-

OFFICE OF THE GENERAL MANAGER, BSNL, TENDER DOCUMENT

E-Tender for Mobile Access Equipment Maintenance (NBSNL, BSNL and IP sites), Mobile Infrastructure Maintenance Full and Partial (NBSNL/BSNL sites), Diesel Filling and Rigger activities at BTS sites of Thrissur Telecom District

Sl.No Subject Details MP/TCR/e-tender/BTS Maintenance 1 Tender No /20-21/1 dtd 17/07/2020 2 Cost of tender document Rs. 1180/- 3 EMD Rs. 177542/- Availability of tender document for From 12:00 Hrs of 22.07.2020 4 downloading onwards upto 12:00 Hrs of 12.08.2020 Last date and time for online submission 5 12:00 Hrs of 12/08/2020 of tender Last date and time for offline submission 6 of tender document, EMD, Cost of 13:00 Hrs of 12/08/2020 tender document in original Date and time of opening sealed 7 envelope containing tender document, 14:30 Hrs of 12 /08/2020 Bid document Cost 8 Date and time of online bid opening 15:00 Hrs of 12/08/2020 The tender will remain open for 9 Period of bid validity acceptance up to 180 days of opening of the tender Email: [email protected] 10 Tender help desk [email protected]

Kindly see all clarifications /corrigendum on website and read bid document carefully before submission and ensure that all documents are fully authenticated by authorised signatory kindly submit your offers by means of online bids only for Electronic Tendering at the portal detailed in Section-4 Part C “E-tendering Instructions to Bidders” The bidders in the category of Micro and Small Enterprises (MSEs) who are registered with MSME bodies like National Small Scale Industries Corporation, District / State Industries Centre, Khadi & Village Industries Commission/Board, Coir Board, and Directorate of Handicrafts & Handloom are exempted from the payment of tender document cost & EMD. Exemption is given only when tendered item is listed in the Registration certificate of MSE. A proof regarding current registration with MSME/NSIC for the tendered items and with monetary limit will have to be attached along with the bid. Declaration of UAM number by MSE bidders on CPPP is mandatory to avail benefits available to MSEs. Free viewing copy of Tender document / e – bidding can be obtained/done by downloading it from the website https://etender.bsnl.co.in/irj/portal or www..bsnl.co.in

1

STANDARD TENDER ENQUIRY DOCUMENT

ETENDER NO: MP/TCR/e-tender/BTS Maintenance /20-21/1 dtd 17/07/2020

Sub: E-Tender for Mobile Access Equipment Maintenance (NBSNL, BSNL and IP sites), Mobile Infra Maintenance Full and Partial (NSBNL/BSNL Sites), Diesel Filling and Rigger activities at BTS sites Thrissur Telecom District.

Please find enclosed the tender document containing the following. Section No. Item PAGE NO. 1. Part A Detailed Notice Inviting Tender 04-07 2. Tender Information 08-09 3. Part A Scope of work 10-15 3. Part B Technical specification / requirements 16 3. Part C Schedule of Requirements (SOR) 17 4. Part A General Instructions to Bidders (GIB) 18-39 4. Part B Special Instructions to Bidders (SIB) 40-41 4. Part C E-Tendering Instructions to Bidders 42-45 5. Part A General (Commercial) Conditions of Contract (GCC) 46-55 5. Part B Special (Commercial) Conditions of the Contract (SCC) 56-59 5. Part C Special conditions on GST 60-62 6 (A) Undertaking and declaration 63 6 (B) Near relationship certificate 64 6 (C) Undertaking that no changes have been made in the 64 tender document downloaded 6 (D) Declaration (Non-blacklisted) 65 7 (A) Format for Bid security / EMD Guarantee 66-67 7 (B) Format for performance guarantee 68-69 7 (C) Letter of authorization for attending bid opening event 70 7 (D) Model amendment letter intimating conditions for 71 extension of delivery period 7 (E) Model amendment letter for extension of delivery period 72 7 (F) Proforma for power of attorney 73 8 Bidders profile and questionnaire 74 9 Part A Financial bid form 75 9 Part B Financial bid rate 76 Annexure 1 Schedule of requirements 77 Annexure 2 Contact details of deployed personnel’s and cluster 77 coordinators Annexure 3 Format of log book for diesel filling 77 Annexure 4 Format of log book for MAEM and MIM activities 78 Annexure 5 Proforma for reimbursement of diesel cost 78 Annexure 6 Monthly performance report 79 Annexure 7 Monthly rigger report 80

2

Annexure 8 Experience certificate 81 Annexure 9 Mutual Non-disclosure agreement 82-83 Annexure 10 Payment details to HK, Manual assistance and rigger 84 Annexure 11 List of BTS sites for Mobile access equipment 85-90 maintenance/Rigger activity Annexure 12 List of BTS sites for Mobile Infrastructure Maintenance 91-92 (MIM) – Full Annexure 13 List of BTS sites for Mobile Infrastructure Maintenance 93-94 (MIM) – Partial Annexure 14 List of BTS sites for Diesel filling 95-97 Annexure 15 DEED OF INDEMNITY 98-99 Annexure 16 Particulars for Input Invoice , Receipt Voucher & GST 100-101 Details of Purchaser Checklist for Bidder 102

3

Section 1 Part A

DETAILED NOTICE INVITING TENDER For and on behalf of General Manager, Bharat Sanchar Nigam Limited , Thrissur Telecom District, Kerala Circle, sealed tenders on rupee payment basis are invited in single stage bidding and two stage opening using Two Envelopes (Techno commercial bid and Financial bid) from eligible and experienced individuals/firms/registered companies with EPF,ESI and GST registration for the following activities at various BTS Sites of Thrissur Telecom District.

Estimated Esti- Tender EMD Quantity mated Document in RS. per month cost of Cost Rs. Description of tender Sl.No Activity/Sites (for one year) in- cluding GST Rs. Mobile Access Equipment 160

1 Maintenance (MAEM) (BSNL/NBSNL/IP)

Mobile Infrastruc- 105 Full ture Maintenance 2 8877116 1180 177542 (MIM) 153 Partial (NBSNL/BSNL)

3 Diesel Filling 130

Rigger activities Normal 60 4 Hard 20

Note1: The quantity/no./Sites stated above are estimated and BSNL reserves the right to vary the quantity to the extent of -25% to +25% of specified quantity at the time of award of contract i.e. APO without any change in unit price or other terms and conditions.

Designation and address of the authority inviting tender : Assistant General Manager(Admn), O/o GMT, BSNL Sanchar Bhavan, Kovilakathumpadam , Thrissur 680022

1. Tender No.: MP/TCR/e-tender/BTS Maintenance /20-21/1 dtd 17/07/2020 2. Accessibility of Tender Document: 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. Free viewing copy of Tender document / e – bidding can be obtained/done by downloading it from the website https://etender.bsnl.co.in/irj/portal or www.kerala.bsnl.co.in. The last date and time for downloading/submission of tender shall be 12:00 Hrs of 12/08/2020 and beyond which the Tender document shall not be available for download / submission .

4

3. Registration on e-Tender portal: Intending bidders are requested to register themselves on e-tender portal (if not registered earlier) through https://etender.bsnl.co.in/irj/portal for obtaining user-id, Digital Signature etc, by paying vendor registration fee. Tender processing fee payment should be done during requisition of tender online. BSNL has decided to use process of e-tendering for inviting this tender tender and thus the physical copy of the tender would not be sold.. 4. Availability of tender document: The tender document shall be available for downloading from 12:00 Hrs on 22/07/2020 onwards upto 12:00 Hrs on 12/08/2020 in the e-tendering portal https://etender.bsnl.co.in/irj/portal.

5. Eligibility Criteria: The bidders should have a. General Qualification i. The bidder must be Indian registered under Companies Act 1956/2013 /Partnership firms/Sole proprietary firms/reputed and experienced contractors/suppliers rending tendered services to BSNL/MTNL or any other Telecom Service Providers in / LLP or a Firm registered under applicable Acts (Proof Should be uploaded). ii. The bidder must not be blacklisted for telecom business by any Central / State Governments / PSUs in India at the time of submission of bid. An undertaking must be submitted in this regard. iii. The bidder must have a valid PAN registration. iv. The bidder must have a valid GST registration (not under composite scheme). v. The bidder must be registered under EPF and ESI in India. vi. The bidder should not have any near relatives working in BSNL vii. The bidder shall strictly abide by the provisions of various Acts of the State in force, in connection with the employment of the contract labour viz. Contract Labour R&A Act 1970, Workmen Compensation Act, EPF/ESI Act and Bonus act 1965 and all other regulation covered under Labour Act at present and in the currency of contract in force. b. Technical/Financial Qualification i. Bidders must possess a minimum experience of having successfully completed works of similar nature viz Mobile Access Equipment Maintenance, Mobile Infrastructure Maintenance, Diesel Filling and Rigger activities as detailed in Section 3 Part A for any Government/ Public Sector Organization/other telecom service providers for a period of not less than one year anytime during the last five years immediately preceding the date of submission of bid. ii. The Bidder must have minimum annual turnover of 30% of annual estimated cost of tender, during each of the consecutive financial years 2017-18 and 2018-19 from telecom business. Bidders will be required to support claims of their financial qualification through their audited financial statements duly certified by their CA.

5

The bidders shall submit necessary documentary proof showing that they meet the eligibility criteria along with their tender bid. All documents submitted will also be self-attested by the bidder. Note 2 : All documents mentioned in Clause 3 of Section 2 Tender Information shall be submitted at the time of submission of “Techno- Commercial Part”.

6. Submission of Bid Security/EMD : The bidder shall furnish the bid EMD in one of the following ways:- (a) Demand Draft/ Banker’s cheque drawn in favour of “Accounts Officer(Cash),O/o GMT, BSNL Thrissur 680022,” and payable at Thrissur. (b) Bank Guarantee in the prescribed format (Section 7(A)) from a scheduled bank drawn in favour of Accounts Officer(Cash),O/o GMT, BSNL Thrissur 680022 which should be valid for 210 days (i.e. one month above the offer validity period subject to maximum of 210 days) from the tender opening date.

7. Date and Time of online submission of E-Tender: from 22/07/2020 12:00 Hrs to 12/08/2020 12:00 Hrs. Note 3: In case the date of submission (opening) of bids is declared to be a holiday, the date of submission(opening) of bids will get shifted automatically to next working day at the same scheduled time. Any change in bid opening date due to any other unavoidable reason will be intimated to all the bidders separately (published the e-tendering portal) 8. Opening of Tender Bids:Date and time of online bid opening will be at 15:00 Hrs on 12/08/2020. 9. Place of opening of Technical bids : a. BSNL has adopted e-tendering process which offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. BSNL’s 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. Please Section 4 Part C, “E-tendering Instructions to Bidders”. However, if required, authorized representative of bidders (i.e. service provider) can attend the TOE at the Chamber of Assistant General Manager (Admn), O/o GMT, BSNL Sanchar Bhavan, Kovilakathumpadam Thrissur b. Tender Opening officers would be conducting the Public Online Tender Opening Event (TOE). Details is available in Section 4 Part C, “E- tendering Instructions to Bidders”. c. Tender bids received after due date & time will not be accepted. d. Incomplete, ambiguous, conditional, unsealed tender bids are liable to be rejected. e. GMT Thrissur BA reserves the right to accept or reject any or all tender bids without assigning any reason. The decision of GMT , Thrissur BA , shall be final in this regard . f. The bidder shall furnish a declaration in his tender bid under his digital

6

signature that no addition / deletion / corrections have been made in the downloaded tender document for which their bid is being submitted and it is identical to the tender document appearing on e-tender portal: https://etender.bsnl.co.in/irj/portal. g. 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. Note 4: All documents submitted in the bid offer should be preferably in English. In case the certificate viz experience, registration etc. is issued in any other language other than English, the bidder shall attach an English translation of the same duly attested by the bidder & the translator to be true copy in addition to the relevant certificate. Note 5: All computer-generated documents should be duly attested/ signed by the issuing organisation. 10. Cost of Tender form (in the form of DD/Banker’s Cheque), Bid Security/EMD(in the form of DD/Banker’s Cheque/BG in original) and Power of Attorney have to be submitted to Assistant General Manager (Admn), O/o GMT, BSNL Sanchar Bhavan ,Kovilakathumpadam, Thrissur 680022 before the scheduled date and time of submission of the Tender otherwise the bid will not be considered. 11. Hard copies of all required documents as per Clause 2 and 10 of Section 4 Part A, General Instructions to Bidders along with the Tender document (duly attested by authorized signatory) is also required to be submitted to Assistant General Manager (Admn), O/o GMT, BSNL Sanchar Bhavan, Kovilakathumpadam, Thrissur 680022 before the scheduled date and time of submission of Tender. 12. Before submitting the bid on the due date, all corrigendum / clarification issued on the website may have to be checked/verified . 13. Duration of contract: One year with an option of extension for one more year in spells of 6 months each. 14. Jurisdiction of the contract: Areas falling within the territorial jurisdiction of the Thrissur BA. 15. Description of the work: Maintenance activities of Mobile Access Equipment of BSNL/NBSNL/IP sites, Mobile Infrastructure Maintenance of NBSNL sites (Partial and Full), Diesel Filling and Rigger activities at various BTS sites of BSNL Thrissur BA. 16. The queries in respect of this bid document, if any, can be submitted through Email lat- est upto 28/07/2020 (7 days from issue of NIT) .

BSNL Contact-1 BSNL’s Contact Person Assistant General Manager (Admn) Telephone& Mobile 0487- 2222310 , 9446023555 E-mail ID [email protected] BSNL Contact-2 BSNL’s Contact Person Sub Divisional Engineer (MP & L&B) Telephone & Mobile 0487-2222666 , 9446080800 E-mail ID [email protected]

7

Section 2

Tender Information

1. Type of tender: Single Stage bidding using Two Electronic Envelopes system Note 1: The bids will be evaluated techno-commercially first and financial bids of techno commercially compliant bids only shall be opened. 2. Bid Validity Period/Validity of bid offer: 180 days from the tender opening date. • Bid Document: The electronic envelopes will contain documents satisfying the eligibility / Techni- cal & commercial conditions in first envelope called Techno-commercial enve- lope and second envelope called as Financial Envelope containing financial bid/ quote.

3. The techno-commercial part of bid shall contain one set of the following documents. i. Tender documents in original, duly filled in and signed by the tenderer on each page. ii. Bid security [EMD]. iii. Cost of the tender document (if applicable) iv. Certificates showing fulfilment of eligibility criteria stated in clause 5 of the Detailed Notice Inviting Tender. v. Power of attorney & authorization for executing the power of attorney in accordance with clause 14.3 of Section 4 Part A. (if applicable) vi. Integrity Pact (if applicable) vii. Clause by clause compliance as per clause 11.2 of Section 4 Part A viii. Bidder’s profile & questionnaire duly filled and signed as per Section 8. ix. No near relative certificate dully filled and signed. x. Undertaking and declaration dully filled and signed as per Section 6[A]. xi. Documents stated in clause 10 of Section -4 Part A xii. Tender/Bid form – Section 9 Part A xiii. Attested copy of ESI registration xiv. Attested copy of EPF registration xv. Attested copy of GST registration (not under composite scheme). xvi. Attested copy of PAN Card xvii. Letter of authorization, if any. xviii. Attested copy of Memorandum of association and articles of Association in case of company. xix. Details of the firm along with List of Directors on the Board of the Company, list of partners, as applicable. xx. Attestation of the signature of the authorized signatory, issuing PoA, by Bank. xxi. Attested copy of Registration of the firm or authenticated copy of Partnership Deed in case of partnership firms. xxii. Attested copy of “Power of Attorney” in case person other than the tenderer has signed the tender documents Signature of Bidder xxiii. The authorisation of the competent authority for signing the tender xxiv. Letter showing authorised signatory. (If applicable)

8

xxv. Indemnity bond declaration for indemnifying BSNL against any non-compliance by bidder towards all applicable statutory requirements, if work is awarded, as per An- nexure-15. xxvi. Mandate form for ECS/EFT xxvii. Certificate regarding tender form downloaded from internet. xxviii. In case of MSE bidders, valid certification from MSME (valid on the date of opening of tender.)

Note 2: In case of e-tendering, in case the bidder is unable to upload any of the documents listed above, he may submit the same physically and the same may intimated to Assistant General Manager (Admn), O/o GMT, BSNL Sanchar Bhavan ,Kovilakathumpadam, Thrissur 680022. However, EMD & cost of tender document will have to be submitted in original in physical form. 4. The financial part of bid shall contain a. Financial Bid Form along with Price schedule (Section 9 Part B ) with all relevant bid annexure. Note 3: In case of e-tendering the following documents are required to be submitted offline (i.e. offline submission) to Assistant General Manager (Admn), O/o GMT, BSNL Sanchar Bhavan ,Kovilakathumpadam, , Kerala - 680022 on or before the date & time of submission of bids in a sealed envelope. The envelope shall bear the tender number, name of work and the phrase: “Do Not Open Before (due date & time of opening of tender).

• EMD- Bid Security (in original) • DD/Banker’s cheque of tender’s fee (in original). • Power of Attorney in accordance with clause 14.3 of Section 4 Part A and authorization for executing the power of attorney. • Integrity Pact (If applicable) • All documents as specified in clause 3 of Tender information Section 2 of Tender document should be in original. For detailed instructions, please refer clause 6 in Section 4 – Part C “E-Tendering Instructions to Bidders”

Payment terms: As per Clause 11 of Section-5 Part A – “General (Commercial) Conditions of Contract”. Note4: All statutory taxes as applicable/ deduction due to price variation etc will be deducted at source before payment.

Assistant General Manager (Admn) O/o GMT, SancharBhavan, Thrissur

9

SECTION – 3 Part A

SCOPE OF WORK

A. General: The scope of this CONTRACT to be followed are: Mobile Access Equipment Maintenance (MAEM), Mobile Infrastructure Maintenance (MIM)- Full, Mobile Infrastructure Maintenance (MIM) – Partial, Rigger activities – Normal, Rigger activities – Hard, Diesel filling, manual assistance to engineers on duty in subdivisions while they carry out hardware maintenance/optimization or similar type of routine work which involve carrying of tools and testers and other accessories required for testing and maintenance works, rigger activities for fine tuning of Microwave/ Mini-Link LOS, antenna orientation verification and assisting related routine NQM activities, etc.

B. Scope of Work: 1. General Instruction: 1.1. The field staff being deployed should be provided with 2 SIM cards, one of BSNL & other from private TSPs for communication when BTS site is down. 1.2. Field staff should provide assistance in handling of minor store items. 1.3. Field staff should be provided with dedicated mode of transport (two / three / four wheeler vehicles). 1.4. In addition to periodicity of visit mentioned below, the field staff should also visit the sites on call basis whenever there is such a requirement, at any time. 1.5. The field staff deployed by the contractor should preferably be a local resident with sufficient knowledge of operating diesel generators and other electronic switches, fuse carriers, fuse cut-outs and changeovers. 1.6. Any BSNL OFC breakdown en-route to site must be intimated to site in charge for prompt restoration of OFC fault. 1.7. The contractor has to provide all necessary tools, cleaning materials, testing equipment, etc to the personnel deployed. A certificate to this effect shall be produced along with the first invoice.

2. Mobile Access Equipment Maintenance (MAEM)(Site list in Annexure 11) 2.1. All BTS related alarm need to be made functional and to be extended up to OMCR within three months. Alarm card will be provided by BSNL. 2.2. Prompt action (within 01 hour in city and 12hours in Rural and in Hard areas) on receipt of instructions (by call or by SMS) from concerned officer / NOC regarding manual assistance in rectification of alarms/faults in site. 2.3. Air filter cleaning in BTS/ Node B/ e-Node B and entry in log book of site. 2.4. In case of BTS outages due to control card faults of BTSs / Node-Bs / E- NodeBs, replace the fault items with the spare module /cards available in nearby sites / locations as per instructions of BSNL Site In charge.

10

2.5. In case of Microwave/Mini Link/ OFC failure, details of visual alarm noticed to be communicated to the maintenance In-charge. 2.6. For prolonged failure of Electricity as intimated by BSNL officer, Coordination for restoration of EB in consultation with BSNL / IP site incharge. 2.7. To check Earth Connectivity is available at BTS/ Node B / E-Node B, etc. 2.8. Providing assistance for Broadband/EMF checks at sites. Maintaining of EMF related boards and help in providing data for biennial submission of EMF radiation. 2.9. Any other miscellaneous work related to the BTS site maintenance, assigned by the concerned Sub Division Engineer / Junior Telecom Officer / BSNL officer in charge. 2.10. The sites for which even one instance of Mobile Access Equipment Maintenance in a month is not recorded will not be considered for MAEM expenses for the said month 3. Mobile Infrastructure Maintenance (MIM) – Full (Site list in Annexure 12) 3.1. Visit to the sites in every alternate days (other than on emergency basis) for general up-keeping 3.2. Ensure working of Power plant alarms with OMC-R. 3.3. Prompt action (within 01 hour in city and 12 hours in Rural and hard areas) on receipt of instructions (by call or by SMS) from concerned officer/NOC regarding manual assistance in rectification of alarms/faults in site. 3.4. First line maintenance of power plants, battery and any problem reported. All problems should be reported within 01 hours for urban, 12 hours in rural and in hard areas. 3.5. Periodically check-up power plant modules working and load sharing, ensuring sufficient modules are available for equipment in consultation with Site in charge and charging of battery. Record the same in the log book. 3.6. Tightening of all nuts /screws in interconnecting point of power cable from EB panel board to each equipment, once in three months. 3.7. To ensure the control card is functioning properly so that battery do not go to deep discharge. 3.8. In case of any Power Plant outages due to fault in control card, intimation to be given to Site In charge for attending the same on priority. 3.9. Conducting Battery Backup test with Existing Load at least in quarterly & record the same in Log Book. 3.10. Faulty Card/ Units need to be deposited at designated centre as per requirement & collect repaired unit within 24 hours in urban and in 48 hours in rural and hard areas. 3.11. Replacement of the faulty modules with repaired Modules as per instructions of Site In charge within 24 hours in urban and in 48 hours in rural and hard areas. 3.12. Sweeping, cleaning, security and up keeping of the site including all equipment, tower surroundings, shelter/OD cabinet, DG , bush cutting in the BTS sites in open areas (other than BSNL Telephone exchanges).However bush cutting at tower surroundings of exchange sites are to be carried out.

11

3.13. Routine check of free cooling systems available at site and DG set and other equipment and record the same in log book as per the periodicity defined for the visit as per tender. Reporting of any alarms/faults/untoward incident to the concerned officer. 3.14. Running of DG sets as required. 3.15. Assisting in Diesel filling in the DG Set available at the site. 3.16. Manual operation of DG sets and monitoring of fuel level / fluid leak / coolant level / battery charger working etc. 3.17. Manual assistance in changeover of KSEB/DG supply and attending of minor faults like tripping of ELCB/MCB/switches, manual changeover in AC units. 3.18. Collection of KSEB bills from site and handing over the same to the site in charge in a timely manner. 3.19. Any other miscellaneous work related to the BTS site maintenance, assigned by the concerned Sub Division Engineer / Junior Telecom Officer / BSNL officer in charge. 3.20. For prolonged failure of EB supply of site, coordination with EB section concerned for restoration of EB and ensure proper working of DG/PP/Equipment et after the restoration of EB supply. 4. Mobile Infrastructure Maintenance (MIM) – Partial(Site list in Annexure 13) 4.1. Periodical visit to site (minimum 10 days a month, other than on emergency cases). 4.2. Ensure working of Power plant alarms with OMC-R. 4.3. Prompt action (within 01 hour in urban and 12 hour in Rural and hard areas) on receipt of instructions (by call or by SMS) from concerned officer regarding manual assistance in rectification of alarms/faults in site. 4.4. First line maintenance of , power plants, battery and any problem reported. All problems should be reported within 01 hours for urban, 1.5 hours in rural and 12hours in hard areas. 4.5. Periodically check-up power plant modules working and load sharing, ensuring sufficient modules are available for equipment in consultation with Site In charge and Charging of Battery. Record the same in the log book. 4.6. Tightening of all nuts /screws in interconnecting point of power cable from EB panel board to each equipment, once in three months. 4.7. To ensure the control card is functioning properly so that battery do not go to deep discharge. 4.8. In case of any Power Plant outages due to fault in control card intimation to be given to Site In charge for attending the same on priority. 4.9. Conducting Battery Backup test with Existing Load at least in quarterly & record the same in Log Book. 4.10. Faulty Card/ Units need to be deposited at designated centre as per requirement & collect repaired unit within 24 hours in urban and in 48 hours in rural and hard areas 4.11. Replacement of the faulty modules with repaired Modules as per instructions of Site In charge within 24 hours in urban and in 48 hours in rural and hard areas. 4.12. Routine check of free cooling systems available at site and DG set and other equipment and record the same in log book as per the periodicity defined for the visit as per tender. Reporting of any alarms/faults/untoward incident to the concerned officer. 4.13. Assisting in Diesel filling in the DG Set available at the site. 4.14. Collection of KSEB bills from site and handing over the same to the site in charge in a timely manner.

