BHARAT SANCHAR NIGAM LIMITED (A Government of Enterprise) O/O General Manager Telecom District, Kalyan

TENDER DOCUMENT

E-TENDER FOR ANNUAL REPAIR CONTRACT

FOR

REPAIRING OF 25A/50A/100A/200A MODULES OF SMPS PLANTS IN KALYAN SSA.

NIT NO: KYN/MM-II/e-tender-102/SMPS Modules/17-18 Dated 03/01/2018

Visit us at : www.eprocure.gov.in & www.maharashtra.bsnl.co.in

Rs. 590/- (Including 18 % GST) (Non refundable)

TABLE OF CONTENT

Title Page no:

1. Notice Inviting Tender………………………………………………………3

2. Section – I General Terms and conditions of Tender……………………..6

3. Section – II Special Terms and Conditions of ender………..…………….11

(i) Annexure- A: List of collection centers of faulty p/p modules………... 18 (ii) Annexure- B: Service Report of Repair of P/P Modules. …….. …… 25 (iii) Annexure- C: Details of Power Plant for reconditioning………. …… 26 (iv) Annexure-D: Tender Profile and other Details………………………. 27 (v) Annexure-E: Bid Form …………………………………………… . 28 4. Section –III (i) Annexure- I: Rate sheet for repairing of SMPS Modules …Sample BOQ… ……………….. 29 (ii) Annexure- II:Declaration………………………………...... 33 (iii) Annexure- III : Details of Experience…………………...... 33

5. Section—IV

(i) Annexure- I : Declaration regarding Blacklisting / Debarring …….. 34 (ii) Annexure- II: Letter of Authorization for attending bid Opening … 35 (iii) Annexure- III: Declaration regarding Non relatives……………… 36

6. Section – V Performance Security Bond Form ……………………………………37

7. Section – VI Agreement pro-forma ……………………………………………….. 38 8. Section – VII E-TENDERING INSTRUCTIONS TO BIDDERS …………………………… 39 9 Section – VIII Bid security Bond ……………………………………………………………………43 10 Section – IX Clause by clause declaration ……………………………………………………....44

11 CHECK LIST …………………………………………………………………………..45

12 MANDATE FORM ……………………………………………………………… …46

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise) O/O General Manager Telecom District, Kalayan

TENDER NOTICE

NIT NO: KYN/MM-II/e-tender-102/SMPS Modules/17-18 Dated 03/01/2018

Digitally sealed Tender are invited on behalf of CMD BSNL by GMTD KALYAN for repairing of SMPS Power Plants of Exchanges of Kalyan SSA from the Manufacturers/Experienced repairers.

Sl Name of Estimated EMD Experience Turn Over Solvency Cost of Last date & Date & time no the Work cost of the Tender time of of opening of . Tender Doc submission Tender (Including of tender GST) 1 Repairing 02/02/2018 03/02/2018 of SMPS

Power Rs. Rs. Rs. Rs. upto at Plants of Rs. 12,35,000/- 10,58,500/- 14,11,500/- Rs.590/- 70,566/ Exchanges 35,28,280 - 1100 hrs. 1130 hrs. in Kalyan

SSA

The bidding process will be accepted only through e-Tendering platform 1 period of One Year with an option of extension up to One more Year with proportionate cost Contract 2 Availability e-Tender document can be obtained by downloading it from the website Of tender www.eprocure.gov.in . The physical copy of the Tender document would not be Documents available for sale. e-Tender documents will be available for downloading from 11/01/2018 to 02/02/2018 3 Mode of i)The Tender fee Rs. 590/- in the event of downloading from website should be Payment paid in the form of Crossed Demand Draft / Bankers Cheque issued by any Nationalized /Scheduled Bank in favour of “The AO (Cash), BSNL Kalyan - 421301”. ii) The Crossed Demand Draft/ Bankers Cheque should be submitted offline in the envelop as mentioned in clause 4.2 of Section- VII iii) The Tender fee is non-refundable & non-transferable.

4 MSE/NSIC I) MSE/NSIC bidders registered for similar items may claim exemption VENDORS from payment of cost of tender form, EMD /Bid Security. The bidder shall furnish along with the bid a certificate/documentary proof in respect of registration clearly showing it’s validity as on date of opening of the bid. Moreover, they should also produce documentary evidence showing that the firm is MSE registered for the items tendered for. Failure to comply this provision shall result in summarily rejection of the bid. II) Reservation of 20% estimated tender quantity for MSE registered firm/MSE within L 1+ 15%:-Reservation of 20% of estimated quantity /requirement provided their quoted price is within the band of L1 + 15%.

5 BID The bidder shall furnish the bid Security / EMD in a following way:- SECURITY a) Demand Draft/ Banker’s cheque issued by any Nationalized /Scheduled / EMD : Bank drawn in favor of “The Accounts Officer (Cash), BSNL Kalyan-421301 (Refer Or Clause b) Bank Guarantee from a Nationalized / Scheduled bank drawn in favor of 3.1of “The A.G.M.(MM), O/o the GM, BSNL, Kalyan-421301” which should be Section I) valid for 210 days from the tender opening date. c) should be submitted offline in the envelop as mentioned in clause 4.2 of section- VII d) In case of extension of Bid Validity, the Bank Guaranty validity also is to be extended accordingly. 6 Tender bids received after due time & date will not be accepted by the online system. 7 All documents submitted in the bid offer should be preferably in Hindi/English/Marathi. In case the certificate viz. experience, registration etc. is issued in any other language other than Hindi/English/Marathi, 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. 8 All documents should be digitally signed by the bidder/ vendor organization. 9 “The GM, BSNL Kalyan, reserves the right to accept or reject any or all the bids without assigning any reasons whatsoever and he is not bound to accept the lowest tender rate. 10 TERMS AND CONDITIONS OF THE TENDER

10.1 During the entire evaluation process, if it is observed that the down loaded document is exactly not as per the original tender document and/or it is tempered/changed/ altered/modified in anyway, the bid will be liable to be rejected and a case of fraud will be registered with police. The tenders which are not submitted in above mentioned manner (1 to 09) will be rejected. 10.2 Eligibility Conditions:

Bidder must submit/upload following documents with the tender form i) BID SECURITY as specified in clause 3.1 of section I or attested documents for exemption of EMD ii) Blue ink signed Original “Power of Attorney” on Rs 100/- stamp paper duly notarized in case a person other than the Bidder has signed the tender document or in favor of the person signing tender document in case of partnership firms.(If applicable) iii) Attested copy of document of Registration of the firm iv) The tenderer should be either manufacturer of the SMPS power plants or should having an experience of repairing of SMPS Power plant to 35% of the tender cost in any one financial year during last 3 years i.e.(2014-15, 2015-16 ,2016-17& current financial year).The experience certificate should be issued by an officer of BSNL/DOT/MTNL/Private sector not below the rank of DGM or equivalent status in PSU and by Middle management level officer in case of Private sector. v) Attested copy of the total Turn over amount during the last three financial years & current financial year should be a minimum 30% of estimate cost of tender. vi) A statement regarding staff employed by the tenderer in original vii) Details of equipment / infrastructure available for carrying out the work in original viii) Original Solvency Certificate for an amount equal to 40 % of the tender cost. The Solvency Certificate issued by the banker not before one (01) month from the date of opening of NIT. ix) Tender Profile and other details duly filled and signed (Annexure-D Section-2) in original x) Bid Form duly filled and signed (Annexure-E Section-2) in original xi) Declaration for Non Blacklisting as per Section IV (Annexure-I) in original. xii) Declaration for non –Participation of near relatives as per Section IV (Annexure-III) in original xiii) Declaration for Clause by Clause as per Section IX in original xiv) Tender document Fee Rs.590/-or attested documents for exemption of bid documents fee. xv) Attested copy of the Manufacturer certificate and other relevant documents as per clause 5.1(Section-I). xvi) The participant Tenderer should have registered with GST authority and furnish the attested copy of GST. Registration or mention as unregistered dealer ). xvii) Attested copy of EPF registration. xviii) Attested copy of ESIC registration. xix) Attested copy of Latest ITR and PAN Card.

10.3 Contents of 2nd envelope (Financial bid/ BoQ) (to be submitted on line) Original price schedule (BoQ) in xl /xls file format. Note: (i.) Original copies/ Scanned copies attested by Self/ GO / notary/ SEM/SEO of all original documents are to uploaded with Digital Signature wherever applicable. (ii.) Submission of: a) Offline documents listed in Section VII Clause 4.2 are mandatory. Non- compliance will result in outright rejection of the Bid.

b) Online documents: The bidder is expected to examine all instructions, forms terms and specifications in the bid documents and clarifications/ amendments/ addenda if any. Failure to furnish all Information required as per the bid documents or submission of the bids not substantially responsive to the bid documents in every respect will be at the bidder’s risk and may result in rejection of bid.

(iii) If some document is not applicable for the bidder then he has to upload scanned copy of paper mentioning “The document …...< Name> called vide clause______is not applicable on us”.

The Bid, which is not accompanied by the requisite bid security and cost of tender document or attested documents for exemption of bid security & bid document cost, shall be summarily rejected. Bid will not be accepted /received after expiry of schedule date and time.

The GENERAL MANAGER Telecom District Kalyan reserves the right to reject any or all tenders without assigning any reason what-so-ever.

AGM (MM) O/o GMTD Kalyan

SECTION-I GENERAL TERMS & CONDITION OF TENDER 1. GENERAL This tender document consists of the following. A Section-I General Terms & condition of the tender B Section-II Special Terms and condition & List of P.P.Collection Centres and Summary of P.P. Kalyan SSA (Annex.-A) Service Report of repair of PP (Annex.- B) Copy of Work Order (Annex.- C), Tender profile & other details(Annex-D) C Section-III Rate Sheet (Annexure-I) Declaration from Tender (Annexure-II) Details of experience (Annexure-III) All the sections and Annexure form integral part of the tender document. The contractor must read carefully the terms and condition of tender document before filling up the tender. 2. Submission, Acceptance and opening of Tender.

2.1 Tender form and associated documents are non-transferable.

BID FORMS(TWO BID FORMAT) (Bidders may follow instructions given in sectionVII) 2.2 Single Stage Bidding & two Electronic Envelope System.

The details of sealing & marking of bids in each case is given below: The bidder shall submit his bid in two envelopes.  The First electronic envelope will be named as Techno-commercial bid . This envelope will contain documents of bidders satisfying the eligibility / Technical & commercial conditions as per 2.10 of section I with Bid security as per Clause 3 of section I  The second electronic envelope will be named as Financial bid (BOQ) containing Price Schedules as per Section-_III (Annexure-I)_ (a) The envelope, containing Offline documents mentioned in clause _4.2_of section-VII shall be sealed properly by the bidder and addressed to: The Asstt. General Manager (MM ) Office of the General Manager, 1st floor Telephone Bhavan, Kala Talav Kalyan (W) -421301 Tel: 0251-2318300, Fax No. 0251-2207474

(b) The envelope shall bear the name of the tender, the tender Number, and the words ‘ DO NOT OPEN BEFORE ’ due date …………. & time……………... (c) The envelope shall indicate the name and complete postal address of the bidder to enable the BSNL Kalyan to return the envelope unopened in case it is declared "LATE". (d) The envelope containing all above offline documents shall be sealed properly by the bidder and shall be delivered on or before due Date & Time of submission of bid as specified in DNIT(section I) to above said address mentioned in clause 2.1 (a) (e) The envelope should be deposited in the tender box available at the O/o AGM (MM ), O/o the General Manager, 1st floor Telephone Bhavan, Kala Talav Kalyan (W) -421301 or sent by Registered Post/Speed Post/Currier or delivered in person on the above mentioned address (in clause 3.1(a) above). The responsibility for ensuring that outstation envelopes are delivered in time shall rest with the bidder. The BSNL Kalyan shall not be responsible if the bids are delivered elsewhere. (f) Tender not submitted in above mentioned manner will be rejected

2.3 Tender shall be submitted in the prescribed form only in a cover super scribed as “ TENDER FOR REPAIRING OF SMPS POWER PLANT IN KALYAN SSA” .The off line documents may be send by register post/ by speed post/ by courier or dropped in the Tender Box kept in the chamber of AGM (MM), O/o GMTD Kalyan, 1st floor, Telephone Bhavan, Kala Talao, Kalyan (W) 421 301. The envelope containing off line documents must be properly sealed with wax/ Packing PVC tape. Unsealed or improperly sealed tender will not be opened/considered 2.4 GMTD Kalyan is not bound to accept the lowest tender and reserves the right to reject any or all tenders without assigning any reason whatsoever. 2.5 The tenderer will be bound to abide all the terms and conditions of the tender document. 2.6 The tenderer must affix his signature on all the pages of the tender document and submit a copy before agreement signing. 2.7 The tenderer must quote the rates in English (both in word and figures). 2.8 The tender will be accepted up to 1100 hrs of 02/02/2018. 2.9 The tenders will be opened on 03/02/2018 at 1130 hrs in the presence of tenderer or their representative.

2.10The bidder shall furnish, as part of the bid documents establishing the bidder’s eligibility, the following documents or which ever is required as per terms and conditions of Bid Documents..

