charge and all these documents taken together Shall be deemed to form on contract and shall be E-T-92/HDD/U/2016-17 Page 25 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

complementary to one another. In the contract, the following expressions shall, unless the context otherwise requires, have the meanings, hereby respectively assigned to them. The expression works or work shall unless there be something either in the subject or context repugnant to such construction, be construed and taken to mean the works by or by virtue of the contract contracted to be executed whether temporary of permanent, and whether original, altered, substituted or additional.

k. Contractor: The contractor shall mean the individual, firm or company, enlisted with BSNL of Telecom in accordance with procedure for enlistment of contractor, whether incorporated or not, undertaking the works and shall include the legal personal representative of such individual or the persons composing such firm or company, or the successors of such firm or company and the permitted assignees of such individual, firm or company.

l. Work: The expression “works” shall unless there be something either in the subject or context repugnant to such construction, be construct and taken to mean the works by or by virtue of the contract contracted to be executed whether temporary or permanent and whether original altered, substituted or additional.

m. Schedule(s): Schedule(s) referred to in these conditions shall mean the relevant schedule(s) or the standard schedule of rates mentioned in the document.

n. Site: The site shall mean the land/or other places on, into or through which work is to be executed under the contract or any adjacent land, path or street through which, the work is to be executed under the contract or any adjacent land, Path or street which may be allotted or used for the purpose of carrying out the contract.

o. Normal time or Stipulated time: Normal time or Stipulated time means time specified in the work order to complete the work.

p. Extension of Time: extension of Time means the time granted by the BSNL to complete the work beyond the normal time or stipulated time.

q. Date of Commencement of Work: Date of Commencement of work mean’s the date of actual the commencement of work or 7 th day from the date of issue of work order, whichever is earlier.

r. Due date of completion: Due date of completion shall be the date by which the work shall be completed in all respect at site including clearance of site.

s. Duration of completion of work: The duration of completion of work or completion time shall be time specified in the work order plus extension of time granted, if any.

t. Expected risk: Expected risk are risks due to war (whether declared or not), invasion, act of foreign enemies, hostilities, civil war, rebellion, revolution, insurrection, military or usurped power, any acts of BSNL damages from aircraft, other causes over which, the contractor has no control and the same having been accepted as such, by the Accepting Authority or causes solely due to use or occupation by the BSNL of the part of the work, in respect of which a certificate of completion has been issued.

u. Near Relative: -The near relatives are defined as : (The near relatives of all BSNL Employees either directly recruited or on deputation are prohibited from participation in tenders and execution of works in the different units of BSNL.) The detailed guidelines in this regard are given in the following paragraphs:

i) The near relatives for this purpose are defined as:

E-T-92/HDD/U/2016-17 Page 26 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

(a) Members of a Hindu Undivided family, (b) They are husband and wife, (c) The one is related to the other in the manner as father, mother, son (s) & son’s wife (daughter-in-law), Daughter(s), & daughter’s husband (son-in- law), brother(s) & brother’s wife, sister(s) & sister’s husband (brother-in- law).

u. “Extra work” as used herein means any work or compliance with any requirements, other than a change, which is not. Expressly or impliedly contemplated by the contract documents, and which is necessary to be performed for the proper completion of the contracted work. For the purpose of clarification, it is declared that, any work or operation which shall be necessarily incidental to the proper performance of any item of work or part thereof shall be deemed to have been by implication provided for in the relevant item of work or part thereof and shall not constitute extra work.

B. ELIGIBILITY CRITERIA 2. ELIGIBILITY OF BIDDERS: 2.1 The bidders are eligible to bid as per Clause-4 “Eligibility Criteria for bidders”of Section–I (Part-A) i.e. Detailed NIT of this Bid document.

2.2 The Contractor must read carefully all the terms, conditions and specifications before filling up the Bid schedule and his quotation. 'Clause' No. is indicated before each 'Title'.

2.3 EXAMINATION OF WORKSITE BY BIDDER/CONTRACTOR:

2.3.1 It is implied that the Bidder / Contractor has inspected the site and satisfied himself as to the natures, locations of general and local conditions particularly those bearing upon transportation, handling and storage of materials, including the surface strata, the soil, sub soil, the surrounding, the nature and magnitude of work and ascertained the availability of power, water, roads and accommodation and also obtained all necessary information directly or indirectly affecting the work such as legal stipulation, possible delays and hindrance or interferences in executing the work, uncertainties of weather, river, stages or similar physical conditions of the site, the confirmation and conditions of the ground, the character of equipment and facilities needed preliminary to and during the execution of the work and all other matter which can in any way affect the work or the cost there under this contract, before making the offer, so that the rates quoted take all factors into consideration. The specifications for the entire work are to be read together and not in isolation.

2.3.2 The Bidder cannot rely on his ignorance of matters such as defects in soil nor any implied warranty by the employer viz. Divisional Engineer that the quantities, plans and specification stipulated in this Bid Document are accurate or that the work is feasible of performance in the manner set out in the Invitation to Bid. Moreover, work or materials incidental to execute this contract are not 'Extras'.

2.3.3 The site data relating to type of soil in the section at various stretches as assessed by the BSNL is given in the annexure-1. It must be noted that this 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 for any variation, if any, found actually. The contractors are required to make their own detailed assessment and should quote accordingly.

2.3.4 Any failure by the Contractor to do so shall not relieve him of responsibility for estimating properly the difficulty or cost of completely satisfactorily performing the contracted work.

E-T-92/HDD/U/2016-17 Page 27 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

2.3.5 The BSNL assumes no responsibility whatever for any oral understandings or representations made by any of its officers or agents or servants prior to the execution of the contract and all previous negotiations and understandings are hereby cancelled.

2.3.6 Unexpected difficulty or expenses is, in general, no excuse for difficulty in performing the work.

C. THE BID DOCUMENTS

3. BID DOCUMENTS :

3.1. The construction work to be carried out, goods required, bidding procedures and contract terms are prescribed in the Bid Documents. The Bid Documents include: The goods/ services required to be supplied, bidding procedures and contract terms are prescribed in the Bid Documents. The contents of the Bid documents are specified in the table of contents. 3.1.1.1 Notice Inviting Tender. 3.1.1.2 Bid Form. 3.1.1.3 Bidder’s Profile and certificate of near relatives 3.1.1.4 Instruction to Bidders. 3.1.1.5 General (Commercial) Conditions of the contract. 3.1.1.6 Special Conditions of Contract. 3.1.1.7 Scope of work and jurisdiction of the contract. 3.1.1.8 Cable Construction Specifications. 3.1.1.9 Material Security Bond Form. 3.1.1.10 Agreement (Sample). 3.1.1.11 Letter of Authorization for Attending Bid Opening. 3.1.1.12 List of Documents to be submitted along with the Qualifying bid. 3.1.1.13 Rates of Empty Cable Drums (If required) .

3.1.2 FINANCIAL BID

3.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the bid documents. Failure to furnish all information required as per the Bid Documents or Submission of bids not substantially responsive to the bid documents in every respect will be at the bidder’s risk and shall result in rejection of the bid.

4. QUERIES ON BID DOCUMENTS : A prospective bidder, requiring any clarification of the Bid Documents shall; notify BSNL in writing or by fax or cable at the BSNL’s mailing address indicated in the invitation for Bids. The BSNL shall respond in writing to any request for clarification of the Bid Documents, which it receives not later than 7 days prior to the date for the opening of the bids. Copies of the query (without identifying the source) and the clarifications by the BSNL shall be sent to all the prospective bidders who have purchased the bid documents and shall also be uploaded on website “www.gujarat.bsnl.co.in.&www.tender.bsnl.co.in ” and all such clarifications issued by the BSNL will form part of the bid document.

5. AMENDMENT OF BID DOCUMENTS:

5.1 At any time, prior to the date for submission of bids, the BSNL may, for any reason whether suo motto or in response to clarification requested by a prospective Bidder, modify the bid documents by amendments.

5.2 The amendments shall be notified in writing or by FAX to all prospective bidders on the address intimated at the time of purchase of bid documents from the BSNL and these

E-T-92/HDD/U/2016-17 Page 28 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

amendments will be binding on them, and also the amendments will be posted on website of Gujarat Circle.

5.3 In order to afford prospective bidders reasonable time to take the amendments into account in preparing their bids, the BSNL may, at its discretion, extend the deadline for the submission/opening of bids suitably. 5.4 In case of tender document downloaded from the official web site of the SSA, the tenderer should submit the required cost of bid document as prescribed in the form of DD along with tender and any discrepancy found in the tender document submitted by the tenderer, the tender uploaded by the BSNL will be treated as valid and any change found in the tender document submitted by the tenderer at any staged, will be treated as fraud done to the BSNL and will be liable to cancellation of agreement done (if any) and appropriate action will be taken against the tenderer

D. PREPARATION OF BIDS

6. Cost of Bidding: The bidder shall bear all costs associated with preparation and submission of the bid. The BSNL, will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

7. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFCATIONS:

7.1 The bidder shall furnish, as part of his bid documents establishing the bidder’s eligibility, the following documents:

1. Bid Security in as per DNIT Clause-5 of Section-I (Part-A). 2. Cost of Bid document as per DNIT Clause-2.1 of Section-I (Part-A). 3. The registration of the firm: a) Proprietorship – Copy of affidavit stating that he is the sole proprietor of the firm and is accountable to all tax liabilities of the said firm , on a non- judicial stamp paper of appropriate value as prevailing in the respective states(s), attested by a Notary public or registered before Sub- Registrar of the states(s) concerned. b) – Self attested copy of the registration of the firm issued by Registrar of Firms and copy of partnership deed. c) Limited company - Self attested copy of Memorandum & Articles of Association and certificate of incorporation. 4. Experience certificate in carrying out trenching, digging and allied OFC works issued by officer not below DET /Executive Engineer level as mentioned in Clause-4 of Section-I Part A (DNIT). 5. Solvency Certificate in original from the banker of the tenderer for Rs.5 lakh (not older than the date of issue of NIT) nationalized/schedule bank. 6. Bid Form, duly filled in and signed, as per Section-II (Part-B). 7. “Power of Attorney” in Proforma given at Section-VII (E) in case person other than the Bidder signed the documents. Power of Attorney as per Section-IV (Part-A) clause-7.3 (a) and (d) and authorization for executing the Power of Attorney as per clause-7.3 (b) or (c). 8. Bidder’s profile, duly filled in and signed, as per Section-VIII of the Bid document. 9. Certificate for understanding the terms & condition of Tender & Spec. of work as per Section-VI (Part-A). 10. Certificate in respect of Near Relatives in BSNL as per Section-VI (Part-B). 11. Clause by Clause compliance Certificate as per Section-VI (Part-D). 12. Certificate regarding Firm has not been black listed as per Section-VI (Part-E). 13. Self attested copy of Income Tax PAN Card. 14. Self attested copy of EPF registration. 15. Self attested copy of ESI registration. 16. Self attested copy of Services Tax Registration.

E-T-92/HDD/U/2016-17 Page 29 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

Note: As per NIT documents required to be submitted duly self attested by bidder Note: All above documents from Sl.No. I to XIII are Mandatory (compulsory) required qualifying technically.

7.2 All documents mentioned in 7.1 above are to be uploaded online.

Note: Bid is liable to be rejected for non-compliance of any of the above documents. Note: 1. All documents dully self attested by bidder only will be entertained. 2. Labour license to be submitted after issue of form V with letter of Intent(PAT) before issue of the FAT.

7.3 a) The intending bidder must own/lease an HDD machine either in his name or in the name of firm. The validity of lease should be at least 6 months from the date of opening of Tender. Documentary evidence. The ownership of HDD machine document of owner / leaser. The documents should be verified by Gazette officer of ownership of HDD machine if the bidder is owner or certified copy of the lease deed duly registered/Notary on Rs. 100/- stamp paper along-with the attested copy of ownership documents as above, in case the bidder is not owner of HDD machine are required to be enclosed with the Qualifying Bid and are to be shown in original as and when required b) The capacity of HDD machine must be 10 tons (pull back capacity) or more and it shall be able to bore up to 200M length in one stretch. The copy of certificate of the manufacturer is to be enclosed with the Qualifying Bid. c) deleted d) The intending bidder shall have experience of trench less technology for at least 2 kms during last two years with any PSU/State Govt./Central Govt. / Reputed company and a copy is to be enclosed with Qualifying Bid e) The bidder should preferably have equipment to detect existing underground utilities/obstructions to ensure that they are not damaged. However, it will be responsibility of the Bidder to safeguard the existing underground cables/utilities.

7.4 Offline Submissions:

The bidder is requested to submit the following documents offline to AGM (MM) O/o PGMTD, BSNL, 2 nd Floor, Bhaktinagar Telephone Exchange Building, Lohanagar, Surat-360002 on or before the date & time of submission of bids specified in the NIT of this tender document, in a Sealed Envelope. This envelope should be superscribed as “BID SECURITYAND ELIGIBLE DOCUMENTS FOR Tender No…….……………………………………………………………...dated ….…….. ”. The envelope shall bear the words ‘DO NOT OPEN BEFORE’ (due date & time). This envelope shall also indicate the name and complete postal address of the bidder to enable the User to return the bid unopened in case it is declared to be received 'late’.

1. Bid Security in the form of bank guarantee in Original as per the format given in Section-VII (A) on prescribed judicial paper with stamps of proper value and should contain full address of the issuing branch of the bank with telephone number and FAX number OR in the form of DemandDraft/Banker’schequedrawninfavourof “Accounts Officer (Cash) BSNL, PGMTD, Surat" payable at Surat.

2. DD of Rs. 500/- drawn in favour of “ Accounts Officer (Cash), BSNL, O/o PGMTD, Surat” payable at Surat against payment of tender document fee.

E-T-92/HDD/U/2016-17 Page 30 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

3. Solvency Certificate in original from the banker of the tenderer for Rs.5 lakh. The solvency certificate shall not be older than the date of issue of NIT.

4. Power of attorney in accordance with Section-VII (E).

5. A proof regarding current registration with NSIC for the tendered item will have to be submitted in case of Small Scale Industries for exemption from submission of Bid security / Tender fee as prescribed in Clause-2.1 and 5 (C) of Section-I (Part-A) of the bid document.

Note: The Bidder has to upload the Scanned copy of all above said original documents during e-format Bid Submission.

8. BID SECURITY:

8.1 The bidder shall furnish, as part of his bid, a bid security (EMD) for the amount shown in the NIT separately for each tender. No interest shall be paid by the BSNL on the bid security for any period, what so ever. 8.2 The bid security is required to protect the BSNL against the risk of bidders conduct, which would warrant the security’s forfeiture, pursuant to Para 8.7. 8.3 Bid Security shall be paid in the form of Crossed Demand Draft issued by a Nationalized / scheduled bank, drawn in favour of Accounts Officer (Cash), BSNL, O/o PGMTD, Surat payable at Surat. 8.4 A bid not secured in accordance with Paras 8.1 & 8.3 above shall be rejected by BSNL as non-responsive. 8.5 The bid security of the unsuccessful bidder will be refunded as promptly as possible after the finalization of tender. 8.6 The successful bidder’s bid security will compulsorily be converted to part Performance security deposit in accordance with Clause-5 (ii) of Section-V Part A.

Hence if the Bid security is submitted in the form of Bank Guarantee, the successful bidders have to replace the Bank Guarantee with a new Bank Guarantee for the same amount with a validity of 18 months from the date of signing the agreement. 8.7 The bid security shall be forfeited/firm shall be blacklisted: i. If a bidder withdraws his bid during the periods of bid validity specified in the bid document, or ii. If the bidder makes any modifications in the terms and conditions of the Bid before acceptance of the Bid, which are not acceptable to the BSNL or iii. If the Bidder is found to have given false/incorrect certificate in Section-VI (B). iv. In case of successful bidder, if the bidder fails: a. to sign the agreement in accordance with clause 25, or b. to furnish Material Security in accordance with Clause-5 (i) of Section-V. c. If the bidder avail the facility for exemption against EMD and fails to submit PBG after successful bid then his firm will be blacklisted in case of bid Security under MSME/NSIC/DIC certificate beneficiary (Bidder).

9. Bid Prices:

9.1 The bidder shall give the total composite price inclusive of all levies and taxes, packing, forwarding, freight and insurance in case of materials to be supplied and inclusive of all taxes and levies in case of works to be executed. The contractor shall be responsible for transporting the materials, to be supplied by BSNL (At the SSA Store Depot) or otherwise to execute the work under the contract, to site at his / their own cost. The cost of transportation is subsumed in the standard Schedule Rates and therefore no separate charges will be payable on this account. The offer shall be firm in Indian rupees.

E-T-92/HDD/U/2016-17 Page 31 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

9.2 Prices shall be quoted by the bidder as percentage below / above / at par the schedule of rates given in schedule of rates (Financial Bid). Prices quoted at any other place shall not be considered.

9.3 The price quoted by the bidder shall remain fixed during the entire period of contract and shall not be subject to variation on any account. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected.

9.4 Discount, if any, offered by the bidder shall not be considered unless they; are specifically indicated in; the schedule or rates (financial Bid). Bidders desiring to offer discount shall therefore modify their offers suitably while quoting and shall quote clearly net price taking all such factors like Discounts, free supply, etc. into account.

9.5 The Bidder shall quote in Financial Bid in English or Hindi only, both in words and figures.

9.6 In the case of illiterate Bidders, a witness should attest the Financial Bid. The percentages quoted in words will have precedence over the percentages quoted in figures. If the percentages are not quoted in words, that Bid is liable to be rejected. 9.1 The rates should be quoted inclusive of all charges and taxes except applicable Service Tax. For claiming Service Tax tenderer has to submit Service Tax registration number printed on the bill submitted for the payment and Service Tax will be paid extra on actual on submission of paid challan & returns in next bill.

10. PERIOD OF VALIDITY OF BIDS:

10.1 Bid shall remain valid for 240 days from date of opening of the bid (Qualifying Bid). A bidvalid for a shorter period shall be rejected by the BSNL as non-responsive.

10.2 BSNL reserves the right to request the lowest 3 bidders as per read out list on the opening day to extend the bid validity for a period of further 120 days and the bidder has to necessarily extend the bid validity. Refusal to extend the bid validity will result in forfeiture of the bid security. A bidder accepting the request and extending the bid validity will not be permitted to modify his bid.

10.3 "The Bidders shall not be entitled during this period of 240 days, without the consent in writing of PGMTD, Surat , to revoke or cancel his Bid or to vary the Bid submitted or in term thereof. The acceptance of Bid shall be communicated to the successful Bidder(s) by the PGMTD, Surat ."

11. SIGNING OF BID: 11.1 The bidder shall submit his bid online, complying all eligibility conditions, other terms and conditions of tender document to be read along with the clarifications and amendments issued in this respect. All the documents must be authenticated, using Digital Signature by the authorized person. The letter of authorization shall be indicated by written power-of-attorney accompanying the bid. (Note: The tenderer is advised to keep a photocopy (at his own cost) of the bid documents for his own reference.)

11.2 The bid shall contain no inter-lineation, erasures or overwriting except as necessary to correct errors made by the bidder in which case such corrections shall be signed by the person or persons signing the bid. All pages of the original bid, except for un-amended printed literatures, shall be signed digitally by the person or persons signing the bid.

E-T-92/HDD/U/2016-17 Page 32 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

11.3 The Bidder will be bound by all terms, conditions, construction practice and specifications as detailed in this Bid Document.

11.4 Unsigned or partially signed Bid shall be rejected.

E. SUBMISSION OF BIDS

12. Sealing and Marking of bids:

12.1 The bid shall be ‘Single Stage Bidding & Two envelope system’. The bid should be submitted online using Two Envelope methodology. The first envelope will be named as Techno-commercial bid. This envelope will contain documents of bidder’s satisfying the eligibility/ Technical & commercial conditions as per Clause-4 of Section-I (Part-A) & Clause-7 of Section-IV (Part-A) with Bid security as per Clause-11 of Section-IV (Part-A).

The second envelope will be named as Financial bid containing price schedules as per Section-XIII.