12

4.15. Any other miscellaneous work related to the BTS site maintenance, assigned by the concerned Sub Divisional Engineer / Junior Telecom Officer / BSNL Officer in charge. 4.16. For prolonged failure of EB of site, coordination with EB section concerned for restoration of EB and ensure proper working of DG/PP/ Equipment etc after the restoration of EB supply. 4.17. Running of DG sets as and when required

Note: Partial MIM may be made applicable for sites where watch & ward agreement exists/ Non-DG sites. The rate for one partial Infra structure maintenance site may be limited to half the rate quoted for a full Infra structure maintenance site .

5. Rigger Activities 5.1. This includes two categories of work 5.1.1. Rigger activity – Normal (As per requirement) 5.1.1.1. Antenna orientation & Tilt modification as per requirement for optimization. 5.1.1.2. VSWR fault rectification per sector (includes weather proofing, changing jumper cable, replacing/reconnecting jumper and waveguide connectors). 5.1.1.3. Checking & correction of RF cable swap, L-1 antenna at RRH. 5.1.1.4. Verification/Replacement of weather proof tapes to prevent water entry. 5.1.1.5. Assistance in Verification/correction of MW LoS. 5.1.1.6. Verification/correction of Lightning Arrestor, aviation lamp and its fittings. 5.1.1.7. Any other activity with minor modification in RF as per guidance of BSNL. 5.1.1.8. * Removal of bird/honey bee/wasp nest etc from tower.

* Based on the nature of the work DE(BSS) can decide the number of instances required for removal of bird/honey bee/wasp nest etc from tower. 5.1.2. Rigger activity -Hard (As per requirement). 5.1.2.1. Installation/swap/replacement/dismantling of antennas. 5.1.2.2. Installation/swap/replacement/dismantling of RRH/RRUs/MW ODUs/AMF 5.1.2.3. Installation/ swap/ replacement/ dismantling of waveguides, CPRI cables and RRU/RRH power cables.

5.2. All rigger activities carried out at a site for an activity on a single day combined will be considered as a single instance irrespective of number of occurrences during the same day, i.e. the maximum number of instances for an activity per site per day is one. 5.3. All tools (like ropes, pulleys, wrench/spanner, etc.) and safety equipment for rigger (like safety helmet, safety harness, etc.) should be provided by the bidder. 5.4. Before the commencement of any rigger activity, supervisor has to send the photo of rigger wearing all safety equipment at site, to concerned officer in charge of intimation.

6. Diesel filling in DG Sets: (Site list in Annexure 14) This is to carry out diesel filling in BSNL/NBSNL BTS sites on a periodic basis. On an average every site needs diesel filling of one to two times per month. However, in some of the sites, it can go beyond 2 times a month depending on

13 the tank capacity and the frequency of EB supply interruption. Other than the periodic refilling, whenever there is emergency requirement, based on OMCR low fuel alarm or message given by the concerned officer, refilling is to be arranged within three hours on getting such intimation. Bidder has to ensure availability of 50 % tank capacity of diesel in the DG at any point of time . For each instance of Diesel Filling, full capacity of the tank should be filled, in order to avoid frequent filling. Information regarding the details of filling should be intimated to the SDE/JTO by email/SMS on the same day.

BSNL have entered into direct MOU with oil companies for procurement of diesel from their specified outlets through petro/ fleet cards. Petro/ fleet card will be issued to the contractor on proper acquaintance by the authorized person of the vendor & payment will be made directly to the oil companies by BSNL. Any loss/ misuse of the petro/fleet cards issued to the vendor will be the responsibility of the vendor. Any such losses will be recovered by BSNL from the vendor by adjusting against the payment due to the vendor or will be recovered from PBG. In the case of any misuse causing loss to BSNL, a penalty of 10% of the contract value or forfeiture of the bank guarantee along with termination of contract, as decided by the competent authority of BSNL will be imposed on the contractor. Any reduction in the diesel cost/ loyalty benefits in view of the MOU will be availed by BSNL. It will be the responsibility of the contractor to reconcile the diesel consumption as per actual usage in field with that in petrol/ fleet card account. The payment of diesel cost from BSNL will be limited to actual consumption based on log book after applying the ceiling limit based on the consumption computed with Run Hour meter reading and per hour consumption indicated in this tender document. The sites for which even one instance of diesel filling per month is not recorded will not be considered for Diesel filling expenses for the said month. However, the contractor has to collect the data for diesel reconciliation statement from such non filled sites also and reconciliation statement is to be submitted on monthly basis for all sites in the contract. The bills will be verified, passed & forwarded by BSNL representative (Divisional Engineer (BSS )) based on the consumption in litres / Hour indicated in the tender document. Any extra cost incurred will be the responsibility of the vendor. If the diesel cost through Petro/ fleet card is found to be less than the diesel consumption based on rated diesel consumption per hour, the contractor will not have any claim for the additional cost. Any excess usage of Diesel after tallying with log book entries/Run hour meter will be adjusted from the vendor from their monthly bills.

If the ceiling limit based on the Circle Average consumption/hour in a site is less than the actual consumption based on log book entry continuously for two consecutive months, and the contractor feels that Average consumption per litre in that site is to be reviewed due to aging of DG or other factors then a test run can be requested by the vendor to calculate the Average consumption/hour for that particular site. The test run will be conducted by a joint team consisting of representatives of Contractor and BSNL. Test run will be conducted only on quarterly basis . The test run report will be signed by the Contractor and the BSNL team (SDE BSS), countersigned by DE (BSS). If the test run reports are not

14

sent along with the performance report, the consumption will be taken as per the circle average CPH and the HMR readings. The Average consumption/hour calculated will be made applicable only in the subsequent Quarterly invoice period. The contractor can request for only one test run in any site during the whole AMC period. The bidder has to maintain a log book supplied by BSNL in every site for Diesel filling, as per the format in Annexure 3. It is the responsibility of the bidder to update the logbook promptly on Diesel filling. Concerned BSNL officers will periodically verify the logbook entries and put their initials. The bidder has to seal and lock the hour meter in the presence of BSNL representative. Every month the hour meter reading is to be noted by bidder along with the BSNL representative and a consolidated statement along with log book reports is to be submitted by the contractor. Under any circumstances if any of the units like run hour meter is faulty then the diesel filling should be done under the supervision of any of the BSNL officers/ persons authorized by BSNL. The payment will be based on logbook entries, but will be limited to monthly consumption based on run hour meter reading and BA Average consumption in litres/hour. The method for calculating the same is described in Section-3 Part B. Even if a DG is filled multiple times in a month, the number of instances of diesel filling of the site will be considered as one.

Note: 1) In case of addition of new make /type of DG in the BSNL network, the per hour diesel consumption will be arrived by BSNL and will be intimated to the bidder. Obtaining of special permit if any required, from Motor vehicle department for transporting Diesel in bulk through motor vehicle will be the responsibility of the contractor. 2) Location under this contract where MAEM, Riggering and Diesel filling activities are to be carried out is shown in Annexure 11 and Annexure 14.The monthy estimated quantity for the above activities are shown in schedule of requirement. 7. Bidder shall deploy sufficient number of personnel to support the services as per this contract. Personnel should be placed in such a way that they are able to carry out the day to day activities as mentioned in relevant clauses of this section and also to ensure compliance to performance indicators given below.

Max number of Sl. sites (Cluster size) Nature of work No than can be allotted Per personnel* Mobile Access Equipment Maintenance 01 40 (MAEM) 02 Mobile Infrastructure Maintenance (MIM): Full 15 Mobile Infrastructure Maintenance (MIM): 03 15 Partial l Minimum personnel Nature of work No to be deployed* 01 Rigger activities 3

15

Section 3 Part B

Technical Specification

BA wise Average consumption in litre/hour for various makes of DG with Different capacity

Circle Average consumption Capacity Make in litres/hour 5 KVA 1

Eicher 1.6 7.5KVA Mahindra 1.8 Ph1 1.5

APC 2.6 Automech 1.9 Diesel Tech 2 Eicher Ph IV 2.1 Eicher Ph V 1.8 FG Wilson 2.1 Indo French 2 15KVA Innova 2 Jeevan 1.9 KEC 2.5 Kirloskar 2.1 Lister Petter 2.5 Mahindra 2.1 SIMPSON 2.5 Stanford 2.1

16

SECTION – 3 Part C

SCHEDULE OF REQUIREMENTS (SOR)

BTS sites in Thrissur BA

Sl.No Description of Activity/Sites Quantity per month

1 Mobile Access Equipment Maintenance (MAEM) 160

2 Mobile Infrastructure Maintenance(MIM) Full 105

3 Mobile Infrastructure Maintenance(MIM) Partial 153

4 Diesel Filling 130

5 Rigger activities: Normal 60 20 6 Rigger activities: Hard

Note: 1. Bidder shall furnish the detailed Bill of work for each item mentioned above with reference to Section 3 Part A. 2. The quantity per month stated above are estimated and BSNL reserves the right to vary the quantity to the extent of -25% to +25% of specified quantity at the time of award of contract i.e. APO without any change in unit price or other terms and conditions.

17

SECTION-4 PART-A

GENERAL INSTRUCTIONS TO BIDDERS (GIB) 1. DEFINITIONS 1.1. “The Purchaser " means the Bharat Sanchar Nigam Ltd. (BSNL), New Delhi. 1.2. “The Bidder " means the individual or firm who participates in this tender and submits its bid. 1.3. "The Supplier " or “ The Vendor ”/ “ Contractor” means the individual or firm supplying the goods/ service under the contract. 1.4. "The Goods " means all the equipment, machinery, and/or other materials which the Supplier is required to supply to the Purchaser under the contract. 1.5. "The Advance Purchase Order " or “ Letter of Intent ” means the intention of Purchaser to place the Purchase Order on the bidder. 1.6. “The Purchase Order " or "The Work Order " means the order placed by the Purchaser on the Supplier signed by the Purchaser including all attachments and appendices thereto and all documents incorporated by reference therein. The purchase order shall be deemed as " Contract " appearing in the document. 1.7. "The Contract Price " means the price payable to the Supplier under the purchase order for the full and proper performance of its contractual obligations. 1.8. "Validation " is a process of testing the equipment as per the Generic Requirements in the specifications for use in BSNL network. Validation is carried out in simulated field environment and includes stability, reliability and environmental tests. 1.9. "Telecom Service Provider " means any Telecom operator in India, who is licensed by the Department of Telecommunications (DOT), Government of India to provide telecom services to the general public or to the other DOT licensed Telecom operators. "Telecom Service Provider" also refers to any Telecom operator in other countries providing telecom services to general public of that country or to other telecom operators of the same country. 1.10. “Successful Bidder(s) ” means the bidder(s) to whom the work(s) in this tender is awarded. “SSA” means Secondary Switching Areas defined by BSNL (generally comprising of one or more revenue districts). 1.11. “ BA” means Business Area comprising of one or more SSA’s

2. ELIGIBILITY CONDITIONS:

The bidders should have a. General Qualification i. The bidder must be Indian registered under Companies Act 1956/2013 / Partnership firms/Sole proprietary firms/reputed and experienced contractors/suppliers rending tendered services to

18

BSNL/MTNL or any other Telecom Service Providers in India / LLP or a Firm registered under applicable Acts (Proof Should be uploaded). ii. The bidder must not be blacklisted for telecom business by any Central / State Governments / PSUs in India at the time of submission of bid. An undertaking must be submitted in this regard. iii. The bidder must have a valid PAN registration. iv. The bidder must have a valid GST registration( not under composite scheme). v. The bidder must be registered under EPF and ESI in India. vi. The bidder should not have any near relatives working in BSNL vii. The bidder shall strictly abide by the provisions of various Acts of the State in force, in connection with the employment of the contract labour viz. Contract Labour R&A Act 1970, Workmen Compensation Act, EPF/ESI Act and Bonus act 1965 and all other regulation covered under Labour Act at present and in the currency of contract in force. b. Technical Qualification i. Bidders must possess a minimum experience of having successfully completed works of similar nature viz Mobile Access Equipment Maintenance, Mobile Infrastructure Maintenance, Diesel Filling and Rigger activities as detailed in Section 3 Part A for any Government/ Public Sector Organization/other telecom service providers for a period of not less than one year anytime during the last five years immediately preceding the date of submission of bid. ii. The Bidder must have minimum annual turnover of 30% of annual estimated cost of tender, during each of the consecutive financial years 2017-18 and 2018-19 from telecom business. Bidders will be required to support claims of their financial qualification through their audited financial statements duly certified by their CA. The bidders shall submit necessary documentary proof showing that they meet the eligibility criteria along with their tender bid. All documents submitted will also be self-attested by the bidder. Note : All documents mentioned in Clause 3 of Section 2 Tender Information shall be submitted at the time of submission of “Techno- Commercial Part”.

3. COST OF BIDDING 3.1. The bidder shall bear all costs associated with the preparation and submission of the bid. The Purchaser will, in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

4. DOCUMENTS REQUIRED 4.1. The service required to be supplied; bidding procedures and contract

19

terms and conditions are prescribed in the Bid Documents. The contents of the Bid documents are specified in the covering letter. 4.2. The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid Documents and clarifications/ amendments/ addenda, if any. Failure to furnish all information required as per the Bid Documents or submission of the bids not substantially responsive to the Bid Documents in every respect will be at the bidder's risk and may result in rejection of the bid.

5. CLARIFICATION OF BID DOCUMENTS 5.1. A prospective bidder, requiring any clarification on the Bid Documents shall notify the BSNL Thrissur BA in writing by Email (Mail ID : [email protected] or [email protected]) as indicated in the invitation of Bid. The Purchaser shall respond in writing to any request for the clarification of the Bid Documents, which it receives latest upto 7 days from issue of NIT . Copies of the query (without identifying the source) and clarifications by the Purchaser shall be sent to all the prospective bidders who have received the bid documents. 5.2. Any clarification issued by BSNL in response to query raised by prospective bidders shall form an integral part of bid documents and shall amount to an amendment of the relevant clauses of the bid documents. 6. AMENDMENT OF BID DOCUMENTS 6.1. The Purchaser may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, may modify bid documents by amendments prior to the date of submission of Bids with due notification to prospective bidders. 6.2. The amendments shall be notified in writing by Fax or Email or by Addendum through e-tendering portal to all prospective bidders on the address intimated at the time of purchase of the bid document from BSNL and these amendments will be binding on them. 6.3. In order to afford prospective bidders a reasonable time to take the amendment into account in preparing their bids, the purchaser may, at its discretion, extend the deadline for the submission of bids suitably.

7. DOCUMENTS COMPRISING THE BID The bid prepared by the bidder shall ensure availability of the following components: 7.1. Documentary evidence establishing that the bidder is eligible to bid and is qualified to perform the contract if its bid is accepted in accordance with the clause 2 & 10. 7.2. Bid Security/EMD furnished in accordance with clause 12. 7.3. A Clause by Clause compliance as per clause 11.2 (b) 7.4. A Bid form and price schedule completed in accordance with clause 8 & 9.

20

8. BID FORM 8.1. The bidder shall complete the bid form and appropriate Rate Schedule furnished in the Bid Documents, indicating the service to be provided, brief description of activity and rate as per section- 9. 9. BID PRICES (which-ever applicable) 9.1. The bidder shall quote the CONTRACT charges per one month 9.2. The supplier shall quote as per rate schedule given in Section 9-part B for all the items given in schedule of requirement at Section 3-part C. 9.3. A bid submitted with an adjustable rate quotation will be treated as non-responsive and rejected. 9.4. The rate quoted by the bidder shall be in sufficient detail to enable the Purchaser to arrive at the rate for the work offered. 9.5. "DISCOUNT if any, offered by the bidders shall not be considered unless specifically indicated in the rate schedule. Bidders desiring to offer discount shall therefore modify their offers suitably while quoting and shall quote clearly net price taking all such factors.

10. DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILITY AND QUALIFICATION 10.1. The bidder shall furnish, as part of the bid documents establishing the bidder's eligibility, the following documents or whichever is required as per terms and conditions of Bid Documents. 10.1.a. Valid MSME certificate, if applicable 10.1.b. Documents to establish the eligibility and qualification of bidder as specified in Section-I and Section-4 Part A. 10.1.c. Power of Attorney as per clause 14.3 (a) and (d) and authorization for executing the power of Attorney as per clause 14.3 (b) or (c), if applicable. 10.1.d. Documentary proof of GST registration.If the bidder is not registered with GST authority at the time of bid submission, then he shall have to submit GST registration at the time of award of work/ LoI/signing of contract, if declared successful. 10.1.e. Documentary proof of PAN registration. 10.1.f. Documentary proof of EPF registration. 10.1.g. Documentary proof of ESI registration. 10.1.h. Undertaking duly signed by front bidder and its technology/ consortium partner stating that both of them shall be liable for due performance of the contract jointly and severally, if applicable. 10.1.i. Certificates from all Directors of the bidder stating that none of their near relatives are working in BSNL in accordance with clause 34. 10.1.j. Certificate of incorporation & letter showing authorised signatory if applicable. 10.1.k. Article or Memorandum of Association or partnership deed or proprietorship deed as the case may be. 10.1.l. List of all Directors including their name(s), Director Identification

21

Number(s) (DIN) and address(es) along with contact telephone numbers of office and residence. 10.1.m. Registration certificate from State Director of Industries or from Secretariat for Industrial Assistance (SIA), Ministry of Industries, Government of India. 10.1.n. Letter showing authorised signatory if applicable. 10.1.o. Undertaking and Declaration as per Section-6 – 6(A) 10.1.p. Declaration that no changes has been made to the tender document as per Section-6-6(C) 10.1.q. Declaration regarding non blacklisting as per Section-6-6(D)

10.2. Documentary evidence for financial and technical capability 10.2.a. The bidder shall furnish audited Annual Report and /or a certificate from its bankers to assess its solvency/financial capability to prove that the total annual turnover (audited) of the bidder should be at least 30% of annual estimated cost of tender, during each of the consecutive financial years 2017-18 and 2018-19 from telecom business . 10.2.b. The bidder shall furnish documentary evidence about technical and production capability necessary to perform the contract. The documentary proof, signed by the authorized signatory, in the format attached in Annexure – 8. 10.3. In order to enable the Purchaser to assess the proven-ness of the system offered, the bidder shall provide documentary evidence regarding the system being offered by him. 10.4. For supply of any software i.e. operating system or any applications software the bidder should submit a Certificate Of Authenticity (COA), signed by Authorized Signatory stating that all Software supplied are authentic and legal copy is/ are being supplied (If applicable). 10.5. Documentary evidence/ Declaration to the effect that the type of software to be utilized in the system/ equipment i.e. Packaged/ Canned OR Customized shall be furnished by the bidder. In case of Packaged/ Canned, the portion of value which represents consideration paid or payable for transfer of right to use such goods subject to provisions laid down in Central Excise/Custom Notifications” (If applicable). 11. DOCUMENTS ESTABLISHING SERVICE CONFORMITY TO BID DOCUMENTS 11.1. Pursuant to clause 7, the bidder shall furnish, as part of its bid, documents establishing the conformity of its bid to the Bid Documents of all services which he proposes to supply under the contract. 11.2. The documentary evidences of the services conformity to the Bid Documents may be, in the form of literature, data etc. and the bidder shall furnish: 11.2.a. A detailed description of service with essential technical and performance characteristics; 11.2.b. A clause-by-clause compliance on the purchaser's Technical

22

Specifications and Commercial Conditions demonstrating substantial responsiveness to the Technical Specifications and Commercial Conditions. In case of deviations, a statement of the deviations and exception to the provision of the Technical Specifications and Commercial Conditions shall be given by the bidder. A bid without clause-by-clause compliance of the Scope of Work, Technical Specifications, SOR (Section-3 Part A, B & C), General (Commercial) Conditions & Special (Commercial) Conditions, (Section- 5 Part A&B) shall not be considered. 12. BID SECURITY / EMD 12.1. The bidder shall furnish, as part of its bid, a bid security/EMD as mentioned in Clause 6 of Section-1(DNIT). 12.2. The MSE bidders are exempted from payment of bid security/EMD. 12.2.a. A proof regarding valid registration with body specified by Ministry of Micro, Small & Medium Enterprise for the tendered item will have to be attached along with the bid. 12.2.b. The enlistment certificate issued by MSME should be valid on the date of opening of tender. 12.2.c. If a vender registered with body specified by Ministry of Micro, Small & Medium Enterprise claiming concessional benefits is awarded work by BSNL and subsequently fails to obey any of the contractual obligations; he will be debarred from any further work / contract by BSNL for one year from the date of issue of such tender. 12.3. The bid security/EMD is required to protect the purchaser against the risk of bidder's conduct, which would warrant the forfeiture of bid security/EMD pursuant to Para 12.6. 12.4. A bid not secured in accordance with Para 12.1 & 12.2 shall be rejected by the Purchaser being non-responsive at the bid opening stage. 12.5. The bid security/EMD of the unsuccessful bidder will be discharged/ returned as promptly as possible and latest by the expiry of the period of the bid validity period prescribed by the purchaser pursuant to clause 13. 12.6. The successful bidder's bid security/EMD will be discharged upon the bidder's acceptance of the advance purchase order satisfactorily in accordance with clause 27 and furnishing the performance security, except in case of L-1 bidder, whose EMBG/EMD shall be released only after the finalization of ordering of complete tendered quantity in pursuance to clause no. 24 & 27 of this section.BID SECURITY / EMD will not carry any interest 12.7. The bid security/EMD may be forfeited: 12.7.a. If the bidder withdraws or amends its bid or impairs or derogates from the bid in any respect during the period of bid validity specified by the bidder in the bid form or extended

23

subsequently; or 12.7.b. If the bidder does not accept APO/PO and / or does not submit PBG & sign the contract / agreement in accordance with clause 28; 12.8. The front bidder shall submit an irrevocable undertaking in non- judicial stamp paper of appropriate value duly signed by it and its technology/ consortium partner stating that both of them i.e. the front bidder and its technology/ consortium partner shall be liable for due performance of the contract jointly and severally, failing which both of them shall be liable to be barred from participating in future tenders/EOIs/ RFPs of BSNL for a period of two years. 13. PERIOD OF VALIDITY OF BIDS 13.1. Bid shall remain valid for period specified in clause 2 Section 2 of Tender Information. A bid valid for a shorter period shall be rejected by the purchaser being non-responsive. 13.2. In exceptional circumstances, the purchaser may request the consent of the bidder for an extension to the period of bid validity. The request and the response thereto shall be made in writing. The bid security/EMD provided under clause 12 shall also be suitably extended. The bidder may refuse the request without forfeiting its bid security/EMD. A bidder accepting the request and granting extension will not be permitted to modify its bid. 14. FORMAT AND SIGNING OF BID 14.1. The bidder shall submit his bid online, complying all eligibility conditions, other terms and conditions of tender document to be read along with the clarifications and amendments issued in this respect. All the documents must be authenticated, by hand signatures by the authorized person. The letter of authorization shall be indicated by written power-of-attorney accompanying the bid. 14.2. The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the bidder in which case such corrections shall be signed by the person or persons signing the bid. All pages of the original bid, except for un-amended printed literatures, shall be manually signed by the person or persons signing the bid.

14.3. Power of Attorney 14.3.a. The power of Attorney should be submitted and executed on the non-judicial stamp paper of appropriate value as prevailing in the concerned states(s) and the same be attested by a Notary public or registered before Sub-registrar of the state(s) concerned. 14.3.b. The power of Attorney is executed by a person who has been authorized by the Board of Directors of the bidder in this regard, on behalf of the Company/ institution/ Body corporate. 14.3.c. In case of the bidder being a firm, the said Power of Attorney

24

should be executed by all the partner(s) in favour of the said Attorney. 14.3.d. Attestation of the specimen signatures of such authorized signatory of the bid by the Company’s/ firm’s bankers shall be furnished. Name, designation, Phone number, mobile number, email address and postal address of the authorized signatory shall be provided. 14.3.e. In case, authorized signatory of the bid( i.e. PoA holder) is different than the person who submits the online bids using digital signatures certificate(DSC), then the power of Attorney should also include the name of this person submitting online bids on e-tender portal. 15. Sealing and Marking of Bids 15.1. The bids should be submitted as per Section 2 - Clause 3 of tender information. 15.2. The bids are being called under Single Stage Bidding & Two Envelope System . The bidder shall submit his bid in two envelopes; 15.2.a. The first envelope will be named as Techno-Commercial bid. This envelope will contain documents of bidder’s satisfying the eligibility / technical & commercial conditions as per clause 2 & 10 and with bid security/EMD as per clause 12. Second envelope will be named as Financial Bid containing Price Schedules as per Section-9 Part B) . 15.2.b. All Offline documents shall be addressed to the purchaser inviting the tender as given below. Assistant General Manager(Admn) O/o GMT, BSNL Sanchar Bhavan, Kovilakathumpadam, Thrissur 680022 Ph: -04872222310 The offline envelope shall bear the name of the tender, the tender number and the words 'DO NOT OPEN BEFORE 14:30 hrs on 12/08/2020 15.3. The inner and outer envelopes shall indicate the name and complete postal address of the bidder to enable the purchaser to return the bid unopened in case it is declared to be received 'late'. 15.4. If both the envelopes are not sealed and marked as required at para 15.1 and 15.2, the bid shall be rejected. 15.5. Offline envelope should be deposited in the tender box provided by tendering authority or sent by registered post or delivered in person on above mentioned address. The responsibility for ensuring that the tenders are delivered in time would vest with the bidder. 15.6. Bids delivered in person on the day of tender opening shall be delivered upto specified time & date as stated in NIT to concerned officer specified by tendering authority at the venue (address is given in clause 15.2.b above). The purchaser shall not be responsible if the bids are delivered

25

elsewhere. 15.7. Venue of Tender Opening: i) The venue of tender opening will be at the chamber of Assistant General Manager (Admn), O/o GMT, BSNL Thrissur ii) If due to administrative reasons, the venue of Bid opening is changed, it will be displayed prominently on the venue mentioned above. 15.8. If both the envelopes are not submitted as required at para 15.1 to 15.7 above, the bid shall be rejected.