As per clause 10 of NIT

3.0 BID SECURITY (EMD) : 3.1 The Bid Security of Rs. 70,566/- (Rs .Seventy Thousand Five Hundred Sixty Six only) in the form of DD/ Bankers Cheque / BG issued by a Scheduled Bank /Nationalised Bank in favour of A.O. (Cash) O/o GMTD Kalyan valid for 210 days must be attached along with the offer. Non submission of BID SECURITY will render the tender to be rejected unless registered with NSIC/MSE for item for which Bid is submitted. 3.2 The bid security of the unsuccessful bidder shall be discharged/returned as promptly as possible but not later than 30 days after the expiry of the period of the bid validity prescribed by the purchaser pursuant to clause 9. 3.3 successful bidder’s bid security shall be discharged upon the bidder’s acceptance of the advance purchase order satisfactorily in accordance with the clause 4 and furnishing the performance security. 3.4 The BID SECURITY is liable to be FORFIETED in case of successful Tenderer ;- a. Withdraws tender offer before finalization of the tender. b. fails to accept the offer. c. fails to pay the Performance Security within the stipulated time. d. fails to execute the Agreement within stipulated time. e. If the declaration given by tenderer is found incorrect. 3.5 Bidders registered with National Small Scale Industries Corporation, Govt. of India/MSE for similar items may claim exemption from payment of cost of tender form, EMD & security deposit. The bidder shall furnish along with the bid a NSIC/MSE certificate/documentary proof in respect of registration for the items tendered. The bidder shall furnish along with the bid a certificate / documentary proof in respect of registration clearly showing it’s validity as on date of opening of the bid. Such bidders should also submit their monthly / annual turnover in support of the claim for meeting the delivery schedule duly certified by the NSIC/MSE. Moreover, they should also produce documentary evidence showing that the firm is registered with NSIC/MSE for the items tendered for. Failure to comply this provision shall result in summery rejection of the bid. . ii) Reservation of 20% estimated tender quantity for MSE registered firm with in L1 + 15 % :- Reservation of 20% of estimated quantity / requirement provided their quoted price is with in the band of L1 +15% . out of this quantity of sub target of 4% is earmarked to be procured from SC / ST owned eligible MSEs. In case of non availability of SC / ST owned MSEs this 4% quantity shall be offered to other MSEs.The work is to be offered at L1 rates after tender evaluation. In case of more than one such eligible MSE, the supplier will be shared equally.

4- PERFORMANCE SECURITY:- 4.1 The contractor shall have to pay the Performance Security 5% of the value of work to be awarded within 14 days on receipt of Advance Purchase Order from this office unless extension for further period is approved by the tender approving authority. 4.2 Performance Security as mentioned above is to be remitted by the successful tenderer when required to do so, in any of the forms as detailed below: i) The Supplier shall furnish performance security to the purchaser for an amount equal to 5% of the value of purchase order within 14 days from the date of issue of Advance Purchase Order by the Purchaser. ii) The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting from the supplier’s failure to complete its obligations under the contract. iii) The performance security Bond shall be in the form of Bank Guarantee issued by a scheduled Bank /Nationalized Bank in the form provided in ‘Section V’ of this Bid Document or by crossed DD valid for 30 months.

4.3 In the event of performance security being insufficient or if the performance security has been forfeited the balance of the total sum recoverable as the case shall be deducted from any time there after becomes due to the contractors under this or any other contract with Kalyan SSA. Should that sum also be not sufficient to cover the full amount recoverable, the contractor shall pay to Kalyan SSA on demand the remaining balance due, failing which the contractor will be black listed. 4.4 Performance Security will not bear any interest when it is in the custody of BSNL. And shall be refunded six months after expiry of the contract. 4.5 Performance Securities tendered in any form vide clause 4.2 shall be liable for appropriation / adjustment against any liquidated damages for delayed repairing & return of 25A/50A/100A/200A/Control Modules of SMPS P/P unrepaired or against carry forward loss to the department to which the contractor does not meet otherwise. If the contractor fails or neglects to perform any of his obligation under the contract it shall be lawful for the BSNL to forfeit either whole or any part of the Performance Security furnished by the contractor which does not amount to imposing of penalty after issuing “SHOW_CAUSE NOTICE” which will be duly examined for final decision by the competent authority and the decision conveyed to the tenderer in writing. 4.6 If the contractor duly performs and completes the contracts in all respects, the B.S.N.L. shall refund the Performance Security to the contractor after deducting all costs and other expenses that the BSNL may have incurred for making good any loss due to any action attributable to the contractor which the BSNL is entitled to recover from the contractor. 4.7 In the event of failure of the Bidder to repair the 25A/50A/100A/200A/Control Modules of SMPS P/P stipulated, the amount of Performance Security shall stand forfeited .The acceptance of the tender shall be reconsidered and the amount of penalty will be decided by GMT Kalyan. 4.8 Any unclaimed Performance Security(s) as due for refund to contractor and remain unclaimed for three years after its/their refund become(s) admissible (for instance after the contractor fulfills his contract shall be dealt with in accordance with the provisions contained in the rules of the B.S.N.L. 4.9 The “Bank Guarantee” is an autonomous contract and imposes an absolute obligation on the bank in its terms. As such the existence of disputes between the parties under this contract or a possibility of a reference of any dispute arising out of this contract to arbitration or of pendency of proceeding on such a reference has absolutely no relevance to the obligation of the bank under the “Bank Guarantee” The concerned Bank is bound to pay without demur irrespective of the pendency of any arbitration proceeding or the imminence of any reference to arbitration of the disputes between the parties to his contract arising out of this primary contract between the concerned parties.

4.10 In the event of the contractor failing to observe or perform any of the condition of the work as set out herein the Performance Security referred to above will be forfeited by B.S.N.L. without prejudice to any other rights.

4.11 In the event of the contractor being adjudged insolvent or going voluntarily into liquidation or in the case of company of the passing of resolution for winding up whether voluntarily or otherwise or in the event the contractor failing to comply with any of the conditions herein specified, GMTD Kalyan shall have the power to terminate the contract without any notice.

4.12 The contractor’s heirs or representative shall with the consent in writing of the GMTD Kalyan have the right to continue to perform the duties or engagements of the contract in case of his death.

5 Any attempt to negotiate directly or indirectly on the part of the tenderer with authority competent to finally accept the tender will render to exclusion from consideration. 5.1 Manufacturer certificate and other relevant documents should be submitted along with tender documents while submitting the tender offer.(If applicable) 5.2 Attested copy of the documents of their being manufacturers should be furnished along with their tender offer. (If applicable) 6. The rates should be quoted in BOQ in Section 3 Annexure-I in English in figures and word as per clause 4.1 of section VII

6.2 The rates quoted should be strictly according to the specification, inclusive of all taxes, duties, levies, if charges, transportation, & delivery at Collection Centre, but excluding GST. 6.3 The tenderer should invariably submit/ upload all the tender documents including, Rate sheet (BOQ) for Repairing of 25A/50A/100A/200A/Control Modules of SMPS Power Plant (Annexure I), Tender Profile and details (Annex D) Section II, Declaration form (Annex-II) Section III, Instructions to Tenderer to terms & condition of contract as mentioned in Check List/tender condition.. 6.4 The tender offer and other particulars/ information should be on the firm’s letter head only. 6.5 This tender document is not exchangeable to other party. 6.6 The tender(s) received after the due date and time will not be considered. 6.7 The representative of the tenderer should produce a letter of authority for attending tender opening. 6.8 In future correspondence, tender notice No. & date may be quoted failing which correspondence will be ignored. 6.9 The successful tenderer will have to sign all the documents forming part of contract agreement. 6.10 All conditional tenders will be rejected and not considered.

6.10 The participant Tenderer should necessarily have registered with GST authority and furnish the GST Registration or declare that the firm is unregistered one. 6.11 Income tax will be deducted at prescribed rates from bills.

7. SIGNING OF CONTRACT AGREEMENTS.

7.1 The successful tenderer shall be required to execute an agreement on a non-judicial stamp paper of Rs.100/- (Rupees Hundred only) at his own cost and in the form specified by GMTD Kalyan. 7.2 The attention of the contractor is specifically drawn to the condition regarding realization of liquidated damages for delay in repairing and return of 25A/50A/100A/200A/Control Modules of SMPS Power Plant which may be strictly enforced by the GMTD Kalyan. 7.3 All legal disputes are subject to the jurisdiction of Kalyan court only.

8 Eligibility:- The tenderer should be either manufacturer of the SMPS power plants or should having an experience of repairing of SMPS Power plant to 35% of the tender cost during any one financial year during last three years i.e.(2014-15,2015-16 ,2016-17 & current financial year). The experience certificate should be issued by an officer of BSNL/DOT/MTNL/Private sector not below the rank of DGM or equivalent status in PSU. The experience certificate duly attested by the Self/ Gazetted officer/ Notary/ special executive magistrate/special executive officer should be submitted/uploaded.. 8(a) Turnover: The total Turn over amount during the last three financial years & current financial year should be a minimum 30% of estimate cost of tender. . 9 PERIOD OF VALIDITY OF BIDS 9.1 Bid shall remain valid for 180 days from the date of opening of bids. A bid valid for a shorter period shall be rejected by the purchaser being non-responsive. BSNL Kalyan reserve the right to extend the validity of the bid beyond 180 Days. 9.2 In exceptional circumstances, the purchaser may request the consent of the bidder for an extension to the period of bid validity. The request and the response thereto shall be made in writing. The bid security provided under clause 3 shall also be suitably extended. The bidder may refuse the request without forfeiting his bid security. A bidder accepting the request and granting extension shall not be permitted to modify his bid.

SECTION-II Special Terms and conditions of the tender Specification as well as Terms and conditions of the work for Repairing of 25A/50A/100A/200A/Control Modules of SMPS Power Plant . SCOPE 1 The work of repair of faulty 25A/50A/100A/200A/Control Modules of SMPS Power Plant involves collection of Modules from collection centers as given in Annexure – A in Section –2 and its repair and returning back. 1.1 The contract shall cover the repair of Modules of all type & make of SMPS Power Plant (including Control Panel) including PCB and Power plant Rack. 1.2 The faults in Main/ Extension rack of SMPS power plant are to be repaired at site.

2- Collection of faulty Modules of SMPS P/P: -

2.1 The Collection Center will intimate to the contractor the quantity of faulty modules of 25A/50A/100A/200A/Control Modules of SMPS P/P lying with him. The intimation will be sent on Telephone. This shall be followed by a work order once a week by post. (Work Order copy enclosed vide section: 2, Annexure-C). 2.2 The contractor/site engineer shall be available at the site within 6 hours of intimation from field unit through Phone call/ SMS/email and shall repair the SMPS P/P modules at the site itself (including faults in main/extension rack of SMPS PP ).If fault is reported after 18.00 hours, the clock for reporting will start from 6.00 AM of next day. 2.3 Clause deleted. 2.4 Clause deleted. 2.5 Before accepting the faulty Modules of SMPS P/P the contractor may check that Modules of SMPS P/P are complete in all respects and all components are available in each Modules of SMPS P/P. Once accepted by contractor it must be returned back duly repaired. The contractor will ensure return of the repaired Modules of SMPs P/P lot wise. 2.6 In case it is observed that any module is beyond repair, in exceptional cases due to being extensively burnt etc., contractor will furnish full justification for not accepting the same for repair and the decision in this regard will be taken by the concerned D.G.M. and will be binding on contractor.

3 DURATION FOR REPAIR: The contractor shall repair the faulty Modules of SMPS P/P(including faults in main/extension rack of SMPS PP ) and return the same to “Collection Center” within 48 hours . 4 (i) The contractor shall use good quality components for repair of Modules of SMPS P/P . The replaced spares should be purchased by the contractor from manufacturers or their authorized dealers only. (ii) Contractor should paste a sticker on the module indicating the date of repair and warranty period. 5 Inspection: The repaired modules will be tested by the SDE of concerned exchange within seven days of receipt of repaired modules. The report of SDE will be final. If the module is found O.K. then a certificate will be issued to the contractor. Otherwise the module will be returned to the contractor.

6 Returning of repaired 25A/50A/100A/200A/Control Modules of SMPS P/P. 6.1 The contractor shall return repaired Modules of SMPS P/P in good condition to collection center. 6.2 The date of receipt of repaired Modules of SMPS P/P duly tested by Unit Officer of Collection center shall be reckoned as date of actual receipt of Modules of SMPS P/P. 6 Warranty of repair: The contractor will undertake quality repair which will ensure the normal trouble/defect free performance of the Modules of SMPS P/P for a period of 03 months from the date of inspection and clearance. In case the repaired Modules of SMPS P/P develop any defect or deficiency or fault, i.e. it becomes faulty during the warranty period the contractor shall rectify, repair and remedy such defects, deficiency in the repaired 25A/50A/100A/200A/Control Modules of SMPS P/P at his own cost and expense i.e. free of charge.

8 Reports:-

8.1 The contractor shall furnish a summary of fault found and name/details of the components replaced in repaired Modules lot wise to Collection Center. 8.2 The contractor will provide a monthly report on repairs done by him in a suitable proforma to be prepared in consultation with BSNL and to be submitted to GM Kalyan & DGM(CFA NWO-1 ,2 3 & 4). 8.3 The contractor shall provide a report indicating the total cost incurred for repair of modules on monthly basis to GM Kalyan and DGM(CFA NWO-1,2,3 & 4).

9 Insurance:

9.1 The contractor shall be responsible for the safety of Modules of SMPS P/P while the same are taken after receipt from Collection Center to his works or back. In case of any loss, the contractor will have to reimburse the full cost of lost/damaged Modules of SMPS P/P to BSNL. So it will be in the interest of contractor to insure the faulty Modules of SMPS P/P while under movement or stocked at his repair-workshop till the date the repaired Modules are delivered back to Collection Center. The insurance policy shall cover all the risks including transit damage or loss on account of fire breakage, accident etc. The contractor shall produce the insurance premium receipts for inspection to Collection Center whenever required by it. 9.2 The insurance shall be valid up to 30 days from the date of delivery of the repaired Modules of SMPS P/P to the Collection Center 9.3 Since the insurance will be taken by the contractor it will be their responsibility to follow up and take claims with the Insurance Company if any damage has taken place.

10(A) PRELIMINARY EVALUATION

1. Purchaser 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.

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

3. Prior to the detailed evaluation pursuant to clause 10(B), the Purchaser will determine the substantial responsiveness of each bid to the Bid Document. For purposes of these clauses, a substantially responsive bid is one which confirms to all the terms and conditions of the Bid Documents without material deviations. The purchaser’s determination of bid’s responsiveness shall be based on the contents of the bid itself without recourse to extrinsic evidence.

4. A bid, determined as substantially non-responsive will be rejected by the purchaser and shall not subsequent to the bid opening be made responsive by the bidder by correction of the non-conformity.

5. The Purchaser may waive any minor infirmity or non-conformity or irregularity in a bid which doesn’t constitute a material deviation, provided such waiver doesn’t prejudice or effect the relative ranking of any bidder.

