BHARAT SANCHAR NIGAM LIMITED (A Govt. of Enterprise)

OFFICE OF THE GENERAL MANAGER TELECOM BA

E-TENDER DOCUMENT FOR Providing maintenance of Split AC units in various Telephone Exchange Buildings in KOTTAYAM BA for a period of 1 year.

Tender No MP/KTM/ AC maintenance/20-21/2, Dtd at KTM the 08.04.2021

Phone: 0481-2569000

(Visit us at www. keralatelecom.com)

Cost of Tender document is Rs.595 /- (inclusive of all taxes) Last date & time of acceptance of Tender Document Online :- 14.00 hrs on 24.05.2021 Last date & time of receipt of Tender Document Offline: - 15.00 hrs on 25.05.2021 Date & time of Opening of Tender :- 15.30 hrs on 25.05.2021

1 Signature of the Bidder

TABLE OF CONTENTS

Section Title Pages 1 Notice Inviting Tender 3-5 2 Tender Information 6-7 3 General Terms and Conditions 8-12 4 Special conditions of contract 13-16 5 Scope of work and specifications 17-20 6 E-Tendering Instructions 21-29 7 Preliminary agreement 30 8 General (commercial) conditions of the contract 31-32 9 Bidder’s Profile 33 10 Questionnaire 34 11 Certificate Regarding Close Relatives in BSNL 35 12 Agreement Format 36-38 13 Letter of Authorization for Attending Bid Opening 39 14 Mandate Form for Electronic Fund transfer of Payments 40 15 Certificate for Tender Document Downloaded from Website 41 16 Proforma for the EMD/BID Security Declaration 42 17 Check list 43 18 Rate Schedule 44-45 19 SITE list 46-50

20 Proforma for Bank guarantee 51-52 21 Vendor Form 53

2 Signature of the Bidder

BHARAT SANCHAR NIGAM LIMITED (A GOVERNMENT OF INDIA ENTERPRISE)

OFFICE OF THE GENERAL MANAGER TELECOM DISTRICT KOTTAYAM

NOTICE INVITING TENDER

TENDER No. Tender No MP/KTM/ AC maintenance/20-21/2, Dtd at KTM the 08.04.2021

Online Tenders on 2 bid system are invited for and on behalf of the Chairman and Managing Director, BHARAT SANCHAR NIGAM LIMITED by the Principal General Manager Telecom ,BSNL, Kottayam for the work - “Providing maintenance of Split AC units in various Telephone Exchange Buildings in KOTTAYAM BA for a period of 1 year.” from eligible contractors/firms (to be evaluated as per the eligibility criteria specified hereunder) 1. Average annual turnover during the last 3 years, ending 31st March of the previous financial year, should be at least 30% of the estimated cost put to tender. AND 2. Experience of having successfully completed similar works (Maintenance of EA sets) in BSNL, State/Central PWDs, State/Central Public sector undertakings during last 7 years ending last day of month previous to the one in which applications are invited , should be either of the following : a) Three similar successfully completed works costing not less than the amount equal to 40% of the estimated cost put to tender. OR b) Two similar successfully completed works costing not less than the amount equal to 60% of the estimated cost put to tender. OR c) One similar successfully completed work costing not less than the amount equal to 80% of the estimated cost put to tender.

Schedule to the invitation of tender 1. Tender Number: Tender No MP/KTM/ AC maintenance/20-21/2, Dtd at KTM the 08.04.2021

2.Description of work :“ Providing maintenance of Split AC units in various Telephone Exchange Buildings in KOTTAYAM BA for a period of 1 year. 3. Details of work : Bid Approxim Estimated cost Name of work security(EMD) in ate Qty of work in Rs. Rs. NIL (Bid security Providing maintenance of Split AC units in declaration to be various Telephone Exchange Buildings in 600 Nos submitted, as 292250/- KOTTAYAM BA for a period of 1 year. shown in Section- (2021-2022) 16)

4. Cost of Tender Form : Rs.595/- ( Rs.500+ GST 18%+ Flood cess1%)

3 Signature of the Bidder

5. Last date & time of acceptance of Tenders online : Up to 14.00 hrs on 24.05.2021 6. Last date & time of acceptance of Tenders offline : Up to 15.00 hrs on 25.05.2021 7. Date and time of opening of tenders : 15.30 hrs on 25.05.2021 8. Duration of contract : One Year from the date of execution of agreement.

9. Purchase of Tender document : Cost of the tender forms are shown above. Tender document can be obtained by downloading it from the E-tender link of website www..bsnl.co.in or from https://etenders.gov.in/eprocure/app 9.1 The bidders downloading the tender document are required to submit the prescribed tender fee amount through DD/Banker’s Cheque along with their tender bid failing which the tender bid shall be left archived unopened /rejected. The DD/ Banker’s Cheque shall be drawn from any Nationalised/Scheduled Bank in favour of AO(Cash), O/o GMT, BSNL, Kottayam-686001 and payable at Kottayam. 9.2 The tender documents shall be issued free of cost to MSE/NSIC bidders on production requisite proof in respect of valid certification from MSME/NSIC for the tendered item. 9.3 A declaration to the effect that “No addition/deletion/ modification has been made in the downloaded tender document” is also to be attached with the tender document. 9.4 In case of any correction/addition/alteration/omission in the tender document, the tender bid shall be treated as non responsive and shall be rejected summarily. 9.5 The bids of bidders who failed to meet the contractual obligation in earlier tender of Kerala Circle will not be considered. 10. Availability of Tender document: Tender document shall be available for downloading as mentioned in NIT Table. 10.1 In case of tenders invited through e-tendering process physical copy of the tender document would not be available for sale. 11. Tender documents shall not be available for download on its submission/closing date. 12. Date and time of submission of Tender bids : As mentioned in NIT Table. Note: In case the date of submission/opening of bid is declared to be holiday, date of submission/opening of bid will get shifted automatically to next working day at the same scheduled time. Any change in bid submission/opening date due to any other unavoidable reasons will be notified through BSNL website and/or e-Tender portal and/or newspapers 13. Opening of Tender bids: As mentioned in NIT table 14. Place of opening of Tender bids: Authorized representative of bidders (i.e Vendor Organization) can attend the online Tender Opening Event (TOE) at the chamber of Assistant General Manager (Planning),O/o GMT, BSNL, Pulimood Junction, Kottayam where BSNL’s Tender Opening Officers would be conducting on online e-Tender opening. 15 Bid Security/EMD: The bidder, including MSE bidder, shall furnish a declaration (typed in Rs.200/- non-judicial stamp paper) as given in Section-16, in lieu of EMD. 15.1 The MSME units shall be exempted from submission from Bid security deposit on production of requisite proof in respect of valid certification from MSME/NSIC for the tendered item. 16. Tender bid received after due time and date will not be accepted. Incomplete, ambiguous, conditional, unsealed tender bids are liable to be rejected. 17. GMT, BSNL, Kottayam reserves the right to accept or reject any or all tender bids without assigning any reason. He is not bound to accept the lowest tender.

4 Signature of the Bidder

18. All documents submitted in the bid offer should be preferably in English. In case the certificate viz. experience, registration etc. is issued in any other language other than English, the bidder shall attach an English translation of the same duly attested by the bidder & the translator to be true copy in addition to the relevant certificate. All computer generated documents should be duly signed by the bidder. 19. All statutory Taxes as applicable shall be deducted at source before payment. 20. Amendments, if any, to the tender document will be notified in the above website as and when such amendments are made. It is the sole responsibility of the bidders who have downloaded the tender document from the website to keep themselves abreast of such amendments before submitting the tender document. 21. Intending bidders are requested to register themselves using the portal https://etender.bsnl.co.in/irj/portal for obtaining user-id, Digital signature etc., by paying vendor registration fee and processing fee for participating in the above mentioned tender. 22. The documents as listed out section 15 should be uploaded in the E-Tender portal. 23. CONCESSION to MSME Units MSME bidders (Micro, Small & Medium Enterprises) which are registered with the National Small Scale Industries Corporation or any other body specified by Ministry of Micro, Small & Medium Enterprises have been allowed the following concessions. 1. Supply of tender document: The Tender document shall be downloaded by the MSME bidders free of cost provided the tendered item is listed in the Registration Certificate of MSME. 2. Exemption from payment of Earnest Money Deposit: The MSME Units registered with bodies as detailed above shall be exempted from payment of Earnest Money Deposit provided the tendered item is listed in the Registration Certificate of MSME. A proof regarding current registration with bodies as detailed above for the tendered items will have to be attached along with the bid. Declaration of UAM (Udyog Adhar Memorandum) number is mandatory. The bidder who fails to submit UAM number shall not be able to avail the benefits available to MSMEs as contained in Public Procurement policy for MSMEs order, 2012 issued by MSME The enlistment certificate issued by bodies as detailed above should be current & valid on the date of opening of bid. However all successful bidders including MSMEs who are registered with the designated MSME should furnish performance security for an amount equal to 3 % of the estimated cost.

Assistant General Manager (NWP) O/o GMT BSNL, Kottayam -686001 TEL No.0481-2563400

5 Signature of the Bidder

SECTION -2 Tender information 1. Type of tender: Single Stage bidding and two stage opening using Two Electronic Envelopes system. (Techno commercial bid & Financial Bid). The bid should be submitted online using Two Envelope methodology. The Technical part shall consists the eligibility requirements, Technical specification and compliance to all terms and condition of the bid document including clarifications, addendums. Note: The bids will be evaluated techno-commercially and financial bids of techno-Commercially compliant bidders only shall be opening. 1. Bid Validity Period: 150 days from the date of tender opening. 2. Bid Document: Techno-Commercial part of bid shall contain one set each of the following documents. i) Tender documents in original duly filled in and signed by the tenderer on each page ii) Declaration regarding EMD/BID security iii) Cost of Tender Documents in form of Demand Draft (if applicable) iv) Check-list v) Tenderer’s profile and vendor master form. vi) Certificates proving Eligibility as prescribed including MSME and UAM No. vii) Self attested copy of ESI registration certificate. viii) Self attested copy of EPF registration certificate. ix) Self attested copy of GST Registration. x) Those service provider having near relatives working as Executives / Non-executives in any BA in Kerala including Circle Office are not entitled to submit Tender documents for which each Tenderer should submit a “No Near-Relative Certificate”. The near relatives are Father, Mother, Father-in-law, Mother-in-law, Son, Son-in-law, Daughter, Daughter-in-law, Wife, Brother, Brother-in-law etc. If at a later date after awarding the work to successful Tenderer, it is found that near relatives are working as mentioned in this clause, the work awarded will be cancelled and security deposit paid in cash or Bank Guarantee will be encashed and credited to BSNL, BA, KOTTAYAM. The decision of GMT, BSNL, BA, KOTTAYAM is final in this regard. xi) Self attested copy of PAN card. xii)Letter of authorization if any. xiii) Self attested copy of Registration of the firm or authenticated copy of Partnership deed in case of Partnership firms. xiv) Self attested copy of Memorandum of association & articles of association in case of company. xv) Attested copy of “Power of Attorney” in case person other than the tenderer has signed the tender documents. xvi) The authorization of the competent authority for signing the tender document xvii) Mandate form for ECS/EFT. xviii) Self attested copy of Chartered Accountant certificate in respect of Turnover (If applicable) xix) Certificate regarding tender form downloaded from internet. xx) In case of MSE bidders, valid certification from MSME with UAM number for the type of service to be rendered (valid on the date of opening tender). Such bidders are exempted from submission of cost of Tender form. xxi) A self-declaration that the bidder is not black listed by GST authorities.