16. SUBMISSION OF BIDS 16.1. Bids must be submitted by the bidder on or before the specified date and time indicated in Clause 6 of section -1 i.e. DNIT 16.2. The purchaser may, at its discretion, extend this deadline for the submission of bids by amending the Bids Documents in accordance with clause 6 of section -1, in which case all rights and obligations of the purchaser and bidders previously subjected to the deadline will thereafter be subjected to the extended deadline. 16.3. The bidder shall submit its bid offer against a set of bid documents purchased by him for all the service as required in the bid documents. He may include alternate offer, if permissible as per the bid. However, not more than one independent and complete offer shall be permitted from the bidder. 17. LATE BIDS 17.1. No bid shall be accepted after the specified deadline for submission of bids prescribed by the purchaser. 18. MODIFICATION AND WITHDRAWAL OF BIDS 18.1. The bidder may modify, revise or withdraw his bid after submission prior to deadline prescribed for submission of bid. 18.2. The bidder’s modification, revision or withdrawal shall have to be online and digitally authenticated. 18.3. No bid shall be modified subsequent to the deadline for submission of bids . 19. OPENING OF BIDS BY PURCHASER 19.1. The purchaser shall open bids online in the presence of the authorized representatives of bidders online. The bidder's representatives, who are present, shall sign in an attendance register. Authority letter to this effect shall be submitted by the authorized representatives of bidders before they are allowed to participate in bid opening (A Format is given in enclosed in Section-7 C). 19.2. A maximum of two representatives of any bidder shall be authorized and permitted to attend the bid opening. 19.3. Name of envelopes to be opened & information to be read out by Bid Opening Committee 19.3.a. Techno-commercial bid only will be opened on the date of tender

26

opening given in NIT. Date of opening of financial bid will be intimated to all bidders qualified technically. 19.3.b. The following information should be read out at the time of Techno-commercial bid opening: - a) Name of the Bidder b) Name of the item c) EMD amount & validity and acceptability d) Information in respect of eligibility of the bidder. e) Details of bid modification/ withdrawal, if applicable. 19.3.c. The following information should be read out at the time of Financial bid opening: - a) Name of the Bidder b) Name of the item c) Rate quoted in the bid d) Discount, if offered e) Taxes & levies (Information as per electronic forms shall be populated as comparison chart on e-tender system and no information shall be read out)

19.4. The date fixed for opening of bids, if subsequently declared as holiday by the BSNL, the revised date of schedule will be notified. However, in absence of such notification, the bids will be opened on next working day, time and venue remaining unaltered. 20. CLARIFICATION OF BIDS 20.1. To assist in the evaluation and comparison of bids, the purchaser may, at its discretion ask the bidder for the clarification of its bid. The request for the clarification and the response shall be in writing. However, no post bid clarification at the initiative of the bidder shall be entertained. 20.2. If any of the documents, required to be submitted along with the technical bid is found wanting, the offer is liable to be rejected at that stage. However, the purchaser at its discretion may call for any clarification regarding the bid document within a stipulated time period. In case of noncompliance to such queries, the bid will be out rightly rejected without entertaining further correspondence in this regard. 21. PRELIMINARY EVALUATION 21.1. Purchaser shall evaluate the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether the bids are generally in order. 21.2. Arithmetical errors shall be rectified on the following basis. Based on the quoted percentage of duties and taxes, Freight etc. the amounts quoted thereof shall be worked out and rounded off to 2 decimal points. In case the unit price quoted does not tally with its breakup quoted, the same shall be corrected by summing up the breakups. If there is a

27

discrepancy between the unit price and total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected by the purchaser. 21.3. If there is a discrepancy between words and figures, the amount in words shall prevail. If the supplier does not accept the correction of the errors, its bid shall be rejected. 21.4. Prior to the detailed evaluation pursuant to clause 22, the Purchaser will determine the substantial responsiveness of each bid to the Bid Document. For purposes of these clauses, a substantially responsive bid is one which confirms to all the terms and conditions of the Bid Documents without material deviations. The purchaser's determination of bid's responsiveness shall be based on the contents of the bid itself without recourse to extrinsic evidence. 21.5. A bid, determined as substantially non-responsive will be rejected by the purchaser and shall not subsequent to the bid opening be made responsive by the bidder by correction of the non-conformity. 21.6. The Purchaser may waive any minor infirmity or non-conformity or irregularity in a bid which doesn't constitute a material deviation, provided such waiver doesn't prejudice or affect the relative ranking of any bidder. The decision of BSNL in this regard shall be final. 22. EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS 22.1. The Purchaser shall evaluate in detail and compare the bids previously determined to be substantially responsive pursuant to clause 21. 22.2. The evaluation and comparison of responsive bids shall be done on the basis of Net cost to BSNL on the rate quoted excluding GST for all the activities together. The BSNL shall examine the bids to determine whether these are complete and are generally in order, without computational errors, with required enclosures and appropriate documents. Bids without quoting for all the items will not be evaluated. 22.3. Vendors should furnish the correct HSN/SAC in the price Schedule. If the supplier fails to furnish necessary supporting documents i.e. GST invoices etc. In respect of the Duties/taxes for which ITC is available to BSNL, the amount pertaining to such Duties/Taxes will be deducted from the payment due to the firm.

22.4. Evaluation criteria: Evaluation will be made on the basis of the rate quoted for work and multiplied with number of quantities mentioned and summing up the cost for all the work points, but excluding GST. 23. CONTACTING THE PURCHASER 23.1. Subject to Clause 20, no bidder shall try to influence the Purchaser on any matter relating to its bid, from the time of the bid opening till the time the contract is awarded. 23.2. Any effort by a bidder to modify its bid or influence the purchaser in the purchaser's bid evaluation, bid comparison or contract award decision shall result in the rejection of the bid.

28

24. PLACEMENT OF ORDER 24.1. The Purchaser shall consider placement of work orders on those eligible bidders whose offers have been found technically, commercially and financially acceptable. The Purchaser reserves the right to counter offer price(s) against price(s) quoted by any bidder. 24.2. The ordering rate of any bidder shall not exceed the lowest evaluated price (If applicable) 24.3. The purchaser reserves the right for the placement of order of entire tendered quantity on the bidder with the lowest evaluated price.

25. PURCHASER'S RIGHT TO VARY QUANTITIES 25.1. BSNL reserves the right to increase or decrease up to 25 % of the quantity of services specified in the schedule of requirements without any change in the rate or other terms and conditions at the time of award of contract. 25.2. BSNL also reserves the right for placement of additional order or up to 50% of the additional quantities of services contained in the running tender/ contract within a period of twelve months from the date of acceptance of first APO in the tender at the same rate or a rate negotiated (downwardly) with the existing vendors considering the reasonability of rates based on prevailing market conditions and the impact of reduction in taxes etc and service to be provided with in the period scheduled afresh. 25.3. In exceptional situation where requirement is of an emergent nature and it is necessary to ensure continued service from the existing vendor, the purchaser reserves the right to place repeat order up to 100% of quantities of service contained in the running tender within a period of twelve months from the date of acceptance of first APO in the tender at the same rate or a rate negotiated (downwardly) with the existing vendors considering the reasonability of rates based on prevailing market condition and the impact of reduction in duties and taxes etc. Exceptional situation and emergent nature should be spelt out clearly detailing the justification as well as benefits accrued out of it and loss incurred in case this provision is not invoked and approved by the authority competent to accord administrative and financial approval for the procurement calculated on the basis of total procurement i.e. initial and proposed add-on quantity. 25.4. Purchaser reserves the right to offer the contract to any other tenderer or any other agency in case of unsatisfactory work. .The contractor should carry out the work to the satisfaction of BSNL officer in charge and in the event of his failure the contract work will be got done from some other agency at the cost of the contractor and payment will be settled on prorate Basis. 25.5. The decision of the Purchaser on any matter connected to this tender is final binding.

29

26. PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids, at any time prior to award of contract without assigning any reason whatsoever and without thereby incurring any liability to the affected bidder or bidders on the grounds of purchaser’s action. 27. ISSUE OF LETTER OF INDENT/ADVANCE WORK ORDER 27.1. The issue of Letter of Intent/Advance Work Order shall constitute the intention of the Purchaser to enter into contract with the bidder. 27.2. The bidder (including MSME bidder) shall within 14 days of issue of the advance work/purchase order, give its acceptance along with performance security in conformity with the proforma provided with the bid document at Section-7B. Performance security will not carry any interest. 27.3. In the event of withdrawal of AWO/LoI, subsequent claim of bidder for placement of Work Order/signing of contract, shall not be entertained by this office. 27.4. The accepted bidder may be issued advanced work/purchase order for the quantity required at the time of issue of AWO/APO within the provisions of the Tender. WO/P O for additional requirements will be issued as and when required with the capping of maximum provision in the Tender. 28. SIGNING OF CONTRACT 28.1. The signing of agreement and the issue of work order shall constitute the award of contract on the bidder. 28.2. Upon the successful bidder furnishing performance security pursuant to clause 27, the Purchaser shall discharge the bid security/EMD in pursuant to clause 12, except in case of successful bidder, after finalization of ordering of complete tendered quantity in pursuance to clause no. 24 of this section. 29. ANNULMENT OF AWARD Failure of the successful bidder to comply with the requirement of clause 27 & 28 shall constitute sufficient ground for the annulment of the award and the forfeiture of the bid security/EMD in which event the Purchaser may make the award to any other bidder at the discretion of the purchaser or call for new bids. 30. Quality Assurance Requirements : Not Applicable 31. REJECTION OF BIDS 31.1. While all the conditions specified in the Bid documents are critical and are to be complied, special attention of bidder is invited to the following clauses of the bid documents. Non-compliance of any one of these shall result in outright rejection of the bid. 31.1.a. Clauses 12& 13.1 of Section- 4 Part A: The bids will be rejected at opening stage if bid security/EMD is not submitted as per Clauses 12 of Section- 4 Part A and bid validity is less than the period prescribed in Clause 13.1 of Section- 4 Part A.

30

31.1.b. Clause 2 & 10 of Section-4 Part A: If the eligibility condition as per clause 2 of Section 4 Part A is not met and/ or documents prescribed to establish the eligibility as per Clause 10 of Section 4 Part A are not enclosed, the bids will be rejected without further evaluation. 31.1.c. Clause 11.2 (b) of Section-4 Part A: If clause-by-clause compliance as well as deviation statements as prescribed are not given, the bid will be rejected at the stage of primary evaluation. 31.1.d. While giving compliance to Section-5 Part A, General Commercial conditions, Section-4 Part B, Special Instructions to Bidders, Section-5 Part B Special (Commercial) Conditions of Contract, Section-3 Part A Scope of Work and Section-3 Part-B Technical Specification, ambiguous words like "Noted", "Understood", “Noted & Understood" shall not be accepted as complied. Mere "Complied" will also be not sufficient, reference to the enclosed documents showing compliances must be given. 31.1.e. Section-9 Part-B Financial Bid Rate: Rates are not filled in as prescribed in price schedule. 31.1.f. Section-4 Part A clause 9.5 on discount which is reproduced below: "Discount, if any, offered by the bidder shall not be considered unless specifically indicated in the price schedule. Bidders desiring to offer discount shall therefore modify their offer suitably while quoting and shall quote clearly net price taking all such factors like Discount, free supply etc. into account". 31.2. Before outright rejection of the Bid by Bid-opening team for non- compliance of any of the provisions mentioned in clause 31.1(a), 31.1(b) of Section-4Part-A, the bidder company is given opportunity to explain their position, however if the person representing the company is not satisfied with the decision of the Bid opening team, he/they can submit the representation to the Bid opening team immediately but in no case after closing of the tender process with full justification quoting specifically the violation of tender condition if any. 31.3. Bid opening team will not return the bids submitted by the bidders on the date of tender opening even if it is liable for rejection and will preserve the bids in sealed cover as submitted by taking the signatures of some of the desirous representatives of the participating bidder/companies present on the occasion. 31.4. The in-charge of Bid opening team will mention the number of bids with the name of the company found unsuitable for further processing on the date of tender opening and number of representations received in Bid opening Minutes and if Bid opening team is satisfied with the argument of the bidder/company mentioned in their representation

31

and feel that there is prima-facie fact for consideration, the in-charge of the bid opening team will submit the case for review to Officer competent to approve the tender as early as possible preferably on next working day and decision to this effect should be communicated to the bidder company within a week positively. Bids found liable for rejection and kept preserved on the date of tender opening will be returned to the bidders after issue of P.O. against the instant tender. 31.5. If the reviewing officer finds it fit to open the bid of the petitioner, this should be done by giving three (working) days’ notice to all the participating bidders to give opportunity to participants desirous to be present on the occasion. 32. ACTION BY PURCHASER AGAINST BIDDER(S)/ VENDOR(S) IN CASE OF DEFAULT.

In case of default by Bidder(s)/ Vendor(s) such as a) Does not provide the service in time; b) Service does not perform satisfactory in the field in accordance with the specifications; c) Or any other default whose complete list is enclosed in Appendix-1. Purchaser will take action as specified in Appendix-1 of this section

33. Clause Deleted

34. NEAR-RELATIONSHIP CERTIFICATE 34.1. The bidder should give a certificate that none of his/ her near relative, as defined below, is working in the units where he is going to apply for the tender. In case of proprietorship firm, certificate will be given by the proprietor. For partnership firm certificate will be given by all the partners and in case of limited company, by all the Directors of the company excluding Government of India/ Financial institution nominees and independent non-Official part time Directors appointed by Govt. of India or the Governor of the state and full time Directors of PSUs both state and central. Due to any breach of these conditions by the company or firm or any other person the tender will be cancelled and bid security/EMD will be forfeited at any stage whenever it is noticed and BSNL will not pay any damage to the company or firm or the concerned person. 34.2. The Company or firm or the person will also be debarred for further participation in the concerned unit. 34.3. The near relatives for this purpose are defined as:- a) Members of a Hindu undivided family. b) They are husband and wife. c) The one is related to the other in the manner as father, mother, son(s) & Son's wife (daughter in law), Daughter(s) and daughter's husband (son in law), brother(s) and brother's wife, sister(s) and

32

sister's husband (brother in law). 34.4. The format of the certificate is given in Section 6 (B). 35. VERIFICATION OF DOCUMENTS AND CERTIFICATES The bidder will verify the genuineness and correctness of all documents and certificates, including experience/performance certificates, issued either by the bidder or any other firm / associate before submitting them in the bid. The onus of proving genuineness of the submitted documents would rest with the bidder. As per requirement of the tender’s conditions, if any document / paper / certificate submitted by the participant bidder is found to be false / fabricated / tampered / manipulated at any stage during bid evaluation or award of contract, then the bid security (EMBG) of the bidder would be forfeited and the bidder would be disqualified from the tender. Action would also be taken for banning of business dealing with the defaulting firm. In case contract has already awarded to the bidder, then PBG would be forfeited and the contract would be rescind / annulled and BSNL would be at liberty to procure the ordered goods and services from any other source at the risk and cost of the defaulting bidder. Action would also be taken for banning business dealing with the defaulting firm. Note: To obviate any possibility of doubt and dispute and maintain veracity of the documents / papers / certificates, the documents conforming to eligibility part will be submitted by the participant bidder duly authenticated by the authorized signatory along with EMBG (bid security) of requisite amount and will be checked at the time of tender opening. The documents / papers to be submitted in respective bid part will be explicitly mentioned in relevant clauses. This bid part already signed by the authorized representative of the bidder company during bid submission) will be signed by the in charge of the tender opening team and will be kept preserved along with the bid submitted. In case of any dispute these papers will be treated as authentic one. 36. Security Clause as per latest guidelines and requirement Mandatory Licensing requirements with regards to security related concerns issued by the Government of India are applicable from time-to-time and shall be strictly followed. 37. Reservation/ Procurement from MSE units : The guidelines / instructions / laws issued vide D.O. no 21(1) -2011-M.A..April 25 th , 2012 from Ministry of Mi- cro, Small & Medium Enterprise (MSME) with respect to provisions for Micro & Small Enterprises (MSEs) shall be followed.

37.1 CONCESSIONS TO MSE UNITS: The guidelines, issued by Ministry of Micro, Small & Medium Enterprise (MSME), Government of India regarding concessions for Micro & Small Enterprise Units registered with District Industries Centres or Khadi & Village Industries Commission or Khadi & Village Industries Board or Coir Board or National Small Industries Corporation(NSIC) or Directorate of Handicrafts & Handloom or any other body specified by Ministry of Micro, Small & Medium Enterprise, have been considered by the BSNL (Corporate Office) and it has been decided that these units shall be allowed the following concessions. As per the instruction of DOT ltr dt 02/04/2018 along with Department of Expenditure OM dt 28/02/2018 , Registration of UAM (Udyog Aadhar memorandum) by ministry of MSME vendors on CPPP(Central Public

33

Procurement Portal) is mandatory. The bidders who also fail to submit UAM number shall not be able to avail the benefits available to MSEs as contained in Public Procurement Policy for MSEs order, 2012 issued by MSME. 1. Supply of Tender Documents: The tender documents shall be issued to MSE bidders free of cost provided the tendered item is listed in the Registration Certificate of MSE. 2. Exemption from payment of Bid Security deposit /Earnest Money Deposit The MSE units registered with bodies as detailed in para 37.1 above shall be given exemp- tion from payment of Bid Security deposit provided the tendered item is listed in the Regis- tration Certificate of MSE. a) A proof regarding current registration with bodies as detailed in para 371 above for the ten- dered items will have to be attached along with the bid. b) The enlistment certificate issued by bodies as detailed in para 37.1 should be current & valid on the date of opening of bid.

Appendix-1 to Section 4 Part A Guidelines on Action to be taken on Defaulting Vendors

S. Defaults of the bidder / vendor. Action to be taken No. A B C Submitting fake / forged a) Bank Instruments with the bid to meet i) Rejection of tender bid of respective Vendor. terms & condition of tender in respect of ii) Banning of business for 3 years which implies barring tender fee and/ or EMD. further dealing with the bidder for procurement of Goods & Services including participation in future tenders invited by 1(a) b) Certificate for claiming exemption in BSNL for 3 years from date of issue of banning order. respect of tender fee and/ or EMD; iii) Termination / Short Closure of WO, if issued. This implies and detection of default at any stage from non-acceptance of further work & services except to make receipt of bids till award of AWO/ issue of the already received complete work in hand. WO. Note 1: - However, in this case the performance guarantee if alright will not be forfeited. Note 2: - Payment for already received completed work shall be made as per terms & conditions of WO. Submitting fake / forged documents towards meeting eligibility criteria such as experience capability, supply proof, registration with GST, Income Tax

departments etc and as supporting documents towards other terms & conditions with the bid to meet terms & 1(b) condition of tender : i) Rejection of Bid & ii) Forfeiture of EMD. (iii)Banning of business for upto 3 years which implies (i) If detection of default is prior to Barring further dealing with the vendor for procurement of award of AWO Goods and Services including participation in future tenders invited by BSNL for upto Three Years from date of issue of banning order.

34

(i) Cancellation of AWO , ii) Rejection of Bid & iii) Forfeiture of EMD. (ii) If detection of default after issue of iv) Banning of business for upto 3 years which implies AWO but before receipt of PG/ SD (DD,BG Barring further dealing with the vendor for procurement of etc.) Goods and Services including participation in future tenders invited by BSNL for upto Three Years from date of issue of banning order.

i) Cancellation of AWO ii) Rejection of Bid & iii) Forfeiture of PG/ SD. However on realization of PG/ SD amount, EMD, if not already released shall be returned. (iii) If detection of default after receipt of iv) Banning of business for upto 3 years which implies PG/ SD (DD,BG etc.) . Barring further dealing with the vendor for procurement of Goods and Services including participation in future tenders invited by BSNL for upto Three Years from date of issue of banning order

i) Termination/ Short Closure of WO and Cancellation of AWO ii) Rejection of Bid & iii) Forfeiture of PG/ SD. However on realization of PG/ SD amount, EMD, if not (iv) If detection of default after issue of released shall be returned. WO iv) Banning of business for upto 3 years which implies Barring further dealing with the vendor for procurement of Goods and Services including participation in future tenders invited by BSNL for upto Three Years from date of issue of banning order

Note 3 :- However, settle bills for the services received if pending items do not affect working or use of supplied items.

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

If vendor or his representative uses violent/ coercive means viz. Physical / Verbal means to threatens BSNL Executive / employees and/ or obstruct him from functioning in discharge of his duties & responsibilities for the following : a) Obstructing functioning of tender opening executives of BSNL in receipt/ 2 opening of tender bids from prospective Banning of business for 3 years which implies Barring further Bidders, suppliers/ Contractors. dealing with the vendor for procurement of Goods & b) Obstructing/ Threatening other Services including participation in future tenders invited by prospective bidders i.e. suppliers/ BSNL for 3 years from date of issue of banning order. Contractors from entering the tender venue and/ or submitting their tender bid

35

freely. Non-receipt of acceptance of AWO and 3 SD/ PG by L-1 bidder within time period Forfeiture of EMD. specified in AWO. i) Termination of WO. Failure to execute the work at all even in ii) Under take work in accordance with Clause 15 Section 5A 4.1 extended delivery schedules, if granted at the risk of defaulting bidder against WO. iii) Recover the excess charges if incurred from the PG/ SD and outstanding bills of the defaulting Vendor. i) Short Closure of WO to the service already received by BSNL and/ or in pipeline provided Failure to execute the work in full even in ii) Under take work in accordance with Clause 15 Section 5A 4.2 extended delivery schedules, if granted at the risk of defaulting bidder against PO/ WO. iii) Recover the excess charges if incurred from the PG/ SD and outstanding bills of the defaulting bidder. 5.1 The supplied equipment does not i) If the material is not at all acceptable, then return the perform satisfactory in the field in non-acceptable material (or its part) & recover its cost, if accordance with the specifications paid, from the o/s bills/ PG/ SD. mentioned in the PO/ WO/Contract. OR ii) If the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty from outstanding dues of vendor including PG/ SD. 5.2 Major quality problems (as established by i) If the material is not at all acceptable, then return the a joint team / committee of User unit(s) non-acceptable material (or its part) & recover its cost, if and QA Circle) / performance problems paid, from the o/s bills/ PG/ SD; and non-rectification of defects (based on OR reports of field units and QA circle). ii) If the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty from outstanding dues of vendor including PG/ SD; and iii) Withdrawal of TSEC/ IA issued by QA Circle. Submission of claims to BSNL against a i) Recovery of over payment from the outstanding dues of contract Vendor including EMD/ PG & SD etc. and by invoking ‘ Set (a) for amount already paid by BSNL . off ’ Clause 21 of Section 5 Part A or by any other legal 6 (b) for Quantity in excess of that supplied tenable manner. by Vendor to BSNL. ii) Banning of Business for 3 years from date of issue of c) for amount higher than that approved banning order or till the date of recovery of over payment in by BSNL for that service. full, whichever is later.

36

Note 5 :- The claims may be submitted with or without collusion of BSNL Executive/ employees. Note 6: - This penalty will be imposed irrespective of the fact that payment is disbursed by BSNL or not. Network Security/ Safety/ Privacy: - If the i) Termination of PO/ WO. vendor tampers with the hardware, ii) Banning of business for 3 years which implies barring software/ firmware or in any other way further dealing with the vendor for procurement of Goods & that Services including participation in future tenders invited by a) Adversely affects the normal working BSNL for 3 years from date of issue of banning order. of BSNL equipment(s) and/ or any other iii) Recovery of any loss incurred on this account from the TSP through BSNL. Vendor from its PG/ SD/ O/s bills etc. b) Disrupts/ Sabotages functioning of the BSNL network equipments such as exchanges, BTS, BSC/ MSC, Control equipment including IN etc., transmission 7 equipments but not limited to these elements and/ or any other TSP through BSNL. iv) Legal action will be initiated by BSNL against the Vendor if c) tampers with the billing related data/ required. invoicing/ account of the Customer/ User(s) of BSNL and/ or any other TSP(s). d) hacks the account of BSNL Customer for unauthorized use i.e. to threaten others/ spread improper news etc. e) undertakes any action that affects/ endangers the security of India. i) Termination/ Short Closure of the WO. ii) Settle bills for the service received if pending work does not affect the working or use of the services received iii) Under take work in accordance with Clause 15 Section 5A at the risk of defaulting bidder iv) In case of turnkey projects, If the services are provided If the vendor is declared bankrupt or without any degradation of performance, then settle bills for insolvent or its financial position has the acceptable service (or its part). 8 become unsound and in case of a v) In case of turnkey projects, if the material is inducted in limited company, if it is wound up or network & it is not possible to return it and/ or material is it is liquidated. acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty from outstanding dues of vendor including PG/SD.