10(B) EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS

1. The Purchaser shall evaluate in detail and compare the bids previously determined to be substantially responsive pursuant to clause 10(A). 2. The tender shall be evaluated on the basis of the total lowest quoted rate for repairs of each SMPS Modules with replacement of part. Example:- Type of Modules Total no.of faulty Modules Rate quoted for repairs of Total quoted rates each SMPS Modules with replacement of spare part 25 Amp 232 A1 232XA1=P 50 Amp 12 B1 12XB2=Q 100 Amp 537 C1 537XC1=R 200 AMP 52 D1 52XD1=S Control Module 40 E1 40XE1=T Rack of Power 42 F1 42XF1=U Plant Total quoted rate for repairs of SMPS Modules with P+Q+R+S+T+U replacement of part

3. The work may be awarded to one or more tenderers depending upon the requirement of BSNL with appropriate allotment of quantity of work as per guidelines of BSNL. The decision of the GMTD Kalyan shall be final. 4. Purchaser reserves the right to counter offers price(s) against price(s) quoted by any bidder.

10(C) PENALTY CLAUSE FOR NON PERFORMANCE :-

1. Delay in attending the fault: The Service Engineer should report at site within 6 hours of intimation as stipulated in clause 2.2. In case contractor fails to report at site within 6 hours, a penalty @ Rs 50/- per hour or part thereof shall be levied as a pre-estimated loss and damage that is likely to be suffered by BSNL. In calculating part thereof, delay more than 30 minutes will be rounded to next hour and less than 30 minutes shall be ignored. 2. Delay in delivery after repair: The repaired Modules / motherboard of SMPs P/P(including racks of PP) are to be returned within 48 hours after collection for repair. If the contractor fails to return the repaired Modules/ mother board of SMPS P/P (including racks of PP) within 48 hours of reporting, the penalty Rs @.2.5 % of cost repairing module (with replacement of part) per day or part thereof per Module / mother board of SMPS P/P (including racks of PP) shall be levied as a pre-estimated loss and damage that is likely to be suffered by BSNL. 3. The total amount of penalty shall be limited to 25 % of total claims of the contractor per lot. 4. GST (if applicable) on account of liquidated damages due to delay in supply of goods would be borne by supplier.

11(A) AWARD OF CONTRACT

1. PLACEMENT OF ORDER

The Purchaser shall consider placement of orders for commercial supplies only on those eligible bidders whose offers have been found technically, commercially and financially acceptable and whose goods have been type approved/validated by the purchaser. The Purchaser reserves the right to counter offer price(s) against price(s) quoted by any bidder.

11(B). BSNL’S RIGHT TO VARY QUANTUM OF WORK

The BSNL at the time of award of work 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 based on as on date requirement.

12 ACCEPTANCE OF TENDER & VALIDITY:- (A) The rates quoted by the tenderer should remain valid for acceptance by BSNL for a period of 180 days from the date of opening of tender. (B) The rates quoted by the tenderer and accepted by BSNL shall remain firm and valid during the period of Annual Repair Contract for initial period of one year which can be extended for further twelve months on same rates terms and conditions if department so desires. (C) No revision of rates or escalation of price due to any reason(s) will be allowed after tenders are opened and once accepted by the BSNL. (D) Increase/decrease if taxes duties etc. will not affect the price/rate during the validity period of tender and its extension. 13 RESPONSIBILITY FOR EXECUTING CONTRACT :- The contractor is responsible for the execution of the contract in all respects in accordance with the terms and condition as specified in the tender /schedule annexed here to. 14 SUBLETTING OF CONTRACT: - The contractor shall not sublet/transfer or assign the contract or any part thereof to any other contractor. 15 NOTIFICATION OF DESPATCH: - In case of out station contractor notification of dispatch in regard to each and every consignment shall be made to the consignee. The contractor shall further supply to the consignee a packing account quoting the Work Order No. and date for all modules dispatched. All packages containers bundles and loose materials forming part of such and every consignments shall be dispatched fully in the packing account and full details of contents of packages and quantity of materials are to be given to enable the consignee to check the stores on arrival designation. The Railway receipt along with invoice shall be forwarded to the consignee immediately after dispatch of stores. Otherwise demurrage (If any) paid by the consignee will be recoverable from the contractor. 16 DELIVERY: - Time is essence of the contract. The date of delivery of the repaired modules stipulated in the Work Order shall be the essence of the contract and the delivery must be completed within the scheduled delivery dates specified there in.

17 SYSTEM OF PAYMENT :- Contractor shall submit bill to the collection center in quadruplicate, which should be typed or written in ink. The original copy of the bill must be pre-receipted over revenue stamp if the amount exceeds Rupees five thousand. The bills are submitted by contractor along with original work order. The bills should be printed with GST registration number. In addition the following details may be submitted in the bill. I) Module Number II) Type of module(Whether 25A/50A/100A/200A/Control Module) III) Make of Module/Power plant IV) Date of repairs. V) Name of Exchange VI) Date of Reporting of Fault.

The bills are to be certified by concerned controlling officer (SDE) and counter signed by DE concerned. 90% claims will be forwarded to AO Works Kalyan for processing. There after the bills will be sent to AO(C) Kalyan for payment. Balance 10% shall be released after Four months from the date of completion of work.The module worked satisfactorily for the above provided period. Incase of any failure within three months, vender should attend the fault free of cost. Contractor shall maintain / provide following details while submitting the bill to field officer:- 1) No. and date of the operating tender 2) Validity of tender 3) Work order No. and Date 4) Name of Contractor 5) Fund allotted (for the said contractor) 6) Balance fund as on work order date 7) Cumulative expenditure as on work order date 8) Expenditure billed for the current work order 9) Cumulative expenditure 10) Balance fund (for the said contractor) 17.1 Any liquidated damages or penalties due shall also be recoverable from the bills submitted by the Contractor. 17.2 The contractor shall not be justified in abandoning the contract because the Department has delayed making payments in respect of other work being done for Department by the contractor. 17.3 Recovery of sum due: Whenever any claim for the payment of a sum of money has arisen out of or under this contract against the contractor, the BSNL shall be entitled to recover such sum by appropriating in part or whole of the Performance Security of the contractor. If the amount of security is not sufficient, then the balance of the total sum recoverable as the case shall be deducted from any sum then due or which at any time thereafter may become due to the contractor under this or any other contract with GMTD Kalyan or any other unit of BSNL. The contractor shall pay to the BSNL on demand the remaining balance due.

17.4 GMTD Kalyan shall not be liable for payment of any interest on any bill outstanding for payment. 18 The tenderer(s) shall not be entitled to revoke or cancel his tender or to vary the tender submitted or in term thereof during the validity period of one year or extended period if any without the written consent of GMTD Kalyan. The contract can be extended for a further period of twelve months with proportionate cost as per the requirement of BSNL KALYAN at the same terms and conditions and rates.

19 SERVICE OF NOTICE : 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 as per tender and one copy endorsed to the contractors head office. Any notice or order or communication by it shall be validly served if the same is delivered by hand or through registered post to the office of GMTD Kalyan. 20 Termination of contract:- GMT Kalyan reserves the right to terminate the contract before its expiry by giving a notice of one month.

21 DISPUTES AND ARBITRATION:_

22.1 In the event of any question, dispute or difference arising under this agreement or in connection there-with (except as to the matters, the decision to which is specifically provided under this agreement), the same shall be referred to the sole arbitration of the CGM MH circle, BSNL or in case his designation is changed or his office is abolished, then in such cases to the sole arbitration of the officer for the time being entrusted (whether in addition to his own duties or otherwise) with the functions of the CGM MH circle, BSNL or by whatever designation such an officer may be called (hereinafter referred to as the said officer), and if the CGM MH circle or the said officer is unable or unwilling to act as such, then to the sole arbitration of some other person appointed by the CGM MH circle or the said officer. The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act 1996 as amended from time to time. There will be no objection to any such appointment on the ground that the arbitrator is a Government Servant or that he has to deal with the matter to which the agreement relates or that in the course of his duties as a Government Servant he has expressed his views on all or any of the matters in dispute. The award of the arbitrator shall be final and binding on both the parties to the agreement. In the event of such an arbitrator to whom the BSNL Revised matter is originally referred, being transferred or vacating his office or being unable to act for any reason whatsoever, the CGM MH circle, BSNL or the said officer shall appoint another person to act as an 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. 22.2 The arbitrator may from time to time with the consent of both the parties enlarge the time frame for making and publishing the award. Subject to the aforesaid, 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. 22.3 The venue of arbitration shall be Circle/SSA HQ or the office of the Arbitrator situated or at the respective Territorial Circle/SSA HQ ,as the case may be.

23 Clause Deleted

24 REFUND OF SECURITY DEPOSIT :- 24.1 The Security Deposit or a part thereof or such balance thereof if any, as may remain after deduction of any outstanding bills of the contractor to the BSNL shall be paid back to the contractor after six (6) months from the date of expiry of contract. The contractor shall remain liable to the B.S.N.L.in respect of any shortfall and or discharge liabilities not withstanding return of Security Deposit or any part thereof. 24.2 Interest will not be payable on the Bid Security or on the Performance Security or on amount payable to the contractor under the contract.

24.3 Refund of the Performance Security is subject to full and final settlement of bill for the supply of modules duly repaired under the contract.

25. FORCE MAJEURE: In the event of any force majeure clause, the contractor shall not be liable for delays to perform their obligation under this order and the delivery date will be extended without being subject to price reduction for delayed deliveries as stated elsewhere. Force Majeure shall mean and be limited to the following: a) War/ Hostilities. b) Riot or Civil Commotion c) Earthquake, fire Tempest Lightening or other natural physical disaster. d) Restrictions imposed by the Government (Central or state or other statutory bodies, which prevent for delays the execution of the order). The contractor shall advice BSNL Kalyan by registered letter duly certified by the local chamber of commerce of statutory authorities, the beginning and end of the above causes of delay, within 7 (Seven) days of the occurrence and cessation of such force majeure conditions. In the event of delay lasting over as one month if arising out of force Majeure BSNL reserves the right to cancel the order and the provisions governing termination stated under clause 21 shall apply.

26 INDEMNITY:- The contractor at all times indemnify the BSNL against all claims which may be made in respect of the stores for infringement of any right protected by patent registration of designs or trade mark. Provided always that in the event of any claim in respect of alleged breach of letters patent registered designs or trade mark beginning against the BSNL the BSNL shall notify the contractor of the same and the contractor shall at his own expenses settle any such dispute or conduct any litigation that may arise there from. The contractor shall bear the cost of Input Tax Credit in case of becoming defaulter and BSNL has right to recover such losses from the contractor. Tax Indemnity clause : BSNL has the right to recover Input Tax Credit loss suffered by it due to any mis-declaration on invoice by the supplier

27 Certificate of No near Relative working in BSNL: The bidder should give a certificate that none of his/her near relative is working in the unit as defined below where he is going to apply for the tender. In case of proprietorship firm certificate will be given by the proprietor. For partnership firm certificate will be given by all the partners and in case of limited company by all the directors of the company excluding Government of India/Financial Institution nominees and independent non-official part time directors appointed by Government of India or the Governor of the State. Due to any breach of these conditions by the company or firm or any other person the tender will be cancelled and bid security will be forfeited at any stage whenever it is noticed and BSNL will not pay any damage to the company or firm or the concerned person. The company or firm or the person will also be debarred for further participation in the concerned unit. The near relatives for this purpose is define as :- (a) Member of Hindu undivided family (b) They are husband and wife (c) The one related to the other in the manner as father, mother, son(s), & son’s wife (daughter in law), daughter(s) and daughter’s husband (son in law), brother(s) and brother’s wife, sister(s) and sister’s husband (brother in law). The format of the certificate to be given is

“I______s/o ______r/o ______hereby certify that none of my relative (s) as defined in the tender document is/are employed in BSNL 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”. 28. Clause – by – clause compliance A Clause – by – clause compliance of General terms & condition(Section I) and special condition (Section II) shall be given. In case of deviation a statement of deviation shall be given.

29. TENDER EVALUATION: The tender shall be evaluated on the basis of the total lowest quoted rate for repairs of each SMPS Modules with replacement of part. .Example:- Type of Modules Total no. of faulty Rate quoted for repair of each Total quoted rates Modules SMPS Modules with replacement of part with all Taxes excluding GST 25 Amp 232 A1 232XA1=P 50 Amp 12 B1 12XB2=Q 100 Amp 537 C1 537Xc1=R 200 AMP 52 D1 52XD1=S Control Module 40 E1 40XE1=T Rack of Power 42 F1 42XF1=U plant Total quoted rate for repairs of SMPS Modules with P+Q+R+S+T+U replacement of part . When No. of contractors / suppliers finalised are more than one, the tentative distribution of order shall be made according to the formula given below: - 20% of the total quantity is reserved for MSE bidders fulfilling Clause 3.5 (ii) of Section-I. Remaining 80% work will be distributed as given below Table 1(A) (Without provisions for MSE Units) No. of Bidders Quantity allotted to the respective bidder (Col. 2) to be approved L1 L2 L3 L4 L5 and so on (Col. 1) One Bidder 100% Nil Nil Nil Nil Two Bidders 60% 40% Nil Nil Nil Three Bidders 50% 30% 20% Nil Nil Four Bidders 40% 30% 20% 10% Nil More than four 40% In inverse ratio of their evaluated quoted prices bidders

Table 1(B) (With provisions for MSE Units No. of Bidders Quantity allotted to the respective bidder (Col. Quantity earmarked to be approved 2) for MSE Bidde(s) col3 (Col. 1) L1 L2 L3 L4 L5 and so on One Bidder 80% Nil Nil Nil Nil 20% Two Bidders 48% 32% Nil Nil Nil 20% Three Bidders 40% 24% 16% Nil Nil 20% Four Bidders 32% 24% 16% 8% Nil 20% More than four 32% In inverse ratio of their evaluated 20% bidders quoted prices

However, BSNL reserves the right for placement of full tendered quantity on the lowest bidder.If no bid is received from MSE bidders fulfilling the criteria as per Clause 3.5 (ii) of Section-I, then the 20% work reserved for MSEs also shall be distributed as per the general distribution of quantities given above 31 The GMTD Kalyan reserves the right to terminate the tender at any time without assigning any reasons and without notice.