Bid sealing is done electronically by encrypting each bid part with a symmetric pass phrase by the bidders himself. Please refer Section-IV (Part-B) for further instructions.

12.2 The Bid with conditions other than those specified in the Bid document is liable to be summarily rejected. No modification by the contractor in any of the conditions will be permitted after the Bid is opened.

13. SUBMISSION OF BIDS:

13.1 Bids must be submitted online by the bidders as per instructions in Section-IV (Part B) not later than the specified date & time indicated in the DNIT.

13.2 The BSNL may, at its discretion, extend this deadline for the submission of bids by amending the Bid Documents in accordance with clause 6 in which case all rights and obligations of the purchaser and bidders previously subject to the deadline will thereafter be subjected to the deadlineas extended.

13.3 The bidder shall submit his bid offer against a set of bid documents purchased by him as per requirement of the Bid Documents .

13.4 Postponement of Bid opening : Wherever it is considered necessary to postpone the opening date of tenders, quick decision must be taken and communicated to the Bidders who have purchased the Bid documents and shall be at least one day before the original date of opening. The reasons for postponing the tender shall be recorded in writing. Such notice of extension of date of opening shall also be put-up on published. If the date of opening of bids is declared as holiday, the bids will be opened on the next working date at the same time and venue.

13.3 BSNL, if subsequently, declares date fixed for opening of bids as holiday, the revised schedule will be notified. However, in absence of any such notification, the bids will be opened on the next working day, time and venue remaining unaltered.

14. LATE BIDS: Bids will not be received after the specified time of closing of the Bid and the same shall be rejected and returned unopened to the bidder. It is the sole responsibility of the Bidder that he should ensure timely submission of Bid.

15. MODIFICATIONS AND WITHDRAWL OF BIDS:

15.1 The bidder may modify, revise or withdraw his bid after submission prior to the deadline

E-T-92/HDD/U/2016-17 Page 33 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

prescribed for submission of bid.

15.2 The bidder’s modification, revision or withdrawal shall have to be online and digitally authenticated as per clause 15.

15.3 Subject to clause 20, no bid shall be modified subsequent to the deadline for submission of bids.

F. BID OPENING AND EVALUATION:

16. OPENING OF BIDS BY THE BSNL :

16.1 The purchaser shall open Bids online , in the presence of bidders or their authorized representatives who choose to attend at due time on due date. The bidder’s representatives, who are present; shall sign an attendance register. Authority letter to this effect shall be submitted by the bidder before they are allowed to participate in bid opening. (A Format is given in Section-VII (B)).

At the time of opening the bids, initially envelope containing offline documents as mentioned above at Clause-7.4 of Section-IV (Part-A) of all bidders will be opened first. The Electronic envelope consisting Techno Commercial bids of only those bidders will be opened who have submitted required documents as offline submissions.

16.2 Maximum two representatives for any bidder shall be authorized and permitted to attend the bid opening.

16.3 The bids will be opened in two stages i.e. techno-commercial bid shall be opened on the date of tender opening given in NIT. The financial bid will not be opened on the date of opening of techno-commercial bids. Thereafter the CET will evaluate Techno-commercial bids & report of CET will be approved by competent authority. The financial bids of those bidders who are approved to be techno-commercially compliant by the competent authority, will be opened by TOC in front of techno- commercially eligible bidders/ authorized representatives by sending them a suitable notice.

16.4 The bidder’s names, Item name, EMD amount & validity and acceptability, Information in respect of eligible bidders, Details of bid modification/ withdrawal (if any), and such other details as the purchaser, at its discretion, may consider appropriate will be made available online at the time of techno-commercial bid opening.

16.5 The bidder’s names, Name of the Items, Quantities/prices quoted in the bid, discount, if offered, Taxes & levies and such other details as the purchaser, at its discretion, may consider appropriate will be made available online at the time of financial bid opening.

16.6 The date fixed for opening of bids, if subsequently declared as holiday by the BSNL the revised date of schedule will be notified. However, in absence of such notification, the bids will be opened on next working day, time and venue remaining unaltered.

17. CLARIFICATION OF BIDS BY BSNL: To assist in examination, evaluation and comparison of bids, the BSNL may, at its discretion ask the bidder for clarification of its bid. The request for its clarification and its response shall be in writing. However, no post bid clarification at the initiative of the bidder shall be entertained.

18. PRELIMINARY EVALUATION:

E-T-92/HDD/U/2016-17 Page 34 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

18.1 BSNL shall evaluate the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether the bids are generally in order.

18.2 Arithmetical errors shall be rectified in the following basis. If there is discrepancy between the unit price and total price that is obtained multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected by the purchaser. If there is discrepancy between words and figures, the amount in words shall prevail. If the Contractor does not accept the correction of the errors, his bid shall be rejected.

18.3 Prior to the detailed evaluation, the BSNL will determine the substantial responsiveness of each bid to the bid document. For purpose of these clauses a substantially responsive bid is one, which conforms to all the terms and conditions of the bid documents without deviations. BSNL’s determination of bids responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.

18.4 BSNL will reject a bid, determined as substantially non-responsive and shall not subsequent to the bid opening be made responsive by the bidder by correction of the non- conformity.

18.5 BSNL may waive any minor infirmity or no-conformity or irregularity in a bid, which does not constitute a material deviation, provide such waiver does not prejudice or affect the relative ranking of the bidder.

19. EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS:

19.1 BSNL shall evaluate in detail and compare the bids previously determined to be substantially responsive pursuant to clause18.

19.2 The evaluation and comparison of responsive bids shall be on the percentage deviation (above/below/at par) offered and indicated in schedule of rates of the bid documents.

19.3 The comparison shall be made on total amount quoted for the entire quantity of works mentioned as a package.

20. CONTACTING THE BSNL:

20.1 Subject to clause 17 no bidder shall try to influence BSNL on any matter relating to its bid, from the time of bid opening till the time the contract is awarded.

20.2 Any effort by the bidder to modify his bid or influence BSNL in the BSNL’s bid evaluation, bid comparison or the contract award decisions shall result in the rejection of the bid.

21. AWARD OF CONTRACT:

21.1 BSNL shall consider award of contract only to those eligible bidders whose offers have been found technically, commercially and financially acceptable.

21.2 Bids will be accepted and Contract will be finalised only with those of the Bidders, who in the opinion of PGMTD, Surat are having the capacity and resources to execute the work assigned in time.

E-T-92/HDD/U/2016-17 Page 35 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

21.3 The PGMTD, Surat reserves the right to award the work in any section to a single Contractor or split the work among two or more Contractors. The decision of PGMTD, Surat in this regard shall be final and binding. If the work in one section is awarded to more than one Contractor, the demarcation of the work among the various Contractors shall be decided by PGMTD, Surat and the demarcation will be communicated in writing to the concerned Bidders .

22. BSNL’S RIGHT TO VARY QUANTUM OF WORK: BSNL, at the time of award of under the contract, reserves the right to decrease or increase the work by up to 25% of the total quantum of work specified in the schedule of requirements without any change in the rates or other terms and conditions. PGMTD, Surat also reserves right to award the work to the contractor at the approved rates in some other area as a special case in case so felt necessary by him and the acceptance of such additional work shall be obligatory for the contractor.

23. BSNL’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS:

23.1 BSNL reserves the right to accept or reject any bid and to annul the bidding process and reject all bids, at any time prior to award of contract without assigning any reason what- so-sever and without thereby incurring any liability to the affected bidder or bidders on the grounds for the BSNL’s action.

23.2 The tender approving authority is not bound to accept the lowest Bid.

24. ISSUE OF LETTER OF INTENT:

24.1 The issue of letter of intent shall constitute the intention of BSNL to enter in to the contract with the bidder. Letter of intent will be issued as offer to the successful bidder.

24.2 The bidder shall within 15 days of issue of letter of intent, give his acceptance along with Material Security as per Clause-5 (i) of Section-V, provided with the bid document, failing which his EMD will be forfeited and bid is liable to be cancelled.

25. SIGNING OF AGREEMENT:

25.1 The signing of agreement shall constitute the award of contract on the bidder. The agreement with the Successful bidder shall be signed by the BSNL with in a week of submission of material security as per clause 24.2 above. (a) Copy of EPF Registration certificate. (b) Copy of Service Tax registration Certificate if applicable. (c) Copy of ESI registration Certificate. (d) Labour license as per section VI, clause 7. (e) Original documents of above copies are to be produced for verification purpose.

25.2 As soon as the Bid is approved by the competent authority, the Bid Security deposited by the successful bidder shall be compulsorily converted in to the Performance security deposit, which will be held by the BSNL till the completion of warranty period.

25.3 "In the event of failure of the Bidder to sign the Agreement within seven days of being called upon to do so or in the event of his failure to start the work as stipulates the amount of Earnest Money shall stand forfeited and the acceptance of the Bid shall be re- considered and revoked which will not amount to imposing of penalty."

26. ANNULMENT OF AWARD: Failure of the successful bidder to comply with the requirement of clause 25 shall constitute sufficient ground for the annulment of the award

E-T-92/HDD/U/2016-17 Page 36 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

and forfeiture of the bid security, in which event, the BSNL may make the award to any other bidder at the discretion of the BSNL or call for new bids.

27. Since work may be awarded simultaneously in all sections, work contract in not more than two sections may normally be awarded to any Contractor, unless the PGMTD, Surat is satisfied that the Contractor has got enough capacity and resources to carry out the Work simultaneously in all the sections for which the contractor may be awarded the work. While interpreting the term 'Contractor' for this clause, any sister concern of the same Contractor under the same management or in any way related to each other, will be regarded as one and the same Contractor. Normally offers from Contractors who were awarded similar works against any previous Bid may not be entertained, unless in any particular case, PGMTD, Surat is satisfied about the past performance of the Contractor. If any such work awarded earlier is not completed and is in progress, any work against this Bid will be awarded only if PGMTD, Surat is satisfied about the past performance of the Contractor. If any such work awarded earlier is not completed and is in progress, any work against this Bid will be awarded only if PGMTD, Surat is satisfied that the Contractor has capacity and resources to take up the additional work along with the work(s) in progress, and will be able to ensure completion of all the works according to the prescribed time schedule against each such work. The performance of the Contractor will be assessed by taking into account the quality of work, speed of implementation and completion within the target date assigned and any other factors considered relevant by PGMTD, Surat. The assessment of PGMTD, Surat shall be final and binding in all such cases.

28. It is to be specifically noted that the PGMTD, Surat desires that work to be done simultaneously in as many sections as possible so that the project can be completed in the shortest possible time. Keeping BSNL interest in mind, PGMTD, Surat has full discretion to award the entire work or part of the work in any section to one or more Contractors, whose rates may not necessarily be the lowest in that section, even though Bid for one section is independent of any other section or to carry out the work by BSNL or through any other agency.

29. The quantities indicated in Bid schedule shall not be considered as representing firm/final quantities. All works shall be measured by PGMTD, Surat or his authorised representatives. Amount payable to contractor shall be on the basis of actual work done by him at the rate approved by BSNL.

30. REPRESENTATIVE OF THE BSNL: BSNL shall be represented by an officer (DET) who will be in-charge of the works. BSNL representative in works site shall be the Site Engineer or such other representative as the Divisional Engineer may from time to time designate in writing. The Site Engineer and/or his assistant or nominee shall inspect the work and materials of the Contractor. Notice given in writing by the Contractor or the Contractors representative to the Site Engineer or the Divisional Engineer shall be deemed to be Site notice be given to BSNL. Notices given in writing by the site Engineer or the Divisional Engineer shall be deemed to be notice given by BSNL to the Contractor. The Site Engineer and such other representatives as Divisional Engineer may designate in writing shall be deemed to be authorized to represent BSNL representative, as aforesaid, which is within his powers shall be binding on the Contractor.

31 . REPRESENTATIVE OF CONTRACTOR: “The Contractor shall furnish to BSNL, the scheme of his intended Organization for the contracted work, naming his superintendent. The Contractor shall have on each site a superintendent, being authorized to represent the Contractor on his designated section work, to whom BSNL representative can make known decisions, authorizations and interpretations. The Contractor shall within ten days after the execution of the Contract/Agreement notify BSNL the name(s) and address(s) of the Superintendent along with the specimen signatures in terms of site

E-T-92/HDD/U/2016-17 Page 37 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

allocations. Any change in name and address of any Superintendent notified as aforesaid shall be promptly intimated in writing to BSNL. Notices given in writing to the Superintendents shall be deemed to be notices given to the Contractor. The Contractor shall also have a Manager fully authorized to represent Contractor on matters involving more than one section of work notification in respect of whom shall like wise be given to BSNL and who shall likewise be the Contractor's representative in terms aforesaid."

32. These instructions to the Bidder shall be deemed to form part of the Agreement/Contract for the work.

33. Wherever necessary, obtaining permission for trenching / HDD and pipe laying work etc. from Forest Department / NHAI / Railway crossing / PWD / Municipality / Local bodies or any other such entity will be the responsibility of the successful contractor. Any charges towards permissions such as reinstatement charges etc. if required to be deposited to the concerned authority shall have prior approval of BSNL and shall be borne by BSNL against receipt of necessary/required demand notes. However, in case, the contractor is submitting such payments to the concerned authority, he must make the payments only after seeking and obtaining DUE and PRIOR approval from BSNL, otherwise the payment claims in this regard shall not be ENTERTAINED and/or PAID by BSNL. However, during this process if any compensation such as reinstatement charges is required to be deposited to the concerned authorities, the BSNL will make the payment after getting the relevant documents/letters from the authorities.

E-T-92/HDD/U/2016-17 Page 38 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

SECTION-IV (PART-B)

E-TENDERING INSTRUCTIONS TO BIDDERS

General: The Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, as enclosed in Section-IV (Part-A) of the tender document . Submission of Bids only through online process is mandatory for this Tender.

E-Tendering is a new methodology for conducting Public Procurement in a transparent and secured manner. Suppliers/ Vendors will be the biggest beneficiaries of this new system of procurement. For conducting electronic tendering, BSNL, Surat Telecom District has decided to use the portal https://eprocurement.synise.com/bsnl1/gujarat

Benefits to Suppliers are outlined on the Home-page of the portal.

1. Tender Bidding Methodology:

Sealed Bid System - ‘Single Stage - Two Envelopes’, followed by ‘e-Reverse Auction’ if applicable after opening of Financial-part (Financial & Technical bid 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 on e-procurement portal of Gujarat Circle 3) View Notice Inviting Tender (NIT) on e-procurement portal of Gujarat Circle 4) Download Official Copy of Tender Documents from e-procurement portal of GujaratCircle 5) Clarification to Tender Documents on e-procurement portal of Gujarat Circle -- Query to BSNL (Optional) -- View response to queries posted by BSNL, as addenda. 6) Bid-Submission on e-procurement portal of Gujarat Circle 7) Attend Public Online Tender Opening Event (TOE) on e-procurement portal of Gujarat CircleFor opening of Technical-Part 8) View /Post-TOE Clarification on e-procurement portal of Gujarat Circle (Optional) respond to BSNL’s Post-TOE queries 9) Attend Public Online Tender Opening Event (TOE) on e-procurement portal of GujaratCircle on opening of Financial-Part (Only for Technical Responsive Bidders) 10) Participate in e-Reverse Auction if applicable on e-procurement portal of Gujarat Circle. 11) Submission of offline documents in sealed envelope at AGM (MM) O/o PGMTD, BSNL, 2 nd Floor, Bhaktinagar Telephone Exchange Building, Lohanagar, Surat-360002 on or before the date & time of submission of bids specified in the NIT.

For participating in this tender online, the following instructions are to be read carefully. These instructions are supplemented with more detailed guidelines on the relevant screens of the e-procurement portal of Gujarat Circle.

3. Digital Certificates: For integrity of data and its authenticity/ non-repudiation of electronic records, and be compliant with IT Act 2000, it is necessary for each user to have a Digital Certificate (DC) also referred to as Digital Signature Certificate (DSC), of Class 2 or above, issued by a Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in]. E-T-92/HDD/U/2016-17 Page 39 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

4. Registration:

To use the Electronic Tenderportal https://eprocurement.synise.com/bsnl1/gujarat Vendor need to register on the portal ( if not registered earlier). Registration of each organization is to be done by one of its senior persons who will be the main person coordinating for the e-tendering activities. In E-procurement terminology, this person will be referred to as the Super User (SU) of that organization. For further details, please visit the website/portal https://eprocurement.synise.com/bsnl1/gujarat (on the Home Page), and follow further instructions as given on the site.

Note: After successful submission of Registration details and Annual Registration Fee (as applicable). Please contact e-Procurement Technologies Ltd. Helpdesk (as given below), to get your registration accepted/activated.

Help-desk: M/s Synise Technologies Limited Help desk Contact details

Telephone Nos.: 020-30277517 , 522, 516 [between 10:00 hrs to 18:00 hrs on working days]

Mobile Nos. : +91 7774013247, 7774013248

E-mail ID: [email protected]

BSNL’s Contact Person: Shri H.P. Merchant, AGM (MM)

Telephone: 0261-2242800

Mobile: +91 9427107944 [between 10:30 hrs to 17:00 hrs on working days]

E-mail ID: [email protected]

5. Bid related Information for this Tender (Sealed Bid):

The entire bid-submission would be online on e-procurement portal of Gujarat Circle . Broad outline of submissions are as follows: o Submission of Bid Security/ Earnest Money Deposit (EMD) o Submission of digitally signed copy of Tender Documents/ Addendum o Two Envelopes o Techno-commercial-Part o Financial-Part Each of the above electronic envelopes consists of Main bid and Electronic form (both mandatory) and bid Annexure (Optional). NOTE: Bidder must ensure that after following above the status of bid submission must become- “Complete”.

6. Offline Submissions:

The bidder is requested to submit the following documents offline to AGM (MM) O/o PGMTD, BSNL, 2 nd Floor, Bhaktinagar Telephone Exchange Building, Lohanagar, Surat-360002 on or before the date & time of submission of bids specified in the NIT of this tender document, in a Sealed Envelope. This envelope should be superscribed as “BID SECURITYAND ELIGIBLE DOCUMENTS FOR Tender

E-T-92/HDD/U/2016-17 Page 40 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

No…….……………………………………………………………...dated ….…….. ”. The envelope shall bear the words ‘DO NOT OPEN BEFORE’ (due date & time). This envelope shall also indicate the name and complete postal address of the bidder to enable the User to return the bid unopened in case it is declared to be received 'late’.

1. Bid Security in the form of bank guarantee in Original as per the format given in Section-VII (A) on prescribed judicial paper with stamps of proper value and should contain full address of the issuing branch of the bank with telephone number and FAX number OR in the form of DemandDraft/Banker’schequedrawninfavourof “Accounts Officer (Cash) BSNL, PGMTD, Surat" payable at Surat.

2. DD of Rs. 500/- drawn in favour of “ Accounts Officer (Cash), BSNL, O/o PGMTD, Surat” payable at Surat against payment of tender document fee.

3. Solvency Certificate in original from the banker of the tenderer for Rs.5 lakh. The solvency certificate shall not be older than the date of issue of NIT.

4. Power of attorney in accordance with Section-VII (E).

5. A proof regarding current registration with NSIC for the tendered item will have to be submitted in case of Small Scale Industries for exemption from submission of Bid security / Tender fee as prescribed in Clause-2.1 and 5 (C) of Section-I (Part-A) of the bid document.

Note: The Bidder has to upload the Scanned copy of all above said original documents during e-format Bid Submission.

7. Special Note on Security of Bids:

Security related functionality has been rigorously implemented in e-procurement portal of Gujarat Circle in a multi dimensional manner. Starting with 'Acceptance of Registration by the Service Provider', provision for security has been made at various stages in Electronic Tender's software. Specifically for Bid Submission, some security related 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 Bidder himself. Unlike a ‘password’, a Pass-Phrase can be a multi-word sentence with spaces between words (e.g. I love this World). A Pass-Phrase is easier to remember, and more difficult to break. It is recommended that a separate Pass-Phrase be created for each Bid-Part. This method of bid-encryption does not have the security and data-integrity related vulnerabilities which are inherent in e-tendering systems which use Public-Key of the specified officer of a Buyer organization for bid-encryption. Bid-encryption in e-procurement portal of Gujarat Circle is such that the Bids cannot be decrypted before the Public Online Tender Opening Event (TOE), even if there is connivance between the concerned tender-opening officers of the Buyer organization and the personnel of e-tendering service provider.