6 Signature of the Bidder

NOTE: SUBMISSION OF TECHNO COMMERCIAL BID AND FINANCIAL BID THROUGH ONLINE IS MANDATORY The financial part of bid shall contain one set of the complete price schedule. Note: All statutory taxes as applicable/deduction due to price variation etc will be deducted at source before payment. (Offline submission of financial bid is not required).

Note: All documents as mentioned in clause 2 of Section -2 are required to be submitted off-line to AGM (NWP) O/o GMT, BSNL, KOTTAYAM BA. PIN-686001 on or before the date and time of submission of bids in a sealed envelope.

2.In Offline submission all envelopes should be properly sealed (with sealing wax/packing PVC tape). The tenders which are not submitted in the above mentioned manner shall be summarily rejected. 3.The main envelope must bear the following: “ e TENDER for “Providing maintenance of Split AC units in various Telephone Exchange Buildings in KOTTAYAM BA for a period of 1 year”

“NOT TO OPEN BEFORE 15.00 hours on 25.05.2021

7 Signature of the Bidder

SECTION -3

General Terms and Conditions

1. Scope Of Work a)The successful renderer will have to execute the work “Providing maintenance of Split AC units in various Telephone Exchange Buildings in KOTTAYAM BA for a period of 1 year. ".as per the schedule. b) The tenderer has to execute the work in various Telephone Exchanges under BA, Kottayam. The details of site will be given by Engineer in –charge.

2.The General Manager Telecom. District, Kottayam reserves the full rights- a) To accept or reject any or all the tenders without assigning any reasons thereof .He is not bound to accept the lowest. b) To extend the contract for another period up to one year without any change in rates or other terms and conditions stipulated in the agreement. c) To negotiate with the tenderers in case the rate quoted are found on higher side and also to assess the credibility of the tenderer. d) To disqualify such bidders who had a record of not meeting the contractual obligations against any other earlier contracts. e) To engage more than one contractor for a zone or to do any work mentioned in this tender departmentally or by engaging other agencies. f) To increase or decrease the total quantity (Number of AC units )

3. Earnest Money Deposit Bidders have to submit a declaration as shown in section-16

4. Security Deposit: The successful tenderer will have to remit an amount equal to 3% of the estimated contractual value . This amount can be remitted by Demand Draft drawn in favour of Account officer cash BSNL Kottayam from any nationalized bank and payable at Kottayam or in the form of Bank guarantee issued by a scheduled Bank and in the proforma provided in 'Section-20 of this Bid Document. 4.1 The Security Deposit will be refunded after one year from the date of payment of the final bill during the contract period/extended period on receipt of no liability certificate from concerned DE BSSs and after meeting all contractual obligations. 4.2 The Security Deposit will not bear any interest.

5. Near Relatives Working in BSNL 5.1 No one connected with or in the employment of BSNL/ Department of Telecom should ever be admitted by the contractor as partner or to any interest in the contract.(undertaking should be signed as per ANNEXURE attached and submitted) 5.2 No official or officer in the employment of BSNL is allowed to work as a contractor. The near relatives of all BSNL employees either directly recruited or on deputation are prohibited from participation in tenders and execution of work in different units of BSNL.

The near relatives for the purpose are defined as : (a) The member of a Hindu Undivided family,

8 Signature of the Bidder

(b) They are husband and wife, (c) The one is related to the other in the manner as father / mother , son(s) and son’s wife (daughter-in-law), Daughter(s) and daughter’s husband , (son-in-law) brother(s) and brother’s wife , sisters(s) and sister’s husband (brother-in-law). 5.3 The company or firm or any other person is not permitted to tender for works in BSNL unit in which his near relative(s) is (are) posted. The unit is defined as SSA / Circle/ Chief Engineer / Chief Architect / Corporate Office for non executive employees and all SSA in a Circle including Circle Office / Chief Engineer / Chief Architect / Corporate Office for executive employees.

5.4. The tenderer should give a certificate that none of his / her such near relative is working in the units as defined above where he is going to apply for tender .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. 5.5. Any breach of these conditions will result in cancellation of Tender and SD will be forfeited at any stage whenever it is noticed. , BSNL will not pay any damages to the company or firm or concerned person. The company or the firm or the person will also be debarred from further participation in the concerned unit. 5.6. After award, the contractor should intimate the name and address of persons who are working with him or are subsequently employed by him.

6. Execution of Agreement: The successful bidder shall execute an AGREEMENT in the prescribed form in a stamp paper of the requisite value (as per Government guide lines ), at his own expense, within 14 days from the date of receipt of the communication accepting the tender. 7. Termination of contract: a) The General Manager Telecom. District, Kottayam reserves the right to terminate the contract by giving a notice of 15days in writing without assigning any reason. The period of 15days will count from the date of despatch of the notice. The department shall not be liable for payment of any compensation for any loss that the contractor may be put to or alleged to be put to on account of such termination. b) The General Manager Telecom. District, Kottayam reserves the right to terminate the contract without giving any notice and to forfeit the Security Deposit of the Contractor in the following reasons: i) In case the Contractor fails to carry out the work Maintenance of EA sets in various BSNL Telephone Exchanges in KOTTAYAM BA during the contract period in the prescribed time limit . ii) If the work of the contractor is not found satisfactory.

8. Release of Security Deposit:

Security Deposit unless forfeited to the Department in part or in full, will be refunded to the Contractor after six months from the date of settlement of final bill after meeting all the contractual obligations, without any interest. 9. Indemnities: 9.1The contractor shall at all times hold BSNL harmless and indemnify from against legal action, suits, proceedings, works, cost, damage, charges claims and demands of every nature and descriptions, brought or procured against the BSNL its officers and employees, and forthwith upon demand and without protect or demur to pay to the BSNL any and all losses and damages and cost(inclusive between attorney and client) and all costs incurred in endorsing this or any other indemnity of security which the BSNL may now or at any time have relative to the work or the contractors obligation or in protecting or endorsing its right in any suit on other legal proceedings, charges and expense and

9 Signature of the Bidder

liabilities resulting from or incidental or in connection with injury, damages of the contractor or damage to property resulting from or arising out of in any way connected with or incidental to the operations caused by the contract documents. In addition to contractor shall reimburse the BSNL or pay to the Government forthwith on demand without protect or demur all cost, charges and expense and losses and damages otherwise incurred by it in consequences of any claim. , damages and actions which may be brought against the Government arising out of or incidental to or in connection with the operation covered by the contractor.

9.2 The contactor shall at his own cost at the BSNL’s request defend any suit or other proceedings asserting a claim covered by this indemnity, but shall not settle, compound or compromise any suit or other finding without first consulting the BSNL. 10. Force Majeure. 10.1 1f any time, during the continuance of this contract., the performance in whole or in part by either party or any obligation under this contract shall be prevented or delayed by reason of any war, or hostility, acts of the public enemy, civil commotion sabotage, fires, floods, explosions., epidemics, quarantine restrictions, strikes, lockouts or act of God (Herein after referred to as events) provided notice of happenings, of any such eventuality is given by either party to the other within 21 days from the date of occurrence thereof., neither party shall by reason of such event be entitled to terminate this contract nor shall be considered as non-performance and work under the contract shall be resumed as soon as practicable after such event may come to an end or cease to exist, and the decision of the BSNL as to whether the work have been so resumed or not shall be final and conclusive, provided further that if the performance, in whole or part of any obligation under this contract is prevented or delayed by reason of any such event for a period exceeding 60 days either party may, at his option terminate the contract. 10.2) Provided also that it the contract is terminated under this clause, the BSNL shall be at liberty to take over from the contractor at a price to be fixed by the BSNL, which shall be final, all unused, undamaged and acceptance materials, bought out components and stores in the course of execution of the contract, in possession of the contractor at the time of such termination of such portions thereof as the BSNL may deem fit excepting such materials bought out components and stores as the contracts may with the concurrence of BSNL. 11. Dispute and Arbitration: (i) In the event of any question, dispute or difference arising under this tender or in connection there with except as to matter the decision of which is specifically provided under this tender, the same shall be referred to sole arbitration of General Manager Kottayam, or some other person appointed by the General Manager Telecom District, Kottayam. The Agreement to appoint an Arbitrator will be in accordance with the Arbitration and Conciliation Act,1996. There will be no objection to any such appointment that the Arbitrator is BSNL Servant or that he has to deal with the matter to which the agreement relates or that in the course of his duties as BSNL Servant has expressed views on all or any of the matter under dispute. The award of the Arbitrator shall be final and binding on the parties. In the event of such Arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reasons what so ever , General Manager telecom Kottayam shall appoint another person to act as Arbitrator in accordance with terms of the agreement and the person so appointed shall be entitled to proceed from the stage at which it was left out by his predecessors. (ii) The Arbitrator may from time to time with the consent of parties enlarge the time for making and publishing the award. Subject to aforesaid Arbitration and Conciliation Act 1996 and the Rules made

10 Signature of the Bidder

there under, any modification thereof for the time being in force shall be deemed to apply to the Arbitration proceeding under this clause. (iii) The venue of the arbitration proceeding shall be the office of the General Manager Telecom, BSNL at Kottayam or such other places as the Arbitrator may decide.

12. Submission of Bills: Bi-Monthly bills in triplicate are to be submitted. Single bill for each Division/ Sub Division with Service reports and Certificates signed by the concerned SDE/JTO for each DG is to be submitted, PAN of the contractor, BSNL ERP Kerala Circle Vendor Code, GST Registration number of BSNL and contractor etc should invariably be written on all bills. The Contractor shall enclose the payment copies of the previous months EPF, ESI Statement contribution. Goods and Service Tax etc., paid to the concerned authorities as applicable. All invoices must be GST compliant and should indicate separately the CGST and SGST component for availing of ITC by BSNL. No bill will be entertained without GST details.

13. Payment Of Bill a) The SDE/JTO concerned on receipt service report/certificate for breakdown/routine maintenance and cumulative bill of work done in each division of TE/BSS sub division shall pass and forward the same in duplicate with countersignature of DE to the Office of the General Manager Telecom., District, Kottayam for payment with the following certificate. (i) The work has been carried out satisfactorily (ii) The materials are personally checked by me and found in order. Govt levies ( State/Central)as applicable from time to time from the bill of the Contractor and remitted to the Authorities concerned. d) No Advance payment will be made. For claiming the payment the required documents as per GST rules and regulations are to be submitted to the paying authority. e) The payment of bills will be made through e -payment only, for which the requisite mandate in prescribed form has to be submitted along with the bid document. 1. In cities/areas where ECs/EFT facility is provided by Banks, the bidder must have Accounts in such ECS/EFT facility providing banks and that bank account number shall be quoted in the bids by the bidder. 2. The cost of ECS/EFT will be borne by BSNL in all cases where the payment to the Contractor/supplier is made in a local branch ie ., bidder is having bank account in the same place where the payment is made by BSNL unit. 3. In case payment is made to outside branch ie., bidder is having bank account not in the same place from where the payment is made by BSNL unit, the crediting cost will have to be borne by the bidder/recipient only. 4. The bidder must submit the Form for transfer of payment through Electronic Clearance / Electronic Fund transfer. 5. In case e-payment is not possible, payment shall be made by Account payee cheque. 6. No Payment will be made for goods/work rejected at the site on testing. Payment, if made for such items shall be recovered from subsequent bills or other bills 14. Arbitration: 14.1 Except as otherwise provided elsewhere in the contract, if any dispute, difference, question or disagreement arises between the parties hereto or their respective representatives or assignees, in connection with construction, meaning, operation, effect, interpretation of the contract or breach thereof which parties unable to settle mutually, the same shall be referred to Arbitration as provided hereunder.