ANNEXURE-A Section(II)

LIST OF COLLECTION CENTERS OF FAULTY P/P MODULES

MAKE OF NO of Modules to be FAULTY repaired (anticipated) MODULES Sr. NAME OF NAME OF SUB - NAME OF EXCHANGE No. DIVISION DIVISION 25 Control PP 50A 100A 200A A Modules Racks

(A) DGM (CFA-I) KYN 1 Kalyan Main KALYAN KALYAN 10 5 DACS 2 Kalyan Main KALYAN KALYAN 6 HECL 3 Netivali KALYAN KALYAN 3 ITI 4 Chinchpada KALYAN KALYAN 1 ITI 5 Katemanivali KALYAN KALYAN 2 ITI ITI&3EXCEL 6 Khadakpada KALYAN KALYAN 3 TELECOM DELTA 7 NRC KALYAN KALYAN 0 0 0 0 0 0 MODULES ADOR 8 Mharal KALYAN KALYAN 0 0 0 0 0 0 MODULES 9 Titwala KALYAN KALYAN 0 0 0 0 0 0 DELTA 10 Goveli KALYAN KALYAN 4 4 4 4 4 ITI 11 Khadavali KALYAN KALYAN 0 0 0 0 0 0 EXCEL 12 Nimbavali KALYAN KALYAN 0 0 0 0 0 0 DELTA 13 Vasant Valley KALYAN KALYAN 4 1ITI&4 14 Shahapur Main SHAHAPUR SHAHAPUR 3 ITI 15 Asangaon SHAHAPUR SHAHAPUR 4 DELTA 16 Vashind SHAHAPUR SHAHAPUR 2 ITI 17 Dhasai SHAHAPUR SHAHAPUR 2 0 DACS 18 Shenwa SHAHAPUR SHAHAPUR 100 DYNA 19 Dolkhamb SHAHAPUR SHAHAPUR 5 0 DELTA 20 Chonde SHAHAPUR SHAHAPUR 2 DYNA 21 Kinhavali SHAHAPUR SHAHAPUR 1 22 Alyani SHAHAPUR SHAHAPUR 2 EXICOM 23 Lenard SHAHAPUR SHAHAPUR 1 ITI 24 Atgaon SHAHAPUR SHAHAPUR 1 ITI 25 Khardi SHAHAPUR SHAHAPUR ITI 26 Kasara SHAHAPUR SHAHAPUR ITI 27 Tembha SHAHAPUR SHAHAPUR DACS 28 Aghai SHAHAPUR SHAHAPUR ITI 29 Bhatsanagar SHAHAPUR SHAHAPUR ITI 30 Lahe SHAHAPUR SHAHAPUR DACS Sub Total for DGM I 26 4 127 10 4 6 (A) DGM(CFA-II)UNR 6 DACS 1 UNR-2 DE UNR SDE MDF UNR 9 EXICOM 2 UNR-4 DE UNR SDE EXTL-IV UNR 4 ITI 3 UNR-5 DE UNR SDE EXTL-V UNR 4 DELTA 4 ITI 4 AMB E DE UNR SDE AMB EAST 4 EXICOM 5 OFA DE UNR SDE AMB EAST 8 HFCL 6 AMB-W DE UNR SDE AMB WEST 6 EXICOM ADD.AMB 7 DE UNR SDE AMB WEST 4 ITI (ANANDNAGAR) 8 NMRL DE UNR SDE AMB WEST 6 EXICOM 9 BARC CHINCHOLI DE UNR SDE AMB WEST 8 AMARAJA DACS, 10 KUL-EAST DE UNR SDE BDL - EAST 9 EXICOM SDE BAD EXTL 11 MOHAN PALM DE UNR 8 DELTA EAST 12 KUL-W DE UNR SDE BDL -WEST 4 ITI 1 AMARAJA 13 WANGNI DE UNR SDE BDL -WEST 1 ITI XL 1 14 BDL - VILLAGE DE UNR SDE BDL -WEST 1 1 TELECOM 1 ITI 15 BARVI DAM DE UNR SDE BDL -WEST 4 DACS 2 AMARAJA 16 MURBAD DE UNR JTO MURBAD 4 1 1 ITI 2 HBL 17 SARALGAON DE UNR JTO MURBAD 5 DACS 18 MAHASA DE UNR JTO MURBAD 4 ITI 2 ITI 19 DHASAI DE UNR JTO MURBAD 2 DYNA 2 DACS 20 NARVALI DE UNR JTO MURBAD 4 DELTA 21 SHIVALE DE UNR JTO MURBAD 4 ITI 22 TOKAWADE DE UNR JTO MURBAD 2 EXICOM 1 MIDC OCB DBL E SDE MIDC OCB 3 4 EXICOM 2 MIDC EWSD DBL E SDE MIDC EWSD 2 4 EXICOM AMAR 3 TILAKNAGAR DBL E SDE TILAKNAGAR 0 2 1 1 RAJA 4 NANDIVLI DBL E SDE NANDIVALI 0 4 1 1 ITI 5 VISHNU NGR DBL W SDE VISHNU NGR 0 4 ITI 6 KOPAR DBL W SDE KOPAR 0 4 EXICOM 7 BHOIRWADI DBL W SDE BHOIRWADI 0 2 1 1 ITI 8 PREMIER DBL E SDE PREMIER 1 2 EXICOM 9 LODHA DBL E SDE LODHA 0 2 DELTA 10 BHOPAR DBL E SDE BHOPAR 0 3 ODUR Sub Total for DGM

UNR 60 4 79 19 5 5 (B) DGM(CFA-III) VASAI 1 Papdy DE VASAI Papdy(BSC PP) 3 ITI 2 Papdy DE VASAI Papdy 4 1 DAC 3 Devtalao DE VASAI Papdy 3 1 DAC 4 Gokhiware DE VASAI Vasai E 1 ITI 5 Neminath DE VASAI Vasai E 1 ITI 6 Waliv DE VASAI Waliv Gr. 2 1 1 ITI 7 Sativali DE VASAI Waliv Gr. 1 ITI 8 Manikpur DE VASAI Manickpur Gr. 1 ITI 9 Naigaon DE VASAI Manickpur Gr. 1 ITI 10 Parnaka DE VASAI Manickpur Gr. 1 1 1 ITI 11 Kaman DE VASAI Kaman Gr. 1 ITI 12 Shirsad DE VASAI Kaman Gr. 1 ITI 13 Parol DE VASAI Kaman Gr. 1 ITI 14 Juchandra DE VASAI Kaman Gr. 1 ITI 15 Khaniwade DE VASAI Kaman Gr. 1 1 1 DAC 16 Saiwan DE VASAI Kaman Gr. 1 DAC 17 Vasai OCB-283 DE VASAI Intl 7 HECL 1 Tarapur Main DE TRPR SDE TRPR MAIN - - 7 - DAC 2 Tarapur Main DE TRPR SDE TRPR MAIN - - 3 - Exicom 3 Cidco DE TRPR SDE TRPR MAIN - - 2 - ITI 4 Tarapur Village DE TRPR SDE(GR) TRPR - - 3 - DAC 5 Khairapada DE TRPR SDE(GR) TRPR - - 1 - ITI 6 Navapur DE TRPR SDE(GR) TRPR - - 1 - ITI 7 Taps Colony DE TRPR SDE(GR) TRPR - - 1 - ITI 8 Panchmarg DE TRPR SDE(GR) TRPR - 4 - - Exicom 9 Murbe DE TRPR SDE(GR) TRPR - - 2 - Exicom 10 Nagzari DE TRPR SDE(GR) TRPR 4 - - - ITI 11 TAPS Plant Site DE TRPR SDE(GR) TRPR 4 - - - DAC 1 NALASOPRA W DE NLSR SDE NLSR W 10 DAC 2 NALASOPRA W DE NLSR SDE NLSR W 1 ITI 3 NALASOPRA E DE NLSR SDE NLSR E 3 - DAC 4 NIRMAL DE NLSR SDE NIRMAL 1 - ITI 1 VIRAR W DE VIRAR SDE VIRAR W 2 ITI 2 VIRAR E DE VIRAR SDE VIRAR E 2 ITI 3 BOLINJ DE VIRAR SDE BOLINJ 4 ELTEK SDE VINAY 4 VINAY UNIQUE DE VIRAR UNIQUE 6 ELTEK 1 Gholwad DE DNU SDE(gr) DNU 1 ITI 2 Bordi DE DNU SDE(gr) DNU 1 ITI 3 Charoti DE DNU SDE(gr) DNU 4 ELTEK 4 Saravali DE DNU SDE(gr) DNU 1 ITI 5 Ganjad DE DNU SDE(gr) DNU 2 DELTA 6 Zaai DE DNU SDE(gr) DNU 1 ITI 7 Chikhla DE DNU SDE(gr) DNU 1 ITI 8 Dahanu DE DNU SDE(gr) DNU 10 DELTA 9 Vangaon DE DNU SDE(GR) 1 ITI VANGAON SDE(GR) 10 Dedhale DE DNU VANGAON 6 DELTA SDE(GR) 11 Chinchani DE DNU VANGAON 1 ITI SDE(GR) 12 Varor DE DNU VANGAON 3 DELTA SDE(GR) 13 Dakti Dahanu DE DNU VANGAON 2 DELTA 1 Palghar DE PLR SDE PLR 4 Exicom 2 Sai nagar DE PLR SDE SAI NAGAR 5 ITI 3 Manor DE PLR SDE MANOR 3 Exicom 4 Maswan DE PLR SDE MASWAN 6 ITI 5 Umroli DE PLR SDE UMROLI 2 ITI SDE KHARE 6 Khare kuran DE PLR KURAN 2 ITI 7 Satphati DE PLR SDE SATPATI 3 Exicom 8 Mahim DE PLR SDE MAHIM 2 Exicom 9 Kelva DE PLR SDE KELVA 3 DAC 10 Kelva Rd DE PLR SDE KELVA RD 4 Exicom 11 Saphale DE PLR SDE SAPHALE 2 Exicom 12 Agarwadi DE PLR SDE AGARWADI 13 Edwan DE PLR SDE EDWAN 3 EXICOM 14 Pargaon DE PLR SDE PARGAON 3 EXICOM 15 Talasri DE PLR SDE TALASARI 4 ITI 16 Achad DE PLR SDE ACHAD 1 ITI 17 Udhva DE PLR SDE UDHVA 1 ITI Sub Total for DGM VSI 43 4 120 7 4 4 ( C ) DGM (CFA-IV) BWD 1 AMBADI DE BWD SDE AMBADI 8 1 1 EXICOM 2 ANGAON DE BWD SDE ANGAON 8 1 1 ITI 3 ANJURPHATTA DE BWD SDE1 12 1 1 DACS 4 ASHOKNAGAR DE BWD SDE3 15 1 1 ITI 100A DAC,200A 5 DE BWD Main 0 0 28 10 1 1 EXICOM SDE 6 CHIMBHIPADA DE BWD CHIMBHIPADA 12 1 1 DELTA 7 DAPODA DE BWD SDE1 12 1 1 DACS SDE 8 DHUGADPHETA DE BWD DHUGADPHATA 8 1 1 9 KALHOR DE BWD SDE KALHER 1 8 1 1 EXICOM 10 DE BWD SDE MANKOLI 12 1 1 DACS 11 PACHAPUR DE BWD SDE PACHAPUR 1 100 A ITI 25 12 PADGHA DE BWD SDE PADGHA 20 8 1 1 A DELTA 13 PURNA DE BWD SDE PURNA 20 1 1 DELTA 14 SARAVALI DE BWD SDE SARAVALI 6 1 1 EXICOM 15 SONALE DE BWD SDE SONALE 24 1 1 amarraja SDE 16 DE BWD VAJRESHWARI 10 1 1 EXICOM 17 V.P.NAKA DE BWD SDE V.P.NAKA 8 1 1 ITI 18 JAWAHAR DE BWD JWR 15 1 1 ITI 19 VIKRAMGARH DE BWD JWR 15 1 1 ITI 20 MOKHADA DE BWD JWR 15 1 1 ITI 21 ABITGHAR DE BWD WADA 1 1 EXICOM 22 GORHE DE BWD WADA 6 1 1 EXICOM 23 KANCHAD DE BWD WADA 18 1 1 EXICOM 24 KHANIVLI DE BWD WADA 10 1 1 ITI 25 KUDUS DE BWD WADA 8 1 1 DACS 26 NEHROLI DE BWD WADA 6 1 1 ITI 27 TILSA DE BWD WADA 6 1 1 ITI 28 WADA DE BWD WADA 1 1 EXICOM Sub Total for DGM IV 103 0 211 16 27 27 GRAND TOTAL 232 12 537 52 40 42

Summary:- Overall Details of Faulty SMPS Modules SUMMARY : OVERALL DETAILS OF FAULTY SMPS MODULES TO BE REPAIRED TYPE OF FAULTY MODULES(25A/50A/100A/200A) & NO. OF FAULTY NAME OF THE UNIT MODULES 25A 50A 100A 200A CONVENTIONAL CONTROL RACK P/P PANEL OF PP

DGM(CFA-I) KYN 26 4 127 10 0 4 6 DGM(CFA-II) UNR 60 4 79 19 0 5 5 DGM(CFA-III) VASAI 43 4 120 7 0 4 4 DGM(CFA-IV) BWD 103 0 211 16 0 27 27 GRAND TOTAL 232 12 537 52 0 40 42

Note: List of Faulty SMPS Modules in Kalyan SSA is given as per above Annexure-'A', section-2. The tenderer is responsible to repair all other modules (including Control Modules/ Faults in Main/ Extension rack ) also, which may go faulty during the contract period.

The in-charge of collection center will arrange to collect the faulty SMPS modules from the exchanges of the area (location / SDCA) mentioned against their name and hand over the same to the tenderer for repairing.

The tenderer has to collect the faulty module from the officer under receipt and return to him duly repaired. The satisfactory slip from the officer may be obtained and copy of service report as per annexure-'B' section-2 may be produced along with the bill.

Annexure- B (Section- 2)

SERVICE REPORT FOR REPAIR OF POWER PLANT/MODULES

Work Order No:………………………………… dated…………….