Typically, ‘Pass-Phrase’ of the Bid-Part to be opened during a particular Public Online Tender Opening Event (TOE) is furnished online by each bidder during the TOE itself, when demanded by the concerned Tender Opening Officer. There is an additional protection with SSL Encryption during transit from the client end computer of a Supplier organization to the e-tendering server/ portal.

8. Public Online Tender Opening Event (TOE):

E-T-92/HDD/U/2016-17 Page 41 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

e-procurement portal of Gujarat Circle offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. Tender Opening Officers as well as authorized representatives of bidders can attend the Public Online Tender Opening Event (TOE) from the comfort of their offices. For this purpose, representatives of bidders (i.e. Supplier organization) duly 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)’ has been implemented on e-procurement portal of Gujarat Circle. As soon as a Bid is decrypted with the corresponding ‘Pass-Phrase’ as submitted online by the bidder himself (during the TOE itself), salient points of the Bids are simultaneously made available for downloading by all participating bidders. The tedium of taking notes during a manual ‘Tender Opening Event’ is therefore replaced with this superior and convenient form of ‘Public Online Tender Opening Event (TOE)’.

e-procurement portal of Gujarat Circle has a unique facility of ‘Online Comparison Chart’ which is dynamically updated as each online bid is opened. The format of the chart is based on inputs provided by the Buyer for each Tender. The information in the Comparison Chart is based on the data submitted by the Bidders. A detailed Technical and/ or Financial Comparison Chart enhances Transparency. Detailed instructions are given on relevant screens.

e-procurement portal of Gujarat Circle 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 all participating bidders for ‘Viewing/ Downloading’.

There are many more facilities and features on e-procurement portal of Gujarat Circle. For a particular tender, the screens viewed by a Supplier will depend upon the options selected by the concerned Buyer.

NOTE: In case of internet related problem at a bidder’s end, especially during ‘critical events’ such as – a short period before bid-submission deadline, during online public tender opening event, during e-auction, it is the bidder’s responsibility to have backup internet connections. In case there is a problem at the e-procurement/ e-auction service- provider’s end (in the server, leased line, etc) due to which all the bidders face a problem during critical events, and this is brought to the notice of BSNL by the bidders in time, then BSNL will promptly re-schedule the affected event(s).

9. E-Reverse Auction: This Clause is not applicable to this tender.

10. Other Instructions;

For further instructions, the vendor should visit the home-page of the portal https://eprocurement.synise.com/bsnl1/gujarat and go to the User-Guidance Center. The help information provided through ‘e-procurement portal of Gujarat Circle User- Guidance Center’ is available in three categories - Users intending to Register / First- Time Users, Logged-in users of Buyer organizations, and Logged-in users of Supplier organizations. Various links are provided under each of the three categories.

Important Note: It is strongly recommended that all authorized users of Supplier organizations should thoroughly peruse the information provided under the relevant links, and take appropriate action. This will prevent hiccups, and minimize teething problems in the use of e-procurement portal of Gujarat Circle

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

E-T-92/HDD/U/2016-17 Page 42 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

1. Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender submission deadline on e-procurement portal of Gujarat Circle 2. Register your organization on e-procurement portal of Gujarat Circle well in advance of your first tender submission deadline on e-procurement portal of Gujarat Circle 3. Get your organization’s concerned executives trained on e-procurement portal of Gujarat Circle well in advance of your first tender submission deadline on e-procurement portal of Gujarat Circle 4. Submit your bids well in advance of tender submission deadline on e-procurement portal of Gujarat Circle (There could be last minute problems due to internet timeout, breakdown, etc.). While the first three instructions mentioned above are especially relevant to first-time users of e-procurement portal of Gujarat Circle, the fourth instruction is relevant at all times.

11. Minimum Requirements at Bidders end:

• Computer System with good configuration - the users have to ensure that they have Computer System with good configuration (Min P IV, 1 GB RAM, Windows XP) / Windows Vista / Windows 7 installed in their respective PC / Laptop • Broadband connectivity. • Internet Explorer 8.0 or above • Digital Certificate(s) for users Class- 2 and above

12. Vendors Training Program:

One day training (10:00 to 17:00) would be provided, if required by bidders. Training is optional. Vendors may please send their request for training to AGM (MM) O/o PGMTD, BSNL, 4th Floor, Door Sanchar bhavan,Ghod dod raod,Karimabad, Surat- 395001by Email. Vendors are requested to carry a Laptop and Wireless Connectivity to Internet.

Tentative Dates Date of uploading of Tender document + 7 days Venue Conference Hall O/o PGMTD, BSNL, 5th Floor, , Door Sanchar bhavan,Ghod dod raod,Karimabad, Surat-395001

E-T-92/HDD/U/2016-17 Page 43 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

SECTION-V (Part-A)

GENERAL (COMMERCIAL) CONDITIONS OF THE CONTRACT

1. APPLICATION:

The General conditions shall apply in contracts made by the BSNL for the execution of OF cable construction works.

2. STANDARDS:

The works to be executed under the contract shall conform to the latest standards prescribed in the OF Cable construction practices and its addenda.

3. PRICES AND PERIOD:

3.1 Prices charged by the Contractor for the works performed under the Contractor for the works performed under the Contract shall not be higher from the prices quoted by the Contractor in his Bid.

3.2 Prices once fixed will remain valid for the period of contract. Increase and decrease of taxes/duties will not affect the price during this period.

3.3 The Bid schedule shall be read in conjunction with construction specifications, instructions to Bidders and conditions of Contract and the Bidder/Contractor shall be deemed to have carefully examined all these documents. It is further understood and agreed that the Contractor by careful examination satisfied himself to the nature and the location of work, the configuration of the ground the site conditions, the character of equipments and facilities needed preliminary to and during the execution of work, the general and local conditions, the labour conditions prevailing thereof, the detailed descriptions of the work to be done and the way in which they are to be carried out within the time schedule and all other matter which can in any way affect the works under the Contract before giving his tendered rates. The specifications for the entire work are to be read together and not in isolation.

3.4 The period of the contract is for one year form the date of signing of agreement. However, PGMTD, Surat can further extend it for a period of one year on the same rates, terms and conditions after observing departmental formalities. The decision of PGMTD, Surat as regards to the extension of time period shall be final and binding to the successful contractor.

4. SUBCONTRACTS:

4.1 The contractor shall not assign, sub contract or subject the whole or any part of the works covered by the contract, under any circumstances.

4.2 Where the Contractor is a partnership firm, the previous approval in writing of the Engineer-in-charge shall be obtained before any change is made in the constitution firm. Where Contractor is an individual or a Hindu undivided family business concern such approval as aforesaid shall likewise be obtained before the Contractor enters into any partnership agreement hereunder the partnership firm would have the right to carry out the work hereby undertaken by the Contractor. If previous approval as aforesaid is not obtained, the contract shall be deemed to have been assigned in the contravention of above Clause 4.1 thereof & the same action may be taken & the same consequence shall ensue as provided in said Clause 4.1.

E-T-92/HDD/U/2016-17 Page 44 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

5. SECURITY:

(i) Material Security:

a. The successful Bidder will have to deposit performance security as mentioned in the Scope of Work, subject to a minimum 5 % of quantum of works, in the form of bank guarantee (valid up to and including six months after, the period of the contract) from a any nationalized / scheduled bank and in the performance security bond form provided in the bid document, Appendix-E. performance Security can also be submitted in the form of Cash/Crossed Demand Draft drawn in favour of Accounts Officer (Cash) BSNL, O/oPGMTD Surat issued by any nationalized / scheduled bank and payable at Surat . The performance Security will be a non-interest bearing deposit, for any period what so ever. b. The contractor can any point of time will not be issued stores costing more than material security. If due to any reason more stores have to be issued to the contractor, then the material security will be suitably enhanced. In this regard the decision of the GMT shall be final and binding. c. The proceeds of the material security shall be payable to the BSNL as a compensation for any loss resulting from the contractor’s failure to handle properly the material issued to the him under the contract. d. The Material Security shall be released / refunded within a fortnight from the final settlement of material account on production of “no dues certificate” from Engineer-in-Charge.

(ii) Performance Security

(a) The contractor shall permit the BSNL, at the time of making any payment to him for work done under the contract, deduct such sum in addition to the sum already deposited as security deposit (due to conversion of bid security) an amount to the tune of 5 % of running bills/final bill. If in the opinion of the Tender evaluation committee the quoted rates are abnormally low (25% below the estimated rates) additional security deposit to the tune of 10% of estimated cost of work put to tender shall be deposited by the contractor before signing the agreement and issue of work order by BSNL. This additional security deposit is in addition to prescribed performance/materials security deposit and the same shall be refunded immediately after successful completion and acceptance of work and on receipt of written request. .

(b) The proceeds of the performance security shall be payable to the BSNL as compensation for any loss resulting from the contractor’s failure to complete its obligations under the contract.

(c) The Performance Security deposit of the contractor shall be refunded after final payment, provided there are no recoveries to be made arising out of poor quality of work, incomplete work and / or violation of any terms and conditions of the contract as stipulated in the bid document. Refund of SD is subject to full and final settlement of the final payment for the work contracted / executed under the contract .

(d) No interest will be paid to the contractor on the security deposit.

(e) All the compensation or other sum of money payable by the contractor under the terms of this contract may be deducted from the security deposit or from any sum which may be due or may become due to the contractor by the BSNL on any account whatsoever from this contract or any other contract with BSNL and in the event of his security deposit

E-T-92/HDD/U/2016-17 Page 45 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

being reduced by reason of any such deductions, the contractor shall within ten days make good in cash the amount required to make good in full, the security deposit. Otherwise, the said balance in full shall be collected from the running bills of the contractor.

(iii) UNCLAIMED SECURITY DEPOSIT: Security Deposit(s) that is (are) due for refund to the Contractor / Supplier and remain unclaimed for three years after its/their refund become(s) admissible (for instance, after the contractor/supplier fulfils his contract) shall be dealt with in accordance with the provisions contained in the rules of the BSNL.

6. ISSUE OF WORK ORDERS AND TIME LIMIT:

6.1 The work order shall be issued so as to include all items of works for the section allotted to the contractor as per NIT.

6.2 The work orders shall be issued by the Divisional Engineer in-charge of OF cable construction works after examining the technical and planning details of the works to be executed. 6.3 If due to any reason partial work order is to be issued then the same shall be issued with the approval of an officer not below the rank of Deputy General Manager.

6.4 The Divisional Engineer shall mention the time limit to execute the work order after seeing the quantum of work and store availability position.

6.5 BSNL reserves the right to cancel or modify the scope of work stipulated to be carried out against the work order in the event of change of plan necessitated on account of technical reasons or in the opinion of work order issuing authority or the PGMTD, Surat the contractor is not executing the work at the required pace.

6.6 The Contractor shall not undertake or make any change or do any work under this contract unless he has received written instructions from Engineer-in-charge.

6.7 The Contractor shall not be entitled to any compensation in addition to the contract price for the performance of any work not envisaged under the contract, unless prior to the performance of such work he has received from Engineer-in-Charge written authorisation to perform such work.

6.8 For extra work which is not covered within the scope of this contract, the Contractor will receive extra compensation on the basis of lump sum unit price as may be agreed upon in advance in writing between the Engineer-in-charge and the Contractor.

6.9 In cases, of such of the works, where an interpolation of the rates are possible such rates shall be accepted by both the parties .

6.10 If the altered, additional or substituted work includes any work for which rates are not specified in the contract for the work and cannot be derived from similar class of work in the contract, then such work shall be carried out at the rate determined by the Engineer- in-charge on the basis of prevailing market rates where the work was done & this rate shall be communicated in writing.

6.11 If the rate for altered, additional or substituted work cannot be determined in the manner specified above, then the Contractor shall within seven days of the date of receipt of order to carry out the work, inform the Engineer-in-charge of the rate which in his intention to charge for such class of work supported by analysis of the rate or rates claimed, and the Engineer-in-charge shall determined rates on the basis of prevailing market price & pay the Contractor accordingly. However, the Engineer-in-charge by

E-T-92/HDD/U/2016-17 Page 46 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

notice in writing will be at liberty to cancel his order to carry out such class of work and arrange to carry out it in such manner, as he may consider advisable.

6.12 Any extra quantity of work already awarded will not come within the scope of 'Extra work'.

6.13 It is stressed that the Contractor shall not resort to stoppage of work pending an agreement of rates for extra work.

6.14 SETTING OUT OF WORKS : The Site Engineer shall furnish the Contractor with only the center line of the trench to be excavated and the Contractor shall set out all other works relevant as directed by the Engineer-in-Charge and shall provide sufficient staff for the purpose and shall be solely responsible for the accuracy of such setting out.

6.15 Trenching and pipe laying shall start from one direction of the awarded section only. Contractor shall take all precautions and steps not to leave any patches in between. After completion of first one km only, contractor shall be allowed to start work of trenching and pipe laying to next km.

6.16 All the clauses in this Bid document relating to cable pulling, digging of joint pits/man holes and associated works will apply only if it is specifically mentioned in the NIT, that such works are to be carried out by the trenching contractor.

7. EXTENSION OF THE TIME LIMIT:

7.1 General

7.1.1 In each work order, the work order issuing authority shall specify the time allowed for completion of work consistent with the magnitude and urgency of work. The time allowed for carrying out the work is to be strictly observed by the contractor and shall be reckoned from seventh day from the date of issue of work order.

7.1.2 In as much as “the time being deemed to be the essence of contract”, throughout the stipulated period of contract, the work is to be proceeded with all due diligence on the part of the contractor.

7.2 Application for Extension of the Time and Sanction of Extension of time (EOT):

7.2.1 There may be some hindrances, other than covered under force majeure, while execution of work and in such cases the contractor shall apply in writing in the prescribed form (Part-a) to the engineer-in-charge for extension of time (EOT), on account of which he desires such extension within three days of occurrence of hindrance. The Engineer-in- charge shall forward the request to the competent authority (an officer of the rank of JAG level in-charge of OF cable construction prescribed Form (Part-b) within three days of receipt of request from the contractor. The competent authority is empowered to grant extension of time for completion of work on certain conditions. He shall exercise such powers, if the following conditions are satisfied.

7.2.1.1 The application contains the ground(s), which hindered the contractor in execution of work.

7.2.1.2 The Engineer-in-charge is of the opinion that the grounds shown for extension of time are reasonable.

7.2.2 The competent authority shall consider the request keeping all the facts and circumstances in view and shall grant extension of time, if in his opinion, there are

E-T-92/HDD/U/2016-17 Page 47 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

reasonable and sufficient grounds for granting such extension and the reasons for delay are not ascribable to the contractor.

7.2.3 The competent authority may also grant extension of time for completion of work in cases where reasons for delay are ascribable to the contractor, but such extension of time shall be with LD charges as per clause dealing with penalty for delays in execution of works. The extension of time with LD charges shall be issued under the signature of JAG level Telecom. Officer competent to grant the extension of time.

7.2.4 The competent authority shall grant EOT with time period for completion of work expressly mentioned. The sanction of the competent Authority of EOT shall be issued under the signature of the Engineer in-charge.

7.2.5 If the competent authority is of the opinion that the grounds shown by the contractors are not reasonable and sufficient and declines to grant the extension of time, the contractor cannot challenge the soundness of the opinion by referring to an arbitration. The decision of the competent authority w.r.t. period of extension of time or refusal for extension of time shall be final and binding on the contractor.

7.3 Grant of Extension of Time without Applications:

7.3.1 There are, at times, practical difficulties like non-availability of materials, delay in providing permissions / right of way etc, reasons of which are ascribable to BSNL. In such cases, the Engineer-in-charge with the approval of competent authority to sanction EOT, may issue extension of time suo motto without waiting for contractor to make an application for EOT. Entry of hindrances shall be made in the Hindrance Register. BSNL will, however not be liable to the contractor for any losses or damages, costs, charges, or expenses that the contractor may in any way sustain/suffer due to delay in making the above available.

7.3.2 The contractor shall not be justified in abandoning the contract because BSNL has delayed making payments in respect of other work being done for BSNL by the contractor.

8. MEASUREMENT, INSPECTION, TESTING AND ACCEPTANCE TESTING:

8.1 Measurement:

8.1.1 The measurement books are to be maintained by the officer in-charge of the work or his immediate engineering subordinate not below the rank of Junior Telecom Officer. The entry shall be made in ink. No entry shall be erased. If a mistake is made, it should be corrected by crossing out the incorrect words or figures and inserting the corrections, the corrections thus made shall be initialed & dated by the officer concerned.

8.1.2 Responsibility of taking and recording measurements: a) The Contractor shall give not less than seven days notice in writing to the Engineer-in-charge or his subordinate in charge of the work before starting up the trenchless digging work or otherwise placing beyond reach of measurements any work in order that the same may be measured & correct dimensions thereof be taken before the same is so covered up or placed beyond the reach of measurement and shall not cover up & place beyond reach of measurement, any work without the consent in writing of the Engineer-in-charge or his subordinate in charge of the work. The Engineer-in-charge or his subordinate in charge of the work shall within aforesaid period of seven days inspect the work, and if any work shall be covered up or placed beyond the reach of measurement without

E-T-92/HDD/U/2016-17 Page 48 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

such notice having been given or the Engineer-in-charge's consent being obtained, the same shall be uncovered at the Contractors expense, or in default thereof no payment or allowance shall be made for such work or the materials with which the same was executed. b) The measurement of various items of work shall be taken and recorded in the measurement book issued with each work order. The measurement shall be taken and recorded by an officer not below the rank of Junior Telecom Officer, supervising the work. The Junior Telecom Officer/Sub Divisional Engineer, directly responsible for supervision of work, shall be responsible for accuracy of 100% of measurements. The Sub Divisional Engineer where Junior Telecom Officer is supervising officer shall be responsible for conducting test check of 50% of measurements. The Divisional Engineer shall be responsible for conducting test check of 10% of measurements. c) If contractor executing without or away from marking and not following the instructions of site engineer such work shall not be recorded in the measurement book and no payment shall be made for such work . d) The Junior Telecom Officer & Contractor/his authorised representative will certify under their signature the appropriate places in the measurement book that the depth of trench & alignment is as per specification. After this certification, the pipe laying is to start. After HDPE Pipe laying is over the Junior Telecom officer has to again certify that the HDPE Pipe/PLB Blowing Type/pre-installed rope laying has been done according to specification. The trench/manhole will then be reinstated and final recording of completion of work in that portion is to be certified under the joint signatures of the Junior Telecom officer and the Contractor or his authorised representative. (Contractor has to communicate in writing to the Divisional Engineer the name and other details of the supervisor authorised by him if Contractor himself is not signing the measurement book.) However, the Contractor will have to countersign the measurement and recordings relating to the period for which he prefers the bill.

8.1.3 Method of recording of nomenclature of items: Complete nomenclature of items, as given in the agreement need not be reproduced in the measurement book for recording the measurements but corresponding Item Code as provided, shall be used.

8.1.4 Method of measurements: The measurement of the work shall be done for activity wise as and when the item of work is ready for measurement. The methods of measurements of various items are enumerated as under:

• Measurement of depth of trenches :

For trenching by HDD method the POM shall be 3 meters i.e. equivalent to length of one rod. For trenching work done by open trench method: The cable routes of one work order shall be divided into a number of segments each of maximum 200 meters length bounded by identifiable landmarks at both the ends of the segments. If landmarks are not available, length of segment may be maintained at 200 meters. The measurement of depth shall be recorded at each point of measurement (POM) in the measurement book in meters in the multiples of 5 cms. For example 97 cms will recorded as 95 cms And 103 cms as 105 cms. The points of measurements shall be at a distance of 10 meters (as per radar reading of HDD) starting from 0 (Zero) Meter, For example, if the length of segment is 75 meters, the POM shall be at 0 M. 10 M, 20 M, 30 M, 40 M, 50 M, 60 M, 70 M. The last POM shall be at 75M to be recorded against Residual POM.