11 Signature of the Bidder

14.2 A party wishing to commence arbitration proceedings shall revoke Arbitration Clause by giving 60 days’ notice to the designated officer of the other party. The notice invoking arbitration shall specify all the points of disputes with details of the amount claimed to be referred to arbitration at the time of invocation of arbitration and not thereafter. If the claim is in foreign currency, the claimant shall indicate its value in Indian Rupee for the purpose of constitution of the arbitral tribunal.

14.3 The number of arbitrators and the appointing authority will be as under Claim amount(excluding claim Number of Appointing authority for counter claim, if any) arbitrator Above Rs.5 lakhs to Rs. 5 crores Sole Arbitrator BSNL (Note: BSNL will forward a list to be appointed containing names of three empanelled from a panel of arbitrators to the other party for arbitrators of selecting one from the list who will be BSNL appointed as sole arbitrator by BSNL)

Above Rs. 5 crores 3 Arbitrators One arbitrator by each party and the 3rd arbitrator, who shall be presiding arbitrator, by the two arbitrators. BSNL will appoint its arbitrator for its panel.

14.5 Neither party shall appoint its serving employee as arbitrator. 14.6 If any of the Arbitrators so appointed dies, resigns, becomes incapacitated or withdraws for any reason from the proceedings, it shall be lawful for the concerned party/arbitrators to appoint another person in his place in the same manner as aforesaid. Such person shall proceed with the reference for the state where his predecessor had left it both parties consent for the same; otherwise, he shall proceed de novo. 14.7 Parties agree that neither party shall be entitled for any pre-reference or pendente lite interest on its claims. Parties agree that any claim for such interest made by any party shall be void. 14.8 In case of sole arbitrator, BSNL shall make all necessary arrangements for the travel/stay and the expenses incurred shall be shared equally by the parties. 14.9 The arbitration proceedings shall be held at New Delhi or Circle or SSA Headquarter ( as the case may be) 15. SET OFF

Any sum of money due and payable to the supplier under this contract may be appropriated by the purchaser / BSNL or any other person or persons contracting through the BSNL and set off the same against any claim of BSNL or such other person or persons for payment of a sum of money arising out of this contract or under any other contract made by the supplier with BSNL or such other person or persons contracting through BSNL.

12 Signature of the Bidder

SECTION -4

Special Conditions of Contract

SCOPE OF MAINTENANCE:

Maintenance of the Technical/Administrative/Residential buildings as applicable in this contract means that all Electro- Mechanical Services included in the schedule of work are kept in a clean and healthy working condition. Wherever maintenance schedule is prescribed, the same shall be carried out, and breakdowns are attended promptly. Specific details of Maintenance activities with regard to each service are spelt out under section pertaining to that service. In case of minor addition to the O&M, the same shall be done by the firm without any cost adjustment. Watch and ward of the installation under O&M at the site shall be the responsibility of the contractor during contract period. Any defect, shortcoming brought to the notice of BSNL within the first 15 days of taking over for Maintenance by the vendor and confirmed by BSNL shall be the responsibility of BSNL. However, installation is to be taken over for Maintenance immediately after award of work. After the contract period is over the installation has to be duly handed over to BSNL in proper working condition. The contractor shall be responsible for any discrepancies in the status of installation which were available at the beginning of work and also any modification carried out during the currency of the contract. The contractor shall not sublet the work or part thereof; however, services of specialized agencies for specific work can be obtained. The contractor has to make necessary arrangements in consultation with the E-in-C for displaying the maintenance schedule performed and to be performed for each of the services in all the buildings included in the scope of work. Special Note; Operation is not included in the scope of this work. METHODOLOGY AND STAFF: It is mandatory that contractor will provide minimum qualified staff at the site who will be able to perform prescribed Maintenance functions. Since the firm will be doing the maintenance and/or operation of critical services like AC units, responsible and trained persons should be placed at site who could take immediate steps under emergency situation. For optimum and efficient utilization one person can be responsible for number of services. Also Maintenance staff has to be available round the clock round the year including all holidays. However, staff strength may vary. Scheme for staff employed shall be got approved from the Engineer-in-charge. In case of faults beyond the handling capacity of the staff provided as above, contractor shall immediately provide extra specialized work force so as to attend to the fault in minimum reasonable time.

13 Signature of the Bidder

The agency has to supply details of all the workers ( Name, educational qualification and address ) engaged by him and get it approved by the Sub-Divisional Engineer. Firm should also supply three passport size photographs of staff for issue of identity cards along with Particulars of the workers. The staff engaged by the firm shall bear Identity card on duty. The workers engaged by firm shall maintain proper discipline and good behavior with occupants. The firm shall remove such workers from the site whose behavior is found improper. Executive Engineers decision in this regard shall be final. Firm should have round the clock contact telephone number (Mobile and land line). In case of emergency, contractor or authorized engineer/ supervisor shall be made available at site on short notice from Engineer in charge and make all efforts to bring the situation to normal at the earliest. Shut down for maintenance shall be taken with prior approval of the department. Any damage or loss to the installation/building during the maintenance period due to the carelessness on the part of maintenance staff shall be the responsibility of the firm and be replaced / rectified without any extra cost. The agency will provide the workers with necessary tools & plant, testing & safety equipment. Any accident or damage during maintenance / operation will be the responsibility of the agency. BSNL will not entertain any claim, compensation, penalty etc. on this account or on account of non observation of any other requirement of law relevant to his nature of work The contractor shall at all times indemnify BSNL against all claims for compensation under the provisions of any law in force or in respect of any claim made by any person employed by the contractor in carrying out the contract. Further, such staff shall have no right to claim employment from BSNL. Agency has to observe all the labour rules & regulations including EPF, ESI etc., in force and cover the employees with accident insurance and BSNL will not entertain any claim on this account during the contract period and afterwards. Agency has to observe all the service tax rules as applicable in the state of Kerala. The Contractor has to keep the AC Units neat and clean to avoid any accidents or fire hazards. The operation will aim for optimum energy consumption with minimum downtime of the equipment / network. The maintenance cost shall also include contribution towards ESI, EPF etc. in addition to minimum wages approved by the statutory authorities. The contractor participating in the bidding process must possess valid EPF, ESI, Service Tax registration etc. The details such as EPF, ESI, Qualification, Identity and address proof of maintenance staff shall be furnished before commencement of contract. Handing / taking over between the contractors shall be carried out within 15 days after the closure of contract to the entire satisfaction of the Engineer In-charge, failing which works shall be carried out at risk and cost by the department and the decision of the Engineer In-charge shall be final and binding on the contractors. The activities shall be completed by engineer in charge within 03 months.

QUALIFICATIONS OF MAINTENANCE STAFF: Persons deployed at site & In-charge of Maintenance should possess certificates of competency issued / recognized by the State Govt. for carrying out required tasks.

14 Signature of the Bidder

For all services, Electrical workman permit/workman’s competency certificate/Electrical workman’s license (Certificate of competency class II) OR any other equivalent certificate with at-least two years experience is compulsory. If Air- conditioning is also included, person deployed should have the following Qualifications. Pass in 2 years certificate course in Air conditioning and Refrigeration approved by state or central Government with one year experience in the field. OR two years apprenticeship in a reputed firm or organization of Air conditioning and refrigeration engineers. OR five year experience in air-conditioning./refrigeration in skilled capacity .

TOOLS AND PLANTS:

All T&P required for carrying out various tasks pertaining to operation and maintenance have to be arranged by the agency at his own cost.

SPECIAL REQUIREMENT OF EACH OF THE SERVICES (A) A/C system 1. Halide leak detector 2. Sling Psychrometer 3. Anemometer 4. Gas charging equipment 5. Empty cylinder with cap & valve 6. Vacuum cleaner 7. Vacuum Pump (1/4HP) – Two stage rotary pump 8. Vacuum gauge 9. Oxy Acetylene torch & welding set 10. Swaging tools 11. Flaring tool, Tube bender 12. Combing tool 13. Digital temperature sensor 14. Pressure gauge 15. Gas charging manifolds with discharge & suction gauge

The above list is not exhaustive and any other requirements for smooth Maintenance of installation shall be contractor’s responsibility and he shall not claim anything extra on this account.

MATERIALS: Replacement of defective/damaged material shall be on type by type / approved make basis. Dismantled materials shall be returned to the Department except those items for which the replacement is supplied by the agency.

DAMAGES TO BSNL INSTALLATION: Any damage to the installations/building during the O&M period due to the carelessness on the part of maintenance staff shall be the responsibility of the firm and shall be replaced /rectified by him without any extra cost to BSNL.

15 Signature of the Bidder

TERMINATION OF CONTRACT: Right is reserved by BSNL for terminating the contract by giving one week notice in case of serious default. This includes major break down of the electromechanical installations or accident due to negligence on the part of firm, failure to attend breakdown, disobedience and abandoning the site etc. In such a case full performance guarantee shall be forfeited by BSNL. The decision of Superintending Engineer in this regard shall be final and binding. Right is reserved by BSNL for closure of the contract at any time by giving two months notice for reasons not attributed to the firm. The decision of Executive Engineer shall be final and binding on the contractor for closure of contract and for which BSNL shall not entertain any claim. BSNL reserves the right to carry out any work at risk and cost of the agency, if the agency fails to perform any duty within the time frame as mentioned in the agreement without further notice.

COMPENSATION FOR DEFICIENCY IN SERVICE: The individual Split/Window/HSHF AC units shall not be out of service beyond three days. In case of failure to repair the unit within three days firm shall pay compensation @ Rs.100/- per day per Split/Window unit for delay beyond three days period. The decision of DGM(NWP) in this regard shall be final and binding and in any case the total penalty imposed shall not exceed 50 % of the total AMC cost of that particular AC unit for the contract period. However, the GMT, BSNL, Kottayam reserves the right to grant any relief off the penalty considering the circumstances/nature on the appeal made by the contractor. NOTE Notwithstanding the above compensation clause described above, the department shall take steps for repair etc. of faulty equipment at risk & cost of firm without further notice if the service rendered by the firm is found to be unsatisfactory and because of this the normal functioning of the Telephone Exchange and connected installations are affected.