In the event of the vendor, its i)Termination/ Short Closure of the WO. proprietor, Director(s), partner(s) is / are convicted by a Court of Law ii) Settle bills for the service received if pending work does 9 following prosecution for offences not affect the working or use of the services received involving moral turpitude in relation to the business dealings. iii) Under take work in accordance with Clause 15 Section 5A at the risk of defaulting bidder

37

iv) In case of turnkey projects, If the services are provided without any degradation of performance, then settle bills for the acceptable service (or its part). v) In case of turnkey projects, If the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee.

Undertake recovery of financial penalty from outstanding dues of vendor including PG/ SD.

If the vendor does not return/ refuses 10 to return BSNL’s dues: i) Take action to appoint Arbitrator to adjudicate the dispute. i) Termination of contract, if any. ii) Banning of business for 3 years which implies barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by a) Inspite of order of Arbitrator. BSNL from date of issue of banning order or till the date by which vendor clears the BSNL’s dues, whichever is later iii) Take legal recourse i.e. filing recovery suite in appropriate court. i) Termination of contract, if any. ii) Banning of business for 3 years which implies barring further dealing with the vendor for procurement of Goods & b) Inspite of Court Orders. Services including participation in future tenders invited by BSNL from date of issue of banning order or till the date by which vendor clears the BSNL’s dues, whichever is later. If the Central Bureau of Investigation/ Independent External Monitor (IEM) / Take Action as per the directions of CBI or concerned 11 Income Tax/ GST Authorities / Custom department. Departmentsrecommends such a course The following cases may also be 12 considered for Banning of business: (a) If there is strong justification for believing that the proprietor, manager, i) Banning of business for 3 years which implies Barring MD, Director, partner, employee or further dealing with the vendor for procurement of Goods & representative of the vendor/ supplier Services including participation in future tenders invited by has been guilty of malpractices such as BSNL for 3 years from date of issue of banning order. bribery, corruption, fraud, substitution of tenders, interpolation, misrepresentation with respect to the contract in question.

38

(b) If the vendor/ supplier fails to execute a contract or fails to execute it satisfactorily beyond the provisions of Para 4.1 & 4.2. (c) If the vendor/ supplier fails to submit required documents/ information, where

required. (d) Any other ground which in the opinion of BSNL is just and proper to order for banning of business dealing with a vendor/ supplier. Note 7: The above penalties will be imposed provided it does not clash with the provision of the respective tender. Note 8: -In case of clash between these guidelines & provision of invited tender, the provision in the respective tender shall prevail over these guidelines. Note 9 :Banning of Business dealing order shall not have any effect on the existing/ ongoing works which will continue along with settlement of Bills.

39

Section-4 Part B

Special Instructions to Bidders

1. Eligibility Conditions:

The bidders should have a. General Qualification i. The bidder must be Indian registered under Companies Act 1956/2013 / Partnership firms/Sole proprietary firms/reputed and experienced contractors/suppliers rending tendered services to BSNL/MTNL or any other Telecom Service Providers in India / LLP or a Firm registered under applicable Acts (Proof Should be uploaded). ii. The bidder must not be blacklisted for telecom business by any Central / State Governments / PSUs in India at the time of submission of bid. An undertaking must be submitted in this regard. iii. The bidder must have a valid PAN registration. iv. The bidder must have a valid GST registration(not under composite scheme). v. The bidder must be registered under EPF and ESI in India. vi. The bidder should not have any near relatives working in BSNL vii. The bidder shall strictly abide by the provisions of various Acts of the State in force, in connection with the employment of the contract labour viz. Contract Labour R&A Act 1970, Workmen Compensation Act, EPF/ESI Act and Bonus act 1965 and all other regulation covered under Labour Act at present and in the currency of contract in force. b. Technical Qualification i. Bidders must possess a minimum experience of having successfully completed works of similar nature viz Mobile Access Equipment Maintenance, Mobile Infrastructure Maintenance, Diesel Filling and Rigger activities as detailed in Section 3 Part A for any Government/ Public Sector Organization/other telecom service providers for a period of not less than one year anytime during the last five years immediately preceding the date of submission of bid. ii. The Bidder must have minimum annual turnover of 30% of annual estimated cost of tender, during each of the consecutive financial years 2017-18 and 2018-19 from telecom business. Bidders will be required to support claims of their financial qualification through their audited financial statements duly certified by their CA. The bidders shall submit necessary documentary proof showing that they meet the eligibility criteria along with their tender bid. All documents submitted will also be self-attested by the bidder. Note : All documents mentioned in Clause 3 of Section 2 Tender Information shall be submitted at the time of submission of “Techno-

40

Commercial Part”.

2. Bid security/EMD: The bank guarantee / DD for Bid security/EMD or Micro & Small Enterprise (MSE) registration certificate for claiming exemption from submission of Bid security/EMD, as prescribed in clauses 12.1 & 12.2 of section-4 Part A of the bid document should be submitted by the bidder. The Bank guarantee / DD so submitted shall be as per the format given in Section-7 A on prescribed judicial Stamp paper with stamps of proper value and should contain full address of the issuing branch of the bank with its telephone number and FAX number.

3. Distribution of Quantity The purchaser intends to allot 100% of quantity to the L1 bidder among those bidders whose bids are Techno-commercially and financially eligible.

41

SECTION 4– Part C

E-tendering Instructions to Bidders

General These Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, as mentioned in the tender documents. 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. Submission of Bids through online process is mandatory for this Tender. For conducting electronic tendering, BSNL, Kerala Telecom Circle, Thrissur BA is using the portal (https://etender.bsnl.co.in/irj/portal) of BSNL, a Government of India Undertaking . Please refer to Bidders Manual, Guidelines to bidders & FAQ available at https://etender.bsnl.co.in/irj/portal. Instructions 1. Tender Bidding Methodology : Sealed Bid System – ‘Single Stage Bidding using Two Stage Opening using two electronic envelopes (Techno commercial Bid and Financial Bid). 2. Broad outline of activities from Bidders prospective: 1. Procure a Digital Signing Certificate (DSC) 2. Register on Electronic Tendering System® (ETS) 3. Create Users and assign roles on ETS 4. View Notice Inviting Tender (NIT) on ETS 5. Download Official Copy of Tender Documents from ETS 6. Clarification to Tender Documents on ETS a. Query to BSNL (Optional) b. View response to queries, posted by BSNL, as addenda. 7. Bid-Submission on ETS 8. Attend Public Online Tender Opening Event (TOE) on ETS –Opening of Technical-Part 9. View Post-TOE Clarification on ETS (Optional). Respond to BSNL’s Post – TOE queries. 10. Attend Public Online Tender Opening Event (TOE) on ETS – Opening of Financial-Part (Only for Technical Responsive Bidders)

For participating in this tender online, the following instructions are to be read carefully. These instructions are supplemented with more detailed guidelines on the relevant screens of the ETS. Note 1: It is advised that all the documents to be submitted are kept scanned or converted to PDF format in a separate folder on your computed before starting online submission. Note 2: While uploading the documents, it should be ensured that the file name should be the name of the document itself

42

3. Digital Certificates For integrity of data and authenticity/ non-repudiation of electronic records, and to be complaint with IT Act 2000, it is necessary for each user to have a Digital Certificate (DC). also referred to as Digital Signature Certificate (DSC), of Class 2 or above, issued by a Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in ]. 4. Registration Tender document can be downloaded from the website: https://etender.bsnl.co.in/irj/portal and to be submitted in the e-format. 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. Intending bidders are requested to register themselves with BSNL Tender Portal through https://etender.bsnl.co.in/irj/portal for obtaining user- id, Digital Signature etc., by paying Vendor registration fee. Tender processing fee payment should be done during requisition of tender on line. 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 BSNL ERP TENDER HELP DESK (as given below), to get your registration accepted/activated.

Sr. Type of Query Contact Person No. Please write Email [email protected] For User ID/Registration related 1. Landline: 0120-2755008, 0120-2755002, assistance to bidders/vendors. 0120-2755042 Contact the person mentioned in the 2. For bid specific query tender document or the unit by whom tender is invited. For any other assistance to ______3. bidders / vendors viz. query / suggestions / feedback

BSNL Contact-1 BSNL’s Contact Person Assistant General Manager (Admn) Telephone/ Mobile 0487- 2222310 , 9446023555 E-mail ID [email protected] BSNL Contact-2 BSNL’s Contact Person Sub Divisional Engineer (MP & L&B) Telephone/ Mobile 0487-2222666 , 9446080800 E-mail ID [email protected]

43

5. Some Bidding related Information for this Tender (Sealed Bid). The entire bid-submission would be online on ETS. Broad outline of submissions are as follows: 1. Submission of Bid Security/ Earnest Money Deposit (EMD) 2. Submission of digitally signed copy of Tender Documents/ Addendum/Addenda 3. Eligibility proofs 4. Techno-commercial/Financial bids in electronic forms

6. Offline Submissions: The bidder is requested to submit the all the below documents offline to _ Assistant General Manager (Admn), O/o GMT, BSNL Sanchar Bhavan, Kovilakathumpadam, Thrissur 680022 in a sealed envelope before the due date and time for submission of bids. The envelope shall bear (name of the work), the tender number and the words ‘DO NOT OPEN BEFORE’ (due date & time). 1. EMD for Rs. 177542./-(Rupees One lakh seventy seven thousand five hundred and forty two only) in the form of Demand Draft / Banker’s cheque / Bank guarantee (original) 2. Tender fee for Rs. 1180/- (Rupees one thousand eighty only) in the form on DD / Banker’s cheque. or proof of valid registration of MSME. 3. Power of Attorney, if applicable. 4. Integrity Pact (if applicable). 5. Sealed pass-phrases

NOTE : The Bidder has to upload the Scanned copy of all above said original documents including Bank guarantee and DD of tender fee as Bid-Annexure during Online Bid-Submission. 7. Public Online Tender Opening Event (TOE) BSNL ERP TENDER PORTAL offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. Tender Opening Officers as well as authorized representatives of bidders can attend the Public Online Tender Opening Event (TOE) from the comfort of their offices. For this purpose, representatives of bidders, duly authorized are requested to carry 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 BSNL ERP TENDER PORTAL. BSNL ERP TENDER PORTAL has a unique facility of ‘Online Comparison Chart’ which is dynamically updated as each online bid is opened. The format of the chart is based on inputs provided by the Buyer for each Tender. The information in the Comparison Chart is based on the data submitted by the Bidders in electronic forms. A detailed Technical and/ or Financial Comparison Chart enhances Transparency. Detailed instructions are given on relevant screens. 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,

44

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). 8. Other Instructions For further instructions, the vendor should visit the home -page of the portal (https://etender.bsnl.co.in/irj/portal). 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 BSNL ERP TENDER PORTAL.

The following KEY INSTRUCTIONS for BIDDERS’ must be assiduously adhered to: 1. Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender submission deadline on BSNL ERP TENDER PORTAL 2. Register your organization on BSNL ERP TENDER PORTAL well in advance of your first tender submission deadline on BSNL ERP TENDER PORTAL 3. Get your organization’s concerned executives trained on BSNL ERP TENDER PORTAL well in advance of your first tender submission deadline on BSNL ERP TENDER PORTAL 4. Submit your bids well in advance of tender submission deadline on BSNL ERP TENDER PORTAL (There could be last minute problems due to internet timeout, breakdown, etc While the first three instructions mentioned above are especially relevant to first-time users of BSNL ERP TENDER PORTAL, the fourth instruction is relevant at all times. 5. 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. 6. 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 9. Minimum Requirements at Bidders end: Computer System with good configuration (Min P IV, 1 GB RAM, Windows XP), Broadband connectivity. Microsoft Internet Explorer 6.0 or above, Digital Certificate(s) 10. Vendors Training Program Vendors may contact the BSNL ERP TENDER HELP DESK personnel given in clause 4 of Section 4 Part C, for any type of training/help, which they may require while uploading the bids.

45

SECTION-5 Part A

GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT

1. APPLICATION The general condition shall apply in contracts made by the purchaser for the procurement of service. 2. STANDARDS The service provided under this contract shall conform to the standards prescribed in the Scope of Work mentioned in section -3 Part-A. 3. PATENT RIGHTS The supplier shall indemnify the purchaser against all third-party claims of infringement of paten, trademark or industrial design rights arising from use of the goods or any part thereof in India Telecom Network 4. PERFORMANCE SECURITY (1) All bidders (including MSMEs) shall furnish performance security to the purchaser for an amount equal to 5% of the annual estimated cost of contract within 14 days from the date of issue of Letter of Indent/ APO by the Purchaser and valid for 24 months . In case BSNL extends the CONTRACT beyond one year, PBG validity shall have to be extended accordingly as per relevant tender clauses. (2) The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting from the supplier's failure to complete its obligations under the contract. (3) The performance security Bond shall be in the form of Bank Guarantee issued by a scheduled Bank and in the proforma provided in ‘Section-7 B’ of this Bid Document. (4) The performance security Bond will be discharged by the Purchaser after completion of the supplier's performance obligations including any warranty obligations under the contract. If BSNL is not satisfied with the performance of bidder during CONTRACT, it reserves the right to encash the Performance Bank Guarantee and/or without prejudice to any other remedy for breach of contract, by termination notice of default, giving a time of 30 days to bidder, terminate the Contract in whole or in part. The performance security deposit with the BSNL will be considered for adjustment against penalties, any other statutory levies and any loss to BSNL properties, if any reported, at the time of final conclusion of the contract and final settlement of account.

5. INSPECTION AND TESTS: Deleted 6. DELIVERY AND DOCUMENTS (whichever applicable) (1) Delivery of the services and documents shall be made by the supplier in accordance with the terms specified by the purchaser in its schedule of requirements and special conditions of contracts, and shall remain at the risk of the supplier till the contract is completed. (2) The delivery of the service and documents shall be completed within time

46

frame. (3) All Technical assistance and monitoring of the service shall be provided by the Supplier at no extra cost during the contract. (4) The extension of delivery period against the work order, if any, should be granted subject to the condition that BSNL shall have the absolute right to revise the rate and also to levy penalty for the delayed service. 7. TRAINING: Deleted 8. INCIDENTAL SERVICES: Deleted 9. SPARES: Deleted 10. WARRANTY: Deleted 11. PAYMENT TERMS (Contract charges and payments):- (1) The CONTRACT charges shall be paid by BSNL on monthly basis at the end of each month from the beginning of CONTRACT. The monthly payments will be made after deducting penalties (mentioned in clause 15 of Section 5 Part A), based on the performance reports from field units. (2) This price is total composite inclusive of all levies and taxes, insurance and incidental charges etc. Excluding GST TDS shall be deducted before actual payment. (3) Online generated GST payment details of previous month shall be submitted with the invoice(s) for payments. Note :- 1) If the supplier fails to furnish necessary supporting documents i.e. GST invoice / Customs invoices etc. and also fails to upload the information on GSTN in respect of the Duties/taxes for which input tax credit is available, the amount pertaining to such Duties/Taxes will be deducted from the payment due to the supplier. 2) Tax amount will be paid to the supplier only after supplier declares the details of the invoices in its return in GSTR 1 and GSTR-3 uploaded by the supplier and the same is reflected in GSTR-2A of BSNL on GSTN portal . 3) TDS/ TCS shall be deducted at the prescribed rate, if any (as the case may be). 4) BSNL can adjust/ forfeit Bank Guarantee obtained from the supplier against any loss of input tax credit to BSNL on account of supplier's default. 5) In case BSNL has to pay GST on reverse charge basis, the supplier would not charge GST on its invoices. Further, the supplier undertakes to comply with the provisions of GST law as may be applicable.

(4) Any excess Diesel cost incurred after applying the capping will be recovered from the vendor from the monthly bills submitted. (5) The bidder shall submit the following documents as annexures to the monthly bills. a) Monthly performance report (format as per Annexure 6) for each sub division, duly signed by Sub. Divisional Engineer in-charge and countersigned by the concerned Divisional Engineer in-charge. b) Monthly rigger report (format as per Annexure 7) for each sub division, duly singed by Sub. Divisional Engineer in-charge. c) Diesel reconciliation report (format as per Annexure 5) for each sub

47

division, duly signed by Sub. Divisional Engineer in-charge and countersigned by the concerned Divisional Engineer in-charge. d) Certificate for provision of tools and safety measures as per clause 1 in Section 3 Part A e) Test run report if CPH is higher than the site wise CPH mentioned in work order. f) List showing the details of personnel deployed for MAEM, MIM, Diesel filling and rigger activities as per Annexure 2 . g) The amount of wages paid to such personnel for the duration in question as per Annexure 10 h) Copies of authenticated documents of payments of such contribution of EPF Authorities (ECR Etc) and ESI.

(6) The contractor shall submit monthly bills with all the annexures as mentioned in clause11.(5) of this section in triplicate. (7) Paying authority shall be Accounts Officer (Cash), BSNL, Thrissur (8) The bidder has to give the mandate for receiving payment electronically and the charges, if any, levied by bank has to be borne by the bidder/ contractor/supplier. The bidder company is required to give the following information for this purpose: - a) Beneficiary Bank Name: b) Beneficiary branch Name: c) IFSC code of beneficiary Branch d) Beneficiary account No.: e) Branch Serial No. (MICR No.):

12. RATE (1) Rate charged by the supplier for services performed under the contract shall not be higher than the rate quoted by the Supplier in its Bid except for variation caused by change in taxes/duties as specified in Clause-12.2 mentioned below. (2) For changes in taxes/duties during the scheduled delivery period, the unit rate shall be regulated as under: a) Rate will be fixed at the time of issue of work order as per taxes and statutory duties applicable at that time. b) In case of reduction of taxes and other statutory duties during the scheduled delivery period, purchaser shall take the benefit of decrease in these taxes/ duties for the supplies made from the date of enactment of revised duties/taxes. c) In case of increase in duties/taxes during the scheduled delivery period, the purchaser shall revise the prices as per new duties/ taxes for the supplies, to be made during the remaining delivery period as per terms and conditions of the work order. (3) Any increase in taxes and other statutory duties/ levies, after the expiry of the delivery date shall be to the supplier's account. However, benefit of any decrease in these taxes/duties shall be passed on to the Purchaser by the

48

supplier. The total rate is to be adjusted (by reducing the basic price) with increased duties and taxes as per rate mentioned in WO. 13. CHANGES IN WORK ORDERS (1) The purchaser may, at any time, by a written order given to a supplier, make changes within the general scope of the contract in the services to be provided by the supplier. (2) If any such change causes an increase or decrease in the cost of, or the time required for the execution of the contract an equitable adjustment shall be made in the contract price or delivery schedule, or both, and the contract shall accordingly be amended. Any proposal by the supplier for adjustment under this clause must be made within thirty days from the date of the receipt of the change in order. 14. SUBCONTRACTS (1) The Bidder shall not be allowed for any level of subcontract to any other firm/company. 15. DELAYS IN THE SUPPLIER'S PERFORMANCE (Whichever applicable) (1) Delivery of services shall be made by the Supplier in accordance with the time schedule specified by the purchaser in its work order in accordance with Section 3 Part A. In case the service is not completed in the stipulated period, as indicated in the work order, purchaser reserves the right to short-close/ cancel this work order and/ or recover damage charges. (2) Delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to any or all of the following sanctions: a) forfeiture of its performance security, b) imposition of liquidated damages, and/or c) Short closure of the contract in part or full and/ or termination of the contract for default. (3) If at any time during the performance of the contract, the supplier encounters condition impeding timely delivery of services, the supplier shall: a) Promptly notify to the Purchaser in writing the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the supplier's notice, the purchaser shall evaluate the situation and may at its discretion extend the period for performance of the contract (by not more than 20 weeks or as per provisions of clause 16 Section-5A as per provision given below. b) If the vendor fails to deliver full services even during the extended delivery period, then the PO shall be short-closed and the Performance Bank Guarantee shall be forfeited. c) Format of letter conveying conditions for extension of delivery period and letter for extension of delivery period are at Section-7 D and E respectively. (4) Penalty a) For deviations in carrying out Mobile Access Equipment Maintenance (MAEM) 15.4.a.1. For not extending all BTS related alarm to OMCR within three

49

months of starting of tender: Rs. 50/- per day per site for one month. 15.4.a.2. For not taking prompt action as per instructions (by call or by SMS) from concerned officer / OMC regarding manual assistance in rectification of alarms/faults: Rs 10/- per hour per site. 15.4.a.3. For site failure due to unsatisfactory support in site upkeep activities which leads to prolonged outage of more than 12 Hours in urban area and 48 hours in rural area: Rs 50/- per hour. 15.4.a.4. Up to 24 hours of reporting of non-compliance related to activities mentioned in clause 2.3 to 2.9 of Section -3-Part Awill be treated as 01 minor deviation and further non-compliance of activity in every 03 days will be treated as an additional instance. b) For deviations in carrying out Mobile Infrastructure Maintenance (MIM) Full and Partial 15.4.b.1. Not extending powerplant alarms to OMC-R: Rs.8/- per day per site for one month.( ie not Ensuring working of power plant alarms with OMCR) 15.4.b.2. For not taking prompt action as per instructions (by call or by SMS) from concerned officer regarding manual assistance in rectification of alarms/faults: Rs 5/- per hour per site. 15.4.b.3. For not reporting problems with powerplant and battery within 01 hours for urban, 12 hours in rural and hard areas: Rs. 2/- per day per site for days it has not been reported. 15.4.b.4. Delay of more than the prescribed time allotted for depositing faulty cards/units and collecting repaired cards/units will be counted as one instance of minor deviation and penalty of Rs 50/- per day will be charged. 15.4.b.5. For delay in replacement of faulty modules/control cards with repaired modules/control cards within in the prescribed time limit resulting in downtime of equipment will be counted as major deviation and a penalty of Rs. 20/- per hour will be charged. 15.4.b.6. Up to 24 hours of reporting non-compliance related to related to activities mentioned in clause 1, 5, 6, 7, 8, 9, 12, 13, 14, 15, 16, 17, 18, 19 and 20 of Clause-3 of Section-3-Part-A and clause 1, 5, 6, 7,8, 9, 12, 13, 14, 15, 16 and 17 of Clause -4 of Section-3-Part-A will be treated as 01 minor deviation and further non-compliance of activity in every 3 days will be treated as an additional instance c) For deviations in carrying out Rigger activities 15.4.c.1. Non-completion of ordered rigger activity within 3 days of intimation will be taken as minor performance deviation. Every one- week delay will be treated as one instance. d) For deviations in Diesel fillings 15.4.d.1. Every instance of DG not working due to non-filling of diesel but the working on EB or battery will be treated as 01 minor deviation and further non-compliance of activity in every 01 day will be treated as additional single instances.

50

15.4.d.2. Non filling of diesel resulting in downtime of site will be treated as major penalty and further non-compliance of activity in every hour will be treated as additional single instances. 15.4.d.3. In case of any misuse causing loss to BSNL, a penalty of 10 of the contract value or forfeiture of the bank guarantee, along with termination of contract, as decided by the competent authority of BSNL will be imposed on the contractor. e) For every instance of minor penalty: Rs. 50/- per day except in case the deviation is because of BSNL reasons. f) For every instance of major penalty: Rs. 20/- per hour except in case the deviation is because of BSNL reasons. g) Site wise capping of 12% is applicable in respect of minor performance deviations. h) Penalties being charged for major performance deviations attributable to bidder will be capped to 12% of the total contracted value for the services of the relevant invoice period. i) If the total penalties reaching the capping limit consecutively for three months, BSNL will have the right to terminate the contract of the concerned BA without any further notice. j) If any fraudulent activity by the personnel deployed is detected by BSNL authorized personnel/officer, then the bidder is liable to pay penalty as assessed by BSNL i.e. The cost of consequential damages to installation(s)/DG set(s) would be deducted at actual, from the service provider’s bill. This will be over and above the other penalties and will not be subject to capping if any. k) Any tendered work not attended in time, BSNL will have the right to get it done from external resources and payment made to them will be recovered from SP. This will not be counted for capping if any .