Sl.No Description Remarks 1 Name of the Exchange 2. Name of the Sub Division 3. Type of Power Plan 4. Capacity 5. Make / Manufacturer 6. Total Modules installed 7. Total Modules Working 8. Total Modules now Faulty 9. Present module Sl No. 10. Date of Expiry of Manf.'s Warranty 11. When last repaired by tenderer 12. What defect now noticed and reported by field officer 13. Defect detected by service Engineer 14. Components replaced if any 15. Date of repair 16. Date of end of present Warranty 17. Servo Stabiliser Available/Not available/ Faulty 18. Lightning Arresters Available/Not available/Faulty 19. KEB Power Supply Condition

The above module is Functioning Satisfactorily after attending the fault and faulty components are received

Signature of the Service Engineer Inspection carried out after repair

For M/s Signature of Exchange in-charge

Seal:

Copy to:- Exchange in-charge / Service Engineer of firm

Annexure - C(Section- 2)

DETAILS OF POWER PLANTS FOR RECONDITIONING

WORK ORDER NO………………………………DATE…………………

1. Reporting unit (Exchange) 2. Type and Make of Power Plant 3. Sl No. 4. Capacity of details 5. Date of intimation 6. Date of inspection after reconditioning 7. Date put into service in the presence of contractors representation 8. Description of Repairs

(a) Defect reported by field units (b) Defects observed by contractor (c) Components replaced (Defective Components replace to be returned to field unit) (d) Period of warranty

Signature:-

Name of Contractor: -

Certified that the Power Plant was inspected after reconditioning and performance has found to be satisfactory and fit for putting into service.

Signature

Name of Inspection officer with Designation

Counter Signature by DE concerned

Annexure - D (Section- 2)

TENDER PROFILE AND OTHER DETAILS Affix the 1. Name of the tenderer ……………………………………………. Photograph of the person 2. Name of the person submitting the tender whose photograph is affixed Shri /Smt ………………………………………………. submitting the tender (In case of Prop/Partnership Firm the tender has to be signed by Prop/Partner as the case may be)

3. Address of the tenderer …………………………………………………………………………. …………………………………………………………………………. ………………………………………………………………………….

4. Service: Govt./PSU/Self-employed/Business.

5. Postal address ……………………………………………..

6. Tel: No. (With STD Code) (o) ………….Fax ……. Mobile No .………...

7. Registration & Incorporation particulars of the Firm:

8. Name of Proprietor / Partner(s) / Director(s) …………………………… …..………………………………………………………………………..

9. Permanent Income Tax Number (PAN)…………………………………………

11 GST Registration No(s)……………….

12. Any additional information

Declared that the information furnished above is true and correct.

Signature of Tenderer /Authorised Signatory

Name of person

Sign of the tenderer……..

Place…………………………... Date…………………………………….

Annexure - E (Section- 2) BID FORM

From, To, ………… …………………………… Address:……………………………… The Sr. General Manager Telecom, ………………………………………… B.S.N.L. Kalyan …..

Ref: Tender No.______

Dear Sir, Having examined the conditions of the contract and specifications including addenda NO...... dtd …....the receipt of which is hereby duly acknowledged, I/we, the undersigned, offer to execute the repairing work of faulty SMPS modules in Kalyan SSA, for conditions of contract and specifications as may be ascertained in accordance with the schedule of prices attached herewith and made part to these Bid. I/We undertake, if my/our Bid is accepted, I/we will execute the work in accordance with specifications, time limits and terms and conditions stipulated in Bid document. If my/our Bid is accepted, I/we shall submit the securities as per the conditions mentioned in the contract. I/We agree to abide by this Bid for a period of 180 days from the date fixed for Bid opening (Qualifying Bid) or for subsequently extended period , if any, agreed to by us . This bid shall remain binding upon us up to the aforesaid period. We understand that you are not bound to accept the lowest or any bid, you may receive. If our Bid is accepted, we undertake to complete the work in all respect in accordance with the schedule specified in work order. 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 me/us.

Bid submitted by me/us is properly signed / uploaded with Digital Signature Certificate ( DSC ) of the bidder / authorized signatory and prepared so as to prevent any subsequent alteration and replacement.

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

Signature of Authorized Signatory......

Name:…………………………………………..

In capacity of ......

Duly authorized to sign the bid for and on behalf of -

………………………………………………….

Witness :

Signature ......

Name …………………………….

Address ………………………….

APPENDIX-1 TO SECTION-II S. No. Defaults of the bidder / vendor. Action to be taken

A B C 1(a) Submitting fake / forged i) Rejection of tender bid of respective Vendor. ii) Banning of business for 3 years which implies a) Bank Instruments with the bid to meet terms barring further dealing with the vendor for & condition of tender in respect of tender fee procurement of Goods & Services including and/ or EMD; participation in future tenders invited by BSNL for 3 b) Certificate for claiming exemption in respect years from date of issue of banning order. of tender fee and/ or EMD; iii) Termination/ Short Closure of PO/WO, if issued. This implies non-acceptance of further supplies / work and detection of default at any stage from & services except to make the already received receipt of bids till award of APO/ issue of material work/ complete work in hand. PO/WO.

Note 1:- However, in this case the performance guarantee if alright will not be forfeited.

Note 2:- Payment for already received supplies/ completed work shall be made as per terms & conditions of PO/ WO.

1(b) Submitting fake / forged documents towards meeting eligibility criteria such as experience capability, supply proof, registration with Goods and services Tax, Income Tax departments etc and as supporting documents towards other terms & conditions with the bid to meet terms & condition of tender :

(i) If detection of default is prior to award of i) Rejection of Bid & APO ii) Forfeiture of EMD.

(ii) If detection of default after issue of APO but i) Cancellation of APO ,

before receipt of PG/ SD (DD,BG etc.) ii) Rejection of Bid &

iii) Forfeiture of EMD.

(iii) If detection of default after receipt of PG/ i) Cancellation of APO SD (DD,BG etc.) . ii) Rejection of Bid & iii) Forfeiture of PG/ SD. However on realization of PG/ SD amount, EMD, if not already released shall be returned.

(iv) If detection of default after issue of PO/ i) Termination/ Short Closure of PO/WO and WO Cancellation of APO ii) Rejection of Bid & iii) Forfeiture of PG/ SD. However on realization of PG/ SD amount, EMD, if not released shall be returned.

Note 3:- However, settle bills for the material received in correct quantity and quality if pending items do not affect working or use of supplied items.

Note 4:- No further supplies are to be accepted except that required to make the already supplied items work.

S.No. Defaults of the bidder / vendor. Action to be taken

A B C 2 If vendor or his representative uses violent/ coercive means viz. Physical / Verbal means to threatens BSNL Executive / employees and/ or obstruct him from functioning in discharge of his duties & responsibilities for the following :

Banning of business for 3 years which implies Barring a) Obstructing functioning of tender opening further dealing with the vendor for procurement of executives of BSNL in receipt/ opening of Goods & Services including participation in future tender bids from prospective Bidders, suppliers/ tenders invited by BSNL for 3 years from date of Contractors. issue of banning order.

b) Obstructing/ Threatening other prospective bidders i.e. suppliers/ Contractors from entering the tender venue and/ or submitting their tender bid freely.

3 Non-receipt of acceptance of APO/ AWO and Forfeiture of EMD. SD/ PG by L-1 bidder within time period specified in APO/ AWO.

4.1 Failure to supply and/ or Commission the i) Termination of PO/ WO. equipment and /or execution of the work at all ii) Under take purchase/ work at the risk & cost even in extended delivery schedules, if granted of defaulting vendor. against PO/ WO. iii) Recover the excess charges if incurred from the PG/ SD and outstanding bills of the defaulting Vendor. 4.2 Failure to supply and/ or Commission the i) Short Closure of PO/ WO to the quantity already equipment and /or execution of the Work in full received by and/ or commissioned in BSNL and/ or in even in extended delivery schedules, if granted pipeline provided the same is usable and/or the against PO/ WO. Vendor promises to make it usable. ii) Under take purchase/ work for balance quantity at the risk & cost of defaulting vendor. iii) Recover the excess charges if incurred from the PG/ SD and outstanding bills of the defaulting Vendor.

5.1 The supplied equipment does not perform i) If the material is not at all acceptable, then return satisfactory in the field in accordance with the the non-acceptable material (or its part) & recover its specifications mentioned in the PO/ cost, if paid, from the o/s bills/ PG/ SD. WO/Contract. OR ii) If the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty from outstanding dues of vendor including PG/ SD.

S. Defaults of the bidder / vendor. Action to be taken No. A B C 5.2 Major quality problems (as established by a joint i) If the material is not at all acceptable, then return team / committee of User unit(s) and QA Circle) / the non-acceptable material (or its part) & recover its performance problems and non-rectification of cost, if paid, from the o/s bills/ PG/ SD; defects (based on reports of field units and QA OR circle). ii) If the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty from outstanding dues of vendor including PG/ SD; and iii) Withdrawal of TSEC/ IA issued by QA Circle. 6 Submission of claims to BSNL against a contract i) Recovery of over payment from the outstanding (a) for amount already paid by BSNL . dues of Vendor including EMD/ PG & SD etc. and (b) for Quantity in excess of that supplied by by invoking ‘Set off’ clause 21 of Section 5 Part A or Vendor to BSNL. by any other legal tenable manner. c) for unit rate and/ or amount higher than that ii) Banning of Business for 3 years from date of approved by BSNL for that purchase. issue of banning order or till the date of recovery of over payment in full, whichever is later. Note 5:- The claims may be submitted with or without collusion of BSNL Executive/ employees. Note 6:- This penalty will be imposed irrespective of the fact that payment is disbursed by BSNL or not.

7 Network Security/ Safety/ Privacy:- If the vendor i) Termination of PO/ WO. tampers with the hardware, software/ firmware or ii) Banning of business for 3 years which implies in any other way that barring further dealing with the vendor for a) Adversely affects the normal working of procurement of Goods & Services including BSNL equipment(s) and/ or any other TSP participation in future tenders invited by BSNL for 3 through BSNL. years from date of issue of banning order. iii) Recovery of any loss incurred on this account b) Disrupts/ Sabotages functioning of the BSNL from the Vendor from its PG/ SD/ O/s bills etc. network equipments such as exchanges, BTS, iv) Legal action will be initiated by BSNL against the BSC/ MSC, Control equipment including IN Vendor if required. etc., transmission equipments but not limited to these elements and/ or any other TSP through BSNL.

c) tampers with the billing related data/ invoicing/ account of the Customer/ User(s) of BSNL and/ or any other TSP(s).

d) hacks the account of BSNL Customer for unauthorized use i.e. to threaten others/ spread improper news etc.

e) undertakes any action that affects/ endangers the security of India.

S. Defaults of the bidder / vendor. Action to be taken No. A B C 8 If the vendor is declared bankrupt or insolvent or i) Termination/ Short Closure of the PO/ WO. its financial position has become unsound and in ii) Settle bills for the quantity received in correct case of a limited company, if it is wound up or it quantity and quality if pending items do not affect is liquidated. working or use of supplied items. iii) No further supplies are to be accepted except that required to make the already supplied items work. iv) In case of turnkey projects, If the material is commissioned and is usable without any degradation of performance, then settle bills for the acceptable equipment/ material (or its part). v) In case of turnkey projects, if the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty from outstanding dues of vendor including PG/ SD.

9 In the event of the vendor, its proprietor, i) Termination/ Short Closure of the PO/ WO. Director(s), partner(s) is / are convicted by a Court of Law following prosecution for offences ii) Settle bills for the material received in correct involving moral turpitude in relation to the quantity and quality if pending items do not affect business dealings. working or use of supplied items.

iii) No further supplies are to be accepted except that required to make the already supplied items work.

iv) In case of turnkey projects, If the material is commissioned and is usable without any degradation of performance, then settle bills for the acceptable equipment/ material (or its part).

v) In case of turnkey projects, If the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty from outstanding dues of vendor including PG/ SD.

S. Defaults of the bidder / vendor. Action to be taken No. A B C 10 If the vendor does not return/ refuses to return i) Take action to appoint Arbitrator to adjudicate the BSNL’s dues: dispute. a) inspite of order of Arbitrator. i) Termination of contract, if any. ii) Banning of business for 3 years which implies barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL from date of issue of banning order or till the date by which vendor clears the BSNL’s dues, whichever is later. iii) Take legal recourse i.e. filing recovery suite in appropriate court.

b) inspite of Court Orders. i) Termination of contract, if any. ii) Banning of business for 3 years which implies barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL from date of issue of banning order or till the date by which vendor clears the BSNL’s dues, whichever is later. 11 If the Central Bureau of Investigation/ Take Action as per the directions of CBI or Independent External Monitor (IEM) / Income concerned department. Tax/ Goods and Services Tax/ Excise / Custom Departments recommends such a course

12 The following cases may also be considered for Banning of business:

(a) If there is strong justification for believing that

the proprietor, manager, MD, Director, partner,

employee or representative of the vendor/ supplier

has been guilty of malpractices such as bribery,

corruption, fraud, substitution of tenders, i) Banning of business for 3 years which implies interpolation, misrepresentation with respect to Barring further dealing with the vendor for the contract in question. procurement of Goods & Services including (b) If the vendor/ supplier fails to execute a participation in future tenders invited by BSNL for 3 contract or fails to execute it satisfactorily beyond years from date of issue of banning order. the provisions of Para 4.1 & 4.2.

(c) If the vendor/ supplier fails to submit required documents/ information, where required.

(d) Any other ground which in the opinion of BSNL is just and proper to order for banning of business dealing with a vendor/ supplier.

***** Signature of the Bidder.

SECTION –III ANNEXTURE-I RATE SHEET FOR REPAIRING OF MODULES OF SMPS POWER PLANTS OF EXCHANGES OF KALYAN SSA

I/We hereby offer to repair SMPS modules along with motherboard at the following rates on the terms and conditions stipulated in this tender. Sl. Total Rate in Rate in words No. No of Figures (Per Modules faulty (Per Module including all Item modul including all Taxes, Total e Taxes, Lavies) Lavies) in Rs. (A) in Rs. (Excluding (Excluding GST) (AXB) GST) (B) (i) Repairing of SMPS 25A Modules with 232 P replacement of parts. 1 (ii) Repairing of SMPS 25A Modules without replacement of parts. (i) Repairing of SMPS 50A Modules 12 Q with replacement of parts. 2 (ii) Repairing of SMPS 50A Modules without replacement of parts. 3 (i) Repairing of SMPS 100A Modules with 537 R replacement of parts. (ii) Repairing of SMPS 100A Modules without replacement of parts. 4 (i) Repairing of SMPS 200A Modules with 52 S replacement of parts. (ii) Repairing of SMPS 200A Modules without replacement of parts. 5 (i) Repairing of SMPS Control Modules with 40 T replacement of parts. (ii) Repairing of SMPS Control Modules without replacement of parts. 6 (i) Repairing of Rack of SMPS PP with 42 U replacement of parts. (ii) Repairing of Rack of SMPS PP without replacement of parts. Total rate quoted for repairing SMPS P+Q+R+S+T+U modules with replacement of spare part GST as per applicable Note:- Please refer section-2 Annexure – A regarding total nos of faulty modules.