PERIOD OF CONTRACT: The contract is for a period of 12 months. BSNL will have the right to increase or decrease upto 25% quantity of goods and services specified in the schedule of items without any change in the unit price or other terms and conditions at the time of award of contract. In exceptional and unavoidable cases BSNL can increase the quantity of goods and services beyond 25% of the tendered quantity without any change in tendered and accepted unit price and also other terms and conditions applicable at the time of award of contract.

RATES AND TAXES: The rates quoted must be full and final. All taxes, levies, duties, insurance, octroi , contributions towards EPF & ESI schemes and transportation etc. in respect of this contract are payable by the contractor and BSNL will not entertain any claim in respect of the same. Service tax shall be payable as applicable. BSNL shall deduct statutory taxes from payments due to the firm as per rules of the State/Central Govt. The Accounts Officer of the concerned SSA shall issue certificates for such deductions to the firm.

16 Signature of the Bidder

SECTION -5 SCOPE OF WORK AND SPECIFICATIONS

WINDOW / SPLIT UNITS / VOLTAGE STABILIZERS PART I

The maintenance of AC units to be carried out as and when required on call basis. The agency should observe professionalism in attending the faults and should maintain the the AC units neat and clean. The agency should check all the working parameters of the AC units during each site visit and should ensure trouble free operation for next 2 months. No service charge will be paid for the AC units for which service was done within 2 months. The agency should attend any maintenance free of cost in case of any break down of the above AC units. However payment for other scheduled item will be made as per the site requirement, if it is not caused due to lack of service. The agency should clean the Air filter/evaporator coil and condenser coil during each visit and measure the working pressure and temperature and ensure that the units are working satisfactorly.Water service of the condenser unit should be done (if necessary as per the OIC). It is also required to check the wiring/terminals for any loose connection and should be rectified immediately. The drain pipe should be cleaned to avoid water clogging/leak in switch room .The Starting and running capacitors should be replaced free of cost if faulty. AC should be maintained in such a manner that the required cooling capacity is obtained and the energy consumption is optimum as per the rating. Any short coming in performance of the unit should bring in the notice of the OIC for further course of action PART-II TASKS TO BE PERFORMED WITHIN FIRST 15 DAYS Inspect all the units for proper working, electrical connection etc. Any shortcomings noticed shall be brought to the notice of Engineer-in-charge. PART-III – MAINTENANCE/ OPERATION SCHEDULE 1. Checking and servicing of AC units, including cleaning, of filters, condenser coils and fins, etc. - Monthly. 2. Checking of electrical connections - Quarterly. 3. Water Servicing of AC Unit - Quarterly 4. Painting of supporting stands, A/C units and water cooler – Once in an year 5. Ensure proper working of thermostats and settings to be done in such a way that optimum temperature is maintained in side switch room.

PART-IV - MATERIALS 1. All items including replacement of faulty compressor - which shall be obtained from the original manufacturer / authorized dealers – with the exceptions shown below shall be arranged by the firm at their cost and necessary proof for the same shall be submitted by the contractor. 2. Faulty condenser / evaporator fan motors are to be replaced with new one

17 Signature of the Bidder

SCHEDULE FOR MAINTENANCE OF AC UNITS

MAINTENANCE SCHEDULE TO BE FOLLOWED: MAINTENANCE SCHEDULE WINDOW / SPLIT A/C UNITS Monthly( Form-13A)

Make: Sl.No. Date of Installation:

c

0

t,performan

up refrigeran ce of cool/high fans, mode,satisfactory low or not cool and monthly / supply air temp at out Ventilation whether let grill 12 to 15 representative in charge Exchange

Location A/C unit No. of Check condition, top Cleaning of filters Remarks Sign. of Agency Sign. of JTO(E)/

MAINTENANCE SCHEDULE WINDOW / SPLIT A/C UNITS Half Yearly (Form-13B)- (Frequency- Preferably during February, October)

Make: Sl.No Date of Installation:

harge

mounting arrangement thermostat and test. polarity MCB controls and compressor blower for current. and proper WM representative in c Exchange

Location unit A/C No. Of Condition of Checking of controls Check of earth and Checking of switch / Checking of Remarks Sign. of Agency Sign. of JTO(E)/

MAINTENANCE SCHEDULE WINDOW / SPLIT A/C UNITS

General Maintenance schedule Name of Exchange/BTS site:------RPID: Maintenance carried out for the month of ------

Location SL.No Filter Cleaning& Water Earth EER Painting of General Check Servicing Testing, Calculatio Rusted up of filters Insulation n parts Test& Electrical check up Every Month Every 3 Every 6 Every 6 Every year

18 Signature of the Bidder

Months Months months preferably in May 1 2

Proforma – I

1.CERTIFICATE

Certified that M/s. ------has executed the maintenance of ...... Nos W/T...... Nos. S/Tand ...... Nos HSHF AC units as per the Schedule and agreement promptly and satisfactorily during the month of------.

Contractor JTO SDE

Proforma – II

COMPLAINT REGISTER

Date & Officer / Nature Date & Name of Acknowledgem Remarks Time of Section of Time of staff ent of complaint lodging complai redressal attended the rectification by complaint nt of complaint & complainant complaint. signature

LIST OF APPROVED MAKES- BSNL

S. No. Item Makes 1 MCCB(Ics=Icu) L&T/ Schneider Electric / Siemens 2 SDF units L&T/ Schneider Electric / Siemens/ HPL/Havells 3 Power Contactors L&T/ Schneider Electric / Siemens/ Lakshmi(LECS) 4 Change Over Switch HPL / Havells / H-H Elcon 5 Digital/ KWHrmeter Schneider Electric/ AE/ Digitron / IMP/ Meco / Rishabh / Universal/HPL/L&T/ABB 6 Rubber Matting ISI mark

19 Signature of the Bidder

7 MCB/ lsolator /ELCB/RCCB/ Crompton / Havells / lndokopp / MDS Legrand/ L&T Distribution Board / Schneider Electric/ Siemens / Standard/ C&S/ABB/HPL 8 MS/ PVC Conduit ISI mark 9 Cable Tray MEM/Bharti/Ratan/Slotco/Profab 10 HT/LT Cables ISI mark 11 PVC insulated copper ISI mark conductor wire 12 Motors ABB/ Bharat Bijlee / Crompton Greaves / Schneider Electric / HBB / KEC / Siemens/Jyoti Ltd 13 Fresh Air Fans GE / Khaitan/Almonard/Crompton

14 Starter ABB / BCH / Schneider Electric / L&T / Siemens / 15 Single Phase Preventer L&T / Minilec / Siemens / Zerotrip 16 GI/MS Pipe ATC / ATL / BST / GSI / ITC / ITS / IIA / JST / Jindal /TTA / Tata/Zenith 17 Foot Valve ISI mark 18 Gate Valve Advance/Audco/Johnson Controls/Zoloto/Annapurna / Fountain / Kirloskar / Leader / Sant / Trishul 19 Compressors Carrier/Emerson copeland/York/Danfoss (for chillers only) 20 Resin Bonded Glass wool Fibre Glass / Pilkingston / UP Twiga 21 Expanded Polystyrene BASF(India) Ltd. 22 Gauge Feibig / H.Guru / Pricol 23 Controls FLICA / Honeywell / Indfoss / Penn-Danfoss / Ranco / Ranutrol / Sporland 24 Fine Filters Anfiltra Effluent / ARW / Athlete/ Airtake/ Dyna / Kirsloskar/ Puromatic/ Purafill/ Purolator / Tenacity

25 GI Sheet HSU Jindal / National / Nippon Denro / Sail / Tata 26 Fire Extinguisher ISI mark NOTE:The accessories such as CT/PT/measuring instrument/relays provided by approved make in respect of Transformer/HT Panel/DG /AC Package Units as supplied by approved manufacturer along with the equipments are also acceptable in addition.

20 Signature of the Bidder

SECTION 6 E-tendering Instructions to Bidders

Note :-The instructions given below are CPPP’s e-tender portal centric and for e-tenders invited by Planning section, BSNL, KAOTTAYAM BA, Kerala Telecom Circle only. General

As BSNL has decided to use process of e-tendering for inviting this tender, the physical copy of the tender would not be sold. Submission of Bids only through online process is mandatory for this Tender. The Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, as given in this Tender Document. Submission of Online Bids is mandatory for this Tender. E-Tendering is a new methodology for conducting Public Procurement in a transparent and secured manner. Suppliers/ Vendors will be the biggest beneficiaries of this new system of procurement. For conducting electronic tendering, BSNL KERALA Circle has decided to use the Portal (https://etenders.gov.in/eprocure/app) through Central Public Procurement Portal, Government of India. Benefits to Suppliers are outlined on the Home-page of the portal. https://etenders.gov.in/eprocure/app

Special Instructions :

Tender Bidding Methodology:

Sealed Bid System –‘Single Stage – Using Two Envelopes’,

Financial & Techno-commercial bids shall be submitted by the bidder at the same time.

Broad outline of activities from Bidders prospective:

Procure a Digital Signing Certificate (DSC) Register on Central Public Procurement Portal (CPPP) Create Users and assign roles on CPPP View Notice Inviting Tender (NIT) on CPPP .Download Official Copy of Tender Documents from CPPP Clarification to Tender Documents on CPPP Query to BSNL (Optional) View response to queries posted by BSNL, as addenda. Bid-Submission on CPP Attend Public Online Tender Opening Event (TOE) on CPP Opening of Techno-commercial Part View Post-TOE Clarification posted by BSNL on CPPP (Optional) Respond to BSNL’s Post-TOE queries Attend Public Online Tender Opening Event (TOE) on CPPP Opening of Financial-Part (Only for Technical Responsive Bidders) Participate in e-Reverse Auction on CPPP, wherever applicable

21 Signature of the Bidder

Please take care to scan documents that 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. Utmost care may be taken to name the file/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 in CPPP allowed QA Certificate not allowed Space in between words / characters not allowed QA not allowed Special characters not Certificate(1) allowed QA_Certificate allowed Under score allowed between words /characters QACertificate allowed Upper & lower cases allowed It is advised that all the documents to be submitted (See clause 2 of Section 2) are kept scanned or converted to PDF format in a separate folder on your computer before starting online submission. Price schedule (BOQ) as per Section-18 (Excel Format) may be downloaded and rates may be filled appropriately. This file may also be saved in a secret folder on your computer. The names & total size of documents (Preferably below 50 MB) may be checked

For participating in this tender online, the following instructions need to be read carefully. These instructions are supplemented with more detailed guidelines on the relevant screens of the CPPP.

Note 1: It is advised that all the documents to be submitted (See clause 2 of Section 2) are kept scanned or converted to PDF format in a separate folder on your computer before starting online submission. Price schedule (BOQ) as per Section-18 (Excel Format) may be downloaded and rates may be filled appropriately. This file may also be saved in a secret folder on your computer. The names & total size of documents (Preferably below 50 MB) may be checked The BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevant columns, else the bidder is liable to be rejected for that tender. Bidders are allowed to enter the Bidder Name and Values only Note 2: While uploading the documents, it should be ensured that the file name should be the name of the document itself 3. Digital Certificates

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

22 Signature of the Bidder

4. Registration To use the Central Public Procurement Portal (https://etenders.gov.in/eprocure/app)Vendor need to register on the portal. The vendor should visit the home-page of the CPPP portal (https://etenders.gov.in/eprocure/app) and go to the e-procure link then select Bidders Manual Kit. Intending bidders are requested to register themselves with CPPP through https://etenders.gov.in/eprocure/app for obtaining user-id, Digital Signature etc., Tender processing fee payment (if applicable) should be done during requisition of tender online. BSNL has decided to use process of e-tendering for inviting this tender and thus the physical copy of the tender would not be sold. Note: After successful submission of Registration details and Vendor registration fee and processing fee ( as applicable). please contact NIC Helpdesk (as given below), to get your registration accepted/activated.