16. LIQUIDATED DAMAGES As defined in Clause 15 above 17. FORCE MAJEURE (1) If, at any time, during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract is prevented or delayed by reasons 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 (hereinafter referred to as events) provided notice of happenings of any such eventuality is given by either party to the other within 21 days from the date of occurrence thereof, neither party shall by reason of such event be entitled to terminate this contract nor shall either party have any claim for damages against other in respect of such non-performance or delay in performance, and deliveries under the contract shall be resumed as soon as practicable after such an event come to an end or cease to exist, and the decision of the Purchaser as to whether the deliveries have been so resumed or not shall be final and conclusive. Further that if the performance in whole or part of any

51

obligation under this contract is prevented or delayed by reasons of any such event for a period exceeding 60 days, either party may, at its option, terminate the contract. (2) Provided, also that if the contract is terminated under this clause, the Purchaser shall be at liberty to take over from the Supplier at a price to be fixed by the purchaser, which shall be final, all unused, undamaged and acceptable materials, bought out components and stores in course of manufacture which may be in possession of the Supplier at the time of such termination or such portion thereof as the purchaser may deem fit, except such materials, bought out components and stores as the Supplier may with the concurrence of the purchaser elect to retain. 18. TERMINATION FOR DEFAULT (whichever applicable) (1) The Purchaser may, without prejudice to any other remedy for breach of contract, by written notice of default, sent to the supplier, terminate this contract in whole or in part a) if the supplier fails to deliver any or all of the service within the time period(s) specified in the contract, or any extension thereof granted by the purchaser pursuant to clause15; b) if the supplier fails to perform any other obligation(s) under the Contract; and c) if the supplier, in either of the above circumstances, does not remedy its failure within a period of 15 days (or such longer period as the purchaser may authorize in writing) after receipt of the default notice from the purchaser. d) Any other default as mentioned in Appendix-1 of Section-4 Part-A, Purchaser will take action as specified in Appendix-1 of Section-4, Part-A.

(2) In the event the purchaser terminates the contract in whole or in part pursuant to Para 11.1 the purchaser may procure, upon such terms and in such manner as it deems appropriate, service similar to those undelivered and the supplier shall be liable to the Purchaser for any excess cost for such similar services. However, the supplier shall continue the performance of the contract to the extent not terminated. 19. TERMINATION FOR INSOLVENCY The Purchaser may at any time terminate the Contract by giving written notice to the Supplier, without compensation to the supplier. If the supplier becomes bankrupt or otherwise insolvent as declared by the competent court provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the purchaser. Contractors hires /representatives shall, without the consent in writing of the GMT Thrissur, have no right to continue to perform the duties or engagement thereof, the contractor under the contract in case of his death. In the event of the contractor, winding up his company on account of transfer or merger of his company with any other, the contractor shall make it one of the terms and stipulations of the contractor for the transfer of his properties and business, that such other person or company shall continue to perform the

52

duties or engagements of the contractor under this contract and be subject to his liabilities there under. Without prejudice to any of the rights or remedies under this contract, if the contractor dies, the GMT Thrissur shall have the opinion of terminating the contract without compensation to the contactor which does not amount to breach of the contract. Where the contractor is a partnership firm, the previous approval in writing of the GMT Thrissur shall be obtained before any change is made in the constitution of the firm. Where the contractor is an individual or a Hindu undivided family business concern such approval as aforesaid shall likewise be obtained before the contractor enters in to any partnership agreement where under the partnership firm would have the right the carry out the work hereby undertaken by the contractor. If previous approval as aforesaid is not obtained, the contract shall be deemed to have been assigned in the contravention of terms tender and the same and action may be taken accordingly. 20. ARBITRATION I.(Applicable in case of supply orders /contracts with firms other than " Public Sector Enterprise) (Not applicable in cases valuing less than Rs 5lakhs) 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 per the provisions contained in The Arbitration and Conciliation Act 1996 and the rules made there under or any statutory modification or re-enactment there of or any rules made thereof. II. (Applicable in case of supply orders/ contracts with Central/State Government (s) as the case may be in terms of DPE guidelines for settlement of commercial disputes be- tween Public Sector Enterprises inter-se and Public Sector Enterprise(s) and Govern- ment Department(s) through Administrative Mechanism for Resolution of CPSEs Dis- purtes (AMRCD) in the Department of Public Enterprises.

In the event of any dispute or difference relating to the interpretation and application of the provisions of commercial contract(s) between Central Public Sector Enterprises (CPSEs)/ Port Trusts inter se and also between CPSEs and Government Departments/Organizations (excluding disputes concerning Railways, Income Tax, Customs & Excise Departments), such dispute or difference shall be taken up by either party for resolution through AMRCD as mentioned in DPE OM No. 4(1)/2013-DPE(GM)/FTS-1835 dated 22-05-2018".

III. APPLICABLE LAW AND JURIDICTION (a) The supply order for Goods or Services including all matters connected with this supply order shall be governed by the Indian law both substantive and procedural , for the time being in force and shall be subject to the exclusive jurisdiction of Indian Courts at the place from where the Purchase Order has been placed (b) Foreign companies operating in India or entering into Joint Ventures in India, shall have to obey the law of land and there shall be no compromise or excuse for the ignorance of the Indian legal system in any way.

53

21. SET OFF Any sum of money due and payable to the supplier (including security deposit refundable to him) under this contract may be appropriated by the purchaser or the BSNL or any other person(s) contracting through the BSNL and set off the same against any claim of the Purchaser or BSNL or such other person or person(s) for payment of a sum of money arising out of this contract or under any other contract made by the supplier with the Purchaser or BSNL or such other person(s) contracting through the BSNL. 22. INTIMATION OF SUPPLY STATUS (If applicable) (1) The bidder, who are given work Orders, must give the details of the service delivered against all the work Orders every month on the first working day of the following month to SDE(BSS) and the concerned User Branches of BSNL. 23. INTIMATION OF SUPPLY STATUS: Deleted 24. FALL CLAUSE: Deleted 25. COURT JURISDICTION (1) Any dispute arising out of the tender/ bid document/ evaluation of bids/ issue of APO shall be subject to the jurisdiction of the competent court at the place from where the NIT/ tender has been issued ie. at Thrissur (2) Where a contractor has not agreed to arbitration, the dispute/ claims arising out of the Contract/ PO entered with him shall be subject to the jurisdiction of the competent Court at the place from where Contract/ PO has been issued. Accordingly, a stipulation shall be made in the contract as under. “This Contract/ PO is subject to jurisdiction of Court at Thrissur only”.

26. General Guidelines: - “The General guidelines as contained in Chapter 5, 6 and 8 of General Financial Rules as amended from time to time on works, procurement of goods and services and contract management respectively may also be referred to as guiding principles”. 27 GST Invoice 27.1 All the details of supplier (name, address, GSTIN/ unregistered supplier, place of supply, SAC/ HSN code etc.) and other mandatory details shall be mentioned on the invoice. 27.2 Invoice/Supplementary invoice/Debit Note/Credit Note/Receipt Voucher need to be issued in compliant format and timely within the time prescribed under GST law. 27.3 In case of any deficient/incomplete/rejected supply, BSNL shall convey the same in a reasonable time to enable the supplier to issue credit note and take tax adjustment. 27.4 It would be the responsibility of the supplier to declare correct information on invoice and GSTN viz. the amount, the place of supply, rate of tax etc. In case, the eligibility of input tax credit is questioned or denied to BSNL on account of default by the supplier, the same would be recovered by BSNL from the supplier. 27.5. Registered location of the both the parties i.e. BSNL and supplier should be mentioned in the agreement with GSTIN No. Further, supplier should raise invoices at the registered premise of BSNL for availing of credit and ensure that the place of supply as per GST law is same as registered premise. 27.6.BSNL could at any time instruct the supplier to raise its invoices at a particular location of BSNL

54

27.7. It is the responsibility of the supplier to ensure that place of supply and the GSTN of BSNL are in the same state. If for any reason they are not in the same state, the supplier shall intimate to BSNL and give adequate time before raising of the invoice. 27.8. E-waybill number should be mentioned on the invoices. 27.9. Supplier shall be responsible for timely issuance and delivery of invoice/ DN/ CN to enable BSNL to claim tax benefit on or before the stipulated time period provided by the GST law. (a) It is the responsibility of the supplier to ensure that outward supply return (GSTR-1) would be filed correctly. If not, than cost would be borne by supplier. (b) Reporting of correct outward supply by supplier in the outward return (GSTR-1) is the responsibility of the supplier. In case of mismatch because of supplier’s fault, prompt amendments must be made by the supplier else supplier would be required to indemnify BSNL of the loss of credit due to mis-match. The compliances to be adhered by supplier include (but is not limited to) the following: (i) Uploading appropriate invoice details on the GSTN within the stipulated time; (ii) Issuing GST compliant invoice / CN/ DN. PO issued by BSNL should be referred by supplier for capturing information on the invoice (iii) Supplier needs to pay the entire self-assessed tax on timely basis. (iv) Where invoice is not uploaded or incorrect upload of invoice detail of GSTN by supplier then credit on such invoice will be given provisionally subject to matching. So, acceptance of changes made by BSNL on GSTN on account of non-upload or incorrect upload of invoice details on GSTN is to be submitted by supplier. Such changes w.r.t. the mismatch are required to be accepted by supplier within the time limit prescribed under the GST law. It should be noted that in case supplier does not accept such changes within the time limit prescribed under GST law, the loss of input tax credit (if any) would be recovered from the supplier. In case of mismatch because of Supplier's fault, prompt amendments must be made by the supplier else supplier would be required to indemnify BSNL for the losses of credit and interest paid due to mismatch. (v) Supplier to issue all necessary documentation and perform all necessary compliances for BSNL to be eligible to claim the input tax credit of GST tax to them. In case BSNL is unable to claim the input tax credit, the amount w.r.t. GST charged by the supplier would be recovered from the supplier (vi) A self-declaration along with evidence that the bidder is not blacklisted by GST authorities. In case supplier gets black listed during the tenure of BSNL contract, then supplier must indemnify BSNL to ensure that no loss of input tax credit is borne by BSNL due to default of supplier. 27.10 Refer Annexures below( placed as Annexure- 16a & b ) for clause stating that all the details of supplier (name, address, GSTN/ unregistered supplier, place of supply, SAC/ HSN code etc.) and other mandatory details shall be mentioned on the invoice 27.11.Where the location agreed are more than one state, then separate invoice state wise to claim input tax credit in a particular state (typically happens in a bill to-ship to scenario) shall have to be submitted. 27.12 It shall be the responsibility of the supplier to mention state of Place of supply of goods/services in the invoice issued to BSNL

55

Section – 5 Part B

Special (Commercial) Conditions of Contract (SCC)

The Special (Commercial) Conditions of Contract (SCC)shall supplement General (Commercial) Conditions of Contract (GCC)) as contained in Section 5 Part A and wherever there is a conflict, the provisions herein shall prevail over those in Section5 Part A i.e. General (Commercial) Conditions of Contract (GCC).

1. Safety of BSNL Assets / Private assets. It should be ensured by the bidder that all the staff engaged by him are well behaving to BSNL staff / Land owners of the site. Any damage caused by the staff of the bidder to BSNL or Land owner shall be the responsibility of the bidder. If the bidder fails to compensate the damage, BSNL will have the right to compensate the damage and deduct the cost from the bills payable to the bidder / Security deposit of the bidder. The successful tenderer / contractor shall submit an Indemnity bond declara- tion or indemnifying BSNL against any non-compliance by bidder to any of the ap- plicable statutory requirements, if the work is awarded to him.

The successful tenderer / contractor shall be solely responsible for payment and compensation under WC Act 1923 as in force from time to time applicable in the event of accident causing injury/death to his workers and GM Thrissur BA shall not be responsible in any manner.

2. OTHER CONDITIONS: 2.1. Bidder shall be responsible to have their own teams to perform the day-to- day works as per this contract. The persons utilized by the contractor for housekeeping should be semi-skilled. 2.2. This contract is valid for a period of one year. However, BSNL reserves the right to extend the duration of CONTRACT for further one more year in spells of 6 months each, at the same rate and terms & conditions. 2.3. BSNL also reserves the right to terminate this agreement at any time, by giving an advance notice of one month. 2.4. The exact address details of all the BTS locations will be given while signing the contract. The BTS locations are in the Thrissur BA. The quantity of the BTS locations Divisions wise is given in Annexure-1 2.5. BSNL reserves the right to vary the quantity as per relevant tender clauses. 2.6. BSNL reserves the right to change the BTS locations under the contract, with 7 days’ notice. The bidder has to continue the support as per this contract in the changed locations. 2.7. Diesel filling should be from Public sector Oil companies or any other agencies approved by BSNL. Diesel filling should be done with Petro/Fleet card as mentioned in Clause 6 of Section 3 Part A. 2.8. Bidder shall deploy sufficient number of personnel to support the services as per this contract. Personnel should be placed in such a way that they are able to carry out the day to day activities as mentioned in relevant clauses of

56

this section and also to ensure compliance to performance indicators given below. Max number of Sl. sites (Cluster size) Nature of work No than can be allotted Per personnel* Mobile Access Equipment Maintenance 01 40 (MAEM) 02 Mobile Infrastructure Maintenance (MIM): Full 15 Mobile Infrastructure Maintenance (MIM): 03 15 Partial

Sl Minimum personnel Nature of work No to be deployed* 01 Rigger activities 3

2.9. During the agreement period bidder shall assign cluster coordinator in each Division and a Support Manager in the BA, who shall act as a single point of contact in the Division/BA respectively for BSNL for handling any service- related issues under the agreement. The details of Cluster Coordinator and personnel deployed may be furnished at the time of signing the service contract with BSNL as per the Performa at Annexure- 2. 2.10. Bidder shall ensure that the persons utilized are competent, responsible, reliable and are capable of meeting the service obligations as per the contract. If the performance of any person is found to be unsatisfactory, such persons should be replaced within 7 days of notice. If the total numbers of notices necessitated on unsatisfactory performance during the contract period are more than 25% of the total number of sites under the contract, then the competent authority of BSNL may consider termination of the contract. 2.11. The bidder shall provide proper identity card to the persons utilized/ subcontractors. 2.12. The bidder shall support/co-ordinate with other agencies working at the BTS sites, (which) who are authorized by the BSNL. 2.13. No staff deployed directly or indirectly by the contractor for the CONTRACT service would have any claim in any way for getting future employment in BSNL. 2.14. The staff of bidder , should load the mobile application software(s) given by the BSNL in his mobile, use it and perform updates in the application software as per the scheme and schedule specified by BSNL, when ever he visits the sites as directed by site in charge, for monitoring the works and collecting the data from the site . 3. PAYMENT TO THE SERVICE PERSONNEL 3.1. The persons employed by the bidder are to be paid by the bidder with fair wages as per Labour Laws of Central/State Government. Other benefits to the persons like Bonus, ESI, Gratuity, EPF etc., are falling under the complete responsibility

57

of the bidder. All safety precautions are to be carried out by the deployed personnel while performing their routine activities. Any injury/mishap caused to the worker during the course of work due to negligence or non-adherence to standard safety measures shall be the responsibility of the bidder. 3.2. The contractor shall obtain / purchase all required insurances and make all safety arrangements required for the labourer engaged by him at his own cost. All consequences due to negligence or due to lapse of security/safety or other- wise shall remain with the contractor. BSNL shall not be responsible for any mishap, injury, accident or death of the contractor’s staff directly or indirectly. All liabilities arising out of accident or death while on duty shall be borne by the contractor. No claims in this regard shall be entertained / accepted by the BSNL.

3.3. Contractor shall be fully responsible for any damages caused to BSNL / Gov- ernment/ private /other operators property / Injuries public at large/ loss of life by him or his Labourer in carrying out the work and the same shall be rec- tified / compensated by the contractor at his own cost.

3.4. The bidder is governed by the Workmen’s Compensation Act 1923 in case of any claim by the persons employed by him/her/firm. The Service Contractor shall indemnify the Department (BSNL) of all claims made by the employees of the service contractor. 4. Bidder shall have insurance / Group insurance scheme for the employees deployed for CONTRACT. 5. The Bidder would set up an office and help desk with sufficient number of staff in designated place in Thrissur to accept telephone calls/SMS/email from TSEs/BSNL officers. 6. The bidder should coordinate with OMCR and field level BSNL officers (BSS) to schedule and monitor MAEM / MIM/ Diesel filling activities. Arrangement to collect ‘Low fuel Alarms’ from OMCR is to be done by the bidder. Responsibility to communicate the centrally collected information from OMCR alarms or by SMS/calls/email, to the concerned field persons is with the vendor. 7. The bidder should provide the contact details of all the persons/agencies deployed by them to the concerned officers in-charge. In case of any change of persons, it should be with advance intimation to the concerned BSNL officers with the changes in contact details, if any. 8. The Bidder will also maintain the logbook at each site (to be kept with BSNL) where in the routine visits/ checks, activities done as part of MAEM, MIM, Diesel filling and DG run details are to be entered. The same shall be countersigned by the concerned BSNL in-charge for reference. The format of the logbook that will be kept at BTS site for recording the events is attached as Annexure -3 &4. 9. Officer in charge/duty officer of the BSNL site shall carefully monitor the entries and countersign the logbook periodically. 10. The Bidder shall also maintain a consolidated record of the activities carried out as per this contract, a copy of which along with performance reports from field unit is to be submitted along with the invoice for payment on a monthly basis. 11. In order to ensure the security of the network, bidder will be required to submit the

58

signed Non-Disclosure Agreement as per Annexure-9 within 15 days of Work order. 12. Bidder shall ensure that the agencies or any other representative concerned for support strictly adheres to BSNL’s Third Party Connection Acceptable Use Policy which is as follows: 13. Any change on equipment shall only be performed by the bidder after notification and Approval by BSNL. 14. Passwords/locking system on any equipment will be set by BSNL representatives and should not be changed by bidder’s representative without the approval from concerned BSNL officer. 15. Bidder shall notify BSNL, when its employee who has access to BSNL Equipment/configuration leaves the company or is transferred to another position which no longer requires access. Also, the bidder should surrender the Temporary ID cards of the employees issued by any agency related to BSNL during the course of MIM and MAEM of specific sites at the time of cessation of service of a MIM and MAEM personnel from bidder’s company or from the company to which bidder has entered in to an agreement for service. 16. Bidder or its representatives shall not make a change on any system that is not directly related to his job/duty.

59

SECTION 5- PART C

SPECIAL CONDITIONS –GST

1. INDEMNITY : It is the responsibility of the supplier to ensure that outwards supply return (GSTR-1) is filed correctly and to declare correct information on the invoice and GST portal. In case of mismatch because of vendor’s fault, prompt amendments must be made by the supplier or else supplier shall be required to indemnify BSNL of the loss of credit due to mis-match and BSNL shall recover the said amount from vendor. The compliances to be adhered by supplier includes (but is not limited to) the following; I. Uploading appropriate invoice details on the GSTN (Goods and GST Network) within the stipulated time. II. Issuing GST compliant invoice CN/ DN. PO issued by BSNL should be referred by supplier for capturing information on the invoice. III. Acceptance of changes made by BSNL on GSTN on account of non-upload or incorrect upload of details on GSTN. Such changes w.r.t the mismatch is required to be accepted by supplier Within the time limit prescribed under the GST law. It must be noted that in case supplier does not accept such changes within the time limit prescribed under GST law, the loss of input tax credit (if any) would be recovered from the supplier. BSNL reserves the right to be indemnified for the credit loss and recover the said amount from the supplier in case BSNL is unable to claim the input tax credit for any non-compliances or default due to lack of diligence on the part of supplier. Further in case any credit is not received or short credit is received or in case of any error because of which no credit is received then such equivalent amount is not liable to be paid by BSNL. Where, however the amount has already paid by BSNL the same is liable to be recoverable or adjustable against subsequent payments to the condition. It is hereby agreed between both the parties that in case any GST and / or cess liability, interest, penalties or any other tax/duty/amount /charge/ liability / professional costs related to litigation becomes payable by BSNL or input tax credit is denied to BSNL due to failure of the supplier to comply with the relevant laws/ regulations applicable in India or Overseas. Supplier undertakes to indemnify BSNL for an amount equal to amount payable by BSNL and the same shall be recovered by BSNL.

2.KEY REQUIREMENTS OF A TAX INVOICE : I. Name, Address and GSTIN of the supplier II. Invoice number containing alphabets and/or numbers, special characters III. Date of the invoice IV. Name, address and GSTIN of the recipient V. HSN code of goods or service Accounting code (SAC) VI. Description of goods or services VII. Quantity in case of goods or unit VIII. Total value of goods or services IX. Taxable value of goods or services X. Rate of tax (CGST+SGST/UTGST or IGST + cess (if applicable) XI. Amount of tax charged in respect of taxable goods or services XII. Place of supply along with the name of state, in case of a supply in the course of inter-state trade or commerce XIII. Place of delivery where the same is different from the place of supply Whether the tax is payable on reverse charge XIV. Signature or Digital signature of the supplier or his authorized representative.

The contents for revised tax invoice and credit or debit notes are outlined below: The

60

word “Revised Invoice”, wherever applicable to be indicated prominently along with the date and invoice number of the original invoice I. Name, Address and GSTIN of the supplier II. Name of the document III. Invoice number containing alphabets and/or numbers, special characters IV. Date of the invoice V. Name, address and GSTIN of the recipient VI. Serial number and date of the corresponding tax invoice VII. Taxable value of goods or services rate of tax and the amount of the tax credited or as the case may be, debited to the recipient VIII. Signature or Digital signature of the supplier or his authorized representative.

3. GST INVOICE CLAUSE : It shall be the responsibility of supplier to raise appropriate tax invoice as per the provisions of GST Act. BSNL reserves the right to be indemnified for the credit loss in case of BSNL is unable to claim the input tax credit for any non-compliance / default in raising appropriate invoice by supplier . Further all invoices should be sent to BSNL • All the details of supplier (name, address, GSTIN/ Unregistered vendor, Place of supply, SAC/HSN code etc.,) and other mandatory details shall be mentioned on the invoice • Invoice/DN/CN need to be issued timely within the time prescribed under GST law • In case of any deficient supply, BSNL shall convey the same in a reasonable time to enable the supplier to issue credit note and take tax adjustment • it would be the responsibility of the supplier to declare correct information on invoice and GST portal viz. the amount, the place of supply, rate of tax etc. In case, the eligibility of input tax credit is questioned or denied to BSNL on account of default by the supplier, the same would be recovered by BSNL from the supplier • Registered location of the both the parties i.e. BSNL and supplier should be mentioned in the agreement with GSTIN No. Further, supplier should raise invoices at the registered premise of BSNL for availment of credit and ensure that the place of supply as per GST law is same as registered premise • it shall be the responsibility of supplier to raise invoice within the prescribed time.

4. SUBMISSION OF BILL - DEBIT NOTE /CREDIT NOTE CLAUSE: The supplier acknowledges and agrees to issue appropriate debit note/credit note as prescribed under GST Act and send to BSNL within the prescribed time limit. All documents should be received well in advance so as to enable BSNL to claim proper credit. Further it shall be the responsibility of supplier to declare the details of such credit note in the return for the month during which such credit note has been issued but not later than September following the end of the financial year in which such supply was made or the date of furnishing of the relevant annual return, whichever is earlier. BSNL reserves the right to be indemnified for the credit loss by supplier in case BSNL is unable to claim the input tax credit for any compliance or default or due to lack of diligence on the part of the supplier.

5. PURCHASE ORDER CLAUSE: supplier shall raise invoice based on purchase order issued by BSNL. In case of any deviation or disagreement by supplier on place of supply, billing location, HSN

61 code/ SAC code stated on PO, it shall be the responsibility of supplier to intimate BSNL well in advance. Further, in case supplier raises the invoice on an address other than agreed, it shall be the responsibility of the supplier to modify the invoice. GST Place of supply clause: For the purpose of this agreement, place of supply under GST Act shall be the place of supply as determined under purchase order raised by BSNL. It shall be the responsibility of supplier to intimate BSNL well in advance in case of deviation/ disagreement with the place of supply as determined in PO. Deficient Supply/Incomplete supply /rejected supply: Each party to contract agrees that in case of any deficient supply or incomplete supply or rejected supplier, it shall be the responsibility of supplier to issue GST compliance credit note within the reasonable time and take tax adjustment. In case the supplier fails to issue proper credit note within the time stipulated under the GST law the taxes charged and not adjusted would be borne by the supplier.

6. COMPLIANCE RATING Supplier shall be liable to comply with all the compliances as may be prescribed to ensure that compliance rating is not reduced below the prescribed limit as laid down under GST Act and GST regulations. Supplier shall be required to submit a self- declaration time to time, that they are not blacklisted on the GST portal. Notwithstanding anything contained in agreement. In the event of blacklisting of supplier ie compliance rating reduced below the prescribed limit, the amount related to tax shall be paid to supplier only on receipt of input tax credit to BSNL.

7. PENALTY It is agreed by supplier that in case of any deviation, default or negligence on the part of supplier due to which it is liable to pay penalty to BSNL, the same shall be recovered by BSNL from supplier along with applicable GST TAX ( as may be applicable).

8. LIQUDATED DAMAGES GST (if applicable) on account of liquidated damages due to delay in supply of goods would be borne by supplier.

9. MISCELLANEOUS i) Supplier agrees to share the monthly information with BSNL which would be uploaded by the supplier in the GSTR-1 along with the information of input credit to be claimed by BSNL in such month. ii)It shall be the responsibility of vendor to provide reconciliation statement of all the supplies made by it including issuance credit note, debit note or other documents as prescribed, within 30 th September following the end of relevant financial year.

62

SECTION-6

UNDERTAKING & DECLARATION

6(A) - For understanding the terms & condition of Tender & Spec. of work

a) Certified that:

1. I/ We ……………………………………. have read, understood and agree with all the terms and conditions, specifications included in the tender documents & offer to execute the work at the rates quoted by us in the tender form.