NOTE : Rate should be entered in Price Scheduled (BOQ) as per clause 4.1 of section VII

Sample BoQ

Tender Inviting Authority: GMTD, BSNL Kalyan Name of Work: Repairing of SMPS P/P in Kalyan SSA Contract No: KYN/MM-II/e-Tender-102/SMPS/17-18 Bidder Name : PRICE SCHEDULE (This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only ) Sl. Item Description Quantity Units Quoted rate by Bidder with TOTA TOTAL No. all Taxes and Lavies L AMOUNT except GST AMOU In Words NT With all Taxes and lavies except GST BASIC RATE Rate in In Figures To Words be entered by the Bidder Rs. P

Repairing of SMPS 1 P/P Repairing of 232 Nos INR Zero 0.00 INR Zero Only SMPS 25A Only 1.11 Modules with replacement of parts. Repairing of SMPS INR Zero 25A Modules Only 1.12 without replacement of parts 12 Nos INR Zero 0.00 INR Zero Only Repairing of SMPS Only 1.21 50A Modules with replacement of parts Repairing of SMPS INR Zero 50A Modules Only 1.22 without replacement of parts. Repairing of SMPS 537 Nos INR Zero 0.00 INR Zero Only 100A Modules Only 1.31 without replacement of parts. Repairing of SMPS INR Zero 100A Modules with Only replacement of parts. 1.32

Repairing of 52 Nos INR Zero 0.00 INR Zero Only SMPS 200A Only 1.41 Modules with replacement of parts. Repairing of SMPS INR Zero 200A Modules Only 1.42 without replacement of parts (i) Repairing of 40 SMPS Control 1.43 Modules with replacement of parts. (ii) Repairing of SMPS Control 1.44 Modules without replacement of parts. (i) Repairing of 42 Rack of SMPS PP 1.45 with replacement of parts. (ii) Repairing of INR Zero Rack of SMPS PP Only 1.46 without replacement of parts. Total in 0.00 INR Zero Only

Figures Quoted INR Zero Only Rate in Words

ANNEXURE-II (Section-3) Declaration:

I/We hereby declare that I/We have gone through the terms and conditions of the tender invited vide tender No KYN/MM-II/e-tender-102/SMPS Modules/17-18 Dated 03/01/2018 and agree to abide by them in full.

Signature :-

Name (Block Letter):-

Rubber seal :-

Address :- Notes:- 1 The rates should be quoted inclusive of the cost of all spare parts, applicable local Taxes , Octroi etc. but excluding GST. 3 The rates should include collection, delivery, packing, transportation, insurance charges. 4 GST Registration no……….. 5 GST shall be paid by BSNL separately @ the rates prevalent.

Annexure- III (Section-3)

Details of experience

Details of our previous work experience are as under

Amount of Sl.No Year No.of modules Name of SSA repairing Remarks repaired charges

Signature of Tenderer

Seal

Note:- Documentary evidence in respect of the above to be enclosed. Failure to submit the experience certificate duly attested along with the tender, shall entitle total rejection of the tenders.

Section-IV Annexure- I

DECLARATION REGARDING BLACKLISTING / DEBARRING FROM TAKING PART IN GOVT. TENDER BY DOT / BSNL / MTNL / GOVT. DEPT / PSU. (to be executed on stamp paper of Rs. 100/- and duly notarized) NIT NO: KYN/MM-II/e-tender-102/SMPS Modules/17-18 Dated 03/01/2018

I / We ------Proprietor / Partner (s) / Director(s) of M/s ------hereby declare that the firm / company namely M/s ------has not been blacklisted or debarred in the past by DOT / MTNL / any other Government or Semi – Government organization from taking part in Government tenders.

Was blacklisted or debarred by * ------from taking part in Government tenders for a period of ------years w.e.f. ------. The period is over on ------and now the firm / company is entitled to take part in Government tenders.

In case the above information is found false I / we are fully aware that the tender / contract will be rejected / cancelled by Kalyan Telecom EMD / SD shall be forfeited.

In addition to the above Kalyan Telecom will not be responsible to pay the bills for any completed / partially completed works.

Signature :

Name :

Capacity in which as signed :

Name & address of the firm :

* DOT/BSNL/MTNL/Govt. Dept./PSU

Annexure- II(Section-IV)

LETTER OF AUTHORISATION FOR ATTENDING BID OPENING

NIT NO: KYN/MM-II/e-tender-102/SMPS Modules/17-18 Dated 03/01/2018

To: The AGM (MM), Bharat Sanchar Nigam Limited, O/o GMTD, Telephone Bhawan, Kala Talav, Kalyan (W) – 421301.

Subject : Authorisation for attending bid opening on ______(date) in the Tender of ______.

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

Order of Preference Name Specimen Signatures

I.

II.

Alternate Representative

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

Note : 1. Maximum of two representatives will be permitted to attend bid opening. In cases where it is restricted to one, first preference will be allowed. Alternate representative will be permitted when regular representatives 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 received.

*****

Annexure- III (Section-IV)

Declaration on Non-Participation of near relative in the Tender called for Repairs of SMPS Modules in Kalyan Telecom District. (To be executed on non-judicial stamp paper of Rs.100/-and duly notarized)

NIT NO: KYN/MM-II/e-tender-102/SMPS Modules/17-18 Dated 03/01/2018

DECLARATION

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

Signed For and behalf of the tenderer

Name(Caps).

Position.

Date:-

SECTION-V

NIT NO: KYN/MM-II/e-tender-102/SMPS Modules/17-18 Dated 03/01/2018

PERFORMANCE SECURITY BOND FORM

1. In consideration of the BSNL, Kalyan Telecom District (hereinafter called "the BSNL") having agreed to exempt ______(hereinafter called 'the said Contractor (s)' from the demand of Performance Security/Bid Security of Rs…….. ……. On production of Bank Guarantee for Rs…………….. for the due fulfillment by the said contractor(s)’ of the terms and conditions to be contained in an agreement in connection with the contract for supply of……………………………………………... We (Name of Bank)………………..(here in after referred to as “The Bank”) at the request of………….. Contractors do here by under take to pay to the BSNL, By reason any breach by the said contractors of any of the terms & conditions contained in the said agreement. 2 We (Name of the bank) ______do hereby undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the “BSNL” stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the “BSNL” by reason of breach by the said contractors) of any of terms or conditions contained in the said Agreement or by reason of the contractors) failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee, where the decision of the “BSNL” in these counts shall be final and binding on the bank. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.______. 3 We undertake to pay to the “BSNL” any money so demanded notwithstanding any dispute or disputes raised by the contractor(s)/Supplier(s) in any suit or proceeding pending before any court or tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment thereunder and the contractor(s)/Supplier (s) shall have no claim against us for marking such payment. 4 We (name of the bank)______further agree that the guarantee herein contained shall remain in full force and effect during the Period of THIRTY MONTHS from the date herein and further agrees to extend the same from time to time so that it shall continue to be enforceable till all the dues of the BSNL, under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till BSNL, certifies that the terms and conditions of the said agreement have been fully and properly carried out by the said contractor(s) and accordingly discharges this guarantee. 5. We (Name of the bank)______further agree with the “BSNL” that the “BSNL” shall have the fullest liberty without our consent and without affecting in any manner our obligations here under to vary the terms and conditions of the said agreement or to extend time of performance by the said contractor(s)or from time to time or to postpone for any time to time any of the powers exercisable by the BSNL, against the said contractor(s) and to forbear or enforce any of the terms & conditions relating to the said agreement and we shall not be relived from our liability by reason of any such variation, or extension being granted to the said contractor(s) or for any forbearance, and any omission on the part of BSNL or any indulgence by the BSNL to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. 6. This guarantee will not be discharged due to the change in the Constitution of the Bank or the Contractor(s)/Supplier(s). 7. This guarantee shall be irrevocable and the obligations of the Bank herein shall not be conditional to any prior notice by BSNL.

Dated the______day of______For______(indicate the name of the bank) Note: This guarantee should be issued on non-judicial stamped paper, stamped in accordance with the stamp act.

SECTION-VI

AGREEMENT (To be executed on Rs 100/- Stamp Paper by the tenderer)

Sub: TENDER FOR REPAIRING OF FAULTY SMPS MODULES IN KALYAN SSA

Ref:- NIT NO: KYN/MM-II/e-tender-102/SMPS Modules/17-18 Dated 03/01/2018

The GM Telecom Kalyan having agreed to grant contract of Repairing of Faulty SMPS Modules (- 48V) in Kalyan SSA. As specified in the tender document in response to the submission of sealed tender by Me/Us on dt ------

I M/S ------At------I am executing this agreement on ------& here by confirm that I have examined & understood the terms and conditions of the invitation of tender as mentioned under reference by the GMTD Kalyan for appointment of contract for Repairing of Faulty SMPS Modules (-48V) in Kalyan SSA. I am willingly undertake the said work consequent on approval of the tender by the GMTD Kalyan, Telephone Bhavan, Kalatalav, Kalyan-421301, as per the approved rates as accepted by me vide your letter No…………………………….and as per terms & conditions of the tender. I/We have submitted all the required documents in terms of the tender conditions. I/We am/are not black listed or committed any beach of contract earlier with any of the Govt. Department/Public Sector Undertakings. I/We assure to undertake the said contract to the best of my ability at all stages, strictly accordingly to the tender conditions during the tenure period. I/We have not involved in any court cases against the Department or any criminal proceeding are pending against me/us. My/Our Income Tax PAN No…………………… My/Our Bankers are ……………………………. (address) This agreement will remain in force for the period of twelve months from the date of issue of FAT and may be extended for the period of twelve months with proportionate cost as per the requirement of BSNL KALYAN at the same terms and conditions and rates.

WITNESS

1. ------SIGNATURE

2 ------For(Name & address of the firm)

WITNESS 1.------SIGNATURE

AGM (MM) 2. ------For GMTD, Kalyan-421301.

SECTION VII E-TENDERING INSTRUCTIONS TO BIDDERS Note :-The instructions given below are for NIC’s e-tender portal and for e-tenders invited by GM, BSNL,KALYAN only. General These Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, as enclosed in Sec 4 Part A of the Tender Documents. Submission of Bids only through online process is mandatory for this Tender. For conducting electronic tendering, BSNL Kalyan has decided to use the portal http://www.eprocure.gov.in through Central Public Procurement Portal of NIC, (Govt. of India) New Delhi. 1. Tender Bidding Methodology: Sealed Bid System –‘Single Stage Using Two Envelopes’, The Techno-commercial & Financial bids shall be submitted online by the bidder at the same time. 2. Broad outline of activities from Bidders prospective: 1. Procure a Digital Signing Certificate (DSC) 2. Register on Electronic Tendering System® (ETS) 3. Create Users and assign roles on ETS 4. View Notice Inviting Tender (NIT) on ETS 5. Download Official Copy of Tender Documents from ETS 6. Clarification to Tender Documents on ETS  Query to BSNL (Optional)  View response to queries posted by BSNL, as addenda. 7. Bid-Submission on ETS 8. Attend Online Tender Opening Event (TOE) of Techno-commercial Part 9. View Post-TOE Clarification posted by BSNL on ETS (Optional) Respond to BSNL’s Post- TOE queries 10. Attend Online Tender Opening Event (TOE) of Financial-Part (Only for Technical Responsive Bidders).

3. 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 CPPP. a. 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]. b. Registration : To use the Electronic Tender® portal (https://www.eprocure.gov.in)/, vendor needs to register on the portal. 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. For further details, use the Electronic Tender portal www.eprocure.gov.in, The vendor should visit the home page of the portal www.eprocure.gov.in and go to the eprocure link then select Bidders Manual KIT. On successful submission of Registration details. Please contact NIC Helpdesk as given below, to get your registration accepted/activated. NIC HELPDESK Telephone No. (Toll Free) 1800 233 7315 E-Mail I.D. [email protected] (Please mark cc to [email protected]) BSNL CONTACT DETAILS. BSNL`s Contact Person-1 Smt Jayashree Murli , AGM(MM) Telephone No. 0251-2318300 (between 10:00 hrs. to 17.30 Hrs. on working days. E-Mail I.D. [email protected] BSNL`s Contact Person-2 Shri M. H.Kalkar, SDE(MM-II) Telephone No. 0251-2315364 (between 10:00 hrs. to 17.30 Hrs. on working days. E-Mail I.D. [email protected]

4. Method for submission of bid documents:-

The bid-submission shall be online on CPPP, however Some documents mentioned below in clause 4.2 are to be submitted physically offline as follows: 4.1 Online submission:

Sl.No Contents of 1st Electronic Envelops Contents of 2nd Electronic Envelops (1) Original Price Schedule (BOQ) as per Section- III (Annexure I)_. (Download Price Schedule (BOQ) in XLS 01 The documents listed Clause 2.10, Section I format, duly fill in the required details & upload) Should be submitted by online in BOQ format only Note:- (i) If some document is not applicable for the bidder then he has to upload scanned copy of paper mentioning “The document < Name> called vide clause______is not applicable on us”. (ii) If document asked for contains more than one page then all those pages may be uploaded in one PDF format file a. Please take care to scan documents such that the total size of documents to be uploaded remains minimum. If required, documents may be scanned at lower resolutions say at 150 dpi. However it shall be sole responsibility of bidder that the uploaded documents remain legible. b. Utmost care may be taken to name the files / documents to be uploaded on CPPP. There should be no special character or space in the name of file. Only underscores are allowed. The illustrative examples are given below:-

File Name Allowed or not Reason for allowed / not allowed allowed in CPPP Q A Certificate Not allowed Space in between words / characters not allowed QACertificate(I) Not allowed Special characters not allowed. QA_Certificate Allowed Under Score allowed between words / characters. QACertificate Allowed Upper & Lower case allowed

c. It is advised that all the documents to be submitted as per Clause 2 & 10 of Section-4 Part-A of bid document are kept scanned or converted to PDF format in a separate folder on your computer before starting on-line submission. d. The names and total size of each document (Preferable below 50 MB) may be checked before uploading. 4.2 Offline Submissions: The bidder shall submit the following documents offline to AGM (MM) ,2nd floor Telephone Bhavan, Kala Talav Kalyan (W) - 421301on or before the date & time of submission of bids specified in NIT, in a wax/pvc Sealed Envelope. The envelope shall bear (the tender name), the tender number and the words ‘DO NOT OPEN BEFORE’ (due date & time). 1. EMD-Bid Security (Original copy)./ or attested documents for exemption of EMD 2. Bid Document fee in the form of DD/ Bankers cheque - drawn in favour of “Accounts Officer Cash BSNL Kalyan”, against payment of tender fee)./ or attested documents for exemption of Bid document fee 3. Original on Rs 100/- stamp paper duly notarized Power of attorney blue ink signed copy.( If applicable) Note: The Bidder has to upload the Scanned copy of all original above said documents during Online Bid submission also. 5. Special Note on Security of Bids : Security related functionality has been rigorously implemented in ETS in a multi-dimensional manner. Starting with 'Acceptance of Registration by the Service Provider', provision for security has been made at various stages in Electronic Tender’s software.