CPPP Helpdesk Telephone/Mobile 0120-4001002,0120-4001005, 0120-4200462, 0120-6277 787 Nos. [email protected] E-mail ID [Please mark CC: [email protected]]

As a first step kindly refer the User Manual. For any technical related queries please call the Helpdesk. The 24 x 7 Help Desk Number 0120-4200462, 0120-4001002. A mail can be sent to [email protected] and [email protected] For all technical issues. A mail can be sent to [email protected] for any policy / domain issues. If some problem is faced during publishing of Tender / Corrigendum / AOC, users may kindly send a mail to [email protected] along with the screen shot of the page.

BSNL Contact-1 BSNL’s Contact Person AGM.(NWP), O/o GMT,BSNL, Kottayam-1 Telephone/ Mobile 0481-2582700 [between 9:30 hrs to 17:00 hrs on working days] E-mail ID [email protected]

BSNL Contact-2 BSNL’s Contact Person SDE(Plg) O/o GMT,BSNL, Kottayam-1 Telephone/ Mobile 0481-2569000 [between 9:30 hrs to 17:00 hrs on working days] E-mail ID [email protected]

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

23 Signature of the Bidder

5 Some Bidding related Information for this Tender In this tender the bidder has to participate in e-tender online. Some documents are to be submitted physically offline. For details please see clause 2 of section-2. Broad outline of submissions are as follows: Submission of Bid Security/ Earnest Money Deposit (Declaration), submission of cost of Tender document Submission of digitally signed copy of Tender Documents/ Addendum/addenda Eligibility proof Two Envelopes Techno-commercial -Part Financial-Part 6. Offline Submissions: The bidder is requested to submit the all the below documents offline to AGM (NWP),O/o PGMT, BSNL, Kottayam-1 in a sealed envelope before due date. The envelope shall bear (name of the work), the tender number and the words ‘DO NOT OPEN BEFORE’ (due date & time). i) Tender documents in original duly filled in and signed by the tenderer on each page ii) Declaration regarding EMD/BID security iii) Cost of Tender Documents in form of Demand Draft (if applicable) iv) Check-list v) Tenderer’s profile and vendor master form. vi) Certificates proving Eligibility as prescribed including MSME and UAM No. vii) Self attested copy of ESI registration certificate. viii) Self attested copy of EPF registration certificate. ix) Self attested copy of GST Registration. x) Those service provider having near relatives working as Executives / Non-executives in any BA in Kerala including Circle Office are not entitled to submit Tender documents for which each Tenderer should submit a “No Near-Relative Certificate”. The near relatives are Father, Mother, Father-in-law, Mother-in-law, Son, Son-in-law, Daughter, Daughter-in-law, Wife, Brother, Brother-in-law etc. If at a later date after awarding the work to successful Tenderer, it is found that near relatives are working as mentioned in this clause, the work awarded will be cancelled and security deposit paid in cash or Bank Guarantee will be encashed and credited to BSNL, BA, KOTTAYAM. The decision of GMT, BSNL, BA, KOTTAYAM is final in this regard. xi) Self attested copy of PAN card. xii)Letter of authorization if any. xiii) Self attested copy of Registration of the firm or authenticated copy of Partnership deed in case of Partnership firms. xiv) Self attested copy of Memorandum of association & articles of association in case of company. xv) Attested copy of “Power of Attorney” in case person other than the tenderer has signed the tender documents. xvi) The authorization of the competent authority for signing the tender document xvii) Mandate form for ECS/EFT. xviii) Self attested copy of Chartered Accountant certificate in respect of Turnover (If applicable) xix) Certificate regarding tender form downloaded from internet. xx) In case of MSE bidders, valid certification from MSME with UAM number for the type of service to be rendered (valid on the date of opening tender). Such bidders are exempted from submission of cost of Tender form. xxi) A self-declaration that the bidder is not black listed by GST authorities.

24 Signature of the Bidder

6.1 Online submission: The following documents must be uploaded in CPPP portal. 6.1.1 Scanned copy of all above said documents in clause 6. (In the case of Tender document, digitally signing is sufficient) 6.1.2 Price schedule/ BOQ

NOTE: It is strictly instructed that documents should be uploaded in order as detailed above. No document should be uploaded twice. If some document is not applicable for the bidder then he has to upload scanned copy of paper mentioning ‘the document ....... called vide clause ______is not applicable on us. If document asked for contains more than one page then all those pages may be uploaded in one PDF file.

6.2 Price schedule / BOQ Utmost care may kindly be taken to upload price schedule / BOQ. Any change in the format of price Schedule / BOQ file shall render it unfit for bidding. Following steps may be followed i) Down load price schedule / BOQ part ii) Fill rates in down loaded price schedule / BOQ iii) Save filled copy of downloaded price schedule / BOQ file in your computer and remember its Name & location for uploading correct file (duly filled in) when required. iv) Download price schedule / BOQ Section-18 in Excel format . Fill up required information and save in your computer for uploading it while submitting the bid 7. Special Note on Security of Bids Security related functionality has been rigorously implemented in CPPP in a multi-dimensional manner. Starting with 'Acceptance of Registration by the Service Provider', provision for security has been made at various stages in Electronic Tender's software. Specifically for Bid Submission, some security related aspects are outlined below:

8. Public Online Tender Opening Event (TOE)

CPPP offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. Tender Opening Officers as well as authorized representatives of bidders can attend the Public Online Tender Opening Event (TOE) from the comfort of their offices. For this purpose, representatives of bidders (i.e. Supplier organization) dully authorized are requested to carry a Laptop and Wireless Connectivity to Internet. Every legal requirement for a transparent and secure ‘Public Online Tender Opening Event (TOE)’ has been implemented on CPPP.

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

25 Signature of the Bidder

E-Reverse Auction E-Reverse Auction would be conducted on unit/total package/net cost to BSNL value for bid evaluation, subsequently after the opening of the Financial Part.

The following would be parameters for e-Reverse Auction Sl No Parameter Value 1. Date and Time of reverse Auction Will be intimated to Technically bidding event Responsive bidders after the opening of financial part 2 Duration of Reverse –Auction ……………(typically 1 to 2) bidding event hours. 3 Automatic extension of the Reverse Yes –Auction Closing Time, if last bid received is within a pre-defined Time Duration before the Reverse Auction closing Time 3.1 Pre defined Time Duration …………xx Minutes (typically 05 minutes) 3.2 Time Duration of Automatic ………….yy Minutes (Typically extension 10 minutes) 3.3 Maximum number of Auto ……….nn Automatic Exensions Extensions (Typically 04 to 06 extensions) 4 Criteria of bid acceptance Beat on starting last quoted price as well as Beat on Rank-1 Bid Value 5 Entity start price Unit/total package/net cost to BSNL ( To be decided by planning cell) 6 Minimum bid decrement …………..(Value in currency) to be decided by planning cell 7 Display of Pseudo identity of bidders Tot all Bidders, as well as BSNL’s during bidding period officers 8 Display of Bidder’s own current Yes Rank Note: Parameters at Sl No. 5 and 6 shall be confirmed after opening & evaluation of Financial bid parts.

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. The help information provided through ‘CPPP User-Guidance Center’ is available in three categories –Users intending to Register / First-Time Users, Logged-in users of Buyer organizations, and Logged-in users of Supplier organizations. Various links are provided under each of the three categories. Important Note: It is strongly recommended that all authorized users of Supplier organizations should thoroughly peruse the information provided under the relevant links, and take appropriate action. This will prevent hiccups, and minimize teething problems during the use of CPPP. The following ‘ FOUR KEY INSTRUCTIONS for BIDDERS’ must be assiduously adhered to:

26 Signature of the Bidder

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 using online training module well in advance of your tender submission deadline on CPPP. 4. Submit your bids well in advance of tender submission deadline on CPPP (BSNL should not be responsible any problem arising out of internet connectivity issues).

Important Note: 1. .The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders due to local issues. The time that is displayed from the server clock at the top of the tender Portal, will be valid for all actions of requesting bid submission, bid opening etc., in the e-Procurement portal. The Time followed in this portal is as per Indian Standard Time (IST) which is GMT+5:30. The bidders should adhere to this time during bid submission.For further instructions, the vendor should visit the home -page of the portal

(https://www.eprocure.gov.in

11. Minimum Requirements at Bidders end

Computer System with good configuration ( 1 GB RAM, OS Windows 7 or higher version) ,Broadband connectivity. Microsoft Internet Explorer 8.0 /Mozilla Fire Fox ,Digital Certificate(s) and latest version of Java installed Vendors Training Program Vendors may contact the CPPP Helpdesk personnel given in clause 4 of Section 4 Part C ,for any type of training/help, which they may require while uploading the bids.

Instructions for Online Bid Submission

The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal. More information useful for submitting online bids on the CPP Portal may be obtained at: https://etenders.gov.in/eprocure/app

REGISTRATION 1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL: https://etenders.gov.in/eprocure/app) by clicking on the link “Online bidder Enrollment” on the CPP Portal which is free of charge. 2) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts.

27 Signature of the Bidder

3) Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / nCode / eMudhra etc.), with their profile. 5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC’s to others which may lead to misuse. 6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS 1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP Portal. 2) Once the bidders have selected the tenders they are interested in, they may download the required documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender document. 3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS 1) Bidder should take into account any corrigendum published on the tender document before submitting their bids. 2) Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid. 3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document. 4) To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” or ‘’Other Important Documents’’ area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.

Note: My Documents space is only a repository given to the Bidders to ease the uploading process. If Bidder has uploaded his Documents in My Documents space, this does not automatically ensure these Documents being part of Technical Bid. SUBMISSION OF BIDS 1) Bidder should log into the site well in advance for bid submission so that they can upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues. 2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document. 3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details of the instrument. 4) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted/couriered/given in person to the concerned official, latest by the last date of bid submission or as

28 Signature of the Bidder

specified in the tender documents. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected. 5) Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BoQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BoQ file, open it and complete the white coloured (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the BoQ file is found to be modified by the bidder, the bid will be rejected. 6) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission. 7) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid opener’s public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers.

7) The uploaded tender documents become readable only after the tender opening by the authorized bid openers. 8) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in the portal), the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details. 9) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

ASSISTANCE TO BIDDERS 1) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender. 2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk.