E-T-92/HDD/U/2016-17 Page 49 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

Payment shall be made to contractor for a full section 200 meters only i.e. if /RCC/DWC Pipes laying, rope pulling, refilling of trench and fixing and concreting of Route Indicators (wherever applicable) is complete in all respect. Incomplete or unfinished sections will be recorded in MB, but payment shall be released only when section is certified to be complete in all respect by the site in charge.

If water drain or road gutter encountered along the road the depth shall be measured from the top surface of the water drain or road gutter. However, payment will not be made for the undug portion in the water drain or road gutter.

Wherever work is required to be done by open trenching method due to condition of the site, standard depth of the trench shall be 165cms. The efforts required to excavate trenches is not proportionate especially with reference to depth. Therefore, normally the workers tend to dig shallow trenches. As standard depth of the trench is important for future life and protection of cables, this tendency has to be discouraged. In order to encourage the contractor to achieve best possible depth in the face of site constraints, the following scale of payment shall be applied for digging trenches of lesser depths, subjects to condition that relaxation has been granted by the competent authority for lesser depths.

Depth between Reduction in rate <165 Cms. to ≥150Cms. 5% of approved rates <150 Cms. to ≥130Cms. 12.5% of approved rates <130 Cms. to ≥100 Cms 25% of approved rates Below 100 Cms. 40% of approved rates

If the area is predominantly rocky or full of hindrances or there is difficulty in getting permissions from PWD or local agencies involved resulting in difficulty to achieve full depth or for full section/route, it is suggested to call for tenders for curtailed depth of 140/120 cms. of trench. The rate reduction schedule is given below:

The payment for subnormal depth will be calculated as per formulae given below:-

P = (100-ROR) x RA x D 100 x ND P= (100-ROR)xRAxD/ND P = Payment for one meter ROR = Reduction in rate in % as given above RA = Approved rate of trenching per meter D = Actual depth in cms.

ND=Nominal depth of trench 165 cms. for which the tender has been floated.

• Measurement of Lengths and profiles of strata and protection : -The measurements of length of trenches are on running meter basis, irrespective of type of soil encountered while digging. The type of protection provided (item code-wise) in a segment shall be recorded in the measurement book in the sheet provided for this purpose. • Measurement of length of cable : -The length of cables laid in trenches, through pipes and through ducts shall be measured by use of RODO Meter/Measuring Tape. The length should be cross-verified with the marking of lengths on the cables. The lengths shall be recorded in sheet provided in the measurement book.

8.1.5 The contractor shall sign all the measurement recorded in the measurement book. The contractor, after measurement recorded in the MB, along with the printout/manuscript of HDD machine showing depth of PLB pipe, will consider this as an acceptance. In case E-T-92/HDD/U/2016-17 Page 50 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

contractor fails to attend at the measurements or fails to countersign or to record the difference with in a week, than in any such events the measurements taken by Engineer- in-charge or by the subordinate as the case may be shall be final and binding on the contractor and the contractor shall have no right to dispute the same.

8.1.6 The divisional Engineer before passing the bill for sections covered by each set of measurement may carry out test check and bills will be passed only when he is personally satisfied of the correctness of entries in the “measurement Book” and also when he is satisfied of other aspects of the work as per the terms of the contract. The contractor shall provide the necessary assistance of labour for test checks.

8.1.7 Measurement of the work of cable pulling through pipe/duct will be taken equal to the length of the pipe/duct through which the cable has been pulled and not the total length of the cable pulled through pipe/duct. 8.2 Inspection and Quality Control:

8.2.1 The Quality of Works: The importance of quality of Optical Fiber Cable Construction works cannot be over-emphasized. The quality and availability of long distance media and efficiency of the reliable media connectivity to exchanges depends up on quality of laying of Optical Fiber Cable. Further, the OF cables are vulnerable to damages due to work of other agencies.

8.2.2 The quality of O.F. cable Plant depends upon the quality of individual items of work involved viz Depth of Cables laid, care while paying & laying, Protection, Jointing of Cables and Terminations in equipment room and last but not the least on documentation of cable network. In order to ensure quality in Cable Construction Work, each component of work needs attention. The works shall be carried out strictly in accordance with specifications laid down to achieve the requisite quality aim.

8.2.3 It is imperative that the contractor(s) is/are fully conversant with the construction practices and shall be fully equipped to carry out the work in accordance with the specifications. The contractors are expected and bound to ensure quality in construction works in accordance with specifications laid down. The contractor shall engage adequate and experienced supervisors to ensure that works are carried out as per specifications and with due diligence and in a professional manner. The contractors shall satisfy himself/themselves that the work conforms to the quality specifications before offering the same to A.T. Wing for Acceptance and Testing.

8.2.4 An assessment of extent of interest shown by the contractors in executing the works with requisite quality shall be recorded and used in evaluating the Contractor’s Performance Rating (CPR).

8.2.5 In addition to acceptance Testing being carried out by A.T. Wing and supervision by Construction Officers, all works at all times shall be open to inspection and supervision of the BSNL officers. The contractors shall be bound, if called upon to do so, to offer the works for inspection without any extra payment and remain present at site either himself or his authorised representative duly accredited in writing to receive orders and instructions given to contractors.

8.2.6 Site order Book: The site order book is one of the primary records to be maintained by the JTO supervising the work during the course of execution of works. The noting made by officers as well as contractors, will form as basis for operation of many contractual clauses. The contractor shall remove all the defects pointed out by the BSNL in the Site order book. The site order book is to be maintained in the prescribed format. The contractor or their authorized representatives shall also be at liberty to note their difficulties etc. in these books. The site order books shall invariably be consulted at the time of making final payments to the contractor.

E-T-92/HDD/U/2016-17 Page 51 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

8.3 Testing and Acceptance Testing: 8.3.1 The work shall be deemed to have been completed only after the A.T. Officer has accepted the same. The contractor shall be responsible to provide test/measurement tools and testers for conducting various tests.

8.3.2 Scope of Acceptance and Testing: The purpose of acceptance and testing is to verify integrity of measurement and quality of work done. The A.T. Officer shall not be responsible for recording of measurements for the purpose of billing and contractual obligations. However if the measurements taking by A.T. Officer are found to be lesser than the measurements recorded by the officer responsible for recording the measurements, the measurement taken by A.T. Officer shall prevail without prejudice to any punitive action against the contractor as per provisions of the contract and the officer recording the measurements. The contractor shall be obligated to remove defects/deficiencies pointed out by the A.T. Officer without any additional cost to the BSNL.

8.3.3 Offering the work for acceptance and testing: The Sub Divisional Engineer responsible for construction, after having satisfied himself of completion of work ready for A.T., shall offer the work to A.T. Officer for conducting Acceptance and Testing. The work shall be offered for A.T. as soon as part of work is complete in all respects. The work against any work order can be offered for A.T. in a number of stages.

8.3.4 The contractor shall provide labour, if demanded by the A/T officer for test check for carrying out the A/T work. No extra payment will be made for the digging to test pit. 8.3 Power for relaxation of depth & concreting : - 8.4.1 The power for relaxation of depth of trenching due to site problems & condition is defined as follow. A ) SDE ( I /C ) 165 cm B ) DE ( I /C ) 165 cm -130 c C ) DGM 130 cm- 100 c D ) GM Less then 100

8.4.2 The power of protection measures it due to lower depths or due to city built-up area work RCC/ GI pipe & RCC concreting will be decided by concerned DGM / AM in charge of work.

9. WARRANTY:

9.1 The contractor shall warrant that the material supplied for the work shall be new and free from all defects and faults in material, workmanship and manufacture and shall be of the highest grade and consistent with the established and generally accepted standards for materials of the type ordered and shall perform in full conformity with the specifications and drawings. The contractor shall be responsible for any defects that may develop under the conditions provided by the contract and under proper use, arising from faulty materials, design or workmanship such as corrosion of the equipment, inadequate quantity of materials etc. and shall remedy such defects at his own cost when called upon to do so by the BSNL who shall state in writing in what respect the stores are faulty. This warranty shall survive inspection or payment for, and acceptance of goods, but shall expire except in respect of complaints notified prior to such date, twelve months after the acceptance testing.

9.2 If it becomes necessary for the contractor to replace or renew any defective portion/portions of the material under this clause, the provisions of the clause shall apply to the portion/portions material so replaced or renewed or until the end of the above mentioned period of twelve months, whichever may be later. if any defect is not remedied within a reasonable time, as prescribed by the BSNL, the BSNL may

E-T-92/HDD/U/2016-17 Page 52 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

proceed to do the work at the contractor’s risk and costs, but without prejudice to any other rights which the BSNL may have against the contractor in respect of such defects.

9.3 Replacement under warranty clause shall be made by the contractor free of all charges at site including freight, insurance, cost of works and other incidental charges.

10. AUDIT AND TECHNICAL EXAMINATION:

10.1 BSNL shall have the right to cause and audit and technical examination of the work and the final bills of the contractor including all supporting vouchers, abstract etc. to be made after payment of the final bill and if as a result of such audit and technical examination any sum is found to have been overpaid in respect of any work done by the contractor under the contract or any work claimed by him to have been done by him under the contract and found not to have been executed, the contractor shall be liable the refund the amount of over payment and it shall be lawful for BSNL to recover the same from him in the manner prescribed in clause with the heading payment of bills (same chapter), or in any other manner legally permissible and if it is found that the contractor was paid less than what was due to him under the contract in respect of any work executed by him under it, the amount of such under payment shall be duly paid by BSNL to the contractor.

10.2 Provided that BSNL shall be entitled to recover any sum overpaid, nor the contractor shall be entitled to payment of any sum paid short where such payment have been agreed upon between the divisional Engineer or his subordinate officer on one hand and the contractor on the other under any term of the contract permitting payment for work after assessment by the PGMTD, Surat.

10.3 Any sum of money due and payable to the contractor (including security deposit returnable to him) under this contract may be appropriate by the BSNL of the payment of a sum of money arising out or under any other contract made by the contractor with the BSNL.

11. PAYMENT TERMS:

11.1 Procedure for Preparation and settlement of bills:

11.1.1 All items of work involved in the work order shall be completed in all respects before preferring the bills for the work. The provision of running bill has been made to make it easy for the contractor to manage his cash flow and to complete the work systematically and meaningfully in a shortest possible time. All intermediate payments shall be regarded as payments by way of advance against the final payment only and not as payment for work actually done and completed and shall not preclude the requiring of bad, unsound, imperfect or unskilled work to be removed and taken away and reconstructed or be considered as an admission of due performance of contract or any part thereof in any respect or accruing of any claim, nor shall, to conclude, determine or affect in any way the powers of the Engineer-in-charge under these conditions or any of them as to the final settlement & adjustments of accounts or otherwise or in any other way vary or affect the contract . The procedure for preparation of running and final bills is enumerated as under: -

11.1.1.1 Procedure for preparation, processing and payment of running bills: The contractor shall prepare the running bills in triplicate ensuring execution part work in its Completeness as envisaged above, correctness of rates and quantum of work and summit the bills to S.D.E. in-charge of work. The bills shall be prepared accurately and as per measurements recorded in the measurement book. The S.D.E. in-charge shall record the certificate on the running bill that the site order books have been consulted before singing the running bill. This would enable the S.D.E. to ensure whether the defects pointed

E-T-92/HDD/U/2016-17 Page 53 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

during execution have been rectified or not. The S.D.E. in-charge of work shall scrutinize the bills and accord necessary certificates and summit the running bills with the documents as mentioned below to the Divisional Engineer, in-charge of work.

• First copy of bill with first copies of measurement sheets of measurement book. (Payable Copy) • Second copy of bill with second copies of measurement sheets of measurement book. (Not for payment) • Third copy of the bill with photocopies of measurement sheets. (Not For Payment)

11.1.1.2 Divisional Engineer shall exercise the prescribed checks on the bills and accord necessary certificates of the bills. The Divisional Engineer shall retain the third copy in record it in the estimate file maintained in his office and send first and copies with all documents to relevant higher office for processing of bills and release of payment.

11.1.1.3 The office cell dealing with OFC bills shall process the bill in the estimate file of the concerned work and scrutinize the bills vis-à-vis work order issued, sanctioned provisions in the estimate etc. The bill shall be passed, after necessary scrutiny by Works Section, by the officer competent to pass the bill. Against any running bill, payment to the extent of only 90% shall be made which shall be treated as an advance to the contractor. Statutory taxes (Income Tax etc.) applicable to contract shall be deducted at the time of payment from each running bill. Account payee cheque for the amount passed in the bill will be issued only after the contractor gives a stamped receipt for the amount, if the bills are not pre-receipted. Details of payment of all the bills shall be entered into contract’s ledger by Work Section of the Planning Cell.

11.1.1.4 In exceptional cases where work required for preferring a Running Bill can not be completed within reasonable time due to non-availability of stores or any other reason and where the BSNL is responsible for delay, the concerned PGMTD, Surat may permit payment of running bill (prepared without completing the work end-to-end for that unit of work) to the extent of 70% so that the contractor does not face resource crunch. Such payment shall be treated as an advance payment to the contractor like any other Running Bills.

11.1.1.5 “Payment of Service Tax will be made when claimed with registration number s” (Vide letter No. 700-04/2005/CA-III/BSNL/1908 dated 16.06.05 of BSNL HQ )

11.1.2 Procedure for preparation, processing and payment of final bill: The contractor shall prepare the final bill in triplicate & acceptance and testing of all the works and submit the same to S.D.E. in-charge of work within 30 days of acceptance and testing and payment shall positively be made within three months if the amount of the contract is up to Rs two lac and in six months if the same exceed Rs. two lacs, of the submission of such bill. The final bill shall be prepared for all items involved in execution of complete work order. The contractor shall prepare the final bill containing the following details:

♦ The bill for all the quantities as per Measurements at the approved rates ♦ Adjustment of amount received against running bills ♦ Adjustment of performance security deposit and statutory taxes already recovered ♦ Store reconciliation statement furnishing account of stores received against the work order and returned to the designated Store go down as surplus with requisite verifications from store in-charge of work. ♦ Letters of grant of E.O.T(s). if work could not be completed within stipulated time. ♦ Six sets of bound documentation .

11.1.2.1 The S.D.E. in-charge of work shall scrutinize the final bill against the works entrusted and accord necessary certificates stating that the work has been executed E-T-92/HDD/U/2016-17 Page 54 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

satisfactorily in accordance with specifications and terms and conditions of the contract. The S.D.E. shall verify the quantities of items of work with reference to measurements recorded in the measurement book (and also A/T reports in case of any deviations noted by A/T officer). The S.D.E. in-charge of work shall submit the final bills, along with other documents mentioned above, with the documents as mentioned hereunder to the Divisional Engineer, in-charge of work. ♦ Bill prepared by the contractor. ♦ Material reconciliation statement. ♦ Measurement book. ♦ Copy of printout/manuscript of depth recorded by the HDD M/C. ♦ A/T Certificates ♦ The site order Book. ♦ The hindrance register. ♦ Details of recoveries/penalties for delays, damages to BSNL/Third party properties as perprovisions of the contract. In case no recovery is to be made. NIL report needs to be submitted. ♦ Details of empty cable drums cost which needs to be recovered from the bill.

11.1.2.2 The Divisional Engineer shall exercise the prescribed checks on the bills and accord necessary certificates on the bills. The Divisional Engineer shall retain the third copy of the bill along with photocopies of other documents not available in his estimate file and send first and second copies of the bill, measurement book and other documents submitted by S.D.E. along with the bills as above to the higher office for processing and final payment.

11.1.2.3.1 The office cell dealing with OFC bills shall process the bill in the estimate file of the concerned work and scrutinize the bill vis-à-vis work order issued, sanctioned provisions in the estimate etc. The office cell shall also scrutinize the bill to recover all the liabilities of the contractor and statutory taxes besides 8% payments against security deposit. The bill shall be passed, after necessary scrutiny by Works Section, by the officer competent to pass the final bill. 11.1.2.3.2 The bill should be submitted within 30 days after Acceptance testing of work to work order issuing authority of bill is submitted late after this period then penalty @ the rate of 0.5/ per month value of bill will be imposed & after six months of this period the claim will not be entertained date it will be recorded as “ not claimed within stipulated period “ the debit will not be liable for setting the claim on account on delay in submission of bill.

Procedure for payment for sub standard works:

11.2.1 The contractors are required to execute all works satisfactorily and in accordance with the specifications. If certain items of work are executed with unsound, imperfect or unskilled workmanship or with materials of any inferior description or that any materials or articles provide by him for execution of work are unsound or of a quality inferior to that contracted for or otherwise not in accordance with the contract (referred to as substandard work hereinafter), the Divisional Engineer in-charge shall make a demand in writing specifying the work, materials or articles about which there is a complaint.

11.2.2 Timely action by Construction Officers: Timely reporting and action, to a great extent, can prevent occurrence of sub standard work, which will be difficult or impossible to rectify later on. It is incumbent on the part of cost ruction Officers to point out the defects in work in time during progress of the work. The Junior Telecom Officer/ Sub Divisional Engineer is responsible for execution and supervision of work shall without any loss of time submit a report of occurrence of any substandard work to the Divisional Engineer in-charge besides making an entry in the site order book. A notice i.e. respect of defective

E-T-92/HDD/U/2016-17 Page 55 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

works shall be given to the contractor by Divisional Engineer in-charge in writing during the progress of work asking the contractor to rectify/replace/ remove the sub standard item of work and also definite time period within which such rectification/removal/replacement has to be done. After expiry of the notice period, of the contractor fails to rectify/ remove/replace the sub standard item, the defect shall be got rectified replaced/removed by BSNL or through some other agency at the risk and the cost of the contractor.

11.2.3 Non-reporting of the substandard work in time on the part of Construction Officer(s) shall not in any way entitle the contractor to claim that the defects were not pointed out during execution and as such the contractor cannot be absolved of the responsibility for sub standard work and associated liabilities.

11.2.4 Authority and procedure to accept sub standard work and payment thereof : -There may be certain items of work pointed out as sub standard which may be difficult to rectify and in the opinion of the PGMTD, Surat, the items in question will not materially deteriorate the quality of service provided by the construction, PGMTD, Surat shall appoint committee to work out the reduced rates payable to the contractor for such sub standard work. The committee shall constitute one Divisional Engineer other than the one who is directly in-charge of Cable Construction involving sub standard items of work, as Chairman and one S.D.E. and an Accounts Officer as members. The committee shall take into account the approximate cost of material/work pointed out as sub standard and recommend the rates payable for sub standard work, which shall not exceed 60% of the approved rates of the item in question.

11.2.5 Record of sub standard work: The items adjudged, as sub standard shall be entered into the measurement book with red ink.

DISPOSAL OF EMPTY CABLE DRUMS:

12.1 The contractor shall be responsible to dispose the empty cable drums after laying of the cable. The competent authority taking in to account the prevailing market rates has fixed the cost of Optical Fiber cable drums. The cost of empty cable drums shall be deducted from the bill for the work on which the cable along with the drum has been issued or any other amount due to the contractor or from security deposit.

12.2 Rates fixed for Optical Fiber cable drums are given in Tender Document (Quantifying Bid). The rates are fixed and there is no percentage above or below applicable on these rates.

12.3 The contractor shall be responsible for the accounting of the cable drums issued and shall mention the number cable drums in the bill so that the amount is deducted from the bills due. 12.4 The contractor shall not be allowed to dump the empty cable drums in Govt/public place, which may cause inconvenience to Govt/Public. If the contractor does not dispose off the empty cable drums with in 3 days of becoming empty, the department is at liberty to dispose off the drum in any manner deemed fit and also recover the amount fixed in this contract for empty cable drums along with the transportation charges (to be decided by the PGMTD, Surat from the bill/ security deposit/ any other amount due to the contractor

13. PENALTY CLAUSE:

13.1. Delays in the contractor’s performance :

E-T-92/HDD/U/2016-17 Page 56 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

13.1.1 The time allowed for completion of the work as entered in the Bid shall be strictly adhered to by the contractor and shall be deemed to be the most important aspect of the contract on the part of the contractor and shall be reckoned from Seventh day from issue of work order by the BSNL. The work shall, throughout the stipulated period of contract, be proceeded with all due diligence to achieve the desired progress uniformly, and the contractor shall pay as penalty an amount equal to 0.25 percent of the estimated amount per day of delay in completion of work, subject to a maximum of 10 (ten) percent of the cost of the work awarded. 'Day' in all the above clauses/sub-clauses relating to penalty, includes holidays and Sundays in addition to the working days.