6. Online Tender Opening Event (TOE) : CPPP offers a unique facility for ‘Online Tender Opening Event (TOE)’. Tender Opening Officers as well as authorized representatives of bidders can attend the Online Tender Opening Event (TOE) .

Every legal requirement for a transparent and secure ‘ Online Tender Opening Event (TOE)’ has been implemented on CPPP. (i) The bids will be opened in 2 stages i.e.(i) Techno-commercial bid & (ii) Financial bid (BOQ). The techno-commercial bid shall be opened on the date of tender opening given in DNIT. The financial bid (BOQ) will not be opened on the date of opening of techno-commercial bids.

 As soon as a Bid is decrypted by the TOC, the documents will be opened from the Techno- commercial bid one by one and the same report of TOC will be uploaded on e-tender portal .

 Thereafter the TEC will evaluate Techno-commercial bids and the report of TEC will be approved by competent authority and the same report of TEC will be uploaded on e-tender portal of techno-commercially compliant bidders for information of financial bid opening.

 The financial bids of those bidders who are approved to be techno-commercially compliant by the competent authority will be opened by TOC in front of techno-commercially eligible bidders/authorized representatives. (ii) The following information should be read out at the time of Techno-commercial bid opening:- a) Name of the Bidder b) Name of the item c) EMD amount & validity and acceptability d) Information in respect of eligibility of the bidder e) Details of bid modification / withdrawal, if applicable

(iii) The following information should be read out at the time of Financial bid opening:- a) Name of the Bidder b) Name of the item c) Quantities / prices quoted in the bid d) Taxes & levies.

7. PRICE SCHEDULE / (Bill Of Quantity ) Utmost care may kindly be taken to upload Price Schedule (BOQ). Any change in the format of Price Schedule (BOQ) shall render it unfit for bidding. Following steps may be followed:- 1. Down load (price quoted rates in XLS format. 2. Fill rates in down loaded price bid as specified in XLS format only in white back ground cells. Don’t fill in grey back ground cells. 3. file is password protected XLS file. Don’t unprotect the file. Price has to be filled in the same file and has to be uploaded 4. Save filled copy of downloaded price schedule (BOQ) in your computer and remember its name & location for uploading correct file (duly filled in) when required.

8. OTHER INSTRUCTIONS : For further instructions, the vendor should visit the home-page of the portal (www.eprocure.gov.in), and go to the Bidders Manual Kit. The compatible support software (PDF Converter, Java, etc) for online bid submission may be downloaded from CPP Portal.

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

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

1. Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender submission deadline on CPPP. 2. Register your organization on CPPP well in advance of your first tender submission deadline on CPPP. 3. Get your organization’s concerned executives trained on CPPP well in advance of your first tender submission deadline on CPPP. 4. Submit your bids well in advance of tender submission deadline on CPPP as there could be last minute problems due to internet timeout, breakdown, etc.

While the first three instructions mentioned above are especially relevant to first-time users of CPPP, the fourth instruction is relevant at all times. (BSNL shall not be responsible any problem arising out of internet connectivity issues).

9. Minimum Requirements at Bidders end  Computer System with good configuration (Min P IV, 1 GB RAM, Windows XP )  Broadband connectivity.  Microsoft Internet Explorer 6.0 or above  Digital Certificate(s) for users. *****

SECTION VIII NIT NO. KYN/MM-II/e-Tender-102/SMPS Modules/17-18 Dated 03/01/2018

BID SECURITY BOND Whereas ………………………(hereafter called “the Bidder”) has submitted its bid dated …………….. For REPAIRING OF FAULTY SMPS MODULES IN KALYAN SSA Tender No……..

…………………….KNOW ALL MEN/woman by these Presents that We …………….. of …………….. having our registered office at ……………. (hereafter called “the Bank”) are bound unto …………………..BSNL, in the sum of Rs. …………. For which payment will and truly to be made the Bank binds itself, its successors and assigns by these presents.

THE CONDITION of the obligation are:

1. If the Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Bid Form; or 2. If the Bidder, having been notified of the acceptance of its bid by the purchaser during the period of Bid Validity.

(a) fails or refuses to execute the Contract, if required, or (b) fails or refuses to furnish performance security, in accordance with the instructions to Bidders.

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

This guarantee will remain in force as specified in clause 9.1 of section I of the Bid Document up to and including thirty (30) days after the period of bid validity and any demand in respect there of should reach the Bank not later than the specified date/ dates.

Signature of the Bank Name Signed in Capacity of Full Address of Branch Tel. No. of Branch Fax No. of Branch

Signature of Witness Name of Witness Address of Witness

SECTION IX

NIT NO: KYN/MM-II/e-tender-102/SMPS Modules/17-18 Dated 03/01/2018

DECLARATION REGARDING CLAUSE BY CLAUSE COMPLIANCE

I/We ------Proprietor/Partner(s)/Directors(s) hereby do agree with all the clauses in the tender document and there is no deviation.

I/We ------Proprietor/Partner(s)/Directors(s) hereby declare that our company/firm has not been black listed by GST Authorities.

Signature:

Name:

Capacity in Which as signed: Name & address of the firm:

SECTION-X GST clauses for the Bidder

Sl. Contractual Clause Clause Description No. 1 Definition 'The term 'GST Act' shall include Central Goods and Service Tax Act, 2017( CGST), State Goods and Service TaxAct,2 017( SGST)' . Integrated Goods and Service Tax AcI,2017( IGST),Union Territory Goods and Service TaxAct,2017( UTGST), Rules and any other GST related legislation in India 2 Definition ‘For the purpose of this agreement, the term ’GST' shall include Central Goods and Service Tax Act, 2017(CGST),State Goods and Service TaxAct,2017( SGST),Integrated Goods and Service Tax Adt,2 017( IGST), Union Territory Goods and Service Tax Act, 2017( UTGST)and any other taxes levied under the GST related legislation in India, as may be applicable. 3 Eligibility For the purpose of this agreement the supplier should: 1. Have a valid PAN No. 2.Have a valid Goods and Services Tax Registration Certificate No. or mention as unregistered dealer ; 3. File a self-declaration along with the evidence that the supplier is not Blacklisted by GST authorities ; 4. Intimate all GST registration number to BSNL, where supplier holds multiple GST numbers. 4 Tax Clause All taxes except CGST, SGST,UTGST and IGST, if any, required to be Paid on the invoices as specified in clause above shall be borne by the supplier. 5 Composition scheme Where the supplier is registered as a composition dealer under GST Act, it shall declare the same time of acceptance of purchase order .Supplier shall not levy or impose taxes under GST on invoices' 6 Indemnity It is the responsibility of the supplier to ensure that outward supply return (GSTR-1)is filed correctly and to declare correct information on the Invoice and GST portal. In case of mismatch because of vendor’s fault prompt amendments must be made by the supplier else supplier shall be required to indemnify BSNL of the loss of credit due to mis-match and BSNL shall recover the said amount from vendor. The compliance to be adhered by supplier includes (but is not limited to ) the following: (i)Uploading appropriate invoice details on the GSTN( Goods and Service Tax Network) with in the stipulated time. (ii) issuing GST compliant invoice/ CN/DN. PO issued by BSNL should be referred by supplier for capturing information on the invoice. (iii))Acceptance of changes made by BSNL on GSTN on account of non-upload or incorrect upload details on GSTN. Such changes w .r. t the mis-match are required to be accepted by supplier within the time limit prescribed under the GST law. lt must be noted that in case supplier does not accept such changes within the time limit prescribed under GST law, the loss of input tax credit( if any) would be recovered from the supplier. BSNL reserves the right to be indemnified for the credit loss and recover the said amount from the supplier in case BSNL is unable to claim the input tax credit for any non- compliance or default or due to lack of diligence on the part of the supplier. Further in case any error because of which no credit is received then such equivalent amount is not liable to be paid by BSNL .Where, however the amount has already been paid by BSNL the same is liable to be recoverable or adjustable against subsequent payments. 7 Indemnity Clause It is hereby agreed between both the parties that in case any GST and /or cess liability, interest, penalties or any other tax / duty / amount/charge liability /professional costs related to litigation becomes payable by BSNL or input tax credit is denied to BSNL due to failure of the supplier to comply with the relevant laws / regulations applicable in India or overseas. Supplier undertakes to indemnify BSNL for an amount equal to amount payable by BSNL and the same shall be recovered by BSNL. 8 Tax deducted at source Nothing contained herein in the agreement shall prevent BSNL from deducting tax at source if required under GST Act and GST Regulations, any law or any regulation. 9 Reverse Charge liability Wherever domestic reverse charge is applicable on BSNL –Domestic procurement under GST Act.no. tax shall be charged by supplier on invoice. It shall be the liability of BSNL to pay tax under reverse charge mechanism. 10 Reverse Charge liability It is specially agreed between the parties that where the –Unregistered supplier. supplier is not registered under GST Act. It shall be the responsibility of BSNL to discharge liability under reverse charge mechanism. It is further agreed that supplier shall not charge tax on invoice. 11 GST Invoice It shall be the responsibility of supplier to raise appropriate tax invoice as per the provisions of GST Act. BSNL reserves the right to be indemnified for the credit loss in case BSNL is unable to claim the input tax credit for any non- compliance / default in raising appropriate invoice by supplier. Further all invoices should be sent to BSNL promptly. Further the supplier is required to comply following requirements w.r.to issuance of invoice: -All the details of supplier (name, address, GST IN/ unregistered vendor ,place of supply, SAC/HSN code etc.) and other mandatory details shall be mentioned on the invoice. -Invoice / DN/ CN need to be issued timely within the time prescribed under GST law. -in case of any deficient supply, BSNL shall convey the same in a reasonable time to enable the supplier to issue credit note and take tax adjustment: -it would be the responsibility of the supplier to declare correct information on invoice and GST portal viz. the amount, the place of supply, rate of tax etc. in case, the eligibility if input tax credit is questioned or denied to BSNL on account of default by the supplier , the same would be recovered by BSNL from the supplier. -Registered location of the both parties i.e. BSNL and supplier should be mentioned in the agreement with GSTIN No.. Further, supplier should raise invoice at the registered premises of BSNL for availment of credit and ensure that the place of supply as per GST law is same as registered premise: -it shall be responsibility of supplier to raise invoice within the prescribed timelines. -E-waybill number should be mentioned in the invoice.

12 Debit note The supplier acknowledge and agrees to issue appropriate debit note / credit note as prescribed under GST Act and send to BSNL within the prescribed time. All documents should be received well in advance so as to enable BSNL to claim proper credit. Further it shall be the responsibility of supplier to declare the details of such credit note in the return for the month during which such credit note has been issued but not later than September following the end of the financial year in which such supply was made of the date of furnishing of the relevant annual return, whichever is earlier. BSNL reserves the right to indemnified for the credit loss by supplier in case of BSNL is unable to claim the input tax credit for any non-compliance of default of due to lack of diligence on the part of the supplier. 13 Payment terms BSNL will make payment to supplier only after the invoice is uploaded by supplier in GST outward return i.e. GSTR-1 and credit of GST is available (reflected in GSTR-2A) to BSNL.

Further it is agreed that for claiming the payment the following documents are to be submitted by the supplier to the paying state along with appropriate invoice. 1. Invoice along with e-way bills. 2. 2. Delivery challan. 3. Consignee receipt (LR) 4. Each equipment shall be accompanied by supplier certification confirming adherence to all standard for materials and workmanship head / state operation heads for records. 5. Bill of materials. 6. Any other documents as may be demanded by BSNL.