2. If I/ We fail to enter into the agreement & commence the work in time, the EMD/ SD deposited by us will stand forfeited to the BSNL.

b) The tenderer hereby covenants and declares that:

1. All the information, Documents, Photo copies of the Documents/ Certificates enclosed along with the Tender offer are correct.

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

Date: …………… Signature of Tenderer

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

63

6 (B) – NEAR-RELATIONSHIP CERTIFICATE:

(Format of the Certificate to be given as per the clause 34.4 of Section-4 Part-A by the bidder in respect of status of employment of his/ her near relation in BSNL)

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

Signature of the tenderer With date and seal

6(C) UNDERKAING THAT NO CHANGES HAVE BEEN MADE IN THE TENDER DOCUMENT DOWNLOADED

I………………………………………… S/o ...... … R/o ……………………………………………………………………… do hereby confirm that no changes have been made in the tender document downloaded and submitted by us for the Tender No. ______dated at ______the xx/xx/2020

Signature of bidder with date and seal

64

6(D) DECLARATION (NON-BLACKLISTED)

I ………………………………………..… S/o ...... R/o ……………………………………………………………………… do hereby confirm that the firm/company …………………………………………………………………….. has never been debarred and / or blacklisted by BSNL/State Governments / PSU.

Signature of bidder with date and seal

65

SECTION- 7

PROFORMAS

7(A) For the BIDSECURITY/ EMD Guarantee (To be typed on Rs. 200 /- non-judicial stamp paper)

Sub: Bid Security/EMD guarantee . Whereas M/s …………………………… R/o ……………… ………… ……………………………………… (Hereafter referred to as Bidder) has approached us for giving Bank Guarantee of Rs. ……………………/- (hereafter known as the “B. G. Amount”) valid up to …../……/ 20….. (hereafter known as the “Validity date”) in favour of GMT, BSNL ,THRISSUR BA (Hereafter referred to as BSNL) for participation in the tender of work of …………………………………………….. vide tender no. ………………………………….

Now at the request of the Bidder, We ……………………………………… Bank …………………………Branch having ………………………………………… ………. .……………………………………. (Address) and Regd. office address as ……… ………...……………………………………………………………………… ……… ………(Hereinafter called ‘the Bank”) agrees to give this guarantee as hereinafter contained: 2. We the Bank do hereby undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the BSNL stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the BSNL by reason of breach by the said bidder(s) of any of terms or conditions contained in the said Agreement or by reason of the bidder (s) failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee where the decision of the BSNL in these counts shall be final and binding on the bank. However, our liability under this guarantee shall be restricted to an amount not exceeding the “B. G. Amount”.

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

4. We the Bank further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the BSNL under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till BSNL Certifies that the terms and conditions

66

of the said Agreement have been fully and properly carried out by the said bidder(s) and accordingly discharge this guarantee. Unless a demand or claim under this guarantee is made on us in writing or before the expiry of Validity date from the date hereof, we shall be discharged from all liability under this guarantee thereafter.

5. We the Bank further agree with the BSNL that the BSNL shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said bidder(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the BSNL against the said bidder(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Bidder(s) or for any forbearance, act or omission on the part of the BSNL or any indulgence by the BSNL to the said bidder(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. Notwithstanding anything herein contained; a) The liability of the Bank under this guarantee is restricted to the “B. G. Amount” and it will remain in force up to its Validity date specified above. b) The guarantee shall stand completely discharged and all rights of the BSNL under this Guarantee shall be extinguished if no claim or demand is made on us in writing on or before its validity date.

7. In case BSNL demands for any money under this bank guarantee, the same shall be paid through banker’s Cheque in favour of “ Accounts Officer(Cash),O/o GMT, BSNL, Thrissur 680022” payable at Thrissur.

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 ………………………………

67

7(B) For the Performance Guarantee (To be typed on Rs.200/- non-judicial stamp paper) Dated:…………….. Sub: Performance guarantee. Whereas GMT, BSNL Thrissur BA R/o …………………………..………… …………………..(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 Thrissur has asked him to submit a performance guarantee in favour of ______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:

i) 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. j) 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. k) 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. l) 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.

68

m) Notwithstanding anything herein contained ; (a) The liability of the Bank under this guarantee is restricted to the P.B.G.+ corresponding GST Amount and it will remain in force up to its Validity date. (b) The guarantee shall stand completely discharged and all rights of the BSNL under this Guarantee shall be extinguished if no claim or demand is made on us in writing on or before its validity date. n) In case BSNL demands for any money under this bank guarantee, the same shall be paid through banker’s Cheque in favour of “Accounts Officer(Cash),O/o GMT, BSNL, Thrissur 680022” payable at Thrissur o) 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 ………………………………

69

7 (C) For Letter of Authorization for attending Bid Opening Event. (To be typed preferably on letter head of the company)

Subject: Authorization for attending Bid opening

I/ We Mr. /Ms. ……………………………………. have submitted our bid for the tender no. ………………………….……… in respect of …………………… ………………………………………………………….. (Item of work) which is due to open on…………………. (date)…………………………in………………………………………………………………………… ……….

We hereby authorize Mr. / Ms. ………………………………& Mr. / Ms…………….………… (alternative) whose signatures are attested below, to attend the bid opening for the tender mentioned above on our behalf.

……………………………………. Signature of the Representative

………………………………… Signature of Bidder/ Officer authorized to sign Name of the Representative on behalf of the Bidder

……………………………………. Signature of the alternative Representative

………………………………………….. Name of the alternative Representative

Above Signatures Attested

Note 1: Only one representative will be permitted to attend the Bid opening. 2: Permission for entry to the hall where bids are opened may be refused in case authorization as prescribed above is not received.

70

7(D) Model Amendment Letter Intimating Conditions for Extension of Delivery Period Registered A Due

Address of the purchaser ------To M/s ……………………………….. ………………………………………

Sub: This office contract no………….. dated …………. placed on you for supply of …………………………………………………………………….

Ref :Your letter no……………………………… dated ……………….

We are in receipt of your letter, wherein you have asked for extension/ further extension of time for delivery/ execution/ installation/ commissioning. In view of the circumstances stated in your above referred letter, the time of delivery can be extended from ______(original/ last delivery period) to ______(presently agreed delivery period) subject to your unconditional acceptance of the following terms and conditions:

1. That, liquidated damages shall be levied in accordance with agreed clause 16.2& 16.3 Section-5-Part-A of Tender document and Purchase order 2. That, notwithstanding any stipulation in the contract for increase in price on any ground, no such increase, whatsoever, which takes place after current last date of Delivery shall be admissible on such of the said goods as are delivered after the said date 3. That, the prices during this extended delivery period shall be the same as the rate agreed at the beginning of the tender. 4. An additional BG of Rs._____in accordance with clause 15.3, Section-5-Part-A of the contract with validity up to ______. Please intimate your acceptance of this letter along with the additional BG within ten days of the issue of this letter failing which the contract will be cancelled at your risk and expense without any further reference to you. This letter shall form part and parcel of the agreement/ contract/ APO/ PO and all other terms & conditions of the contract remain unaltered.

Yours faithfully,

(………………………) for and on behalf of……………………………….)

Note : The entries which are not applicable for the case under consideration are to be deleted.

71

7(E)- Model Amendment Letter for Extension of Delivery Period Registered Acknowledgement Due

Address of the purchaser ------To M/s ……………………………….. ………………………………………

Sub : This office contract no………….. dated …………. placed on you for supply of ……………… Ref : 1. Your letter no……………………………… dated ………………. requesting DP extension 2. This office letter no. ……………… dated ……… intimating conditions for DP extension 3. Your letter no………………….. dated …………. accepting the conditions for DP extension In your above letter under reference (1), you have asked for extension/ further extension of time for delivery/ execution/ installation/ commissioning. The terms and conditions for extension of delivery period were conveyed to you vide this office letter under reference (2). In view of the circumstances stated in your above referred letter, and upon your unconditional acceptance of the terms and conditions of this extension vide your letter under reference (3), the time of delivery is hereby extended from ______(last delivery period) to ______(presently agreed delivery period) on the terms and conditions in letter under reference (2) above and agreed by you vide letter under reference (3) i.e.: 1. That, liquidated damages shall be levied in accordance with agreed clause 16.2 & 16.3 Section-5 Part-A of terms and conditions of the tender/PO. 2. That, notwithstanding any stipulation in the contract for increase in price on any ground, no such increase, whatsoever, which takes place after current last date of Delivery shall be admissible on such of the said goods as are delivered after the said date 3. That, the prices during this extended delivery period shall be the same as the rate agreed at the beginning of the tender. The letters under reference above and this letter shall form part and parcel of agreement/ contract/ APO/ PO and all other terms & conditions of the contract remain unaltered. Yours faithfully, (………………………) for and on behalf of………...

72

7(F)- PROFORMA OF POWER OF ATTORNEY (Refer Clause 14.3 of Section- 4)(Non-Judicial Stamp paper) POWER OF ATTORNEY Be it known all to whom it concerns that:

1. Shri ______s/o ______residing at ______2. Shri ______s/o ______residing at ______3. Shri ______s/o ______residing at ______

I, the Proprietor / We all the Partners/Directors of M/s______

(Address)______hereby appoint Shri______s/o ______residing at

______as my/our Attorney to act in my/our name and on behalfand sign and execute all documents/ agreements binding the firm for all contractual obligations (including references of cases to arbitration) arising out of contracts to be entered into by the firm with the ______in connection with their Tender for Mobile Access Equipment Maintenance (NBSNL, BSNL and IP sites), Mobile Infrastructure Maintenance Full and Partial (NBSNL/BSNL sites),Diesel Filling and Rigger activities at BTS sites in ______BA due for opening In short, he is fully authorized to do all, each and everything requisite for the above purpose concerning M/s______. And I/We hereby agree to confirm and ratify his all and every act of this or any documents executed by my/our said Attorney within the scope of the authority hereby conferred on him including references of cases to arbitration and the same shall be binding on me/us and my/our firm as if the same were executed by me/us individually or jointly. Witness (with Address) Signature of the Proprietor/Partners/Directors

• 1.

• 2.

Accepted (Signature of Signatory of Tender Offer of the firm)

______ATTESTED Notary Public (Signature with Official Seal)

OR

REGISTERED Before (SUB – REGISTRAR) ……………………………. (Of concerned State)

Signature with Official Seal

73

SECTION- 8

Bidder’s profile & Questionnaire. (To be filled in and submitted by the bidder) A. Tenderer’s Profile a. Name of the Individual/ Firm: ……………………………………………… b. Present Correspondence Address ……………………………………………….. …………………………………………………………………………………………… Telephone No. …………………Mobile No ………………… FAX No. ………… c. Address of place of Works/ Manufacture ………………………………………. …………………………………………………………………………………………… Telephone No. …………………Mobile No ………………… FAX No. ………… d. State the Type of Firm: Sole proprietor-ship/partnership firm / (Tick the correct choice): Private limited company. e. Name of the sole proprietor/ partners/ Director(s) of Pvt. Ltd Co.: S. No. Name Father’s Name Designation 1.

2.

3.

f. Name of the person authorized to enter into and execute contract/ agreement and the capacity in which he is authorized (in case of partnership/ private Ltd company): …………………………………………….. g. Permanent Account No. : ……………………………………………………… h. GST Registration No. : ………………………………………………………….. i. Details of the Bidder’s Bank for effecting e-payments: 1. Beneficiary Bank Name: …………………………… 2. Beneficiary branch Name:………………………… 3. IFSC code of beneficiary Branch…………………….. 4. Beneficiary account No.:…………………… 5. Branch Serial No. (MICR No.):………………… Whether the firm has Office/ works (i.e. manufacture of the tendered item) in Kerala ? If so state its address ………………….…………………………………………………………………………………………… ……………………………………………… B. Questionnaire 1. Do you think any other detail/ material is required to complete the work specified in the specification? Yes/ No. a. If Yes, Give details ……………………………………………………………………………………… 2. Do you think any other item of work need be included in tender form to complete the work specified in the specification? Yes/ No. a. If Yes, Give details I/We hereby declare that the particulars furnished in Bidder’s profile are true and correct

Place…………………. Signature of contractor ……………………… Date …………………. Name of Contractor ……………………………

74

SECTION-9 Part A

(Financial BID FORM)

To From, ______………………………………………...... ______...... ______…...... ……………………………………… …...... ………………………………………

Bidder’s Reference No :…………....………………… …Dated…………………….

Ref: Your Tender Enquiry No. 1. Having examined the above-mentioned tender enquiry document including amendment/ clarification/ addenda Nos...... dated …………….. ……………the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver ...... in conformity with the said drawings, conditions of contract and specifications for the sum shown in the schedule of prices attached herewith and made part of the financial Bid. 2. Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and replacement. 3. We agree to abide by this Bid for a period of ……….days from the date fixed for Bid opening or for subsequently extended period, if any, agreed to by us. This bid shall remain binding upon us up to the aforesaid period. 4. We understand that you are not bound to accept the lowest or any bid, you may receive. 5. If our Bid is accepted, we will provide you with a performance guarantee from a Scheduled Bank for a sum 5% of the annual estimated cost of contract for the due performance of the contract. 6. If our Bid is accepted, we undertake to complete delivery of all the items and perform all the services specified in the contract in accordance with the delivery schedule specified in the Section-2 (Tender Information). 7. Until a formal Purchase Order of Contract is prepared and executed, this Bid together with your written acceptance thereof in your notification of award shall constitute a binding contract between us.

Dated...... Day of...... 2020 Signature …………………………. Witness Name …………………………….. Signature…………………………. In the capacity of …………………………. Name …………………………….. Duly authorized to sign the bid for and on Address ...... behalf of ......

75

Section-9 PART-B Financial bid rate.

A B C D E F G Unit Unit GST % GST % GST Amount GST Amount SAC for service forSAC service Quantity per month month Quantity per Description of Activity of Activity Description Total Contract charges per per charges Contract Total

Sl GST) excluding but & Levies Contract Charges per unit per per per unit Charges Contract month(inclusive of all Taxes & & Taxes all of month(inclusive Contract Charges per unit per per per unit Charges Contract & Levies including GST) E= C+D C+D E= GST) &including Levies levies but excluding GST) F=B*C GST) F=B*C excluding levies but month in Rs (Inclusive of all Taxes Taxes all of (Inclusive Rs in month

No. Taxes of all (Inclusive Rs month in

CGST

Mobile Access Equipment SGST

1 Maintenance(MAEM) site 160 IGST

CGST SGST Mobile Infrastructure Main- 2 tenance(MIM) : Full site 105 IGST Mobile Infrastructure Mai n- CGST tenance(MIM) : Partial NB: The maximum rate for SGST partial MIMmust be half the 3 rate for full MIM. site 153 IGST CGST SGST 4 Diesel Filling site 130 IGST CGST SGST 5 Rigger Activities:Normal Instance 60 IGST CGST SGST 6 Rigger Activities:Hard Instance 20 IGST Grant Total in figures :

Grant Total in words (Rupees……………………………………………………………………………………………………………….

Signature of the bidder Name of the bidder

76

Annexure I

(Schedule of Requirements)

SR No Nature of work No of sites per month 1 Mobile Access Equipment Maintenance (MAEM) 160 2 Mobile Infrastructure Maintenance (MIM) - Full 105 3 Mobile Infrastructure Maintenance (MIM) - Partial 153 4 Diesel Filling 130 5 Rigger Activities: Normal(Instances) 60 6 Rigger Activities: Hard(Instances) 20

Annexure – 2

Contact details of deployed personnel and cluster co-ordinators

No. Cluster Name Address Phone Mobile Email

Contact details of personnel deployed in each cluster for MAEM, MIM, Diesel filling and rigger activities No. Site Name Sub Division Division Nature of deployment Mobile Email

Annexure - 3

Format of log book for diesel filling

Site wise log book for diesel filling. Name of site: S L DG Petro N Date & Name of Name of Diesel Diesel Total Run kWh Meter card de- o. Time the site person Available Filled Diesel Hour reading tails

77

Annexure -4

Format of log book entry for MAEM and MIM activities Name of Site: SL No Date Name of person Time In Observations/ work done Time out Signature

Annexure – 5

Proforma for Reimbursement of diesel cost

S/n S/n DGMake DGMake SiteName SiteName the month themonth REMARKS REMARKS Consumed Consumed DieselCMR DieselCMR DieselOMR DieselOMR Total Diesel Diesel Total DGCapacity DGCapacity SubDivision SubDivision edas per CPH perCPH edas Recommended Recommended DGRunHourCMR DGRunHourCMR DGRunHourOMR DGRunHourOMR DieselFilledDuring DieselFilledDuring Total DGRun Time DGRunTime Total Diesel Consumption Consumption Diesel MultiplicationFactor MultiplicationFactor Total DieselConsum- Total J J L P P F A A K K E E B B C D D G G H G O = O= N & I &I N M=L-K M=L-K N=J*M N=J*M Less ofLess I=F+H-

78

Annexure -6

Monthly Performance Report Name of subdivision:

Period: from ______to ______

Total No. of site for MAEM: Total No. of sites for MIM (Full) City: Total No. of site for MIM (Full) Rural: Total No. of site for MIM (Partial) City: Total No of site for MIM (Partial) Rural: No of sites where diesel filled during this report period:

A. Performance of MAEM: a. Whether BTS related alarm are extended to OMC: ______if No, No. of sites where alarms has not been extended: ______duration of noncompliance in days: ______. b. Total duration of instances of not taking prompt action as per clause 15.4.a.2 of Section- 5-Part-A of the tender: c. Total duration of prolonged site failure as per clause 15.4.a.3of Section-5-Part-A of the tender: City: ______(Hrs), Rural: ______. d. No. of instance of minor deviations other than those mentioned above (as per clause 15.4.a.4 of Section-5-Part-A): ______.

B. Performance of MIM (Full and Partial), City and Rural areas: a. Whether powerplant alarms has been extended to OMC: ______, if No, No. of sites where alarms has not been extended: ______, total duration of noncompliance n days: ______. b. Total duration of instances of not taking prompt action as per clasue15.4. b.2 of Section- 5-Part-A of the tender: c. Total duration of non-compliance as per clasue15.4. b.3 of Section-5-Part-A of the ten- der: d. Total duration of non-compliance as per clasue15.4. b.4 of Section-5-Part-A of the ten- der: e. Total duration of non-compliance as per clasue15.4. b.5 of Section-5-Part-A of the ten- der: f. No. of instance of minor deviations other than those mentioned above (as per clause 15.4.b.6 of Section-5-Part-A of the tender): ______. C. Performance of diesel filling: a. No. of instance of minor deviations (15.4.d.1 of Section-5-Part-A): b. No. of instance of major deviations (15.4.d.2 of Section-5-Part-A):

Counter sign by DE Signature of Sub Division in charge

79

Annexure 7

Monthly Rigger Report

Name of Sub Division: Period: from ______to ______

A. Rigger activities (Normal) Sr No. Date Name of site Activity

B. Rigger activities (Hard ) Sr No. Date Name of site Activity

Certified that the above activities were carried out satisfactorily.

Signature of Sub Division in-charge

80

Annexure – 8

Experience Certificate

It is hereby certified that M/s ______has got experience in the following activities.

1. Name of telecom provider: 2. Name of telecom circle: 3. Details of contract

If yes, Carried out Nate of work period Remarks (Yes/No) of contract Mobile Access Equipment Maintenance Mobile Infrastructure Maintenance Diesel Filling Rigger activities

4. Duration of contract: 5. Total cost of contract: 6. Overall performance assessment: Satisfactory / Non-Satisfactory

(Signature and seal) (To be signed by Authorised signatory of the company with seal and date)

81

Annexure 9

MUTUAL NON-DISCLOSURE AGREEMENT This Agreement is made as of the ______between Bharat Sanchar Nigam Limited (A Government of India Enterprise), O/o ______BA, having its registered office at 10th Floor, Statesman House, B-148, Barakhamba Road, New Delhi-110001 herein after called “BSNL” which expression shall unless repugnant to the subject or the context mean and included its successors, nominees or assign and M/s …….. (Bidder), an Indian Company incorporated and registered under the companies Act 1956, having its registered office at ……………….. herein after referred to as the “Bidder” which expression shall unless repugnant to the subject or the context mean and include its successors, nominees or assigns.

In order to pursue the mutual business purpose specified in Exhibit A (the "Business Purpose"), BSNL and Bidder recognize that there is a need to disclose to one another certain confidential information of each party to be used only for the Business Purpose and to protect such confidential information from unauthorized use and disclosure. In consideration of the other party's disclosure of such information, each party agrees as follows:

1. This Agreement will apply to all confidential and proprietary information disclosed by one party to the other party, including information listed in Exhibit A and other information which the disclosing party identifies in writing as confidential before or within thirty days after disclosure to the receiving party ("Confidential Information"). 2. Each party agrees (i) to hold the other party's Confidential Information in strict confidence, (ii) not to disclose such Confidential Information to any third parties, and (iii) not to use any Confidential Information for any purpose except for the Business Purpose. Each party may disclose the other party's Confidential Information to its responsible employees with a bona fide need to know, but only to the extent necessary to carry out the Business Purpose. Each party agrees to instruct all such employees not to disclose such Confidential Information to third parties, including consultants, without the prior written permission of the disclosing party. 3. Confidential information will not include information which: I. is now, or hereafter becomes, through no act or failure to act on the part of the receiving party, generally known or available to the public: II. Was acquired by the receiving party before receiving such information from the disclosing party and without restriction as to use or disclosure; III. Is hereafter rightfully furnished to the receiving party by a third party, without restriction as to use or disclosure: IV. is information which the receiving party can document was independently developed by the receiving party; V. is required to be disclosed pursuant to law, provided the receiving party uses reasonable efforts to give the disclosing party reasonable notice of such required disclosure; or VI. Is disclosed with the prior written consent of the disclosing party. 4. Each party agrees not to remove any of the other party's Confidential Information from the premises of the disclosing party without the disclosing party's prior written approval. Each party agrees to exercise extreme care in protecting the confidentiality of any Confidential Information which is removed, only with the disclosing party's prior written approval, from the disclosing party's premises. Each party agrees to comply with any and all terms and conditions the disclosing party may impose upon any such approved removal, such as conditions that the removed Confidential Information and all copies must be returned by a certain date, and that no copies are to be making off of the premises. 5. Upon the disclosing party's request, the receiving party will promptly return to the disclosing party all tangible items containing or consisting of the disclosing party's Confidential Information all copies thereof. 6. Each party recognizes and agrees that nothing contained in this Agreement will be construed as granting any rights to the receiving party, by license or otherwise, to any of the disclosing party's Confidential Information except as specified in this Agreement.

82

7. Each party acknowledges that all of the disclosing party's Confidential Information is owned solely by the disclosing party (or its licensors) and that the unauthorized disclosure or use of such Confidential Information would cause irreparable harm and significant injury, the degree of which may be difficult to ascertain. Accordingly, each party agrees that the disclosing party will have the right to obtain an immediate injunction enjoining any breach of this Agreement, as well as the right to pursue any and all other rights and remedies available at law or in equity for such a breach. 8. This Agreement will be construed, interpreted, and applied in accordance with the laws of India. Subject to terms and conditions regarding the removal of Confidential Information as set forth under relevant Sections, this Agreement and Exhibit A attached hereto are the complete and exclusive statement regarding the subject matter of this Agreement and supersede all prior agreements, understandings and communications, oral or written, between the parties regarding the subject matter of this Agreement. 9. This Agreement will remain in effect for five years from the date of the last disclosure of Confidential Information, at which time it will terminate.