13.1.2 On any date the penalty payable as above reaches 10 (ten) percent of the estimated cost of the work the contractor should proceed with the work further only on getting a written instructions from the Divisional Engineer that he is allowed to proceed further with the work. It will be in the discretion of the Divisional Engineer to allow the contractor to continue with the work on the basis of any written agreement reached between the contractor and the Divisional Engineer one of the condition of such agreement may be a stipulation for the contractor to agree for the realization of penalty for delay at a higher rate as may be agreed between the Divisional engineer and contractor.

13.1.3 Penalty for delay in completion of the work shall be recoverable from the bills of the contractor and/or by adjustment from the security deposit or from the bills of any other contract of this contractor with BSNL. However, adjustment from the security deposit will be made only when contract has been terminated or at the time of final settlement of bills on completion of work.

13.1.4 In case of slow progress of the work in a section which have been awarded to a particular contractor, and the public interest does not permit extension of time limit for completion of the work, the PGMTD, Surat will have the full right to order that the scope of the contractor may be restricted to such fraction of the whole of the work and get the balance executed at the risk and cost of the contractor. The details are given in Rescission of the contract clause of the bid document. All such payments shall be recovered from the contractor’s pending bills/any payment or sum that is due or any sum that becomes due or security deposit

13.1.5 PGMTD, Surat, reserves the right to cancel the contract and forfeit the security deposit if the contractor fails to commence the work within 7 days after issue of the work order.

13.1.6 Since this damage naturally arise in the usual course of things from the breach of contract when the contractor and BSNL are aware of the consequences of the Clause relating to the Penalty, the clauses relating to (a) forfeiture of security deposit (b) rescinding of the contract and have the balance of tendered work executed by another agency at the risk and cost of the defaulting contractor have to be read together as one single whole and interpreted with reference to each other and their provisions.

13.2 Penalty for causing inconvenience to the Public:

13.2.1 To ensure progress during the execution of work and to cause minimum inconvenience to the public, the contractor shall not dig a trench of more than 500 meters at a stretch in a route at a time. He shall cause to lay cable and close such trenches expeditiously. Under any circumstances a stretch of trench of maximum 200 meters shall not be kept open for more than 4 days in case of cable laying by digging paved surfaces. In the event of contractor falling to comply with, these conditions, a penalty of recovery up to Rs 300/- per day for the period the trench is kept open beyond the time limit allowed may be imposed by BSNL. This penalty will in addition to that payable for delay or slow work.

E-T-92/HDD/U/2016-17 Page 57 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

13.2.2 The contractor shall not be allowed to dump the empty cable drums/waste materials in Govt./ public place, which may cause inconvenience to Govt./Public. If the contractor does not dispose off the empty cable drums/waste materials with in 3 days of becoming empty, BSNL is at liberty to dispose off the drum in any manner deemed fit and also recover the amount fixed in the contract for empty cable drums/waste materials from the bills security deposit/ along with the costs incurred by BSNL in disposing off such materials. BSNL may also levy a penalty up to Rs One thousand for each such default.

13.2.3 If any such penalty is levied on a contractor for more than 2 occasions, then his/her contract could be terminated. In this regard the decision of PGMTD, Surat shall be final and binding.

13.3 If any damages are caused by contractor to the various U/G utilities / infrastructure of any party / BSNL, the contractor is fully responsible to repair the same or pay the equivalent amount so claimed as per prevalent rules against damages to such party.

Penalty for cutting / damaging the existing cables of BSNL and the existing underground facilities of third parties: -

13.3.1 During excavation of trench utmost care is to be taken by the contractor so that the existing underground cables are not damaged or cut. IN-case any damage/cut is done to the existing cables, a penalty as per the schedule given below will be charged from the contractor or the amount will be deducted from his running bills:

Size of existing UG/ OF cables cut/ Amount of penalty per cut/ damaged damage Up to 100 pairs cable RS 500.00 (Five Hundred) Above 100 pairs & up to 400 pairs Rs 1000.00 (One thousand) Above 400 pairs Rs 2000.00 (Two thousand) OF Cable of any size Rs 5000.00 (Five thousand)

Besides the above penalty, the contractor shall carry out such repairs for restoration of the damaged cable free of charge. The cost of jointing kit shall also be borne by the contractor. If contractor fails to repair the damage, the cost of repair (including cost of labour + Jointing kit) shall be recovered from the contractor. If any damages are caused by contractor to the various U/G utilities / infrastructure of any party / BSNL, the contractor is fully responsible to repair the same or pay the equivalent amount so claimed as per prevalent rules against damages to such party/parties.

13.3.2 Contractor shall either pay claims of third parties/all expenditure incurred for restoring services as per prescribed guidelines against damage done by Contractor while carrying out the work or the same amount will be deducted from his bills. Such expenditure shall be intimated to Contractor either by Engineer-in-charge or concerned third parties in writing. The amount deducted from his bill shall be paid to concerned third parties by Divisional Engineer or Accounts Officer.

13.3.3 Engineer-in-charge at his absolute discretion shall reserve the right to reject any bill submitted by the Contractor prior to making payment by him to third parties for the damages caused or to deduct same amount from his bill.

13.4 Penalty to damage stores/materials supplied by BSNL while laying:

13.4.1 The contractor while taking delivery of materials supplied by BSNL at the designated place shall thoroughly inspect all items before taking them over. In case of execution of

E-T-92/HDD/U/2016-17 Page 58 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

the work, if any material is found damaged / working unsatisfactorily, then a penalty equivalent to the cost of material + 10% as penalty shall be recovered from the contractor’s payments / securities.

13.4.2 However, contractor will not be penalized for any defect in workmanship of the materials, which shall be taken up separately with the supplier of the stores.

14. Rescission/Termination of contract

14.1 Circumstances for rescission of contract: Under the following conditions the competent authority may rescind the contract: (a) If the contractor commits breach of any item of terms and conditions of the contract . (b) If the contractor suspends or abandons the execution of work and the engineer in- charge of the work comes to conclusion that work could not be completed by due date for completion or the contractor had already failed to complete the work by that date. (c) If the contractor had been given by the officer-in-charge of work a notice in writing to rectify/replace any defective work and he/she fails to comply with the requirement within the specified period. (d) If the Contractor being a company shall pass a resolution or the court shall make an order that the company shall be wound up or if a receiver or a manager on behalf of a creditor shall be appointed if circumstances shall arise which entitle the court or creditor to appoint a receiver or a manager or which entitle the court to make a winding up order.

14.2 Upon rescission of the contract, the security deposit of the contractor shall be liable to be forfeited and shall be absolutely at the disposal of BSNL as under:

14.2.1 Measurement of Works executed since the date of last measurement and up to the date of rescission of contract shall be taken in the presence of the contractor or his authorized representative who shall sigh the same in the MB. If the contractor or his authorized representative do not turn up for joint measurement, the measurement shall be taken by the officer authorized for this purpose after expiry of due date given for joint measurement. The measurement taken by the officer so authorized shall be final and no further request for joint measurement shall be entertained.

14.2.2 The unused material (Supplied by BSNL) available at site shall be transported back to BSNL to the Telecom Store at the risk and cost of the contractor. If any such material is found damaged / lost then the penalty shall also be recovered from the contractor as per conditions in Bid documents, ibid.

14.2.3 The un-executed work shall be got executed through the qualified bidder from amongst the bidders, who participated in the bidding process, by giving the offers in their order of ranking (L-2, L-3------) at their quoted rates. If the work was awarded on single Bid basis then the BSNL shall get the unexecuted work completed through any other contractor approved in PGMTD, Surat at the approved rates of that particular section or to execute the work through BSNL employed labours, as is convenient or expedient to the BSNL at the risk and cost of the contractor. In such a event no compensation shall be payable by BSNL to the contractor towards any inconvenience/or that he may be subjected to as a result or such an action by BSNL, In this regard the decision of PGMTD, Surat shall be final and binding. In all these cases, expenses which may be incurred in excess of the sum which would have been paid to the original contractor if the whole work had been executed by him shall be borne and paid by the original contractor and shall be deducted from any money due to him by the BSNL under the contract or any other account whatsoever any where in BSNL or from a security deposit.

E-T-92/HDD/U/2016-17 Page 59 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

14.2.4 The certificate of the Divisional Engineer in-charge of work as to the value of work done shall be final and conclusive against the contractor, provided always that action shall only be taken after giving notice in writing to the contactor.

14.2.5 In the event of any one or more of the above courses being adopted by the Engineer-in- charge, Contractor shall have no claim to compensation for any loss sustained by him by reason of his having purchased or procured any materials or entered into, any engagements or made any advances on account or with a view to the execution of work or performance of contract. And in case action is taken under any of the provisions aforesaid, the Contractor shall not be entitled to recover or be paid any sum for any work thereto or actually performed under this contract unless and until the Engineer-in-charge has certified in writing the performance of such work and the value payable in respect thereof and he shall only be entitled to be paid the value so certified.

14.3 Termination for Insolvency:

14.3.1 BSNL may at any time terminate the Contract by giving written notice to the Contractor, without compensation to contractor, if the Contractor becomes bankrupt or otherwise insolvent as declared by the competent court provided that such termination will not prejudice or affect any right or action or remedy which has accrued or will accrue thereafter to BSNL.

14.4 Optional Termination by BSNL (Other than due default of the contractor):

14.4.1 BSNL may, at any time, at its option cancel and terminate this contract by written notice to the contractor, in which event the contractor shall be entitled to payment for the work done up to the time of such cancellation and a reasonable compensation in accordance with the contract prices for any additional expenses already incurred for balance work exclusive of purchases and/or whole of material, machinery and other equipment for use in or in respect of the work. The decision of PGMTD, Surat as regards to such compensation shall be final and binding to the Contractor.

14.4.2 In the event of the termination of the contract, the contractor shall forthwith clear the site of all the contractor’s materials, machinery and equipment’s and hand over possession of the work / operations concerned to BSNL.

14.4.3 BSNL may, at its option, cancel or omit the execution of one or more items of work under this contract and may part of such item without any compensation what so cover to the contractor.

14.4.4 The action of the Divisional Engineer as per the above sub-clauses shall not be construed as Breach of the contract.

14.5 Issuance of Notice

14.5.1 The Divisional Engineer in-charge of work shall issue show cause notice giving details of lapses, violation of terms and conditions of the contract, wrongful delays or suspension of work or slow progress to the contractor directing the contractor to take corrective action. A definite time schedule for corrective action shall be mentioned in the show cause notice. If the contractor fails to take corrective action within the stipulated time frame, the Divisional Engineer in-charge shall submit a draft of final notice along with a detailed report to the competent authority, which had accepted the contract.

14.5.2 The final notice for rescission of contract to the contractor shall expressly state the precise date and time from which the rescission would become effective. The following safe guards shall be taken while issuing the final notice:

E-T-92/HDD/U/2016-17 Page 60 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

a) During the periods of service of notice and its effectiveness, the contractor should not be allowed to remove from the site any material/equipment belonging to the BSNL. b) The contractor shall give in writing the tools and plants he would like to take away/remove from the site. Such of the materials as belong to him and which may not be required for future execution of balance work may be allowed by the Divisional Engineer in-charge of work to be removed with proper records. c) No new construction beneficial to the contractor shall be allowed. d) Adequate BSNL security arrangement in replacement of the contractor watch and ward shall be made forthwith. Expenses on this account are recoverable from the security deposit or any amount due to the contractor.

14.5.3 "Any notice order or other communication sought to be served on the Contractor with reference to the contract shall without prejudice to any other mode of service, be deemed to have been served if delivered by hand or sent by registered post to the office of Contractor at site or to the Contractor's head-office, while any notice or order or communications by the contractor to be served on Divisional Engineer with reference to the contracts shall be valid if same is served/delivered by hand or through registered post to the office of Divisional Engineer at his head quarters."

15. INDEMNITIES:

15.1 The contractor shall at all times hold BSNL harmless and indemnify from against all action, suits, proceedings, works, cost, damages, charges claims and demands of every nature and descriptions, brought or procured against BSNL, its officers and employees and forthwith upon demand and without protect or demur to pay to BSNL any and all losses and damages and cost (inclusive between attorney and diet) and all costs incurred in endorsing this or any other indemnity of security which BSNL may now or at any time have relative to the work or the contractors obligation or in protecting or endorsing its right in any suit on other legal proceedings. Charges and expense and liabilities resulting from or incidental or in connection with injury, damages of the contractor or damage to property resulting from or arising out of or in any way connected with or incidental to the operations caused by the contract documents. In addition the contractor shall reimburse BSNL or pay to BSNL forthwith on demand without protect or demur all cost, charges and expenses and losses and damages otherwise incurred by it in consequences of any claim, damages and actions which may be brought against BSNL arising out of or incidental to or in connection with the operation covered by the contractor.

15.2 The contractor shall at his own cost at BSNL’s request defend any suit or other proceeding asserting a claim covered by this indemnity, but shall not settle, compound or compromise any suit or other finding without first consulting BSNL.

16 FORCE MAJEURE:

16.1 If any time, during the continuance of this contract, the performance in whole or in part by either party or any obligation under this contract shall be prevented or delayed by reason of any war, or hostility, acts of the public enemy, civil commotion sabotage, fires floods, explosions, epidemics, quarantine restrictions, strikes, lockouts or act of God (Herein after referred to as events) provided notice of happenings, of any such eventuality is given by either party to the other within 21 days from the date of occurrence thereof, neither party shall by reason of such event be entitled to terminate this contract nor shall either party have any such claim for damages against the other in respect of such non-performance and work under the contract shall be resumed as soon as practicable after such event a may come to an end or cease to exist, and the decision of the BSNL as to whether the work have seen so resumed or not shall be final and conclusive, provided further that if the performance, in whole or part of any obligation under this contract is

E-T-92/HDD/U/2016-17 Page 61 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

prevented or delayed by reason of any such event for a period exceeding 60 days either party may, at his option terminate the contract.

16.2 Provided also that if the contract is terminated under this clause, the BSNL shall be at liberty to take over from the contractor at a price to be fixed by the BSNL, which shall be final, all unused, undamaged and acceptable materials, bought out components and stores in the course of execution of the contract, in possession of the contractor at the time of such termination of such portions thereof as the BSNL may deem fit excepting such materials bought out components and stores as the contracts may with the concurrence of the BSNL elect to retain.

17. ARBITRATION: 17.1 In the event of any question, dispute or difference arising under this agreement or in connection there-with except as to matter the decision of which is specifically provided under this agreement, the same shall be referred to sole arbitration of the Chief General Manager, Gujarat Circle, or in case his designation is changed or his office is abolished then in such case to the sole arbitration of the Officer for the time being entrusted whether in addition to the functions of the Chief General Manager, Gujarat Circle, Ahmedabad or by whatever designation such officers may be called (herein after referred to as the said officer) and if the Chief General Manager, Gujarat Circle, Ahmedabad or the said officer is unable or unwilling to act as such to the sole arbitrator or some other person appointed by the Chief General Manager, Gujarat Circle, Ahmedabad or the said officer, The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act, 1996. There will be no objection to any such appointment that the arbitrator is BSNL Servant or that he has to deal with matter to which the agreement relates or that in the course of his duties as BSNL Servant he has expressed views on all or any of the matter under dispute. The award of the arbitrator shall be final and binding n the parties. In the event of such arbitrator to whom the matter is originally referred, being transferred of vacating his office or being unable to act for any reasons whatsoever such Chief General Manager or the said officer shall appoint another person to act as arbitrator in accordance with terms of the agreement and the person so appointed shall be entitled to proceed from the stage at which it was left out by his predecessors. 17.2 The arbitrator may from time to time with the consent of parties enlarge the time for making and publishing the award, Subject to aforesaid Indian Arbitration and Conciliation Act 1996 and the Rules made there under, any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this clause. 17.3 The venue of the arbitration proceeding shall be the Office of the Chief General Manager, Gujarat Circle, Ahmedabad or such other Places as the arbitrator may decide. The following procedure shall be followed: 17.3.1 In case parties are unable to reach a settlement by themselves, the dispute should be submitted or arbitration in accordance with contract agreement. 17.3.2 There should not be a joint submission with the contractor to the sole Arbitrator. 17.3.3 Each party should submit its own claim severally and may oppose the claim put forward by the other party. 17.3.4 The onus of establishing his claims will be left to the contractor. 17.3.5 Once a claim has been included in the submission by the contractor, a reiteration or modification thereof will be opposed. 17.3.6 The “points of defense” will be based on actual conditions of the contract. 17.3.7 The Arbitrator shall not entertain claims in the nature of ex-gratia payments, as these are not contractual. 17.3.8 The question whether these conditions are equitable shall not receive any consideration in the preparation of “points of defense”. 17.3.9 If the contractor includes such claims in his submission, the fact that they are not contractual will be prominently placed before the Arbitrator.

E-T-92/HDD/U/2016-17 Page 62 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

The award of the sole Arbitrator shall be final and binding on all the parties to the dispute. The award of the sole Arbitrator shall be final and binding on all the parties to the dispute. Amendment : ltr.no.3-2/2004-CPT/Pt.1 dt.16.11.2006 (Court Jurisdiction)

i) Any dispute arising out of tender/bid document/evaluation of bids/issue of APO shall be subject to the jurisdiction of the competent court at the place from where the NIT/tender ha been issued. ii) Where a contractor has not agreed to arbitration, the disputes/claims arising out of the Contract/PO entered with him shall be subject to the jurisdiction of the competent Court at the place from where Contract/PO has been issued. Accordingly, a stipulation shall be made in the contract as under . “ This Contract/PO is subject to jurisdiction of Court at Surat only.”

18. SET OFF: 18.1 Any sum of money due and payable to the contractor (including security deposit refundable to him) under the contract may be appropriated by the BSNL or the govt. or any other person or persons contracting through the “Govt. of India and set off the same against any claim of the BSNL or Govt. or such other person or persons of payment of a sum of money arising out of this contract made by the Contractor with BSNL or Govt. or such other person or persons contraction through govt. of India.

SECTION-V (Part-B)

SPECIAL CONDITIONS OF CONTRACT

1. GENERAL: 1.1 The work shall be accepted only after Acceptance Testing carried out by T&D Circle team, or designated by the BSNL, as per prescribed schedule and work/material passing the test successfully.

1.2 The BSNL reserves the right to disqualify such bidders who have a record of not meeting contractual obligations against earlier contracts entered into with the BSNL.

1.3 The BSNL reserves the right to black list a bidder for a suitable period in case he fails to honour his bid without sufficient grounds.

1.4 The BSNL reserves the right to counter offer price(s) against price(s) quoted by any bidder.

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

1.6 Bid will be evaluated as single package of all the items given in the price schedule.

1.7 All work to be executed under the contract shall be executed under the direction and subject to the approval in all respects of the Divisional Engineer or Site Engineer in- E-T-92/HDD/U/2016-17 Page 63 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

charge of work site who shall be entitled to direct at what point or points and what manner they are to be commenced, and from the time to time carried on.

1.8 The work in each section may be split up between two or more contractors or accept any Bid in part and not entirely if considered expedient by the PGMTD, Surat .

1.9 If the contractor shall desire an extension of time of completion of the work on the grounds of unavoidable hindrance in execution of work or on any other round he shall apply in writing to the Divisional Engineer within 3 days of the date of hindrance on account of which he desires such extension as aforesaid. In this regard the decision of the PGMTD, Surat shall be final.