29 Signature of the Bidder

SECTION 7 Preliminary agreement

Providing maintenance of Split AC units in various Telephone Exchange Buildings in KOTTAYAM BA for a period of 1 year

1. I/We hereby tender to execute for the BSNL,Kottayam the above mentioned description of work in accordance with specifications and instructions contained in the Tender Notice Tender No MP/KTM/ AC maintenance/20-21/2, Dtd at KTM the 08.04.2021

or as may be given by the General Manager Telecom.District, Kottayam, or his representatives in consideration of payment of being made for the quantity of work executed at the rate specified in the schedule enclosed herewith. 2. Should this tender be accepted, I/We agree to abide by and fulfill all the terms and conditions as outlined in the tender notice and to enter into formal agreement with the Company in due course. Till such time, acceptance of this shall be deemed to be the Contract. 3. I/We also agree that the decision of the General Manager Telecom. BSNL, Kottayam regarding this agreement will prevail and effects of this tender shall be final and legally binding.

Name and address of the witness: Signature of Tenderer Date:

Signature with date:

30 Signature of the Bidder

SECTION 8 General ( Commercial) conditions of the Contract

Clauses Relating to GST

A) TAXES AND DUTIES CLAUSE - FOR VENDOR/SUPPLIER/CONTRACTOR (For Supplies/ Services during GST Regime) INDIRECT TAXES/ GST 1. For the purposes of levy and imposition of GST, the expressions shall have the following meanings: (a) GST - means any tax imposed on the supply of goods and/or services under GST Law. (b) Cess – means any applicable cess, existing or future on the supply of Goods and Services as per Goods and Services Tax (Compensation to States) Act, 2017. (c) GST Law - means IGST Act 2017, CGST Act 2017, UTGST Act, 2017 and SGST Act, 2017and all related ancillary Rules and Notifications issued in this regard from time to time. 2. The rates to be quoted by the bidder should be exclusive of GST. The GST should be quoted separately showing the percentage of SGST, CGST and IGST. The GST portion as shown separately will be paid by BSNL. However, it is the responsibility of the bidder to make all possible efforts to make their accounting / IT system GST compliant in order to ensure availability of Input Tax Credit (ITC) to BSNL. 3. Offers without giving any of the details of the taxes (Including rates and amounts) as specified above will be considered as non-registered bidder under GST and the acceptance of such tender shall be at the full discretion of Principal General Manager, BSNL, Kottayam. 4. Bidders are required to pass on the benefit arising out of introduction of GST, including seamless flow of Input Tax Credit, reduction in Tax Rate on inputs as well as final goods by way of reduction of price as contemplated in the provision relating to Anti-Profiteering Measure vide Section 171 of the CGST Act, 2017. Accordingly, for supplies made under GST, the bidders should confirm that benefit of lower costs has been passed on to BSNL by way of lower prices/taxes and also provide details of the same as applicable. BSNL reserves the right to examine such details about costs of inputs/input services of the bidders to ensure that the intended benefits of GST have been passed on to BSNL. 5. BSNL shall declare the value of free issue of materials and services, if any, involved in the execution of the contract. The Contractor should consider the same while working out the GST liability, if any. Further in cases where GST is leviable on any facilities provided by BSNL and used by bidders and the consideration for which is recovered by BSNL in the form of reduction in the invoice raised by bidders then BSNL will raise GST invoices on such transactions and the same will be reimbursed by bidders.

6. Bidder agree to do all things not limited to providing GST compliant Tax Invoices or other documentation as per GST law relating to the supply of goods and/or services covered in the instant contract like raising of and /or acceptance or rejection of credit notes / debit notes as the case may be, payment of taxes, timely filing of valid statutory Returns for the tax period on the Goods and Service Tax Network (GSTN), submission of general information as and when called for by BSNL in the customized format shared by BSNL in order to enable BSNL to update its database etc. that may be necessary to match the invoices on GSTN common portal and enable BSNL to claim input tax credit in relation to any GST payable under this Contract or in respect of any supply under this Contract.

7. In case Input Tax Credit of GST is denied or demand is recovered from BSNL by the Central / State Authorities on account of any non-compliance by bidders, including nonpayment of GST charged and recovered, the Vendor/Supplier/Contractor shall indemnify BSNL in respect of all claims of tax, penalty and/or interest, loss, damages, costs, expenses and liability that may arise due to such non-

31 Signature of the Bidder

compliance. BSNL, at its discretion, may also withhold/recover such disputed amount from the pending payments of the bidders. B) PAYMENT TERM CLAUSE: The Bidder/Vender will be required to submit the details of their bill upload to GSTN site for claiming payment. Tax Invoice under GST Rules should contain complete details as under:- a) Name, address and GSTIN of the supplier; b) A consecutive serial number not exceeding sixteen characters, in one or multiple series, containing alphabets or numerals or special characters hyphen or dash and slash symbolized as “-“ and “/” respectively, and any combination thereon, unique for a financial year; c) Date of its issue; d) Name, address and GSTIN or UIN, if registered, of the recipient; (i.e. BSNL, Kerala Circle) (BSNL Kerala Circle GSTIN No. 32AABCBG5ZQ) e) Name and address of the recipient and the address of delivery, along with the name of STATE and its Code, if such recipient is un-registered and where the value of taxable supply is Fifty thousand rupees or more. f) HSN Code of goods or Accounting Code of services; g) Description of goods or services; h) Quantity in case of goods and unit or Unique Quantity Code thereof; i) Total value of sup-ply of goods or services or both; j) Taxable value of supply of goods or services or both taking into account discount or abatement, if any; k) Rate of tax (Central tax, State tax, integrated tax, Union territory tax or cess) l) Amount of tax charged in respect of taxable goods or services (Central tax, State tax, integrated tax, Union territory tax or cess) m) Place of supply along with the Name of State, in case of a supply in the course of inter-State trade or commerce. n) Address of delivery where the same is different from the place of supply; o) Whether the tax is payable on reverse charge basis; and p) Signature or digital signature of the supplier or his authorized representative.

32 Signature of the Bidder

SECTION 9 (TENDERER’S PROFILE)

Details Required Response from the bidder Sl Full Name (in capital letters) 1 Address

2

Whether Individual/Company/Partnership firm

In case of Company/Partnership firm, name and designation of the person authorised to sign the contract agreement Phone Number: 3 Contact Details Fax Mobile Number: Email id:

Income Tax Permanent Account No. (PAN) Service Tax Registration No. (If applicable)

EPF Registration No. (If applicable)

ESIC Registration No(If applicable) Any other relevant details. I/We hereby declare that the particulars furnished above are correct. Date: Signature:

33 Signature of the Bidder

SECTION10 QUESTIONNAIRE

I. Name of the Tenderer : (In block letters) 2. Postal Address in full : (In block letters) Telephone No. : Mobile No : 3. Whether representing an individulal/registered firm:

4. Are you an contractor :

5. If you are an contractor ,give a brief not about previous work done . The details of the trained service Engineers/ Technicians etc also be given (Attach separate sheet if necessary) :

6. Are you doing similar electrical works in Any Government Department/ undertaking/ Reputed Firm at present/done previously. (enclose proof) :

7. Your permanent Income Tax Account number : (PAN Number)

8. Your GST registration number :

Date: Signature of Tenderer

34 Signature of the Bidder

SECTION 11

CERTIFICATE REGARDING CLOSE RELATIVES WORKING IN BSNL

(To be submitted by all the Directors of the Company/ partners/ owner’s of the contractor’s firm)

I ______s/o ______r/o ______here by certify that none of my relative(s) as defined under is/are employed in BSNL unit for which I am bidding..

In case at any stage, it 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.

The near relatives for this purpose are defined as:- a) Members of a Hindu undivided family. b) They are husband and wife.

c) The one is related to the other in the manner as father, mother, son(s) & son s wife (daughter in law), Daughter(s) and daughter s husband (son in law), brother(s) and brother s wife, sister(s) and sister s husband (brother in law).

Dated this ______Day of ______2021

Signature of Bidder

35 Signature of the Bidder

SECTION 12 (Agreement)

THIS AGREEMENT made this ……. day of ………. 2021 between Bharath Sanchar Nigam Limited represented by the General Manager Telecom District , Kottayam, hereinafter called “BSNL” (which expression shall unless excluded by or repugnant to the context, include his successors and assignees) on the one part and Shri………………….………………………….……… (here in after called the “Contractor ” which expression shall include his heirs , executors , administrators, Legal representatives and assignees ) on the other part. WHEREAS the contractor was the one person who tendered for “Providing maintenance of Split AC units in various Telephone Exchange Buildings in KOTTAYAM BA for a period of 1 year.And WHEREAS the contractor has agreed to do the work of” Providing maintenance of Split AC units in various Telephone Exchange Buildings in KOTTAYAM BA for a period of 1 year. “ and is prepared to accept the terms and conditions as per the details of work and rates specified below:-

Item 1) Providing periodical preventive maintenance. Rate Rs. (In figures & in words) of AC units in of various Xges

Item 2) Carrying out Gas charging Rate Rs. (In figures & in words) In AC units after pressure testing

Item 3 Rewinding Of Fan motors. Rate Rs. (In figures & in words)

Item 4.1 to 4.4 Spares/ for AC units Rate Rs. (In figures & in words )

NOW ,THEREFORE ,THIS AGREEMENT WITNESSETH AND THE PARTIES HEREBY AGREE AS FOLLOWS:- The Contractor hereby agree to the terms and conditions mentioned in the Tender No: Tender No MP/KTM/ AC maintenance/20-21/2, Dtd at KTM the 08.04.2021

1.The Contractor will permit the General Manger, Telecom District, Kottayam or his authorized officers to inspect the work at all times while the same are under execution . 1.The Contractor will do all the works entrusted to him, from time to time in a thoroughly neat and expert manner and with genuine materials /spares and in accordance with the specifications, terms and conditions and directions contained in the Tender Notice. Tender No MP/KTM/ AC maintenance/20- 21/2, Dtd at KTM the 08.04.2021 2. The contract is for a period of one year from the 10th day of date of execution of agreement.

36 Signature of the Bidder

3. The BSNL reserves the right to increase or decrease the total quantity and to extend the contract for another period up to one year without any change in rates or other terms and conditions as applicable at the time of award of contract. 4.The contractor shall carry out the afore mentioned work with due diligence with the permission and concurrence of the respective controlling officers of the units. 5.If any defect is noticed the same should be attended with in the stipulated time. 6.The NIT(Notice Inviting Tender) ,Bid documents(Qualifying and financial ) ,Letter of Intent, approved rates and such additional particulars , instructions shall be deemed and taken to be an integral part of contract and shall also be deemed to be included in the expression” The agreement “ or “contract” where ever herein used . 7.The security deposit will be withheld or forfeited to the BSNL in part or in full for the losses if any sustained due to the defective or delayed attention of discrepancies by the contractor. 8. The contractor fails to commence the work within the stipulated time the security deposit will be forfeited . If after commencement of work the contract is terminated for slow progress of work then in addition to the recovery of compensation for the delay as per eight above the full security deposit shall also be forfeited. 9.In the event of failure of contractor with respect to any of the conditions of the contract ,the contract shall be terminated by giving 15 days notice in writing . BSNL shall not be liable for any loss sustained by the contractor due to the termination. 10. In consideration of the payments to be made to the contractor for the works to be executed by him the contractor hereby covenants with the contract documents to duly provide, execute and complete the said work and shall perform all other acts, deeds, matters and things in the contract mentioned or described or which are to be implied there from or may be reasonably necessary for the completion of the said works and at the time and in the manner and subject to the terms and conditions of stipulations mentioned in the contract. 11.In consideration of the due provisions, executions and completion of the said works, the BSNL hereby agrees with the Contractor that the BSNL will pay to the Contractor the respective amounts for the work done by the contractor and such other sum(s) as may be become payable to the contractor under the provisions of the Contract. 12. ARBITRATION 1. In the event of any question, dispute or difference arising under this Tender or in connection there-with except as to matter the decision of which is specifically provided under this Tender, the same shall be referred to the sole arbitration of General Manager Telecom Kottayam or some other person appointed by the General Manager Telecom District Kottayam.