IN WITNESS WHEREOF , the parties hereto have executed this Agreement by their duly authorized officers or representatives. Bidder Company Name Bharat Sanchar Nigam Limited

Signature Signature Printed Name Printed Name Title Title

Seal Seal

Exhibit A 1. Business Purpose : To carry out Mobile Access Equipment Maintenance, Mobile Infrastructure Maintenance, Diesel filling and Rigger Activities (Reference: Tender No :______) 2. Confidential Information of Bidder 3. Confidential Information of Bharat Sanchar Nigam Limited (BSNL): • The equipment details including the configurations. • All information shared in oral or in written form by BSNL with Bidder[ Bidder Company Name Bharat Sanchar Nigam Limited Signature Signature Printed Name Printed Name Title Title

Seal Seal

83

ANNEXURE 10

Payment details to HK, Manual assistance and rigger

EPF EPF ESIC ESIC Net Wages Name Contrib Contrib Contrib Contributio after HK Wages EPF ESI Sl. Sub of HK ution ution ution n deducting Site Address (Salary+D A/C A/c No: Division perso (Employ (Employ (Employ (Employee's Employee's Name A) No: No: nnel er's ee's er's share=1.75 contribution share) share) share) % of Wages) of EPF, ESIC

84

Annexure 11

List of BTS sites for Mobile Access Equipment Maintenance/Rigger activity SN SITENAME SUBDIV SN SITENAME SUBDIV 1 RP-00184-ValappadTE CRN 42 RP-05713-Pulakode TCR1 2 RP-00185- CKD1 43 RP-05715-Eyyal TCR2 3 RP-00186-KodungallurTE CRN 44 RP-05739-Mudicode TCR4 4 RP-00187-EriyadTE CRN 45 RP-05740-Kottol TCR2 5 RP-00188- IJK 46 RP-03186-Anandapuram CKD2 6 RP-00189- CKD2 47 RP-06093-EdamuttomJn CRN 7 RP-00190-Mala CKD1 48 RP-06110-Mayannur TCR1 8 RP-00191-PerinjanamTE CRN 49 RP-06115-Palappilly CKD2 9 RP-00192-ErumappettyTE TCR2 50 RP-06118-Panjal TCR1 10 RP-00193-Kanippayyoor TCR2 51 RP-06123-Ponnookkaara TCR4 11 RP-00194-GuruvayurTE TCR2 52 RP-06134-Thali TCR1 12 RP-00195-Kannara TCR4 53 RP-06142-Velupadam CKD2 13 RP-00196-AyyantholeAlpha TCR3 54 RP-06144-VettukkadJn TCR4 14 RP-00197-Centralexchange TCR4 55 RP-06104-KovilakamJn CRN 15 RP-00198-Chembookkavu TCR4 56 RP-06132-SujithJn CRN 16 RP-00199-Mannuthy TCR4 57 RP-06139-VazhaniRoad TCR1 17 RP-00200-Missionqtrs TCR4 58 RP-06126-Pulipparakkunnu CKD2 18 RP-00201-Ollur IJK 59 RP-06099-AduppoottyKNM TCR2 19 RP-00202-PoonkunnamTE TCR3 60 RP-06078-ArattupuzhaTCR IJK 20 RP-00203-Viyur TCR4 61 RP-06109-Marottichal TCR4 21 RP-00204-CherpuTE IJK 62 RP-06116-Palayamparambu CKD1 22 RP-00205-KandassamkdvTE IJK 63 RP-06121-Pazhiyottumuri TCR2 23 RP-00206-MundurTETCR TCR3 64 RP-03399-MissionHosp TCR4 24 RP-00207-VadakkanchryCH TCR1 65 RP-03542-Pottore TCR1 25 RP-00208-Koratti CKD1 66 RP-04565-SawMillRoad TCR3 26 RP-00354-Kattoor IJK 67 RP-04572-FathimaNagar TCR4 27 RP-00355-Kombidinjamakkl CKD1 68 RP-05623-ChelakkaraTown TCR1 28 RP-00356-AlagappaNagar CKD2 69 RP-05710-Peringottukara IJK 29 RP-00357-Mulankunnathkvu TCR1 70 RP-06079-AttoorCenter TCR1 30 RP-00358-PoovathurTETCR TCR3 71 RP-06090-UBazar CRN 31 RP-00359-PunnayurkulamTE TCR2 72 RP-06094-Thambankadavu CRN 32 RP-00360-Kuriachira TCR4 73 RP-06097-Kattilappovam TCR1 33 RP-00361-EngandiyoorTE TCR3 74 RP-06105-Kurukkanpara TCR2 34 RP-00362-CHELAKARA TCR1 75 RP-06111-Mechira CKD1 35 RP-00666-AnnamanadaTE CKD1 76 RP-06119-Parakkal TCR1 36 RP-00667-Muringoor CKD1 77 RP-06120-Padiyam IJK 37 RP-00668-SNPuramTE CRN 78 RP-06129-Puthuruthy TCR1 38 RP-00669-Kizhthani IJK 79 RP-06149-Kallettumkara CKD2 39 RP-00670-Moorkanadu IJK 80 RP-07164-Thayoor TCR2 40 RP-00671- CKD2 81 RP-07166-Thaliyakonam IJK 41 RP-00672-Vallakunn CKD2 82 RP-07188-Pullur CKD2

85

83 RP-00673-Vellangallur IJK 130 RP-07227-Nayarangadi CKD2 84 RP-00674-Vellikulangara CKD2 131 RP-07228-Konathukunnu IJK 85 RP-00675-Vettilapara CKD1 132 RP-07312-Mattathur CKD2 86 RP-00676-KattakambalTE TCR2 133 RP-07315-Chowka CKD1 87 RP-00677-KunnamkulamTE TCR2 134 RP-07530-Pulikkanni CKD2 88 RP-00678-MattomTE TCR3 135 RP-07542-SouthKondazhi TCR1 89 RP-00679-PerumpilavTE TCR2 136 RP-07548-VazhaniDam TCR1 90 RP-00680-Pariyaram CKD1 137 RP-07549-ThiruvillamalaS TCR1 91 RP-00681-ChazhoorTE IJK 138 RP-07587-Kakkathuruthy IJK 92 RP-00682-GuruvayurENada TCR2 139 RP-07590-Konoor CKD1 93 RP-00683-Chavakkadjn TCR3 140 RP-07593-EriyadJn CRN 94 RP-00684-Kechery TCR2 141 RP-07628-Pampady TCR1 95 RP-00685-ParappurTE TCR3 142 RP-07669-ChiyyaramSouth TCR4 96 RP-00686-AmalanagarTE TCR3 143 RP-07671-Kuttimukuwest TCR4 97 RP-00687-Poothole TCR3 144 RP-07682-Chittilappilly TCR3 98 RP-00688-AyyantholeTE TCR3 145 RP-07701-Kadalassery IJK 99 RP-00689-Kurichikara TCR4 146 RP-06145-Varakkara CKD2 100 RP-00690-Kuttanalur TCR4 147 RP-06114-Padiyassery CRN 101 RP-00691-Moorkanikara TCR4 148 RP-07423-PeringalkthuDam CKD1 102 RP-00692-NedupuzhaTE TCR3 149 RP-07531-VelurChungam TCR2 103 RP-00693-Nellangara TCR4 150 RP-07600-Pallam TCR1 104 RP-00694-Nellikunn TCR4 151 RP-06124-Poomala TCR1 105 RP-00696-Roundn TCR4 152 RP-06127-Thalakkottukara TCR2 106 RP-00697-Varantharapally CKD2 153 RP-07640-Chaipankuzhy CKD1 107 RP-00698-VenkitanguTE TCR3 154 RP-07418-BsnlSancharbvn TCR4 108 RP-00699-VylathurTE TCR2 155 RP-03187-AnamalaJunction CKD1 109 RP-00700-VadanappallyTE CRN 156 RP-04754-Vennur CKD1 110 RP-00701-MULOORKARA TCR1 157 RP-06086-ChennaipparaJn TCR4 111 RP-00702- TCR1 158 RP-06128-Narayanamangalm CRN 112 RP-00703-THIRUVILLUAMALA TCR1 159 RP-06143-VennurJn TCR1 113 RP-01550-Aryampadam TCR1 160 RP-07165-Kattoortown IJK 114 RP-01551-Ashtamichira CKD2 161 RP-07575-Malayattumanglm TCR1 115 RP-01553-Choondal TCR2 162 RP-07670-Nehrunagar TCR4 116 RP-01554-EdakkazhiyurTE TCR3 163 RP-03870-Adichili CKD1 117 RP-01555-Kothakulam CRN 164 RP-03192-Vallachira IJK 118 RP-01556-Edathirinji CRN 165 RP-06148-Mundathikkod TCR1 119 RP-01557-Elanad TCR1 166 RP-07605-KuttoorMLARd TCR3 120 RP-01558-Inchakundu CKD2 167 RP-07614-KSE IJK 121 RP-01559-Kadappuram TCR3 168 RP-06092-EdakkaraTCR TCR3 122 RP-01560-Kadukutty CKD1 169 RP-06112-Mulayam TCR4 123 RP-01561-KUNDANNUR TCR1 170 RP-06087-Chittanda TCR1 124 RP-01562-Karajn CRN 171 RP-07910-KorattyJn CKD1 125 RP-01563-Kodanur IJK 172 RP-07635-UrakamJn IJK 126 RP-01564-KONDAZHI TCR1 173 RP-06108-Kallampara TCR1 127 RP-01565-Kottapadi TCR2 174 IB-00117-Talukoffice TCR4 128 RP-01566-KunnathangadiTE IJK 175 RP-07602-Kanjirassery TCR1 129 RP-01567-Kuzhoor CKD1 176 RP-07496-Elthuruth TCR3

86

177 RP-01568-Chirakkekode TCR4 224 RP-03403-Pullazhi TCR3 178 RP-01569-Mambra CKD1 225 RP-06138-Uthralikkavu TCR1 179 RP -05570 -MannamangalamTE TCR4 226 RP -07424 -MullanBazaar CRN 180 RP-01572-Melur CKD1 227 RP-07748-Pongothra CKD2 181 RP-01573-Karoopadanna CRN 228 RP-07771-NattikaBeach CRN 182 RP-01574-PVemballur CRN 229 RP-08052-PUVANCHIRA TCR4 183 RP-01575-Palapetty CRN 230 RP-03185-Peramangalam TCR3 184 RP-01576-Pannithadam TCR2 231 RP-03208-Nandipulam CKD2 185 RP-01577-Peechi TCR4 232 RP-08199-AshtamichiraJn CKD2 186 RP-01578-PoyyaPuliparamb CRN 233 RP-03397-NorthBusStand TCR4 187 RP-01579-Punnamparambu TCR1 234 RP-08117-ValappadCentre CRN 188 RP-01580-Thottilpal CKD2 235 RP-06141-Vellanikkra TCR4 189 RP-01581-VallatholNagar TCR1 236 RP-03193-PuthoorJn TCR4 190 RP-01582-Vaniampara TCR4 237 RP-04574-Mukkattukara TCR4 191 RP-01584-VeloorTE TCR2 238 RP-06085-ChavakkadBeach TCR3 192 RP-01724-Kodali CKD2 239 RP-07868-Peringamkulam CKD2 193 RP-01814-Kallur CKD2 240 RP-06125-Porkulangad TCR2 194 RP-02354-Chalakudymarket CKD1 241 RP-06103-Kazhimbram CRN 195 RP-02355-Potta CKD1 242 RP-07539-Poochatty TCR4 196 RP-02356-Kandanissery TCR2 243 RP-06140-Vellanikkode CKD2 197 RP-02357-Mammiyur TCR2 244 RP-07700-Mupliyam CKD2 198 RP-02358-KillimangalamJn TCR1 245 RP-07753-Muriyad CKD2 199 RP-02359-Perinchery IJK 246 IB-00150-WestFortHospIBS TCR3 200 RP-02360-Padinjattumuri IJK 247 RP-05549-ArangottukaraTE TCR1 201 RP-02362-KothaparambuJn CRN 248 RP-08550-ViyurPowerHseJn TCR4 202 RP-02363-KottappuramMkt CRN 249 RP-08511-Thangaloor TCR3 203 RP-02364-Mapranam IJK 250 IB-00101-KSFEIBS TCR4 204 RP-02365-IrinjalakudaTE IJK 251 RP-08194-Athani TCR1 205 RP-02366-Anthikkad IJK 252 RP-07834-Muttithadi CKD2 206 RP-02367-Kanjani IJK 253 RP-08506-PuthukkadRwStn CKD2 207 RP-02368-Chirakkal IJK 254 RP-08100-Parempadam TCR2 208 RP-02369-Karanchira IJK 255 RP-08193-VadakkanchryCSR TCR1 209 RP-02370-Perambra CKD2 256 RP-08121-Cheramanpalli CRN 210 RP-02371-Kuzhikkattussry CKD2 257 RP-03188-Muthenmavu TCR3 211 RP-02372-Porkulam TCR2 258 RP-06082-Moonjeli CKD2 212 RP-02373-Chittanjur TCR2 259 RP-08101-Vyasagiri TCR1 213 RP-02374-Puthenchira CKD2 260 RP-08132-PazhayannurTown TCR1 214 RP-02375-Valiyaparmbu CKD1 261 RP-08540-PerincheryCtr IJK 215 RP-02376-MedicalCollege TCR1 262 RP-07901-Alappad IJK 216 RP-02377-Kaipparambu TCR2 263 RP-07726-Kadangode TCR2 217 RP-02378-KalamuriWest CRN 264 RP-07630-KattakamblChrkl TCR2 218 RP-02379-Mathilakom CRN 265 RP-08001-VallatholSouth TCR1 219 RP-02380-MamaBazar TCR3 266 RP-07532-PoliceAcadamy TCR4 220 RP-02381-Mukkilapeedika TCR2 267 RP-08111-CherpuTown IJK 221 RP-02382-ArimpurKaipplly IJK 268 RP-08105-Parakkad TCR1 222 RP-02383-Cheerachibend TCR4 269 RP-07740-Karalam IJK 223 RP-02384-Eastfortjn TCR4 270 RP-08603-ChenthrappinniC CRN

87

271 RP-02385-Kau TCR4 318 RP-08633-LuluJn TCR3 272 RP-02386-Koorkancherry TCR3 319 RP-08565-MedicalClgTCR TCR1 273 RP-02387-Kottekkad TCR3 320 RP-08103-CheruthurthyCtr TCR1 274 RP-02388-Nadathara TCR4 321 RP-08116-KLFNirmal IJK 275 RP-02389-Patturaikkal TCR4 322 RP-08065-LabourCentre IJK 276 RP-02390-Pallimoola TCR4 323 RP-09198-CityCentre TCR4 277 RP-02391-Roundwest TCR4 324 IB-03032-IncomeTaxIBS TCR3 278 RP-02392-Thalore IJK 325 IB-03037-AswiniHospIBS TCR4 279 RP-02393-Westfortjn TCR3 326 RP-08689-Ancherichira TCR4 280 RP-02394-OTTUPARA TCR1 327 RP-10909-MalabarEngClg TCR1 281 RP-02395-Parlikad TCR1 328 RP-08025-AmalaNagarEast TCR3 282 RP-02396-Thalikkulam CRN 329 RP-10307-Holygrace CKD1 283 RP-02898-Ollukara TCR4 330 RP-08031-BSNLCentre TCR4 284 RP-02899-LaloorRoad TCR3 331 RP-08110-VidyaEnggClg TCR2 285 RP-02900-Kokkale TCR3 332 IB-03035-MissionHospIBS TCR4 286 RP-02901-Kanimangalam TCR3 333 RP-01552-Athirappilly CKD1 287 RP-02902-Cheroor TCR4 334 RP-01583-Vazhachal CKD1 288 RP-02903-Rvpuram TCR4 335 RP-06135-Thiroor TCR1 289 RP-02904-Kolazhy TCR1 336 RP-09209-ApolloTyres CKD2 290 RP-02905-Ollurie IJK 337 RP-10411-KKTMClgPullut CRN 291 RP-02906-PuthurTCR TCR4 338 RP-08932-ManalurCentre TCR3 292 RP-02907-Muthuvara TCR3 339 RP-08933-Ammadam IJK 293 RP-02908-Adat TCR3 340 RP-08931-Korattikkara TCR2 294 RP-02909-Pamboor TCR3 341 RP-07899-Puttekkara TCR3 295 RP-02911-Viyurpalam TCR4 342 RP-10437-VeterinaryClg TCR4 296 RP-02912-Roundeast TCR4 343 RP-10445-METS CKD1 297 RP-03194-Chuvannmannu TCR4 344 RP-10421-GovtPolyChelkra TCR1 298 RP-03195-EdakulamJn IJK 345 RP-06088-Choolppuram TCR2 299 RP-03196-Nadavaramba IJK 346 RP-07603-HarinagarColony TCR3 300 RP-03197-Ijkldabusstand IJK 347 RP-05144-GuruvayurWest TCR2 301 RP-03202-Nalukettu CKD1 348 RP-09243-WestFortMcroTCR TCR3 302 RP-03204-Kottanellur CKD2 349 RP-08102-VadakkanchryW TCR1 303 RP-03210-Mullassery TCR3 350 RP-05101-WestVellanikra TCR4 304 RP-03212-Chengaloor CKD2 351 IB-01661-JoyalukkasMall TCR3 305 RP-03214-Thrithallur TCR3 352 RP-09248-PoliceAcadMicro TCR4 306 RP-03391-Chettupuzha TCR3 353 RP-05126-Koolimuttam CRN 307 RP-03538-Attoor TCR1 354 RP-07898-Kappalpally IJK 308 RP-03540-Vadakkancheryrs TCR1 355 RP-05359-Mallad TCR2 309 RP-03541-Minalur TCR1 356 RP-09025-ChimonyKSEB CKD2 310 RP-03544-Nellayi CKD2 357 RP-09026-Echippara CKD2 311 RP-03545-Vellilamkunnu CKD2 358 RP-09024-AthirappillyPyt CKD1 312 RP-03547-Vrpuram CKD2 359 IB-00223-MedClgCsltyTCR TCR1 313 RP-03548-Attampadam CKD1 360 RP-09032-KFRIPeechi TCR4 314 RP-03549-Pongam CKD1 361 RP-08677-THUMBOOR CKD2 315 RP-03741-Ambalappad TCR1 362 RP-09031-PalaceRoadMicro TCR4 316 RP-03742-Kombathukadavu CKD1 363 RP-09090-BSFCampTCR TCR4 317 RP-03795-Mannalamkunnu TCR3 364 RP-09037-EbenezerPress TCR2

88

365 RP-03796-Kuthiran TCR4 412 RP-05447-EdavilanguPyt CRN 366 RP-03797-Manathala TCR3 413 RP-08899-ChalakkudyTown CKD1 367 RP-03798-Thiruvanchery CRN 414 RP-05459-CivilStationIJK IJK 368 RP-03833-KumaranellrTCR TCR1 415 RP-05503-CollectorateTCR TCR3 369 RP-03869-Erinjeryangadi TCR4 416 RP-09015-Kanjirakode TCR1 370 RP-03871-Varavoor TCR1 417 RP-05466-PuthenchraVellr CKD2 371 RP-03873-Elanjipara CKD1 418 RP-05467-Korimbussery IJK 372 RP-03874-GuruvayurSouth TCR2 419 RP-05481-ChukkuBazar TCR3 373 RP-03875-MararRd TCR3 420 RP-05116-KandassamkdvCtr IJK 374 RP-03876-Kuttikkad CKD1 421 RP-05472-Padakulam CRN 375 RP-03878-Cdb TCR4 422 RP-05138-PoyyaCentre CRN 376 RP-03880-Kottamkulam CRN 423 RP-07831-MangadVDK TCR1 377 RP-03881-Andathode TCR3 424 RP-05460-InfoparkKoratty CKD1 378 RP-04177-Airanikulam CKD1 425 RP-07544-KaliyarJaram TCR1 379 RP-04519-Pavaratty TCR3 426 RP-05514-Pazhunnana TCR2 380 RP-04563-UdayaNagarPNKM TCR3 427 RP-09088-KattoorPyt IJK 381 RP-04564-Aranattukara TCR3 428 RP-05562-GECThrissur TCR4 382 RP-04566-Avinissery TCR4 429 RP-05509-Chowalloor TCR2 383 RP-04569-Anchery TCR4 430 RP-08109-Velappaya TCR1 384 RP-04571-Paravattani TCR4 431 RP-09102-JyothiEngClgTCR TCR1 385 RP-04580-Sakthanbusstand TCR4 432 RP-05112-AloorCanalpalam CKD2 386 RP-04581-Kizhakkumpatkra TCR4 433 RP-00545-PuthoorCentre TCR4 387 RP-04752-ManalurHs TCR3 434 RP-05538-ChoondalJn TCR2 388 RP-04757-Vadama CKD1 435 RP-05508-Nambazhikkad TCR3 389 RP-05697-Mannampetta CKD2 436 RP-09116-PoyyaPanchayath CRN 390 RP-05709-VadakkummuriTCR IJK 437 RP-00766-Karuvannur IJK 391 RP-05712-Kannarajn TCR4 438 RP-05133-Meladoor CKD1 392 RP-05714-Padoor TCR3 439 RP-05478-Anappara CKD1 393 RP-06077-Anjurcentre TCR2 440 RP-05157-Thriprayar CRN 394 RP-06080-Azhikodebeach CRN 441 RP-09264-PadiyurPyt IJK 395 RP-06083-Chandappura CRN 442 RP-00810-PuliyannurCtr TCR2 396 RP-06089-Chovannur TCR2 443 RP-05449-Cherumkuzhy TCR4 397 RP-06095-Varadiyam TCR3 444 RP-09313-MedClgMicroTcr TCR1 398 RP-06096-KaliyaRoad TCR1 445 RP-05840-ShobhaMallTCR TCR3 399 RP-06098-Kiralur TCR2 446 RP-09139-CoopHospIJK IJK 400 RP-06100-Kizhur TCR2 447 RP-05565-Marathakkara IJK 401 RP-06102-Koonamuchi TCR2 448 RP-07534-Pazhuvil IJK 402 RP-06107-Kuttichira CKD1 449 RP-00811-PoomalaCentre TCR1 403 RP-06122-Chevvoor IJK 450 RP-05517-Vattampadam TCR2 404 RP-06130-Royalcollege TCR2 451 RP-05653-SreekrsnaClgGVR TCR3 405 RP-06131-Sholayarjn CKD1 452 RP-08152-AsmabiClg CRN 406 RP-06133-Thaikkattussery IJK 453 RP-05113-Valiyalukkal TCR3 407 RP-06137-Thrikkur TCR4 454 RP-08139-AthaniCentre TCR1 408 RP-06146-Thaikad TCR2 455 RP-04586-SkvCollege TCR3 409 RP-06147-VEEROLIPADAM TCR1 456 RP-06008-KDRPvtBusStand CRN 410 RP-03189-Chullipadi TCR3 457 RP-05849-VadanappallyC CRN 411 RP-03190-Thampuranpadi TCR2 458 RP-05981-KodakaraTown CKD2

89

459 RP-03200-AloorJunction CKD2 485 RP-04130-Nedumpura TCR1 460 RP-03209-Ponnure TCR3 486 RP-09315-PoliceStnIJK IJK 461 RP-03211-Peruvallur TCR3 487 RP-04795-Thippilissery TCR2 462 RP-03215-ArippalamJn IJK 488 RP-09277-PanampllyClgCKD CKD1 463 RP-03396-StThomasJn TCR4 489 RP-06113-Nelluvai TCR2 464 RP-03537-Cheruthuruthy TCR1 490 RP-08542-EliteIntl TCR4 465 RP-03734-Kayambu TCR1 491 RP-06996-Aduppootty TCR2 IB -08888 -TcrNqm3GMicro2KERALA 466 RP-03736-Akalad TCR3 492 FEEDS CKD2 467 RP-03740-KunnamkulamJn TCR2 493 RP-06060-KokkalaiJn TCR3 468 RP-03743-ChenthrappinniE CRN 494 RP-05934-MulankunthkvuTp TCR1 469 RP-03746-Chemmannur TCR2 495 RP-05857-KodungallurTmpl CRN 470 RP-03872-Chittattukara TCR3 496 RP-05846-AthaniIndlArea TCR1 471 RP-03882-Amandoor CRN 497 RP-09276-StJamesAcayCKD CKD1 472 RP-04502-Kottappuram TCR3 498 RP-01678-Santhipuram CRN 473 RP-04503-Divanjimoola TCR3 499 RP-01677-KodaliJn CKD2 474 RP-04567-Chiyyaram TCR4 500 RP-01819-IrinjalakdaKSEB IJK 475 RP-04568-Chelakkottukara TCR4 501 RP-01816-Puthenpeedika IJK 476 RP-04751-Thanikudam TCR4 502 RP-09140-DayaHospital TCR4 477 RP-04753-ValakkavuTe TCR4 503 RP-07599-Ganesamangalam TCR3 478 RP-04755-Kuthampully TCR1 504 RP-05141-Vynthala CKD1 479 RP-04756-Kizhakkekodali CKD2 505 RP-03393-AyyantholeChngm TCR3 480 RP-04766-Methala CRN 506 RP-01895-ShekinahCommn TCR4 481 RP-04794-Kadavallur TCR2 507 RP-01868-Elavally TCR3 482 RP-04796-PunnayurkulmAEO TCR2 508 RP-01818-PariyaramJn CKD1 483 RP-05622-KottattJn CKD2 509 RP-01940-PalakkalTCR TCR3 484 RP-05698-Ponjanam IJK