1.10 If at any time after the commencement of the work, the BSNL may feel that execution of whole or part of work, as specified in the Bid is not required to be carried out, then the BSNL shall give notice in writing or the fact to the contractor who shall have no claim to any payment of compensation whatsoever on account of any profit or advantage which he might have derived in consequence of the full amount of the work not having been carried out neither shall he have any claim for compensation by reason of any alterations having been made in the original specifications, drawings, designs and instructions which shall involve any curtailment of the work as originally contemplated

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

1.12 No official of Gazetted rank or other Gazetted officer employed in Engineering or administrative duties in an Engineering BSNL or any other BSNL of the BSNL of India is allowed to work as a contractor for a period of two years after his retirement from BSNL service without the previous permission of BSNL of India. This contract is liable to be cancelled if either the contractor of any of his employee is found at any time to be such person who hadn’t obtained the permission of BSNL of India as aforesaid before submission of the engagement in the contractor’s service as the case may be. Under the above circumstances, such contractor shall not claim any type of relief or remedy of whatever nature from the BSNL for his illegal act.

1.13 In the event of the contractor being, adjusted insolvent or going voluntarily into liquidation of having received order or other order insolvency act made against him or in the case of company, of the passing of any resolution, or making of any order for winding up whether voluntarily or otherwise, or in the event of the contractor failing to comply with any of the conditions herein specified, The PGMTD, Surat shall have the power to terminate the contract with out any notice.

1.14 Without prejudice to any of the rights or remedies under this contract, if the contactor dies, the PGMTD, Surat on behalf of the BSNL can terminate the contract without compensation to the contractor. However the PGMTD, Surat , at his discretion may permit contractor’s heirs to perform the duties or engagements of the contractor under the contract, in case of his death. In this regard the decision of the PGMTD, Surat shall be the final.

E-T-92/HDD/U/2016-17 Page 64 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

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

1.16 Interpretation of the contract document : The representative of the PGMTD, Surat and the contractor shall in so far as possible by mutual consultation, try to decide upon the meaning and intent of the contract document. In case of disagreement the matter shall be referred to the PGMTD, Surat whose decision shall be final. Any change in the contract documents shall be set forth in writing by the representative of the parties hereto. It shall be the contractor’s responsibility to thoroughly familiarize all of his supervisory personnel with the contents of all the contract documents.

1.17 The Contractor shall be an independent Contractor and shall have complete charge of the men/women engaged in the performance of the works to be performed hereunder and shall perform the work in accordance with this own methods and at his own risk subject to compliance with contract documents. The Contractor shall throughout the stipulated period of the contract execute the work in the best and most substantial workman like manner and both as regards material and otherwise in respect, in strict accordance with the contract document or such additional particulars, instructions and drawings as may be found requisite to be given during carrying on of the works any unit person or any one not capable or not properly qualified to properly perform the work assigned to him. The Contractor shall also not employ in respect of the works any employee that the Divisional Engineer/Site Engineer may for any reason object to.

1.18 Normally, construction work should be done during the day light hours only. i.e. so long as the natural light permits good visibility. The work may continue during night hours only in rare cases and that too with prior concurrence of the Divisional Engineer. This Clause is introduced because the BSNL Staff would not normally be available during the night hours for supervision. It may also be difficult to locate cable/pipe lines etc. of other user agencies during night hours i.e. chances of other cables/pipe lines getting damaged are more during night hours and hence trenching work should not be continued beyond daylight hours and hence trenching work should not be continued beyond daylight hours.

1.2 Notification:

1.2.1 The contractor shall give in writing to the proper person or authority with a copy to the Divisional Engineer such notification as may be mandatory of necessary in connection with the commencement, suspension, resumption, performance and /or completion of the contracted work. All notice shall be given sufficiently in advance of the proposed operation to permit proper co-relation of activities and contractor shall keep all proper persons or authorities involved and advised of the progress of operations through out the performance of the work and/or with such other information and/or supporting figure and data as may from time to time as directed or required.

1.3 Shut down on account of weather conditions: -

1.3.1 The contractor shall not be entitled to any compensation whatsoever by reason of suspension of the whole or any part of the work made necessary by the BSNL or deemed advisable on account of bad weather conditions or other Force majeure conditions.

2. STORES SUPPLIED BY THE BSNL: -

2.1 At no point of time the contractor shall be issued stores of value more than the contractor’s material security as per clause-5 (i) of Section-V. If at all the work requires more amount of materials to be issued to the contractor, then the security shall suitably be revised before the

E-T-92/HDD/U/2016-17 Page 65 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

issue of the store and the contractor will not have any objection to it.

2.2 The contractor shall transport (including loading and unloading) all stores issued to him from Stores Location as specified in Bid document, to the site of work at his own cost. The BSNL shall not pay any transportation charges to the contractor.

2.3 All materials supplied to the contractor by the BSNL shall remain the absolute property of BSNL and shall not be removed from site of the work except for use in the work and shall be at all times open to inspection by the Representative of the PGMTD, Surat . In case the materials like cable and accessories are taken delivery of by the contractor and stored at the site office/store of the contractor such site office/store will also be treated “as site” for this purpose. Any such materials remaining unused at the time of the abandonment, completion or determination of the contract shall be returned to the BSNL at a place informed to him by the BSNL, failing which the cost of the unused materials shall be deducted from the contractor’s material security or any of his pending bills or from any other security.

2.4 The contractor shall be responsible for the transportation of store, storage and safe custody of all material supplied to him by the BSNL, which in the contractor’s custody whether, or not installed in the work. The contractor shall satisfy himself regularly the quantity and quality of the materials supplied to him and he will be responsible for any subsequent deterioration and discrepancy (inclusive of theft) in the quantity/quality of the materials.

2.5 The contractor shall submit a proper account every month of all the materials supplied to him by the BSNL and those consumed for items of work any discrepancy of difference between the materials issued to the contractor and those consumed in the work as per the “BSNL’s calculation” (which shall be final) will be charged to the contractor or deducted from his bills at 1.5 times of prevailing standard price including freight, handling charges, storage charges etc.

2.6 The contractor shall ensure that only the required materials are issued to him. Upon completion of work, the contractor shall return to the Govt. at the later designated store in good condition, free of charges, any unused materials that were supplied by the BSNL.

3. EASEMENTS, PERMITS, LICENCES AND OTHER FACILITIES:

3.1 The contractor shall obtain/provide at his own cost all easements, permits and license necessary to do its work. Any charges such as reinstatement charges if any is required to be deposited to the concerned authorities, The BSNL will make payments after getting relevant Documents/Letters from the Authorities.

3.2 The contractor shall be fully responsible for angling and obtaining all necessary easements, permits and licenses, for moving all construction equipment, tools, supplied materials and men across Railways and Highways, across public or private road as well as premises of any public utility within the right of user and for bearing all costs that may be incurred in respect of the same.

3.3 The contractor is to confine his operation to the provided construction “Right of User” unless it has made other arrangement with the particular property owner and/or tenants such other arrangements shall be entirely at the responsibility of the, contractor as to cost and arrangement as also breach and claim and shall be entitled with a copy to the Divisional Engineer.

3.4 The contractor will not be entitled to extra compensation for hardship and increase in cost by the cable trench being routed adjacent to or across other pipeline, Highways, Railways, telephones or pose poles and wires or guy wires, embankments, cliffs streams or other obstacles which may physically or otherwise in any manner, restrict or limit the use of the

E-T-92/HDD/U/2016-17 Page 66 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

construction “Right of User”. Some construction and such contingency shall be deemed to have been providing for in the rates.

3.5 At location where the OF cable trench is routed across or along railways or roads the contractor shall without extra cost provide and maintain such detours and road controls as are required by the railways or BSNL or local agencies having jurisdiction.

3.6 If the BSNL is convinced for the delay in obtaining the relevant permissions etc. then the extension of time limit shall be provided as per EOT clause given in Bid document.

3.7 Contractor shall keep at his own risk and responsibility all necessary documents as per sub Clause 3.1 above to do his work on site at all times, for inspection by representatives of BSNL or local bodies.

3.8 "The Engineer-in-charge at his sole discretion may reject without any compensation to the Contractor full or part of such work done by the Contractor, the Contractor shall also pay all claims, demands and/or any other expenses arising out from such work done without obtaining necessary documents as per sub Clause above."

4. QUALITY OF WORK:

4.1 The BSNL shall be the final judge of the quality of the work and the satisfaction of the BSNL in respect thereof set forth in the contract documents. Laxity or failure to enforce compliance with the contract documents by the BSNL and / or its representative shall not manifest a change or intent of waiver, the intention being that, not withstanding the same, the contractor shall be and remain responsible for complete and proper compliance with the contract documents and the specification there in. The representative of the PGMTD, Surat has the right to prohibit the use of men and any tools, materials and equipment, which in his opinion do not produce work or performance, meet the requirement of the contract documents.

5. TAXES AND DUTIES:

5.1 Contractor shall pay all rates, levies, fees royalties, taxes and duties payable or arising from out of, by virtue of or in connection with and/or incidental to the contract or any of the obligations of the parties in terms of the contractor documents and/or in respect of the works or operations or any part thereof to be performed by the contractor and the contractor shall indemnify and keep indemnified the BSNL from and against the same or any default by the contractor in the payment thereof.

6. PROTECTION OF LIFE AND PROPERTY AND EXISTING FACILITIES:

6.1 The contractor is fully responsible for taking all possible safety precaution during preparation for and actual performance of the works and for keeping the construction site in a reasonable safe condition. The contractor shall protect all life and property from damage or losses resulting from his construction operations and shall minimize the disturbance and inconvenience to the public.

The Bidder shall have equipment to detect the underground utilities/obstructions .

6.2 If the excavation of trench alters the contours of the ground around road and highway crossing in such locations dangerous to traffic, the contractors shall at his own cost, take all necessary precautions to protect public and shall comply with all the BSNL regulations as to placing of warning boards (Minimum size 3’ x 2’), traffic signals, barricades, flags etc., at such location. If the contractor does not put the warning signal as per above directions, then a penalty or Rs 500/- per day shall be levied on the contractor, till the directions are complied by the contractor. The contractor shall take due

E-T-92/HDD/U/2016-17 Page 67 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

precautions to avoid damages to other pipe lines, water mains,, sewers, telephones, telegraphs and power conduits, laid wires poles and guy wires, railways, highways, bridges or other underground or above ground structure and/or property crossing or adjacent to the cable trench being excavated.

6.3 Attention of the contractor is drawn to the rules regarding laying of cables at road crossing, along Railways Bridges, Highways safety precautions while working in public street. The contractor in writing shall obtain the detailed engineering instructions from the Divisional Engineer of the area.

6.4 The contractor shall be solely responsible for location through approved non-destructive means and ensuring the safety of all existing underground pipeline, electrical cables, and or other structures.

6.4.1 "No diagrams, details and/or any other relevant documents anyway related with the existing and / or overhead / UNDERGROUND pipe lines. Telecom cables, Electric cables and/or other structures will be provided by BSNL to the Contractor."

6.4.2 The contractor shall be solely liable for all expense for and in respect of repairs and/or damage occasioned by injury of or damage to such underground and above structures or other properties and under take to indemnify the BSNL from and against all actions, cause of actions, damages, claims and demands what-so-ever, either in law or in equity and all losses and damages and costs (inclusive between attorney and client), charges and expenses in connection therewith and/or incidental thereto. The contractor shall take all responsibilities and risk in crossing other pipelines and cables and shall be responsible for protecting all such existing pipelines, poles, electric lines, sewers, cables or other facilities from damage by the contractor’s operation in connection with the work, The contractor without cost of the BSNL shall promptly repair any damage incurred.

6.4.3 The bidder shall have equipment to detect the underground utilities & obstruction.

6.5 The current market value of any commodities lost as a result of any damage to the aforesaid existing facilities shall be paid by the contractor together with such additional sums necessary to liquidate the personal of property damages, resulting there from.

7. LABOUR WELFARE MEASURES AND WORKMAN COMPENSATION:

7.0 WORKMEN'S COMPENSATION:

In every case in which by virtue of provisions of Section 12, Sub-section (i) of the Workmen's Compensation Act, 1923 BSNL is obliged to pay compensation to a workman employed by the Contractor, in execution of the works. BSNL will recover from the Contractor the amount of the compensation so paid and without prejudice to the rights of the BSNL under Section 12, Sub-section (ii) of the said ACT, BSNL shall be at liberty to recover such amount or any part thereof by deducting it from the security deposit or from any sum due by BSNL to Contractor whether under Section -12, Sub-section (i) of the said Act, except on the written request of the Contractor and upon his giving to BSNL full security for all costs for which BSNL might become liable in consequence of contesting such claim.

7.1 Obtaining License before commencement of work:

(a) The contractor shall obtain a valid labour licence under the Contract Labour (R&A) Act 1970 and the Contract labour (Regulation and Abolition) Central Rules 1971, before commencement of the work, and continue to have a valid license until the completion of work. The contractor shall also abide by the provisions of the Child Labour (Prohibition

E-T-92/HDD/U/2016-17 Page 68 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

and Regulation) Act 1986. Any failure to fulfill this requirement shall attract the penal provisions of this contact arising out of the resultant non-execution of work . (b) Subject to the provisions of the Contract Labour (Abolition and Regulation Act, 1970) as amended from time to time, the contractor shall not commence actual work unless he produces a receipt from the concerned Licensing Authority that he has applied for licensing authority, which may be produced within the period of 15 days of commencing the work.

7.2 Contractors Labour Regulations:

7.2.1 Working Hours

7.2.1.1 Normally working hours of an employee should not exceed 9 hours a day. The working day shall be so arranged that inclusive of interval for rest, if any, it shall not spread over more than 12 hours on any day.

7.2.1.2 When a worker is made to work for more than 9 hours on any day or for more than 48 hours in any week he shall be paid over time for the extra hours put in by him.

7.2.1.3 Every worker shall be given a weekly holiday normally on a Sunday, in accordance with the provisions of Minimum Wages (Central) Rules 1960, as amended from time to time, irrespective of whether such worker is governed by the Minimum Wages Act or not.

7.2.1.4 Where the minimum wages prescribed by the BSNL, under the Minimum Wages Act, are not inclusive of the wages for the weekly day of rest, the worker shall be entitled to rest day wages, at the rate applicable to the next preceding day, provided he has worked under the same contractor for a continuous period of not less than 6 days.

7.2.1.5 Where a contractor is permitted by the Engineer-in-Charge to allow a worker to work on a normal weekly holiday, he shall grant a substituted holiday to him for the whole day, on one of the five days, immediately before or after the normal weekly holiday, and pay wages to such worker for the work performed on the normal weekly holiday at the overtime rate.

7.2.2 Display of Notice Regarding Wages Etc. :- The contractor shall, before he commences his work on contract, display and correctly maintain and continue to display and correctly maintain, in a clear and legible condition in conspicuous places on the work, notices in “English and in local Indian languages spoken by the majority of the workers, giving the minimum rates of the wages fixed under Minimum Wages Act, the actual wages being paid, the fours of work for which such wage are earned, wages periods, dates of payments of wags and other relevant information.

7.2.3 Payment of Wages.

7.2.3.1 The contractor shall fix wages periods in respect of which wages shall be payable.

7.2.3.2 No wage period shall exceed one month.

7.2.3.3 The wages of every person employed as contract labour in an establishment or by a contractor, where less than one thousand such persons are employed, shall be paid before the expiry of seventh day and in other cases before the expiry of tenth day after the last day of the wage period in respect of which the wages are payable.

E-T-92/HDD/U/2016-17 Page 69 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

7.2.3.4 Where the employment of any worker is terminated by or on behalf of the contractor, the wages earned by him shall be paid before the expiry of the second working day from the date on which his employment is terminated.

7.2.3.5 All payment of wages shall be made on a working day at the work premises and during the working time and on a date notified in advance and in case the wok is completed before the expiry of the wages period, final payment shall be made within 48 hour of the last working day.

7.2.3.6 Wages due to every worker shall be paid to him direct or to other person authorized by him in this behalf.

7.2.3.7 All wages shall be paid in current coin or currency or in both.

7.2.3.8 Wages shall be paid without any deductions of any king except those specified by the Central BSNL by general or special order in this behalf or permissible under the Payment of Wages Act 1956.

7.2.3.9 A notice showing the wages period and the place and time of disbursement of wages shall be displayed at the place of work and a copy sent by the contractor to the Engineer-in- Charge under acknowledgement.

7.2.3.10 It shall be the duty of the contractor to ensure the disbursement of wages in presence of the site Engineer or any other authorized representative of the Engineer-in-Charge who will be required to be present at the palace and time of the disbursement of wages by the contractor to workmen. 7.2.3.11 The contractor shall obtain from the site Engineer or any other authorized representative of the Engineer-in-Charge, as the case may be, a certificate under his signature at the end of the entries in the “Register of Wages” or the “Wage-cum-Muster Roll”, as the case may be, in the following form: -

“Certified that the amount shown in column No………… has been paid to the workman concerned in my presence on……… at………

7.2.4 Fines and deductions, which may be made from wages

7.2.4.1 The wages of a worker shall be paid to him without any deduction of any kind except the following: -

(a) Fines (b) Deductions for absence from duty i.e. from the place or the places where by the terms of his employment he is required to work. The amount of deduction shall be in proportion to the period for which he was absent. (c) Deductions for damage to or loss of goods expressly entrusted to the employed person for custody or for loss of money or any other deductions which he is required to account, where such damage or loss is directly attributable to his neglect or default. (d) Deductions for recovery of advances or for adjustment of over payment of wages, advances granted shall be entered in a register. (e) Any other deductions, which the Central BSNL may from time to time, allow.

7.2.4.2 No fines should be imposed on any worker save in respect of such acts and omissions on his part as have been approved of by the Labour Commissioner.

7.2.4.3 No fine shall be imposed on a worker and no deduction for damage or loss shall be made from his wages until the worker has been given an opportunity of showing cause against such fines or deductions.

E-T-92/HDD/U/2016-17 Page 70 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

7.2.4.4 Every fine shall be deemed to have been imposed on the day of the act or omission in respect of which it was imposed.

7.2.5 Labour records

7.2.5.1 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

7.2.5.2 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.

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

7.2.5.4 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) Sex d) Age e) Nature of accident and cause of accident f) Time and date of accident g) Date and time when admitted in hospital h) Date of discharge from the hospital i) Period of treatment and result of treatment j) Percentage of loss of earning capacity and disability as assessed by Medical officer. k) Claim required to be paid under Workmen’s Compensation Act. l) Date of payment of compensation m) Amount paid with details of the person to whom the same was paid n) Authority by whom the compensation was assessed o) Remarks.

7.2.5.5 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 of which fines can be imposed. 7.2.5.6 The contractor shall maintain a Register of deductions for damage or loss in Form XX of the CL (R&A) Rules 1971. 7.2.5.7 The contractors shall maintain a Register of Advances in Form XXIII of CL (R&A) Rules 1971. 7.2.5.8 The contractor shall maintain a Register of Overtime in Form XXIII of the CL (R&A) Rules 1971. 7.2.6 Attendance card-cum wage slip

7.2.6.1 The contractor shall issue an Attendance card cum wage slip to each workman employed by him. 7.2.6.2 The card shall be valid for each wage period. 7.2.6.3 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. 7.2.6.4 The card shall remain in possession of the worker during the wages period under reference. 7.2.6.5 The contractor shall complete the wages slip portion on the reverse of the card a least a day prior to the disbursement of wages in respect of the wage period under reference. 7.2.6.6 The contractor 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.

E-T-92/HDD/U/2016-17 Page 71 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

7.2.7 Employment card :- The contractor shall issue an Employment Card in the Form XIV of CL (R&A) Central Rules 1971 to each worker within three days of the employment of the worker. 7.2.8 Service certificate :- On termination of employment for any reason whatsoever the contractor shall issue to the workman whose services have been terminated, a Service Certificate in the Form XV of the CL (R&A) Central Rules 1971.

7.2.9 Preservation of labour records:-The labour records and records of fines and deductions shall be preserved in original for a period of three years from the date of last entries made in them and shall be made available for inspection by the Engineer-in-Charge or Labour Officer or an other officers authorized by the Ministry of Communication in this behalf.