2. . There will be no objection to any such appointment that the Arbitrator is 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 Government servants he has expressed views on all or any of the matter under dispute.

The award of the arbitrator shall be final and binding on the parties. In the event of such arbitrator to whom the matter is originally referred being transferred or vacating his Office or being unable to act for any reason, whatsoever, General Manager Telecom Kottayam shall appoint another person to act as arbitrator in accordance with terms of the agreement and the person so appointed shall be entitled to proceed from the stage at which it was left out by his predecessors.

3) PAYMENT TERM CLAUSE: The Bidder/Vender will be required to submit the details of their bill upload to GSTN site for claiming payment. Tax Invoice under GST Rules should contain complete details as under:- a) Name, address and GSTIN of the supplier; b) A consecutive serial number not exceeding sixteen characters, in one or multiple series, containing alphabets or numerals or special characters hyphen or dash and slash symbolized as “- “ and “/” respectively, and any combination thereon, unique for a financial year; c) Date of its issue; d) Name, address and GSTIN or UIN, if registered, of the recipient; (i.e. BSNL, Kerala Circle) (BSNL Kerala Circle GSTIN No. 32AABCBG5ZQ)

37 Signature of the Bidder

e) Name and address of the recipient and the address of delivery, along with the name of STATE and its Code, if such recipient is un-registered and where the value of taxable supply is Fifty thousand rupees or more. f) HSN Code of goods or Accounting Code of services; g) Description of goods or services; h) Quantity in case of goods and unit or Unique Quantity Code thereof; i) Total value of sup-ply of goods or services or both; j) Taxable value of supply of goods or services or both taking into account discount or abatement, if any; k) Rate of tax (Central tax, State tax, integrated tax, Union territory tax or cess) l) Amount of tax charged in respect of taxable goods or services (Central tax, State tax, integrated tax, Union territory tax or cess) m) Place of supply along with the Name of State, in case of a supply in the course of inter-State trade or commerce. n) Address of delivery where the same is different from the place of supply; o) Whether the tax is payable on reverse charge basis; and p) Signature or digital signature of the supplier or his authorized representative.

In witness whereof to the parties to those presents have here into set their respective hands and seals the day and year in ……………………………….. IN WITNESS WHEREOF the parties hereto have executed these presents the day and year first above written.

Signed and Delivered Signed and Delivered for by the Contractor and on behalf of BSNL, Kottayam

Name Name

Address Asst. General Manager (Plg) For General Manager Telecome District Kottayam

In the presence of In the presence of Witnesses 1.Signature 1. Signature

Name Name Address Designation

2.Signature 2. Signature Name Name Address Designation

38 Signature of the Bidder

SECTION 13

Letter of Authorisation for attending Bid opening ( To be submitted before Tender Opening)

Subject: Authorization for attending bid opening on ______(date) for the tender of ______.

Following person is/are hereby authorized 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 ______

1

2.

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

Note: 1. A maximum of two representatives will be permitted per bid to attend bid opening. Permission for entry to the hall where bids are opened may be refused in case authorization as prescribed above is not received.

39 Signature of the Bidder

SECTION 14

MANDATE FORM FOR TRANSFER OF PAYMENTS THROUGH ELECTRONIC CLEARANCE ELECTRONIC FUND TRANSFER SCHEME. To The General Manager BSNL, Kottayam.

Sir,

Kindly pay any amount due to us to our Bank Account as detailed below either by Electronic Clearance/Electronic Fund Transfer mode and the payments shall continue to be made in our below mentioned account till a change is requested by us. The service charges, if any, levied by the bank will be borne by us. We also declare that the particulars given below are correct and complete. If the transaction is delayed, or, not effected at all for incomplete information, we would not hold BSNL responsible. 1. Name of the Company / Firm : 2. Address : 3. Name of the Bank : 4. Name of the Branch : 5. Branch Code : 6. Bank’s IFSC code : 7. Type of Account : 8. Account Number : 9. Bank Address : 10. Bank Telephone No.(& Code) : Date Name & Signature of the Authorized Signatory with seal (To be filled in by the Bank Authorities) Certified that the particulars furnished above are correct as per our records.

Bank Seal: Signature of Manager / Authorized Officer. Date:

Signature of Bidder

40 Signature of the Bidder

SECTION 15

Certificates

(FOR TENDER DOCUMENT DOWN LOADED FROM INTERNET)

I ...... …...... (authorised signatory ) hereby declare that the tender document submitted has been down loaded from web site http/:www.keralatecom.com or https://www.tenderwizard.comand no addition deletion / correction has been made in the down loaded tender document. I also declare that I have enclose a DD for Rs …...... towards the cost of bid document along with the tender.

signature of tenderer / authorised signatory

Place...... Date …...... Name of the tenderer...... Seal of the tenderer

41 Signature of the Bidder

SECTION 16 PROFORMA For the EMD/BIDSECURITY Declaration

(As per the BSNL CO Ltr No. BSNLCO-MMT/12(15)/1/2020-MMT dated 05- 12-2020)

(To be typed on Rs.200/- non-judicial stamp paper)

I/ We ……………………………………. R/o ……………… ………… and authorized signatory of the firm M/s………………………………. (Hereafter referred to as Bidder) have read, understood and agree with all the terms and conditions included in the tender documents for participation in the tender of work/supply of …………………………………………….. Vide tender no. …………………………………. do hereby undertake and declare that:

If I/ We does not accept the APO/AWO and/or does not submit the PBG or fail to enter into the agreement & commence the work in time as per BSNL order

If any loss or damage caused to or would be caused to or suffered by the BSNL by reason of breach by the bidder(s) of any of terms or conditions contained in the said tender document or by reason of the bidder (s) failure to perform the said Agreement.

If anything is found false and/or incorrect and/or reveals any suppression of fact at any time,

If the bidder either registered with body specified by Ministry of Micro, Small & Medium Enterprise or Non MSE bidder claiming any concessional benefits is awarded work by BSNL and subsequently fails to obey any of the contractual obligations,

If I/We withdraws or amends the bid or impairs or derogates from the bid in any respect during the period of bid validity specified by the bidder in the bid form

I hereby undertake that under any/all the above conditions, BSNL reserves the right to debar our tender offer/ cancel the LOA/ Purchase/ work order if issued, and to suspend/Debar/Ban for a period of one year from the date of such order/instance. BSNL can debar my/our firm from any further work/ contract by BSNL for one year from the date of issue of such order.

This Declaration is being submitted in lieu of EMD/Bid Security

Date: …………… Signature of Tenderer……………………………… Place: …………… Name of Tenderer ……………………………….

Along with date & Seal

42 Signature of the Bidder

SECTION 17 CHECK LIST

A. Documents required to be submitted through e-Tender Portal The following documents must accompany the bid else will be considered as non-responsive and will be summarily rejected without any notice. Remarks Yes (Y) , No (N) , Sl No Description Not Applicab le (NA) Tender documents in original duly filled in and signed by the tenderer 1 on each page. ( For online submission, digitally signed tender document is sufficient) 2 Declaration regarding EMD/BID security 3 Cost of Tender Documents in form of Demand Draft (if applicable) 4 Check-list 5 Tenderer’s profile and vendor master form. Certificates proving Eligibility as prescribed including MSME and 6 UAM No. 7 Self-attested copy of ESI registration certificate 8 Self attested copy of EPF registration certificate 9 Self attested copy of GST Registration 10 No near relatives certificate 11 Self attested copy of PAN card. 12 Letter of authorization if any Self attested copy of Registration of the firm or authenticated copy of 13 Partnership deed in case of Partnership firms. Self attested copy of Memorandum of association & articles of 14 association in case of company Self attested copy of “Power of Attorney” in case person other than the 15 tenderer has signed the tender documents. The authorization of the competent authority for signing the tender 16 document 17 Mandate form for ECS/EFT Self attested copy of Chartered Accountant certificate in respect of 18 Turnover (If applicable) 19 Certificate regarding tender form downloaded from internet In case of MSE bidders, valid certification from MSME with UAM 20 number for the type of service to be rendered 21 A self-declaration that the bidder is not black listed by GST authorities. N.B.: All copies of the above documents should also be submitted to the office by the bidder before closing date. Bidder should produce the relevant original documents for verification as and when required by BSNL. NOTE: (All corrections and overwriting must be signed with date by the tenderer or his authorized representative).

43 Signature of the Bidder

SECTION 18 RATE SCHEDULE PROFORMA

Details 1 Name and address of the tenderer

Sl.No Description Total Total RATE amount amount (exclu without without ding QTY tax in tax in GST) figures words 1 2 4 5 13 53 55 1 Providing maintenance and servicing( Cleaning of indoor unit filters & outdoor coil fins with water) of following inverter/ordinary split AC units as per BSNL standard and specification by deploying the required specialized & skilled manpower i/c Sunday & all other holidays by arranging the required minor spare parts such as starting/running capacitors, connectors etc for up keeping AC units in operation at various TEs etc complete as per the site requirement . 600 Job Job 2 Supplying and filling the R-22/R-410 refrigerant gas for 1.5 TR SAC unit (including pressure testing and vaccumisation if required as per the condition) as required(Approx 1.2 kg per unit) 30 Job Job 3 Rewinding of the fauty out door fan motor from the SAC units i/c dismantling, re fixing after rewinding ,checking etc as required 25 Job Job 4 Supplying and fixing following spares compatible for the existing makes of SAC unit i/c checking the items and replacing the faulty one making necessary connections testing and commissioning etc as reqd. 4.1 Indoor fan motor (as per the AC manufacturer) 20 Nos Nos 4.2 PCB unit (for ordinary type SAC unit (LG/Amtrex or SS make ) 5 Nos Nos 4.3 PCB unit (for inverter type SAC unit M/s Voltas) 2 Nos Nos 4.4 Out door fan motor (LG/Amtrex/Voltas or SS make) 5 Nos Nos

44 Signature of the Bidder

Certified that I have read and understood all the terms and conditions set in the GMT Kottayam tender Notice Tender No MP/KTM/ AC maintenance/20-21/2, Dtd at KTM the 08.04.2021 that I agree to abide by all the terms and conditions set therein

Date: SIGNATURE OF THE TENDERER

Signature of witness

45 Signature of the Bidder

SECTION -19 SITE LIST

SPLIT AC UNITS (KTM,,,,,,Changanasery area) AMC QTY 1 Athirampuzha TE Switch Room SAC 2 2 Ayamkudy TE Switch Room SAC 2 Switch Room SAC 2 3 Ayarkunnam TE Mobile Room SAC 0 CSC SAC 0 4 Aymanam 1 TE Switch Room SAC 2 5 Aymanam 2 TE Switch Room SAC 2 6 Changanacherry TE OF Room SAC 2 Lift Room SAC 0 CSC Room SAC 0 NGN Room SAC 4