14 Payment terms Supplier hereby agrees that it will be solely responsible for performing all compliances and making payments of GST , cesses, interest, penalties or any other tax/duty/amount/charge/liability/arising either out of laws /regulations applicable in India and overseas or because of a demand / recovery initiated by any revenue authority under laws / regulations applicable in India or overseas. 15 Purchase Order It is understood between the parties that supplier shall raise invoice basis purchase order issued by BSNL. In case of any deviation or disagreement by supplier on place of supply , billing location/ HSN code/SAC code stated on PO, it shall be the responsibility of supplier to intimate BSNL well in advance. Further, in case supplier raises the invoice on an address other than agreed, it shall be the responsibility of the supplier to modify the invoice. 16 Place of supply For the purpose of this agreement place of supply under GST Act shall be the place of supply as determined under purchase order raised by BSNL. It shall be responsibility of supplier to intimate BSNL well in advance in case of deviation / disagreement with the place of supply as determined in PO. 17 Deficient supply / Each party to contract agrees that in case of any deficient Incomplete Supply / supply or incomplete supply or rejected supplier, it shall be rejected supply the responsibility of supplier to issue GST compliance credit note within the reasonable time and take tax adjustment in case the supplier fails to issue proper credit note within the time stipulated under the GST law the taxes charged and not adjusted would be borne by the supplier. 18 Advance payment Wherein terms of the agreement BSNL pays advance amount to supplier for supply of goods / services, it shall be the responsibility of supplier to issue GST compliant receipt voucher or such other document as may be prescribed to BSNL. Further supplier would be required to issue refund voucher as prescribed under GST Act in case no supply is made and no invoice is raised. 19 Discount Clause In cases where supplier is providing g discount to BSNL for the goods supplied by it or service rendered, following should be predetermined or mutually agreed between supplier and BSNL. 1. Situations in which discount would be allowed by supplier to BSNL (eg. Value based / quantity based discounts) 2. Basis and manner in which discount would be computed and allowed to BSNL. 3. Deduction of such discount from the value of supply as per provision of GST Act. 20 Compliance rating Supplier shall be liable to comply with all the compliances as may be prescribed to ensure that compliance rating is not reduced below the prescribed limit as laid down under GST Act and GST regulations. Supplier shall be required to submit a self-declaration from time ti time that they are not black-listed on the GST portal. Notwithstanding anything contained in agreement, in the event of black listing of supplier ie. Compliance rating reduced below the prescribed limit, the amount related to tax shall be paid to supplier only on receipt of input tax credit to BSNL. 21 E-way Bill It shall be responsibility of supplier to obtain e-way bill in case of movement of goods exceeding limit as prescribed under the GST Act. Supplier would indemnify BSNL in case of any non-compliance or default or due to lack of diligence on the part of the supplier to comply with the e-way bill requirement. 22 Penalty It is agreed by supplier that in case of any deviation , default or negligence on the part of supplier due to which it is liable to pay penalty to BSNL, the same shall be recovered by BSNL from supplier along with applicable GST Tax (as may be applicable).

23 Liquidated damages GST (If applicable ) on account of liquidated damages due to delay in supply of goods would be borne by supplier. 24 Set off It is agreed in case of set off the security deposit against any claim of the purchaser or BSNL or such other person or person(s) for payment of a sum of money arising out of this contract or under any other contract made by the supplier with the Purchaser or BSNL or such other person(s) contracting through the BSNL, the GST on such set off will be borne by the supplier. Any sum of money due and payable to the supplier (including security deposit refundable to him) under this contract may be appropriated by the purchaser or the BSNL or any other person(s) contracting through the BSNL and set off the same against any claim of the Purchaser or BSNL or such other person or person(s) for payment of a sum of money arising out of this contract or under any other contract made by the supplier with the Purchaser or BSNL or such other person(s) contracting through the BSNL. In case of set off of the security deposit against any claim of the purchaser or BSNL or such other person or person(s) for payment of a sum of money arising out of this contract or under any other contract made by the supplier with the Purchaser or BSNL or such other person(s) contracting through the BSNL, the GST on such set off will be borne by the supplier. GST would not be liable on security deposit. But if supplier set off the security deposit against any claim of the purchaser or BSNL or such other person or person(s) for payment of a sum of money arising out of this contract or under any other contract made by the supplier with the Purchaser or BSNL or such other person(s) contracting through the BSNL, then GST would be levied.

25 Miscellaneous 1. Supplier agrees to share the monthly information with BSNL which would be uploaded by the supplier in its GSTR-1 along with the information of input credit to be claimed by BSNL in such month: 2. It shall be the responsibility of vendor to provide reconciliation statement of all the supplies made by it including issuance of credit note, debit note or other documents as prescribed within 30th September following the end of relevant financial year. 26 Prices Duties ,taxes & Cesses for which the firm has to furnish GST Challans / Tax Invoices will be indicated separately in the PO / APO. 27 Prices Suppliers should furnish the correct HSN / SAC classification /Customs tariff Head in the price Schedule. If the credit for the Duties ,Taxes and Cesses under provision/ rules under GST law is found to be not admissible at any stage subsequently owing to wrong furnishing of Tariff Head, then the suppliers will be liable to refund such non-admissible amount, if already paid, along with penalty and interest if charged by the concerned authority.

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

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

30 Prices If the supplier fails to furnish necessary supporting documents i.e. Tax invoices / Customs invoices etc. in respect of the Duties ,Taxes and Cesses which are eligible for input tax credit, the amount pertaining to such Duties ,Taxes and Cesses will be deducted from the payment due to the firm

31 Prices If the supplier fails to perform necessary compliances which would any manner restrict BSNL to claim input tax credit, then the amount pertaining to such Duties ,Taxes and Cesses will be deducted from the payment due to the supplier.

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

33 Payment Terms Payment of bills shall be made on receipt of goods by consignee. For claiming this payment the following documents are to be submitted to the paying authority. (a) Invoice clearly indicating break up details of composite price i.e. Basic, Goods and Services Tax (GST), any other Duties and Taxes, Freight/Packing Charges, etc. (b) Acknowledged Delivery Challan in original. (c) Inspection Certificate of QA(Payable copy in original) (d) The sea freight receipt as per the rates approved by the Ministry of Water and Surface Transport, if applicable. (e) E-way bill as prescribed in the GST law in case of movement of goods (f) Proof of payment of GST, if applicable. (g) Timely uploading of correct and necessary information on GSTN portal is mandatory as prescribed in GST compliances. Note :- 1) If the supplier fails to furnish necessary supporting documents i.e. GST invoice / Customs invoices etc. and also fails to upload the information on GSTN in respect of the Duties/taxes for which input tax credit is available, the amount pertaining to such Duties/Taxes will be deducted from the payment due to the supplier. 2) Tax amount will be paid to the supplier only after supplier declares the details of the invoices in its return in GSTR 1 and GSTR-3 uploaded by the supplier and the same is reflected in GSTR-2A of BSNL on GSTN portal . 3) TDS/ TCS shall be deducted at the prescribed rate, if any (as the case may be). 4) BSNL can adjust/ forfeit Bank Guarantee obtained from the supplier against any loss of input tax credit to BSNL on account of supplier's default. 5) In case BSNL has to pay GST on reverse charge basis, the supplier would not charge GST on its invoices. Further, the supplier undertakes to comply with the provisions of GST law as may be applicable

34 Payment Terms The balance payment (if any) shall be made within a period of 6 months from invoice date to ensure availability of input tax credit (ITC) & subject to condition that there are no damage/shortages. In those cases where such shortages/damages are intimated to the supplier in writing, the balance payment shall be released only after the cases are settled in accordance with the provision of the P.O. Further, in case of any dispute on the payment to be made to the supplier, the same shall be settled on or before the month of September following the end of financial year to which the invoice pertains. Additionally, in case the dispute is not settled due to any act of the supplier and input credit on the said invoice is lost by BSNL, the same shall be recovered from the supplier.

35 Payment Terms Necessary declaration, statutory forms (if any) shall be provided by BSNL to avail concessional rate of tax wherever applicable on the request of the bidder as and when asked for.

36 Payment Terms GST Invoice All the details of supplier (name, address, GSTIN/ unregistered supplier, place of supply, SAC/ HSN code etc.) and other mandatory details shall be mentioned on the invoice. Invoice/Supplementary invoice/Debit Note/Credit Note/Receipt Voucher need to be issued in compliant format and timely within the time prescribed under GST law. In case of any deficient/incomplete/rejected supply, BSNL shall convey the same in a reasonable time to enable the supplier to issue credit note and take tax adjustment. It would be the responsibility of the supplier to declare correct information on invoice and GSTN viz. the amount, the place of supply, rate of tax etc. In case, the eligibility of input tax credit is questioned or denied to BSNL on account of default by the supplier, the same would be recovered by BSNL from the supplier. Registered location of the both the parties i.e. BSNL and supplier should be mentioned in the agreement with GSTIN No. Further, supplier should raise invoices at the registered premise of BSNL for availing of credit and ensure that the place of supply as per GST law is same as registered premise BSNL could at any time instruct the supplier to raise its invoices at a particular location of BSNL It is the responsibility of the supplier to ensure that place of supply and the GSTN of BSNL are in the same state. If for any reason they are not in the same state, the supplier shall intimate to BSNL and give adequate time before raising of the invoice. E-waybill number should be mentioned on the invoices. Supplier shall be responsible for timely issuance and delivery of invoice/ DN/ CN to enable BSNL to claim tax benefit on or before the stipulated time period provided by the GST law. (a) It is the responsibility of the supplier to ensure that outward supply return (GSTR-1) would be filed correctly. If not, than cost would be borne by supplier. (b) Reporting of correct outward supply by supplier in the outward return (GSTR-1) is the responsibility of the supplier. In case of mismatch because of supplier’s fault, prompt amendments must be made by the supplier else supplier would be required to indemnify BSNL of the loss of credit due to mis-match. The compliances to be adhered by supplier includes (but is not limited to) the following: (i) Uploading appropriate invoice details on the GSTN within the stipulated time; (ii) Issuing GST compliant invoice / CN/ DN. PO issued by BSNL should be referred by supplier for capturing information on the invoice. (iii) Supplier nees to pay the entire self-assessed tax on timely basis. (iv) Where invoice is not uploaded or incorrect upload of invoice detail of GSTN by supplier then credit on such invoice will be given provisionally subject to matching. So, acceptance of changes made by BSNL on GSTN on account of non-upload or incorrect upload of invoice details on GSTN is to be submitted by supplier. Such changes w.r.t. the mismatch are required to be accepted by supplier within the time limit prescribed under the GST law. It should be noted that in case supplier does not accept such changes within the time limit prescribed under GST law, the loss of input tax credit (if any) would be recovered from the supplier. In case of mismatch because of Supplier's fault, prompt amendments must be made by the supplier else supplier would be required to indemnify BSNL for the losses of credit and interest paid due to mismatch. (v) Supplier to issue all necessary documentation and perform all necessary compliances for BSNL to be eligible to claim the input tax credit of GST tax to them. In case BSNL is unable to claim the input tax credit, the amount w.r.t. GST charged by the supplier would be recovered from the supplier (vi) A self-declaration alonwith evidence that the bidder is not blacllisted by GST authorities.In case supplier gets black listed during the tenuer of BSNL contract, then supplier must indemnify BSNL yo ensure that no lossof input tax credit is borne by BSNL due to default of supplier. 27.10 Refer Annexures below( placed as Annexure- A1 ) for clause stating that all the details of supplier (name, address, GSTN/ unregistered supplier, place of supply, SAC/ HSN code etc.) and other mandatory details shall be mentioned on the invoice Where the location agreed are more than one state, then separate invoice state wise to claim input tax credit in a particular state (typically happens in a bill to- ship to scenario) shall have to be submitted.

It shall be the responsibility of the supplier to mention State of place of supply of goods/services in the invoice issued to BSNL.

Payment against GST credit will be made only when GST compliant invoice is submitted by the supplier. 37 Contractor/Supplier/SBO Contractor/Supplier/SBO Contractor/Supplier/SBO means the individual or firm providing goods/services under the contract. The bidder should furnish the name of its collaborator (if applicable), brand name, model number, type of the products and HSN classification under GST and Customs law offered in this tender. The technical literatures of the products should also be submitted. No change in either technology or product shall be permitted after opening of bids. 38 Extension of Time & GST (if applicable) on account of liquidated damages sanction of Extension of due to delay in supply of goods would be borne by Time(EOT) supplier. 39 Penalty GST (if applicable) on account of liquidated damages due to delay in supply of goods would be borne by supplier.

Check List

Sr.No. Particulars Type Of Submission 1 Tender cost in the form of DD/ bankers cheque from OFF LINE &ON scheduled / Nationalized bank. or Self attested Valid MSE/ LINE NSIC certificate for tendered item 2 Bid security in form of DD/ bankers cheque/ Bank Guarantee OFF LINE & ON from scheduled / Nationalised bank. LINE OR Self attested Valid MSE/ NSIC certificate for tendered item 3 Original on Rs 100/- stamp paper duly notarized Power of OFF LINE& ON attorney (if applicable) in original LINE 4 Self Attested copy of document of Registration of the firm ON LINE 5 Self Attested copy of Experience Certificate as per clause ON LINE 10.2 of Tender Notice 6 Self Attested copy of Turn Over certificates as per specified in ON LINE clause 10.2 of Tender Notice

7 Original statement regarding staff employed by the tenderer ON LINE 8 Details of equipment / infrastructure available for carrying out ON LINE the work in original 9 Original Solvency Certificate issued by bank. ON LINE 10 Original Tender Profile and other details duly filled and ON LINE signed 11 Original BID Form duly filled in signed ON LINE 12 Original Declaration for Non Blacklisting as per Section IV ON LINE 13 Original Declaration for non –Participation of near relatives ON LINE as per Section IV 14 Self Attested copy of the Manufacturer certificate and other ON LINE relevant documents ( if applicable) 15 Self Attested copy of GST Certificate ON LINE 16 Self Attested copy of EPF registration ON LINE 17 Self Attested copy of ESIC registration ON LINE 18 Original Clause by clause declaration as per Section IX ON LINE 19 Original MANDATE FORM along with cancelled Cheque ON LINE

20 Self attested copy of latest ITR and PAN Card. ON LINE 21 Tender Document duly filled in and sign on each page At the Time of agreement Note :-1) Documents at Sr. No 1 , 2,3 may be submitted OFFLINE & ON LINE before tender opening 2) Sr. 1 to 19 all documents submitted ON LINE as per E-tendering Instructions i.e. Section-VII 3) Tender Document duly filled in and sign on each page has to submitted at the time of agreements

ERP VENDOR FORM BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise) MANDATE FORM Authorization Letter for Payment of Supplier’s, Contractors Bills through E-Payment Scheme.

1. BSNL ERP Vendor Number :- ______2. Name of the Company/Firm:- ______a) Address :- ______

______PIN Code ______Mobile No.______Telephone No. ______b) 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 NEFT system available (Yes/ No):-______• Whether RTGS enabled branch (Yes/ No):-______• IFSC Code :-______• BANK ACCOUNT NUMBER :-______• PAN Number :- ______• Sale TAX Registration Number :- ______• ECS Number :- ______

Date of Effect :--

Name and Signature of the Authorized Signatory with Seal. Abbreviation/Acronym used above are as under: 1. NEFT- National Electronic Funds Transfer 2. RTGS- Real Time Gross Settlement 3. MICR- Magnetic Ink Character Recognition 4. ECS – Electronic Clearance System