7.2.10 The Engineer-in-Charge may require contractor to dismiss or remove from the site of the work any person or persons in the contractors employment upon the work who may be incompetent or misconduct himself and the contractor shall forthwith comply with such requirements.

7.3 Power of labour officer to make investigations or enquiry The labour officer or any person authorized by the Central BSNL on their behalf shall have power to make enquiries with a view to ascertaining and enforcing due and proper observance of Fair Wages clauses and provisions of these Regulations. He shall investigate into any complaint regarding the default made by the contractor in regard to such provision.

7.4 Report of Investigating officer and action thereon The Labour Officer or other persons authorized as aforesaid shall submit a report of result of his investigation or enquiry to the Engineer in-charge indicating the extend, if any to which the default has been committed with a note that necessary deductions from the contractor’s bill be made and the wages and other dues be paid to the laborers concerned. The Engineer in-charge shall arrange payments to the labour concerned within 45 days from the receipt of the report from the Labour Officer of the authorized officer as the case may be.

7.5 Inspection of Books And Slips The contractor shall allow inspection of all the prescribed labour records to any oh his workers or to his agent at a convenient time and place after due notice is received or to the Labour Officer or any other person, authorized by the Central BSNL on his behalf.

7.6 Submission of Returns The contractor shall submit periodical returns as may be specified from time to time.

7.7 Amendments The Central BSNL may from time to time add to or amend the regulations and on any question as to the application/interpretation or effect of those regulations.

8.0 INSURANCE: -

8.1 Without limiting any of his other obligating or liabilities, the contractor shall, at his won expense, take and keep comprehensive insurance including third party risk for the plant, machinery, men, materials etc. brought to the site and for all the work during the execution. The contractor shall also take out workmen’s compensations insurance as required by law and under take to indemnify and keep indemnified the BSNL from and against all manner of claims and demands and losses and damages and cost (including between attorney and client) charges and expenses that may arise in regard the same or that the BSNL may suffer or incur with respect to end/or incidental to the same. The contractor shall have to furnish originals ands/or attested copies as required by the BSNL

E-T-92/HDD/U/2016-17 Page 72 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

of the policies of insurance taken within 15 (fifteen) days of being called upon to do so together with all premium receipts and other papers related thereto which the BSNL may require.

9.0 COMPLIANCE WITH LAWS AND REGULATION:

9.1 During the performance of the works the contractors shall at his own cost and initiative fully comply with all applicable laws of the land and with any and all applicable by-laws rules, regulations and orders and any other provisions having the force of law made or promulgated or deemed to be made or promulgated by the BSNL, BSNL agency or BSNL, municipal board, BSNL of other regulatory or Authorized body or persons and shall provide all certificates of compliance therewith as may be required by such applicable law. By-laws, Rules, Regulations, orders and/or provisions. The contractor shall assume full responsibility for the payment of all contributions and pay roll taxes, as to its employees, servants or agents engaged in the performance of the work specified in the contractor documents. If the contractor shall require any assignee or sub-contractor to sham any portion of the ark to be performed hereunder may be assigned, sub-leased or sub-contracted to comply with the provisions of the clause and in this connecting the contractor agrees as to undertake to save and hold the BSNL harmless and indemnified from and against ay/all penalties, actions, suits, losses and damages, claims and demands and costs (inclusive between attorney and client) charges and expenses whatsoever arising out or occasioned, indirectly or directly, by failure of the contractor or any assignee or sub-contractor to make full and proper compliance with the said by-laws, Rules, Regulations, Laws and Order and provisions as aforesaid.

10. TOOLS AND PLANTS The contractor shall provide at his own cost all tools, plants, appliances, implements, measuring instruments etc. required for proper execution of works. The contractor shall also supply without charge the requisite number of persons with the means and materials necessary for the purpose of setting out works, counting, weighing and assisting the measurements for examination at any time and from time to time. The contractor shall be responsible to make all arrangements, at his own cost for dewatering of trenches/ducts and de-gasification of the ducts before carrying out the work. The contractor shall also be responsible to make arrangements, at his own cost, for water required for carrying of works at sites including curing of CC/RCC works. Failing his so doing, the same may be provided by the Engineer-in-charge at the expense of the contractor and the expenses shall be deducted from any money due to the contractor under this contract or otherwise.

11. REGISTRATION WITH EPF/RPF a) EPF/RPF registration are not compulsory for the bidders. However successful approved bidders for this Tender are follow the rules of EPF/RRS as per the Government rules. Also the bidders will be bound to follow the order of Supreme Court file against the judgement order the high court.

b) Each claim Bill of contractors must accompany the i) List showing the details of labourers/employees engaged. ii) duration of their engagement, iii) The amount of wages paid to such employees / employees for the duration in question iv) amount of EPF contributions (both employer’s & employees contribution) for the duration of engagement in question, paid to the EPF Authorities, v) copies of authenticated documents of payments of such contribution to EPF authorities and vi) a declaration from the contractors regarding compliance of the conditions of EPF Act 1952.

Also following Instructions must be followed: a) Bill of contractors must accompany the i) List showing the details of labourers / employees engaged. ii) Duration of their engagement. iii) The amount of wages paid to such labourers/employees for the duration in

E-T-92/HDD/U/2016-17 Page 73 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

question. iv) Amount of EPF contributions (both employer’s & employees contribution) for the duration of engagement in question, paid to the EPF Authorities. v) Copies of authenticated documents of payments of such contribution to EPF authorities. FALLS CLAUSE : If at any time during the period of contract (within schedule delivery period or during extension ) a. The vender reduces that sale price, sells or offers to sell the same or similar equipment/ service to any person or organization including department of Central / State Govt. or any Central / State PSU at a price lower than the price chargeable under the contract, he shall forthwith notify the price and date of such reduction to the purchaser, OR b. It comes to the notice of purchaser regarding the reduction of price for the same or the similar equipment/service , OR c. The Price received in new tender for the same or the similar equipments / service are less than the price chargeable under the contract. The purchaser will determine and intimate the new price, taking into account various related aspect such as quantity, geographical location etc., and the date of its effect for the balance quantity / service to the vendor . The purchaser will also recovered any excess amount already paid/ payable to the vendor. In case the vendor does not accept the new price and the date of its effect, the purchaser shall have the right to terminate the contract without accepting any further supplies/services. The termination of the contract shall be at the risk and responsibility of the supplier and purchaser reserves the right to purchase the balance unsupplied quantity / service at the risk and the cost of the defaulting vendor decides considering the forfeiture of his performance security.

E-T-92/HDD/U/2016-17 Page 74 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

SECTION-VI

UNDERTAKING & DECLARATION

Section-VI (Part-A) Certificate for understanding the terms & condition of Tender & Spec. of work

Ref: Tender Notification No.MM/E-Tender/OFC Construction/2015-16/12 dated 15-03-2016

A) Certified that: 1. I/ We ……………………………………. have read, understood and agree with all the instructions to bidders, terms and conditions, specifications included in the tender documents & offer to execute the work at the rates quoted by us in the tender form. 2. If I/ We fail to enter into the agreement & commence the work in time the EMD/ SD deposited by us will stand forfeited to the BSNL. 3. I/we avail the facility for exemption against EMD and fails to submit PBG after successful bid then his/our firm will be blacklisted in case of bid Security under MSME/NSIC/DIC certificate beneficiary (Bidder).

B) The tenderer hereby covenants and declares that: 1. All the information, Documents, Photo copies of the Documents/ Certificates enclosed along with the Tender offer are correct.

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

Date: ……………. Signature of Tenderer …………………...

Place: …………… Name of Tenderer ……………………… Along with date & Seal

Section-VI (Part-B)

Certificate in respect of Near Relatives in BSNL (Certificate to be given by the contractor in respect of status of employment of his/ her near relative (s) in BSNL)

Ref: Tender Notification No.MM/E-Tender/OFC Construction/2015-16/12 dated 15-03-2016

I ______Son / Daughter / Wife of ______Resident of ______here by certify that none of my relative(s) as defined in tender document is/are employed in BSNL unit as per details given in tender document. In case at any stage, it is found that the information given by me is false/ incorrect, BSNL shall have the absolute right to take any action as deemed fit/ without any prior intimation to me.

E-T-92/HDD/U/2016-17 Page 75 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

Signature ______& Seal

For and on behalf of the Agency Name (Capitals)

______

Position ______

Date ______

Note: - In case of proprietorship firm certificate will be given by the proprietor, for partnership firm certificate will be given by all the partners and in case of limited company by all the Directors of the Company. Any breach of these conditions by the company or firm or any other person, the tender/ work will be cancelled and earnest money / security deposit will be forfeited at any stage whenever it is so noticed. BSNL will not pay any damages to the company or firm or the concerned person. The company or firm or the person will also be debarred for further participation in the concerned unit.

E-T-92/HDD/U/2016-17 Page 76 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

Section-VI (Part-C)

MANDATE FORM (Authorization letter for payment of supplier’s contractors bills through E-payment Scheme)

PRO-FORMA

1. Name of the Company/Firm

2. Address :

3. Particulars of Bank Account : • Name of the Bank • Branch Name • Type of Account SB Account/Current/Account • Ledger No./Folio No • Name of the Account Holder • Account Number as appearing On the Cheque Book/Pass Book • Branch Code • Address

• Telephone No of the Branch • Whether SEFT system available Yes/No • Whether RTGS enabled branch Yes/No • If RTGS enabled, give IFSC Code • 9-digit code number of the bank and Branch as appearing on the MICR Cheque issued by the Bank

Date of Effect: Abbreviation/Acronym used above is as under: 1. SEFT-Special Electronic Funds Transfer 2. RTGS – Real Time Gross settlement 3. MICR – Magnetic Ink Character Recognition.

E-T-92/HDD/U/2016-17 Page 77 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

Section-VI (Part-D)

Clause by Clause compliance Certificate

Ref: Tender Notification No.MM/E-Tender/OFC Construction/2015-16/12 dated 15-03-2016

It is to certify that the tender document is carefully read & understood and all the sections and clauses are complied unconditionally & unequivocally. There is no deviation from the terms & conditions of the tender.

(Signature of the bidder with seal)

Section-VI (Part-E)

Certificate regarding Firm has not been black listed by any SSA / Circle of Bharat Sanchar Nigam Limited / MTNL as per Clause-6 of Section-I (Part-A)

I,……………………………………………………….……S/o………………………………… …… r/o…………………………………………………..……hereby certify that we or our firm ……………………………………………………………………… has not been BLACK LISTED by any SSA/Circle of MTNL/BSNL In case at any stage, it is found that the information given by me is false/incorrect, BSNL shall have the absolute right to take any action as deemed fit without any prior intimation to me.

Date: …………… ……………………… Signature of Tenderer Place: ……………

Name of Tenderer Along with date & Seal

E-T-92/HDD/U/2016-17 Page 78 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

PROFORMAS

Section-VII (A)

PERFORMANCE SECURITY GUARANTEE BOND (To be typed on Rs.100/- non-judicial stamp paper)

Dated:…………….. Sub: Performance guarantee.

Whereas Pr. General Manager Telecom, Surat Telecom District,(hereafter referred to as BSNL) has issued an APO no. …………..…………………………...Dated ……/……/20….. awarding the work of Transportation of Telecom Materials/Stores ……………………………………………………………………………….. to M/s………………. …………………..……………………………R/o………………………………………… ……………………… ………………………………(hereafter referred to as “Bidder”) and BSNL has asked him to submit a performance guarantee in favour of AO(Cash) HQ, BSNL, PGMTD, Surat”, PGMTD, Surat”, Surat. of Rs. …………..……/- (hereafter referred to as “P.G. Amount”) valid up to ……/……/20……… (hereafter referred to as “Validity Date”)

Now at the request of the Bidder, We ………………………………………Bank ………………………………………………. Branch having ...... (Address) and Regd. office address as ……… ………...…………………………………………………………………… (Hereinafter called ‘the Bank”) agreed to give this guarantee as hereinafter contained:

2. We, “the Bank” do hereby undertake and assure to the BSNL that if in the opinion of the BSNL, the Bidder has in any way failed to observe or perform the terms and conditions of the said agreement or has committed any breach of its obligations there- under, the Bank shall on demand and without any objection or demur pay to the BSNL the said sum limited to P.G. Amount or such lesser amount as BSNL may demand without requiring BSNL to have recourse to any legal remedy that may be available to it to compel the Bank to pay the same.

3. Any such demand from the BSNL shall be conclusive as regards the liability of Bidder to pay to BSNL or as regards the amount payable by the Bank under this guarantee. The Bank shall not be entitled to withhold payment on the ground that the Bidder had disputed its liability to pay or has disputed the quantum of the amount or that any arbitration proceeding or legal proceeding is pending between Bidder and BSNL regarding the claim.

4. We, the Bank further agree that the guarantee shall come into force from the date of its issue and shall remain in full force and effect up to its Validity date.

5. The Bank further agrees that the BSNL shall have the fullest liberty without the consent of the Bank and without affecting in any way the obligations hereunder to vary any of the terms and conditions of the said agreement or to extend the time for performance of the said agreement from any of the powers exercisable by BSNL against the Bidder and to forebear to enforce any of the terms and conditions relating to the said agreement and the Bank shall not be relieved from its liability by reason of such failure or extension being granted to Bidder or through any forbearance, act or omission on the part of BSNL or any indulgence by BSNL to Bidder or any other matter or thing whatsoever which under the

E-T-92/HDD/U/2016-17 Page 79 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

law relating to sureties would but for this provision have the effect of relieving or discharging the guarantor. 6. Notwithstanding anything herein contained; (a) The liability of the Bank under this guarantee is restricted to the P.G. Amount and it will remain in force up to its Validity date. (b) The guarantee shall stand completely discharged and all rights of the BSNL under this Guarantee shall be extinguished if no claim or demand is made on us in writing on or before its validity date. 7. In case BSNL demands for any money under this bank guarantee, the same shall be paid through banker’s Cheque in favour of “AO(Cash) HQ, BSNL, PGMTD, Surat”, payable at Surat. 8. The Bank guarantees that the below mentioned officer who have signed it on behalf of the Bank have authority to give this guarantee under its delegated power.

Place: …………………………… Date: ………………………….. (Signature of the Bank Officer) Rubber stamp of the bank

Authorized Power of Attorney Number: ………………. Name of the Bank officer: …………………………….. Designation: …………………………………… Complete Postal address of Bank: …………………… ……………………………………………………………… Telephone Numbers …………………………….. Fax Numbers ………………………………

E-T-92/HDD/U/2016-17 Page 80 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

Section-VII (B) LETTER OF AUTHORISATION FOR ATTENDING BID OPENING

Tender Number MM/E-Tender/OFC Construction/2015-16/12 dated 15-03-2016

Subject: Authorisation for attending bid opening on ______(date).

Following persons are herby authorised to attend the bid opening for the Bid mentioned above on behalf of (Bidder) in order of preference given below.

Order of Preference Name Specimen Signature

I

II

Alternate Representatives

I

II

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

Note:

1. Maximum two representatives will be permitted to attend bid opening. In cases where it is restricted to one, first preference will be allowed. Alternate representative/s will be permitted when regular representative/s are not able to attend.

2. Permission for entry to the hall where bids are opened may be refused in case authorization as prescribed above is not recovered.

E-T-92/HDD/U/2016-17 Page 81 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

Section-VII (C)

MATERIAL SECURITY BOND FORM

Whereas ………………….. (Hereinafter called “the Contractor”) has been awarded the contract Cable construction work, as per tender number………………………………………………………………………… KNOW ALL MEN by these Presents that WE……………….. OF……………… having our registered office at………………….. (Hereinafter called the “the Contractor”) are bound unto………………………….. (Hereinafter called the “the BSNL”) in the sum of ……………….. for which payment will and truly to be made of the said BSNL, the Bank binds itself, its successors and assigns by these presents.

THE CONDITIONS of the obligation are:

1. If the Contractor is unable to keep stores issued to him, properly, i.e. the store provided to the contractor, by the BSNL are damage or

2. The stores issued to the contractor by the BSNL are stolen or

3. The Contractor is not able to provide proper account of the stores issued to him/her/them by the BSNL.

We undertake to pay to the BSNL up to the above amount upon receipt of its first written demand without the BSNL having to substantiate its demand, provided that in its demand, the BSNL will note that the amount claimed by it is due to it owing to the occurrence of one of two or all of three conditions specifying the occurred condition or conditions.

This guarantee will remain in force up to and including One hundred and eighty (180) days after the Period of Contract validity, and any demand in respect thereof should reach the Bank not later than the above date.

Signature of the Bank

Signature of the Witness

Name of Witness

Address of Witness

E-T-92/HDD/U/2016-17 Page 82 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

Section-VII (D)

PRE-RECEIPT

Received with thanks from the pr. General Manager, Surat Telecom District, Surat a sum of Rs . ______/- towards the refund of EMD paid against this office Tender Notice No. ______dated ______R. No. ______dated ______.

Date: Place:

Firm Name & Address Seal / Rubbe r stamp of firm with signature

E-T-92/HDD/U/2016-17 Page 83 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

Section-VII (E)

PROFORMA OF POWER OF ATTORNEY Non-Judicial Stamp paper of Rs. 1 00 POWER OF ATTORNEY

Be it known all to whom it concerns that: - 1. Shri ______s/o ______residing at ______2. Shri ______s/o ______residing at ______3. Shri ______s/o ______residing at ______

I, the Proprietor/We all the Partners/Directors of M/s ______(Address) ______hereby appoint Shri ______s/o ______residing at______as my /our Attorney to act in my/our name and on behalf and sign and execute all documents/agreements binding the firm for all contractual obligations (including references of cases to arbitration) arising out of contracts to be entered into by the firm with the GM, Surat Telecom District, Surat in connection with their Tender Enquiry No. ______dated______for ______due for opening on______. In short he is fully authorized to do all, each and everything requisite for the above purpose concerning M/s______. And I/We hereby agree to confirm and ratify his all and every act of this or any documents executed by my/our said Attorney within the scope of the authority hereby conferred on him including references of cases to arbitration and the same shall be binding on me/us and my/our firm as if the same were executed by me/us individually or jointly.

Witness (with Address) Signature of the Proprietor/Partners/Directors 1. 1. 2. 2. 3. _ Accepted (Signature of Signatory of Tender Offer of the firm)

T T E S T E D Notary Public (Signature with Official Seal) OR R E G I S T E R E D Before (SUB – REGISTRAR) …………………………….. (of concerned State)

E-T-92/HDD/U/2016-17 Page 84 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

Section-VII (F)

AGREEMENT

The agreement made on this………………… day of (month)…………………… (year) ………………… between M/S ……………………………………………… ………………… Herein after called “The Contractor” (which expression shall unless excluded by or repugnant to the context, include its successors, heir, executors, administrative representative and assignee) of the one part & the Bharat Sanchar Nigam Limited here in after referred to as the BSNL, of other part. Whereas the contractor has offered to enter into contract with the said BSNL for the execution of work of trenching, digging & pipe laying, OF cable pulling, OF cable splicing and termination, Preparation of joint chambers, fixing, painting and sigh writing of route/joint indicators and other associated works in (the SSA jurisdiction) on the terms and conditions herein contained and the rates approved by the BSNL (copy of Rates annexed) have been duly accepted and where as the necessary security deposits have been furnished in accordance with the provisions of the Bid document and whereas no interest will be claimed on the security deposits. Now these presents witness and it is hereby agreed and declared by and between the parties to these presents as follows.