MSC Power SAC 2

7 Champakara DLC Switch Room SAC 1 8 Chingavanam TE Switch Room SAC 3 CSC SAC 0 9 Chempu TE Switch Room SAC 2 10 MW Ettumanoor Microwave SAC 0 Station 11 Fathimapuram TE Switch Room SAC 0 12 Gandhinagar TE Switch Room SAC 3 GSM Room SAC 0 13 Switch Room SAC 3 14 TE Switch Room SAC 2 15 TE Switch Room SAC 2 16 Kanjikuzhi TE Switch Room SAC 2 17 Karukachal TE Switch Room SAC 3 18 Kattachira DLC Switch Room SAC 0 19 Kooropada TE Switch Room SAC 2 20 Kothanelloor DLC Switch Room SAC 0 21 Kottamuri DLC Switch Room SAC 0 22 Kottayam TE Bill Payment SAC 0 Commercial SAC 0

46 Signature of the Bidder

IQ SAC 0 Transmission SAC 4 Room DE (BSS) SAC 0 SRRC SAC 0 Cell One SAC 4 CSC SAC 0 MPLS SAC 5 NIB SAC 0 Broadband Server Room SAC 4 23 Kottayam GMT DE (Vig) SAC 0 DGM (TR) SAC 0 GM Cabin SAC 0 DGM (Admn) SAC 0 DGM (Fin) SAC 0 DGM (Mktng) SAC 0 TR VAS SAC 0 Conference hall SAC 0 Server Room SAC 0 24 Kudamaloor TE Switch Room SAC 2 Mobile Room SAC 0 25 Kudavechoor Switch Room SAC 2 TE 26 TE Switch Room SAC 3 27 Kumaranelloor TE Switch Room SAC 2 28 Kurisummoodu TE Switch Room SAC 3 29 Kuruppumthara TE Switch Room SAC 4 30 Kuttickal DLC Switch Room SAC 0 31 Kuzhiyanchal DLC Switch Room SAC 0 32 Mammood TE Switch Room SAC 2 33 Manarcadu TE Switch Room SAC 3 34 Mattakara DLC Switch Room SAC 1 35 Meenadom TE Switch Room SAC 3 36 Mevelloor TE Switch Room SAC 2 37 Mooledom TE Switch Room SAC 2 38 Nalukodi TE Switch Room SAC 2 39 Nattakom TE Switch Room SAC 2 40 Nedumkunnam TE Switch Room SAC 2 41 Neendoor TE Switch Room SAC 2

47 Signature of the Bidder

42 Njeezhoor TE Switch Room SAC 2 43 Panachikkad Switch Room SAC 3 44 Pallickathodu TE Switch Room SAC 3 45 Pampady TE Switch Room SAC

5 Transmission SAC Room 0 Mobile Room SAC 0 46 Pathamuttom DLC Switch Room SAC 0 47 Payipadu TE Switch Room SAC 0 48 TE Switch Room SAC 2 49 Puthupally Switch Room SAC 2 50 Thalayolaparambu TE Switch Room SAC 5 CSC SAC 0 Mobile Room SAC 0 51 Thazhathuvadakara Switch Room SAC DLC 0 52 Thellakom TE Switch Room SAC 2 53 Thiruvanchoor TE Switch Room SAC 2 54 Thottackadu TE Switch Room SAC 2 55 Thrickodithanam TE Switch Room SAC 2 56 Thuruthy TE Switch Room SAC 3 57 T V Puram TE Switch Room SAC 2 58 Udayanapuram DLC Switch Room SAC 0 59 Vaikom TE Switch Room SAC 0 Transmission SAC 0 Room CSC SAC 0 60 Vakathanam TE Switch Room SAC 3 61 TE Switch Room SAC 3 62 Veloor TE Switch Room SAC 2 138 (Pala & Kanjirapally area) 1.5 TR Split type AC units Name of site Quantitity AMC require d 1 DLC Amanakara SAC 0

2 TE Bharananganam SAC 2

48 Signature of the Bidder

3 TE Chengalam SAC 2

4 TE Chennad SAC 1

5 TE Chenappady SAC 1

6 TE Chirakkadavu SAC 2

7 DLC Choondassery SAC 1

8 TE SAC 7

9 TE Erumeli SAC 4

10 DLC Kadayanikkad SAC 0

11 TE Kanjirapally SAC 1

12 TE Kidangoor SAC 2

13 TE Kollappally SAC 2

14 TE Koottickal SAC 2

15 TE Koovappally SAC 2

16 TE Koruthodu SAC 2

17 TE Kozhuvanal SAC 2

18 TE Kunnonni SAC 1

19 TE Kurumannu SAC 2

20 TE Manimala SAC 2

21 TE Marangattupally SAC 2

22 TE Melukavumattom SAC 2

23 TE Monippally SAC 2

24 TE Moonilavu SAC 1

25 DLC Mukkada SAC 0 26 TE Mukkuttuthara SAC 2

27 TE Mundakkayam SAC 4

28 TE Pala SAC 0

29 TE Pampavalley SAC 2

30 TE Panamattom SAC 2

31 TE Pathampuzha SAC 1

32 TE Peringalam SAC 1

33 TE Pinnakkanadu SAC 2

34 DLC Podimattom SAC 1

35 TE SAC 0

36 TE Poovarany SAC 2

37 TE Puliyannoor SAC 2

38 TE Punchavayal SAC 1

TE Ramapuram(SRoom) SAC 2 39 40 TE Uzhavoor SAC 2

41 TE Valavoor SAC 2

42 TE Vayala SAC 1

43 TE Veliyannoor SAC 2

44 TE Velichiyani SAC 2

45 TE Teekoy SAC 2

46 TE Thekkethukavala SAC 2

47 TE Yendayar SAC 2

82

49 Signature of the Bidder

INVERTER TYPE 1 TE Vaikom Switch Room SAC 9 2 TE Kottayam Switch Room SAC 9 3 TE Changanacherry Switch Room SAC 6 4 TE Ettumanoor Switch Room SAC 9 5 TE Pala Switch Room SAC 12 6 TEPonkunnam Switch Room SAC 4 7 TE Kanjirapally Switch Room SAC 11 60

50 Signature of the Bidder

Section-20 PROFORMA FOR THE PERFORMANCE GUARANTEE (To be typed on Rs.200/- non-judicial stamp paper) Dated:…………….. Sub: Performance guarantee. Whereas PGMT, BSNL, Kottayam (hereafter referred to as BSNL) has issued an APO no. …………..………. Dated ……/……/20….. awarding the work of …………… …… ………… ………………………….. to M/s …………………..…………………………… R/o ……………… ………………………………………………… (hereafter referred to as “Bidder”) and BSNL has asked him to submit a performance guarantee in favour of PGMT, BSNL, Kottayam of Rs. …………..……/- (hereafter referred to as “P.G. Amount”) valid up to ……/……/20………(hereafter referred to as “Validity Date”) Now at the request of the Bidder, We ……………………………………… Bank …………………………Branch having ……………………..…………………… ………. .……………………………………. (Address) and Regd. office address as ……… ………...… …………… …………… ………………………………………… ……… ……… …………… (Hereinafter called ‘the Bank”) agreed to give this guarantee as hereinafter contained: 2. We, “the Bank” do hereby undertake and assure to the BSNL that if in the opinion of the BSNL, the Bidder has in any way failed to observe or perform the terms and conditions of the said agreement or has committed any breach of its obligations there-under, the Bank shall on demand and without any objection or demur pay to the BSNL the said sum limited to P.G. Amount or such lesser amount as BSNL may demand without requiring BSNL to have recourse to any legal remedy that may be available to it to compel the Bank to pay the same. 3. Any such demand from the BSNL shall be conclusive as regards the liability of Bidder to pay to BSNL or as regards the amount payable by the Bank under this guarantee. The Bank shall not be entitled to withhold payment on the ground that the Bidder had disputed its liability to pay or has disputed the quantum of the amount or that any arbitration proceeding or legal proceeding is pending between Bidder and BSNL regarding the claim. 4. We, the Bank further agree that the guarantee shall come into force from the date of its issue and shall remain in full force and effect up to its Validity date.

5. The Bank further agrees that the BSNL shall have the fullest liberty without the consent of the Bank and without affecting in any way the obligations hereunder to vary any of the terms and conditions of the said agreement or to extend the time for performance of the said agreement from any of the powers exercisable by BSNL against the Bidder and to forebear to enforce any of the terms and conditions relating to the said agreement and the Bank shall not be relieved from its liability by reason of such failure or extension being granted to Bidder or through any forbearance, act or omission on the part of BSNL or any indulgence by BSNL to Bidder or any other matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of relieving or discharging the guarantor. 6. Notwithstanding anything herein contained ; (a) The liability of the Bank under this guarantee is restricted to the P.G. Amount and it will remain in force up to its Validity date.

51 Signature of the Bidder

(b) The guarantee shall stand completely discharged and all rights of the BSNL under this guarantee NO: MP/KTM/ EA maintenance/2019-20/2, Dtd at KTM the 15.04.2021 Page 60 shall be extinguished if no claim or demand is made on us in writing on or before its validity date. 7. In case BSNL demands for any money under this bank guarantee, the same shall be paid through banker’s Cheque in favour of “AO (Cash) O/o PGMT, BSNL Kottayam” payable at Kottayam 8. The Bank guarantees that the below mentioned officer who have signed it on behalf of the Bank have authority to give this guarantee under its delegated power.

Place: …………………………… Date: ………………………….. (Signature of the Bank Officer) Rubber stamp of the bank Authorized Power of Attorney Number: ………………. Name of the Bank officer: …………………………….. Designation: …………………………………… Complete Postal address of Bank: …………………… ……………………………………………………………… Telephone Numbers …………………………….. Fax numbers ………………………………

52 Signature of the Bidder

Section-21 VENDOR FORM Sl.No Particulars

1. Vendor Code 2 Vendor Name 3 Type of Vendor ie. Whether registered or unregistered 4 State wise registration addresses of the Vendor (in case

vendor has multiple state operation) 5 State of registration along with Pin code 6 PAN No. of Vendor 7 GSTIN No. of the registered vendors (if registered in

multiple state, listing of all GSTINS under which invoices are raised by vendors) 8 Status of Vendor, ie. Whether SEZ, EOU, DTA, Government, Local Authority 9 List of Goods and Services provided by Vendor 10 HSN Code for goods/ SAC for services supplied by each vendor 11 GST Compliance rating (optional) 12 Whether supply is exempt/ non taxable 13 Whether reverse charge scheme applicable (Yes or No) 14 Whether compounding scheme applicable (Yes or No) In case purchase is from dealers under composition scheme GST Cost will be inbuilt in supply and vendor will not charge GST Separately 15 Whether TDS applicable (Yes/ No) 16 Email address of vendor 17 Phone no. of vendor 18 Mobile no. of vendor

53 Signature of the Bidder