1. The contractor shall, during the period of this contact that is to say from ………………….. to ………………. or completion of work for Rs……………………………………… (In words) ………………………………………………………. whichever is earlier or until this contact shall be determined by such notice as is hereinafter mentioned, safely carryout, by means of labours employed at his own expenses and by means of tools, implements and equipment etc. to e supplied by him to his labour at his own expensed, all trenching, pipe laying, cable pulling, cable splicing, joint chamber preparation, filing, painting and sigh wiring of route indicators and other associated works as descried in Bid documents (annexed to the agreement), when the BSNL or the PGMTD, Surat or any other persons authorized by the PGMTD, Surat in that behalf require. It is understood by the contractor that the quantity of work mentioned on the schedule is likely to change as per actual requirements as demanded by exigencies of service. 2. The NIT (notice inviting tender), Bid documents (Qualifying and Financial), letter of intent, approved rates, annexed hereto and such other additional particulars, instructions, drawings, work orders as may be found requisite to be give during execution of the work shall be deemed and taken to be an integral part of the contract and shall also be deemed to be included in the expression “The Agreement” or “The Contract” wherever herein used. 3. The contractor shall also supply the requisite number of workmen with means & materials as wee as tools, appliances, machines, implements, vehicles for transportation, cartage etc. required for the proper execution of work within the time prescribed in the work orders. 4. The contractor hereby declares that nobody connected with or in the employment of the BSNL of Telecommunications/DTS is not/shall not ever be admitted as partner in the contract. 5. The contractor shall abide by the terms and conditions, rules, guidelines, construction practices, safety precautions etc, stipulated in the Bid document including any correspondence between the contractor and the BSNL having bearing on execution of work and payments of work to be done under the contract.

In witness whereof the parties present have here into set their respective hands and seals the day year in………………

Above written: Signed sealed & Delivered by the above named Contractor in the presence of.

Witness: 1.

2. Signed & Delivered on behalf of the Bharat Sanchar Nigam Limited by the Witness : 1.

2.

E-T-92/HDD/U/2016-17 Page 85 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

SECTION-VIII

BIDDER'S PROFILE & QUESTIONNAIRE

Passport size Photograph of the 1 General: Tenderer/authorized 1.1 Name of the Tenderer / Firm ………………………… Signatory holding Power of Attorney 1. 2 Name of the person submitting the tender whose Photograph is affixed. Shri/Smt. …………………………………..

(i) Passport size Photograph of the tenderer / authorized Signatory holding Power of Attorney (who is signing this bid) duly self-attested should be affixed in the appropriate box . (ii) In case of Sole Proprietorship the bidder himself/herself should sign the tender. Power of attorney is required in case where bidder himself/herself has not submitted the bid but done through Power of Attorney holder. (iii) In case of Partnership firms, the tender has to be signed by all Partners or power of attorney holder. (iv) In case of Limited Company Director /Officer authorized by Company or Power of attorney holder on behalf of company should sign 1.3 Address of the Tenderer /Firm

1.4 Communication Address………………………………………… ...... 1.5 Tel. No. (With STD Code) (O) ……………….(Fax)…………… . (R)……………. 1.6 Registration & incorporation particulars of the firm/Company to be submitted are: i. Proprietorship – Copy of affidavit stating that he is the sole proprietor of the firm and is accountable to all tax liabilities of the said firm , on a non- judicial stamp paper of appropriate value as prevailing in the respective states(s), attested by a Notary public or registered before Sub- Registrar of the states(s) concerned. ii. Partnership – Self attested copy of the registration of the firm issued by Registrar of Firms and copy of partnership deed. iii. Limited company - Self attested copy of Memorandum & Articles of Association and certificate of incorporation. 1.7 Name of Proprietor/Partners/Directors……………………… 1.8 Tenderer’s bank details:

i) Address ……………………………………..

ii) Current Account No. ……………………………..

iii) Bank IFSC Code ------

iv) MICR code ------for ECS payment,

1.9 Infrastructural capabilities: a. Capacity of trenching per day (in meters)……………………………………….. b. Capacity of pipe laying per day (in meters)……………………………………. C. Capacity of pulling cable through duct /pipe per day (in meters)………………… d. Capacity of engaging mazdoors per day ……………………………………….. e. Particulars of vehicles available with the tenderer

Sl. No. Type of Vehicle Registration No. 1 2 3

E-T-92/HDD/U/2016-17 Page 86 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

f. Particulars of other machines possessed by the contractor which can help in trenching, cable laying and cable pulling .splicing and A/T. 1 ………………………………………………………………………………………… 2 ………………………………………………………………………………………… 3 …………………………………………………………………………………………

1.10 Details of Technical and Supervisory Staff:

Sl.No. Name Qualification Designation Remarks 1 2 3 4

1.11 Details of CST/KST/Service Tax etc. 1. Trade Index Number 2. CST/ KST/VAT Registration Certificate 3. PAN Number 4. Service Tax Registration Certificate I/We hereby declare that the information furnished above is true and correct.

Place: Date: Signature of Tenderer/Authorised Signatory ……… Name of the Tenderer Seal of the Tenderer

Questionnaire 1. Do you think any other detail/material is required to complete the work specified in the specification? Yes/No. 1.1 If Yes, Give details ………………………………………………………………………………………

………………………………………………………………………………………

2. Do you think any other item of work need be included in ender form to complete the work Specified in the specification? Yes/No. 2.1IfYes, Give details

………………………………………………………………………………………

………………………………………………………………………………………

3. Suggestion for improvement of the tender document. ………………………………………………………………………………………. ………………………………………………………………………………………. …………………………………………………………………………………….

Place…………………. Signature of contractor………………………

Date…………………. Name of Contractor……………………………

NOTE: 1. Any clarification on this tender document with respect to above points may be addressed to the tendering authority within 10 days from the date of NIT and the same will be clarified within 3 days of receipt of the same. 2. Any request for clarification received after 10 days will not be entertained.

E-T-92/HDD/U/2016-17 Page 87 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

SECTION-IX APPENDIX 'A'

LABOUR BOARD

1. Name of Work 2. Name of Contractor 3. Address of Contractor

4. Name and address of Telecom Division 5. Name of Telecom Labour Officer 6. Address of Telecom Labour Officer 7. Name of Labour Enforcement Officer 8. Address of Labour Enforcement Officer Date: ______

Weekly holiday Wages period APENDIX 'B' FORM XIII

(See Rule 75) Register of Workmen Employed by Contractor

Name and Address of Contractor:

Name and Address of Establishment in order which contract is carried on:

Name and address of Principal Employer:

E-T-92/HDD/U/2016-17 Page 88 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

APPENDIX 'C' FORM XVI (See Rule 78 (2) (A)) MUSTER ROLL

1. Name and Address of Contractor :

2. Name and Address of Establishment in order which contract is carried on :

3. Nature and location of work

4. Name and address of Principal Employer:

APPENDIX 'D' FORM XVII (See Rule 78 (2) (a))

REGISTER OF WAGES

1. Name and Address of Contractor :

2. Name and Address of Establishment in order which contract is carried on :

3. Nature and location of work

4. Name and address of Principal Employer:

5. Wages period Monthly/Fortnightly

E-T-92/HDD/U/2016-17 Page 89 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

APPENDIX 'E' Wage Card No.... Wage Card

1. Name and Address of Contractor: 2. Name of work with location: 3. Name of workmen 4. Rate of wages 5. Date of issue 6. Designation Month/Fortnight

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31

Morning Rate

Evening Amount

Initial

Received from ...... the Sum of Rs...... on account of my wages The Wages Card is valid for one month from the date of issue.

APPENDIX 'F' Form XIV (See Rule 76)

EMPLOYMENT CARD

1. Name and Address of Contractor 2. Name and address of Establishment in under which contract Ls carried on 3. Name of work and location of work

4. Name and address of Principal Employer

5. Name of the workman

6. Sl .No. in the register of workman employed

7. Nature of employment designation

8. Wage rate (with particulars of unit in case of piece WORK)

9. Wage period 10. Tenure of employment Remarks 11. Remarks

E-T-92/HDD/U/2016-17 Page 90 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

Signature of Contractor

APPENDIX 'G' FORM XV (See Rule 77) SERVICE CERTIFICATE

1. Name and Address of Contractor

2. Name and address of Establishment in under which contract is carried on

3. Name and location of work

4. Name and address of Principal Employer

5. Name and address of the workman

6. Age or date of birth

7. Identification Marks

8. Father's/Husband's name

APPENDIX 'H' FORM XII (See Rule 78 (2) (d)) REGISTER OF FINES

1. Name and Address of Contractor

2. Name and address of Establishment in under which contract Is carried on

3. Name of work and location of work

4. Name and address of Principal Employer

E-T-92/HDD/U/2016-17 Page 91 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

APPENDIX 'I' FORM XIX (See Rule 78 (2) (b) WAGES SLIP)

1. Name and Address of contractor

2 Name and Father's/Husband’s name of workman

3. Nature and location of work

For the Week/Fortnight/Month ending

1. No of days worked

2. No. of units worked in case of piece

3. Rate of daily wages/piece rate

4. Amount of overtime wages

5. Gross wages payable

6. Deductions, if any

7. Net amount of wages paid

Initials of the Contractor or His Representative (Signature of Bidderwith Seal)

E-T-92/HDD/U/2016-17 Page 92 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

SECTION-X

RATES OF EMPTY CABLE DRUMS

Following are the rates of the empty cable drums, which have to be deducted from contractor’s bills as per tender document if cable pulling is to be carried out by the same contractor.

Sl.no. Size of drum Rate of disposal

1. Optical Fiber cable drum 6F/12F/24F Rs 200 per drum.

Note: These are fixed rates and no variation shall be acceptable from these rates.

E-T-92/HDD/U/2016-17 Page 93 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

SECTION-XI

CHECK LIST FOR THE BIDDERS

Please ensure that all documents are fully authenticated by the Authorized Signatory with his signature with official seal. Offer is liable to be rejected if enclosed documents are not authenticated. Documents forming part of the bid:

S. Documents to compulsorily be submitted Section & Clause Page Submitted No. offline No. No. YES/NO and Copy to be uploaded in E -tender portal 1 Bid Security Section-I (Part-A) 6 Clause-5 2 Tender Fee Section-I (Part-A) 4 Clause-2.1 3 Solvency Certificate in original from the Section-IV (Part-A) 29 banker of the tenderer for Rs.5 lakh (not older Clause-7.1.5 than the date of issue of NIT) 4 Power of attorney Section-IV (Part-A) 29 Clause-7.1.7 Documents to submitted online in E-tender portal 1 Registration of the firm Section-IV (Part-A) 29 Clause-7.1.3 2 Experience certificate in carrying out Section-I (Part-A) 4-5 trenching, digging and allied OFC works Clause-4 issued by officer not below DET /Executive Engineer level and attested by SDE / AE /Gazetted Officer 3 Bid Form, duly filled in and signed Section-II (Part-B) 10 4 Bidder’s profile, duly filled in and signed Section-VIII 86-87 5 Certificate for understanding the terms & Section-VI (Part-A) 75 condition of Tender & Spec. of work 6 Certificate in respect of Near Relatives in Section-VI (Part-B) 76 BSNL 7 Clause by Clause compliance Certificate Section-VI (Part-D) 78 8 Certificate regarding Firm has not been black Section-VI (Part-E) 78 listed 9 Self-attested copy of Income Tax PAN Card Section-IV (Part-A) 29 Clause-7.1.13 10 Self-attested copy of EPF registration Section-IV (Part-A) 29 Clause-7.1.14 11 Self-attested copy of ESI registration Section-IV (Part-A) 29 Clause-7.1.15 12 Self-attested copy of Services Tax Registration Section-IV (Part-A) 29 Clause-7.1.16

E-T-92/HDD/U/2016-17 Page 94 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

SECTION-XII STANDARD SCHEDULE OF RATES FOR O.F.CABLE WORKS IN SURAT SSA YEAR 2016-17 (SOR vide letter no. PLG/CP/SOR/2011-12/29 dated 18/06/2012) The Materials will be made available at Surat (District Store Depot) Sr. Item No Description of item UNIT Rate in Rs. code . Through rate for excavating trenches up to a depth of 165 cms. and back filling the excavated 1 1OFCT 67.99 Per meter trenches after laying the HDPE/PLB HDPE pipe with or without protection. Laying of HDPE/PLB HDPE pipes/Coils, coupled 2 2HDPE with HDPE socket and drawing 6 mm PP rope. 5.73 Per meter The BSNL will supply HDPE/PLB HDPE Pipes in sizes of 5 meters or PLB pipe coils, HDPE Sockets, PP rope, end caps.

Road/Rail crossing through horizontal boring method 2.1 2GIHB and inserting 65/40 dia G.I. Pipes and pushing HDPE 160 Per meter pipes/PLB coils inside and drawing 6 mm PP rope. The BSNL will supply G.I. Pipes in length of approx. 6M, HDPE pipes/PLB coils and PP Rope. Laying and fixing of 65 mm/40mm G.I. Pipes in 2.2 2GIPT trenches with HDPE /PLB HDPE Pipes/Coils inside 20.05 Per meter and drawing PP rope. The BSNL will supply GI Pipes in lengths of approx.6M,clamps, HDPE pipes/PLB coils and PP Rope. Laying & fixing of 65mm/40mm GI Pipes/G.I. 2.3 2GIBC troughs on bridges and Culverts with HDPE 25.55 Per meter pipes/PLB coils inside and drawing PP rope. The BSNL will supply GI Pipes in lengths of approx.6m HDPE pipes/PLB coils and PP Rope. Laying full round RCC Pipes in trenches with HDPE 2.4 2RCCT 23.77 Per meter pipes/PLB coils inside and drawing PP rope. The BSNL will supply full round RCC Pipes in lengths of 2 M with collars, HDPE PIPE/Coil, PP Ropes, Materials required for sealing the couplings of RCC Pipes will be arranged by the contractor Providing RCC 1:2:4 Protection at Site to HDPE or 2.5 2PCCT G.I. Pipes reinforced by Weld Mesh & Drawing of 4260.66 Per Cubic Meter P.P. Rope. Weld Mesh 112.33 Per Sq. Meter

PLB/HDPE Pipes/ G.I.Pipes, Weld Mesh & P.P. Rope will be supplied by the BSNL. The materials required for concreting including water for curing required for work will be arranged by the contractor Opening of Manholes, replacing 6mm PP Rope by 8mm PP Rope, Pulling of O.F. Cable, Sealing of 3 3OFCP HDPE Pipes by Rubber Bushes in Manholes, 3 per Meter providing HDPE/RCC Split Pipes in manholes/Back filing of Manholes. The BSNL will supply O.F. Cable, 8mm PP Rope, Rubber Bush, Split RCC/HDPE Pipes, and Clamps. The contractor shall arrange all other materials required for the work.

3OFCP Cable pulling on existing ducts, including opening of 3.1 Manholes, cleaning of existing duct pipe, insertion of 3.75 Per Meter D 8mm rope and pulling of Optical Fibre Cable Rope and Cable will be supplied by BSNL. All equipments, tools etc. shall be arranged by the contractor.

E-T-92/HDD/U/2016-17 Page 95 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

Splicin g will Per Splicing of all the fibers of OF cables laid at every 4 4OFST be done Joint/Terminatio joint and making termination at the end. by n BSNL The BSNL will supply Jointing kit only. All other materials required for the work shall be arranged by the contractor. Digging of pit for jointing chamber, construction of brick Chamber or supply and fixing of pre-cast RCC Per jointing 5 5JCBR chamber, filling of bricks/RCC chamber with clean 2000 sand, supply and placing of Pre-cast RCC Slabs on chamber brick/RCC chamber, and back filling of jointing pit.

All materials required for construction of brick chamber and pre-cast RCC chamber shall be arranged by the contractor. Digging of pit 1 meter towards jungle side on each manhole/joint chamber for fixing of route/joint 6 6ORJF indicator, fixing and concreting of routes/joint 265.52 Per Indicator indicator. Painting and sign writing of route/joint indicators. The Route/joint indicator along with other material for the work will be supplied by the contractor ( As per specification given in the tender document).

Laying of PLB pipe through Trenchless Technology by using 7/12 pull back capacity Horizontal 7 7FCTLT Direction Drilling Machine for the boring of more per Meter than 50 meters length at the depth of more than 1.65 meter up to 4 meters and drawing of PP rope. (a) For 150 mm bore to pull max. 3 PLB pipes 160.8 per Meter (b) For 225mm bore to pull max. 6 PLB pipes 168.8 per Meter (b) For 300mm bore to pull max. 8 PLB pipes 176.8 HDPE/PLB HDPE and Rope will be supplied by BSNL. All other materials required for the work shall be arranged by the contractor Fitting of PLB/Green flexible pipe on wall for 8 8FPGP 17 Per Meter BTS/DLC site in multistory building. The BSNL will supply PLB/Green flexible pipe only. The contractor shall arrange all other materials required for the work. Making pits and back filling of Excavated earth and 9 9RC Ty. Re instantatementng

(a) Non Rocky Soil 109.66 Per Cubic Meter

(b)Soft Rocky Soil 224.03 Per Cubic Meter

Excavation by JCB machine for OF cable fault MISC-1 rectification as per direction of Engr.I/C. 750 Per hour Patrolling on OF cable route for safegaurding cable and for safeguarding the tools, cable, tents, etc., at MISC-2 work spot during major faults as per direction of 30 Per hour Engr.I/C. Note: Rs.200=00 to be deducted from contractor bill against the cost of each empty OFC cable drum NOTE: In case full round RCC pipe of ISI mark/GI pipes of IS mark/DWC pipe as per tender specification are not available with BSNL, the contractor has to supply and install them mandatory.

E-T-92/HDD/U/2016-17 Page 96 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

SECTION-XIII

(FINANCIAL BID)

BHARAT SANCHAR NIGAM LIMITED (GOVT. OF INDIA ENTRIPRISES)

OFFICE OF THE Pr. GENERAL MANAGER TELECOM SURAT TELECOM DISTRICT SURAT, 395 001

E-Tender no. ST/CP/T-92/OFC/HDD/U/2016-17

E-TENDER FORM for OPTICAL FIBER CABLE CONSTRUCTION WORK BY HDD METHOD IN URBAN AREA OF SURAT SSA

Assistant General Manager (MM) O/o PGMTD, SURAT PH-0261-2242800 FAX;- 0261-2242400

E-T-92/HDD/U/2016-17 Page 97 of 98 Signature of the bidder with seal E-T-92/OFC/ HDD/Surat Urban/2016-17 NIT Dated 19/05/2016

SECTION-XIII

PRICE SCHEDULE (FINANCIAL BID) (To be submitted in Separate Envelope)

Tender No. ST/CP/T-92/OFC/HDD/U/2016-17 dated 19-05-2016

To, Assistant General Manager (MM) O/o. PR.General Manager Telecom District, Door Sanchar Bhavan, 4TH Floor, Karimabad, Ghod-Dod Road,SURAT-395 001 Subject: Our Financial Bid for Optical Fiber Cable Construction & allied works in Surat SSA.

Dear Sir, Having examined the tender documents, terms and conditions stipulated therein, specifications of work etc., we the under signed offer to execute the Cable Construction Works in conformity with the said specifications and conditions of contract at the percentage (Below / At Par / Above) with respect to the schedule of rates given at Section-XII. (The Schedule of rate at Section-XII is exclusive of service tax).

In figures……………………………%

BELOW

In words …………………………………………….percent

OR

AT PAR

In words …………………………………………….

OR

In figures……………………………%

ABOVE

In words …………………………………………….percent

If our Bid is accepted, we shall submit the securities as per the conditions mentioned in the contract. We agree to abide by this Bid for a period of 180 days from the date of opening of qualifying bid and also for further extension of 120 days vide Clause-10.2 of Section-IV (Part-A)and it shall remain binding upon us and may be accepted at any time before the expiry of that period.

I / We understand that “The bidder shall give the total composite price inclusive of all levies and taxes, packing, forwarding, freight and insurance in case of materials to be supplied and inclusive of all taxes and levies except Service Tax which will be paid extra as applicable in case of works to be executed”.

Note: (1) In the Financial Bid, quoted rate will be considered only up to two digits after decimal point (i. e. XY .AB will only be considered). (2) If the bidder desires to quote below or above the schedule of rates, percentage quote is to be mentioned in figures as well as in words in the appropriate columns. (3) In case if the quote is “At Par” with respect to the schedule of rates, the same should be mentioned in words “At Par” at the respective column

Dated: ………. / ………. / ………. Signature of the Tenderer with seal......

Name of Tenderer......

E-T-92/HDD/U/2016-17 Page 98 of 98 Signature of the bidder with seal