90

Annexure 12

List of BTS sites for Mobile Infrastructure Maintenance (MIM) – Full

SN SITENAME SUBDIV SN SITENAME SUBDIV 1 RP-00188-Irinjalakuda IJK 41 RP-02912-Roundeast TCR4 2 RP-00192-ErumappettyTE TCR2 42 RP-03202-Nalukettu CKD1 3 RP-00193-Kanippayyoor TCR2 43 RP-03210-Mullassery TCR3 4 RP-00195-Kannara TCR4 44 RP-03214-Thrithallur TCR3 5 RP-00355-Kombidinjamakkl CKD1 45 RP-03391-Chettupuzha TCR3 6 RP-00667-Muringoor CKD1 46 RP-03540-Vadakkancheryrs TCR1 7 RP-00668-SNPuramTE CRN 47 RP-03742-Kombathukadavu CKD1 8 RP-00669-Kizhthani IJK 48 RP-03795-Mannalamkunnu TCR3 9 RP-00670-Moorkanadu IJK 49 RP-03797-Manathala TCR3 10 RP-00674-Vellikulangara CKD2 50 RP-03798-Thiruvanchery CRN 11 RP-00676-KattakambalTE TCR2 51 RP-03873-Elanjipara CKD1 12 RP-00682-GuruvayurENada TCR2 52 RP-03876-Kuttikkad CKD1 13 RP-00687-Poothole TCR3 53 RP-03880-Kottamkulam CRN 14 RP-00689-Kurichikara TCR4 54 RP-04569-Anchery TCR4 15 RP-00694-Nellikunn TCR4 55 RP-05714-Padoor TCR3 16 RP-00699-VylathurTE TCR2 56 RP-03211-Peruvallur TCR3 17 RP-00701-MULOORKARA TCR1 57 RP-03537-Cheruthuruthy TCR1 18 RP-00702-PAZHAYANNUR TCR1 58 RP-03736-Akalad TCR3 19 RP-00703-THIRUVILLUAMALA TCR1 59 RP-03740-KunnamkulamJn TCR2 20 RP-01550-Aryampadam TCR1 60 RP-04568-Chelakkottukara TCR4 21 RP-01551-Ashtamichira CKD2 61 RP-04794-Kadavallur TCR2 22 RP-01555-Kothakulam CRN 62 RP-04796-PunnayurkulmAEO TCR2 23 RP-01562-Karajn CRN 63 RP-05713-Pulakode TCR1 24 RP-01563-Kodanur IJK 64 RP-05715-Eyyal TCR2 25 RP-01567-Kuzhoor CKD1 65 RP-05740-Kottol TCR2 26 RP-01569-Mambra CKD1 66 RP-06078-ArattupuzhaTCR IJK 27 RP-01572-Melur CKD1 67 RP-06116-Palayamparambu CKD1 28 RP-01576-Pannithadam TCR2 68 RP-07423-PeringalkthuDam CKD1 29 RP-01578-PoyyaPuliparamb CRN 69 RP-07600-Pallam TCR1 30 RP-01582-Vaniampara TCR4 70 RP-06124-Poomala TCR1 31 RP-01584-VeloorTE TCR2 71 RP-03192-Vallachira IJK 32 RP-01724-Kodali CKD2 72 RP-07605-KuttoorMLARd TCR3 33 RP-02355-Potta CKD1 73 RP-06092-EdakkaraTCR TCR3 34 RP-02356-Kandanissery TCR2 74 RP-07496-Elthuruth TCR3 35 RP-02360-Padinjattumuri IJK 75 RP-07424-MullanBazaar CRN 36 RP-02363-KottappuramMkt CRN 76 RP-08511-Thangaloor TCR3 37 RP-02364-Mapranam IJK 77 RP-08506-PuthukkadRwStn CKD2 38 RP-02369-Karanchira IJK 78 RP-08101-Vyasagiri TCR1 39 RP-02370-Perambra CKD2 79 RP-07630-KattakamblChrkl TCR2 40 RP-02371-Kuzhikkattussry CKD2 80 RP-08001-VallatholSouth TCR1

91

81 RP-02372-Porkulam TCR2 94 RP-01552-Athirappilly CKD1 82 RP-02373-Chittanjur TCR2 95 RP-01583-Vazhachal CKD1 83 RP-02378-KalamuriWest CRN 96 RP-10411-KKTMClgPullut CRN 84 RP-02380-MamaBazar TCR3 97 RP-10437-VeterinaryClg TCR4 85 RP-02390-Pallimoola TCR4 98 RP-10421-GovtPolyChelkra TCR1 86 RP-02392-Thalore IJK 99 RP-09026-Echippara CKD2 87 RP-02394-OTTUPARA TCR1 100 RP-09015-Kanjirakode TCR1 88 RP-02395-Parlikad TCR1 101 RP-08109-Velappaya TCR1 89 RP-02899-LaloorRoad TCR3 102 RP-06996-Aduppootty TCR2 90 RP-02901-Kanimangalam TCR3 103 RP-07599-Ganesamangalam TCR3 91 RP-02903-Rvpuram TCR4 104 RP-01580-Thottilpal CKD2 92 RP-02908-Adat TCR3 105 RP-01564-KONDAZHI TCR1 93 RP-02909-Pamboor TCR3

92

Annexure 13

List of BTS sites for Mobile Infrastructure Maintenance (MIM) – Partial

SN SITENAME SUBDIV SN SITENAME SUBDIV 1 RP-00196-AyyantholeAlpha TCR3 42 RP-03209-Ponnure TCR3 2 RP-00203-Viyur TCR4 43 RP-03215-ArippalamJn IJK 3 RP-00671-Puthukkad CKD2 44 RP-03396-StThomasJn TCR4 4 RP-00683-Chavakkadjn TCR3 45 RP-03734-Kayambu TCR1 5 RP-00684-Kechery TCR2 46 RP-03746-Chemmannur TCR2 6 RP-00690-Kuttanalur TCR4 47 RP-03872-Chittattukara TCR3 7 RP-00691-Moorkanikara TCR4 48 RP-03882-Amandoor CRN 8 RP-00693-Nellangara TCR4 49 RP-04502-Kottappuram TCR3 9 RP-00696-Roundn TCR4 50 RP-04503-Divanjimoola TCR3 10 RP-01553-Choondal TCR2 51 RP-04567-Chiyyaram TCR4 11 RP-01556-Edathirinji CRN 52 RP-04755-Kuthampully TCR1 12 RP-01559-Kadappuram TCR3 53 RP-04756-Kizhakkekodali CKD2 13 RP-01561-KUNDANNUR TCR1 54 RP-04766-Methala CRN 14 RP-01565-Kottapadi TCR2 55 RP-05622-KottattJn CKD2 15 RP-01568-Chirakkekode TCR4 56 RP-05698-Ponjanam IJK 16 RP-01573-Karoopadanna CRN 57 RP-05739-Mudicode TCR4 17 RP-01574-PVemballur CRN 58 RP-06104-KovilakamJn CRN 18 RP-01575-Palapetty CRN 59 RP-06132-SujithJn CRN 19 RP-01814-Kallur CKD2 60 RP-06139-VazhaniRoad TCR1 20 RP-02354-Chalakudymarket CKD1 61 RP-06126-Pulipparakkunnu CKD2 21 RP-02357-Mammiyur TCR2 62 RP-06099-AduppoottyKNM TCR2 22 RP-02358-KillimangalamJn TCR1 63 RP-06109-Marottichal TCR4 23 RP-02359-Perinchery IJK 64 RP-06121-Pazhiyottumuri TCR2 24 RP-02362-KothaparambuJn CRN 65 RP-03542-Pottore TCR1 25 RP-02366-Anthikkad IJK 66 RP-06094-Thambankadavu CRN 26 RP-02367-Kanjani IJK 67 RP-06120-Padiyam IJK 27 RP-02368-Chirakkal IJK 68 RP-06114-Padiyassery CRN 28 RP-02374-Puthenchira CKD2 69 RP-07531-VelurChungam TCR2 29 RP-02375-Valiyaparmbu CKD1 70 RP-06127-Thalakkottukara TCR2 30 RP-02376-MedicalCollege TCR1 71 RP-07640-Chaipankuzhy CKD1 31 RP-02377-Kaipparambu TCR2 72 RP-06148-Mundathikkod TCR1 32 RP-02379-Mathilakom CRN 73 RP-07614-KSE IJK 33 RP-02381-Mukkilapeedika TCR2 74 RP-06108-Kallampara TCR1 34 RP-02382-ArimpurKaipplly IJK 75 RP-07602-Kanjirassery TCR1 35 RP-02383-Cheerachibend TCR4 76 RP-03193-PuthoorJn TCR4 36 RP-02384-Eastfortjn TCR4 77 RP-08193-VadakkanchryCSR TCR1 37 RP-02385-Kau TCR4 78 RP-07532-PoliceAcadamy TCR4 38 RP-02386-Koorkancherry TCR3 79 RP-08105-Parakkad TCR1 39 RP-02387-Kottekkad TCR3 80 RP-08565-MedicalClgTCR TCR1 40 RP-02388-Nadathara TCR4 81 RP-08116-KLFNirmal IJK 41 RP-02389-Patturaikkal TCR4 82 RP-09198-CityCentre TCR4

93

83 RP-02391-Roundwest TCR4 119 RP-10909-MalabarEngClg TCR1 84 RP-02393-Westfortjn TCR3 120 RP-08025-AmalaNagarEast TCR3 85 RP-02396-Thalikkulam CRN 121 RP-10307-Holygrace CKD1 86 RP-02898-Ollukara TCR4 122 RP-08031-BSNLCentre TCR4 87 RP-02900-Kokkale TCR3 123 RP-08110-VidyaEnggClg TCR2 88 RP-02902-Cheroor TCR4 124 RP-09209-ApolloTyres CKD2 89 RP-02904-Kolazhy TCR1 125 RP-10445-METS CKD1 90 RP-02905-Ollurie IJK 126 RP-07603-HarinagarColony TCR3 91 RP-02906-PuthurTCR TCR4 127 RP-09243-WestFortMcroTCR TCR3 92 RP-02907-Muthuvara TCR3 128 RP-09248-PoliceAcadMicro TCR4 93 RP-02911-Viyurpalam TCR4 129 RP-09025-ChimonyKSEB CKD2 94 RP-03194-Chuvannmannu TCR4 130 RP-09024-AthirappillyPyt CKD1 95 RP-03195-EdakulamJn IJK 131 RP-09032-KFRIPeechi TCR4 96 RP-03197-Ijkldabusstand IJK 132 RP-09031-PalaceRoadMicro TCR4 97 RP-03204-Kottanellur CKD2 133 RP-09037-EbenezerPress TCR2 98 RP-03538-Attoor TCR1 134 RP-05447-EdavilanguPyt CRN 99 P-03541-Minalur TCR1 135 RP-08899-ChalakkudyTown CKD1 100 RP-03545-Vellilamkunnu CKD2 136 RP-05459-CivilStationIJK IJK 101 RP-03547-Vrpuram CKD2 137 RP-05503-CollectorateTCR TCR3 102 RP-03548-Attampadam CKD1 138 RP-05138-PoyyaCentre CRN 103 RP-03741-Ambalappad TCR1 139 RP-07831-MangadVDK TCR1 104 RP-03869-Erinjeryangadi TCR4 140 RP-05460-InfoparkKoratty CKD1 105 RP-03871-Varavoor TCR1 141 RP-05562-GECThrissur TCR4 106 RP-03874-GuruvayurSouth TCR2 142 RP-09102-JyothiEngClgTCR TCR1 107 RP-03875-MararRd TCR3 143 RP-09116-PoyyaPanchayath CRN 108 RP-03878-Cdb TCR4 144 RP-00766-Karuvannur IJK 109 RP-03881-Andathode TCR3 145 RP-09313-MedClgMicroTcr TCR1 110 RP-04177-Airanikulam CKD1 146 RP-05840-ShobhaMallTCR TCR3 111 RP-04519-Pavaratty TCR3 147 RP-09139-CoopHospIJK IJK 112 RP-04571-Paravattani TCR4 148 RP-05653-SreekrsnaClgGVR TCR3 113 RP-04752-ManalurHs TCR3 149 RP-04586-SkvCollege TCR3 114 RP-04757-Vadama CKD1 150 RP-09277-PanampllyClgCKD CKD1 115 RP-05709-VadakkummuriTCR IJK 151 IB-08888-TcrNqm3GMicro2Keralafeeds CKD2 116 RP-03189-Chullipadi TCR3 152 RP-09276-StJamesAcayCKD CKD1 117 RP-03190-Thampuranpadi TCR2 153 RP-09140-DayaHospital TCR4 118 RP-03200-AloorJunction CKD2

94

Annexure 14

List of BTS sites for Diesel filling

SN SITENAME SUBDIV SN SITENAME SUBDIV 1 RP-00188-Irinjalakuda IJK 43 RP-03795-Mannalamkunnu TCR3 2 RP-00193-Kanippayyoor TCR2 44 RP-03797-Manathala TCR3 3 RP-00196-AyyantholeAlpha TCR3 45 RP-03798-Thiruvanchery CRN 4 RP-00203-Viyur TCR4 46 RP-03833-KumaranellrTCR TCR1 5 RP-00667-Muringoor CKD1 47 RP-03871-Varavoor TCR1 6 RP-00669-Kizhthani IJK 48 RP-03873-Elanjipara CKD1 7 RP-00671-Puthukkad CKD2 49 RP-03874-GuruvayurSouth TCR2 8 RP-00682-GuruvayurENada TCR2 50 RP-03876-Kuttikkad CKD1 9 RP-00683-Chavakkadjn TCR3 51 RP-03880-Kottamkulam CRN 10 RP-00684-Kechery TCR2 52 RP-03881-Andathode TCR3 11 RP-00687-Poothole TCR3 53 RP-04177-Airanikulam CKD1 12 RP-00690-Kuttanalur TCR4 54 RP-04519-Pavaratty TCR3 13 RP-00691-Moorkanikara TCR4 55 RP-04569-Anchery TCR4 14 RP-00693-Nellangara TCR4 56 RP-04571-Paravattani TCR4 15 RP-00694-Nellikunn TCR4 57 RP-04752-ManalurHs TCR3 16 RP-00696-Roundn TCR4 58 RP-04757-Vadama CKD1 17 RP-00701-MULOORKARA TCR1 59 RP-05709-VadakkummuriTCR IJK 18 RP-00702-PAZHAYANNUR TCR1 60 RP-05714-Padoor TCR3 19 RP-00703-THIRUVILLUAMALA TCR1 61 RP-03189-Chullipadi TCR3 20 RP-01550-Aryampadam TCR1 62 RP-03190-Thampuranpadi TCR2 21 RP-01551-Ashtamichira CKD2 63 RP-03200-AloorJunction CKD2 22 RP-01555-Kothakulam CRN 64 RP-03209-Ponnure TCR3 23 RP-01556-Edathirinji CRN 65 RP-03211-Peruvallur TCR3 24 RP-01559-Kadappuram TCR3 66 RP-03215-ArippalamJn IJK 25 RP-01561-KUNDANNUR TCR1 67 RP-03537-Cheruthuruthy TCR1 26 RP-01562-Karajn CRN 68 RP-03736-Akalad TCR3 27 RP-01567-Kuzhoor CKD1 69 RP-03740-KunnamkulamJn TCR2 28 RP-01568-Chirakkekode TCR4 70 RP-03743-ChenthrappinniE CRN 29 RP-01569-Mambra CKD1 71 RP-03872-Chittattukara TCR3 30 RP-01573-Karoopadanna CRN 72 RP-03882-Amandoor CRN 31 RP-01575-Palapetty CRN 73 RP-04502-Kottappuram TCR3 32 RP-01576-Pannithadam TCR2 74 RP-04503-Divanjimoola TCR3 33 RP-01578-PoyyaPuliparamb CRN 75 RP-04567-Chiyyaram TCR4 34 RP-01582-Vaniampara TCR4 76 RP-04568-Chelakkottukara TCR4 35 RP-01724-Kodali CKD2 77 RP-04755-Kuthampully TCR1 36 RP-02354-Chalakudymarket CKD1 78 RP-04756-Kizhakkekodali CKD2 37 RP-02355-Potta CKD1 79 RP-04794-Kadavallur TCR2 38 RP-02356-Kandanissery TCR2 80 RP-04796-PunnayurkulmAEO TCR2 39 RP-02357-Mammiyur TCR2 81 RP-05622-KottattJn CKD2 40 RP-02358-KillimangalamJn TCR1 82 RP-05698-Ponjanam IJK 41 RP-02360-Padinjattumuri IJK 83 RP-05713-Pulakode TCR1 42 RP-02363-KottappuramMkt CRN 84 RP-05715-Eyyal TCR2

95

85 RP-02364-Mapranam IJK 132 RP-05739-Mudicode TCR4 86 RP-02367-Kanjani IJK 133 RP-05740-Kottol TCR2 87 RP-02369-Karanchira IJK 134 RP-06104-KovilakamJn CRN 88 RP-02370-Perambra CKD2 135 RP-06132-SujithJn CRN 89 RP-02371-Kuzhikkattussry CKD2 136 RP-06139-VazhaniRoad TCR1 90 RP-02372-Porkulam TCR2 137 RP-06126-Pulipparakkunnu CKD2 91 RP-02373-Chittanjur TCR2 138 RP-06099-AduppoottyKNM TCR2 92 RP-02374-Puthenchira CKD2 139 RP-06078-ArattupuzhaTCR IJK 93 RP-02375-Valiyaparmbu CKD1 140 RP-06109-Marottichal TCR4 94 RP-02376-MedicalCollege TCR1 141 RP-06116-Palayamparambu CKD1 95 RP-02378-KalamuriWest CRN 142 RP-06121-Pazhiyottumuri TCR2 96 RP-02379-Mathilakom CRN 143 RP-03542-Pottore TCR1 97 RP-02380-MamaBazar TCR3 144 RP-06094-Thambankadavu CRN 98 RP-02382-ArimpurKaipplly IJK 145 RP-06120-Padiyam IJK 99 RP-02383-Cheerachibend TCR4 146 RP-06114-Padiyassery CRN 100 RP-02384-Eastfortjn TCR4 147 RP-07531-VelurChungam TCR2 101 RP-02385-Kau TCR4 148 RP-07600-Pallam TCR1 102 RP-02386-Koorkancherry TCR3 149 RP-06124-Poomala TCR1 103 RP-02388-Nadathara TCR4 150 RP-06127-Thalakkottukara TCR2 104 RP-02389-Patturaikkal TCR4 151 RP-07640-Chaipankuzhy CKD1 105 RP-02390-Pallimoola TCR4 152 RP-03192-Vallachira IJK 106 RP-02391-Roundwest TCR4 153 RP-07605-KuttoorMLARd TCR3 107 RP-02392-Thalore IJK 154 RP-07614-KSE IJK 108 RP-02393-Westfortjn TCR3 155 RP-06092-EdakkaraTCR TCR3 109 RP-02394-OTTUPARA TCR1 156 RP-06108-Kallampara TCR1 110 RP-02395-Parlikad TCR1 157 RP-07602-Kanjirassery TCR1 111 RP-02396-Thalikkulam CRN 158 RP-07496-Elthuruth TCR3 112 RP-02898-Ollukara TCR4 159 RP-07424-MullanBazaar CRN 113 RP-02899-LaloorRoad TCR3 160 RP-03193-PuthoorJn TCR4 114 RP-02900-Kokkale TCR3 161 RP-08511-Thangaloor TCR3 115 RP-02901-Kanimangalam TCR3 162 RP-08506-PuthukkadRwStn CKD2 116 RP-02903-Rvpuram TCR4 163 RP-08193-VadakkanchryCSR TCR1 117 RP-02905-Ollurie IJK 164 RP-08101-Vyasagiri TCR1 118 RP-02906-PuthurTCR TCR4 165 RP-07630-KattakamblChrkl TCR2 119 RP-02908-Adat TCR3 166 RP-08001-VallatholSouth TCR1 120 RP-02909-Pamboor TCR3 167 RP-07532-PoliceAcadamy TCR4 121 RP-02911-Viyurpalam TCR4 168 RP-08105-Parakkad TCR1 122 RP-02912-Roundeast TCR4 169 RP-08565-MedicalClgTCR TCR1 123 RP-03194-Chuvannmannu TCR4 170 RP-08116-KLFNirmal IJK 124 RP-03195-EdakulamJn IJK 171 RP-08025-AmalaNagarEast TCR3 125 RP-03202-Nalukettu CKD1 172 RP-10307-Holygrace CKD1 126 RP-03204-Kottanellur CKD2 173 RP-08110-VidyaEnggClg TCR2 127 RP-03210-Mullassery TCR3 174 RP-01552-Athirappilly CKD1 128 RP-03214-Thrithallur TCR3 175 RP-01583-Vazhachal CKD1 129 RP-03391-Chettupuzha TCR3 176 RP-10411-KKTMClgPullut CRN 130 RP-03538-Attoor TCR1 177 RP-10437-VeterinaryClg TCR4 131 RP-03540-Vadakkancheryrs TCR1 178 RP-10421-GovtPolyChelkra TCR1

96

179 RP-03541-Minalur TCR1 185 RP-08899-ChalakkudyTown CKD1 180 RP-03545-Vellilamkunnu CKD2 186 RP-09015-Kanjirakode TCR1 181 RP-03547-Vrpuram CKD2 187 RP-07831-MangadVDK TCR1 182 RP-03548-Attampadam CKD1 188 RP-08109-Velappaya TCR1 183 RP-03741-Ambalappad TCR1 189 RP-06996-Aduppootty TCR2 184 RP-03742-Kombathukadavu CKD1

97

ANNEXURE – 15

DEED OF INDEMNITY

This DEED OF INDEMNITY is executed on this the ……………………………, by

1. <> , a company/ firm registered under the ……………………………….. (Applicable acts, as the case may be) (hereinafter referred to as the Bidder ) and having its registered office at <

> acting through << Authorized Signatory>> is hereinafter, for the purposes of this Deed of Indemnity.

TO AND IN FAVOUR OF

Bharat Sanchar Nigam Limited , through the ……………………… BSNL ………………………. Office (hereinafter referred to as the Purchaser which expression shall unless repugnant to the context or meaning thereof mean and be deemed to include its authorized representatives and permitted assigns) o n the Other Part.

WHEREAS

(a) The Purchaser had invited bids vide their Tender Enquiry No.……………………….(hereinafter referred to as ‘Tender’) for the purpose of………………………………………………………………………………………………….. (b) The Bidder had submitted its bid/ proposal dated ___ (hereinafter referred to as the ‘Bid’) for the provision of such services in accordance with its proposal as set out in its Bid and in accordance with the terms and conditions of the Tender. (c) The Bidder has in order to comply with the terms of the Tender agreed to execute the Deed of In- demnity on such terms and conditions more fully mentioned below.

NOW THIS DEED OF INDEMNITY WITNESSETH AS FOLLOWS:

1. The Bidder shall, in consideration of the Purchaser making payment under and in accordance with the Tender Document, hereby agrees to indemnify the Purchaser against any costs, loss, damages and claims from third parties or liabilities suffered by the Purchaser and directly arising out of the following reasons:

a. Any illegal or unauthorized use or in connection with any claim or proceedings relating to any breach or violation of any permission/license terms by the Bidder or any of its sub-contractor in the process of fulfillment of required obligations during contract period.

b. The Bidder shall protect, defend, indemnify and hold harmless to BSNL and its employees from and against any and all liabilities, damages, fines, penalties and cost (including legal costs and disbursements) arising from:

I. Any breach of any statute, regulation, direction, orders or standards from any Govern- mental body, Agency or regulator issued with respect to the product /services being supplied/provided under this Tender. II. Any claim made by third parties arising out of the use of the services of BSNL being pro- vided using the equipment/services supplied under the Tender to the extent these are attributable solely to the poor quality or non-compliance of the products/services to the respective specifications. III. Any claims arising from other utility / service providers in connection with interruptions or degradation of their services due to services provided by bidder under this Tender.

2. The bidder also declares that in case bidder is blacklisted by GST Authorities in future & which results in loss of Input Tax Credit (ITC) to BSNL, then BSNL shall have right to recover any such loss of ITC arising on account of such black-listing.

98

3. This Deed of Indemnity shall stand terminated on expiry of or early termination of the contract period as envisaged in the above said Tender requirement. 4. The Deed of Indemnity shall constitute the entire indemnity provided by the Bidder for the indemnities asked in said Tender.

5. This Deed of Indemnity shall be governed by and construed in accordance with Indian law.

(Authorized Signatory) Date: Place: << Name of the Bidder>>

Witness 1:

Witness 2:

99

ANNEXURE - 16

Particulars for Input Invoice , Receipt Voucher & GST Details of Purchaser

A. Input Invoice

Sl_No Particulars of Input Invoice 01 Name and Registered address of the supplier 02 GST Registration Number of the supplier 03 Name of BSNL Entity 04 ‘Bill to “ and ‘ship to’ address of BSNL 05 GST Registration Number of BSNL 06 Date of Invoice 07 Invoice Number 08 Place of Supply (Including state) 09 Type of Tax (CGST,SGST and IGST) 10 Rate of Tax 11 Value of Goods/Service and Type /rate/Amount of Tax should be sep rately mentioned 12 Qnty of goods 13 Total Value of Invoice 14 Description of supply of goods/service 15 HSN Code in case of goods 16 Accounting code in case of service 17 In case invoice has more than one Tax rates ,rate of tax and amount of tax for each supply should be mentioned separately

100

B. Receipt Voucher

Sl_No Particulars of Receipt Voucher 01 Name and Registered address of the supplier 02 GST Registration Number of the supplier 03 Name of BSNL Entity 04 ‘Bill to “ and ‘ship to’ address of BSNL 05 GST Registration Number of BSNL 06 Date of Document Issued 07 Document Number 08 Place of Supply (Including state) 09 Amount of Advance Taken 10 Type of Tax (CGST,SGST and IGST) 11 Rate of Tax 12 Qnty of goods 13 In case invoice has more than one Tax rates ,rate of tax and amount of tax for each supply should be mentioned separately Note: Invoice issued at a later stage against receipt voucher to mention this document number. Refund voucher to be issued against the advances received if no supply is made and no i voice is raised.

C. GST Details of BSNL ______

Provisional ID registered for the GST ______Bharat Sanchar Nigam Ltd.

Name & Address

Sate Of Registration Kerala

101

CHECKLIST FOR BIDDER Sl.No Description

1 Scanned copy of all pages of Tender document signed by the bidder or Authorized Person on all pages along with seal

2 DD for Tender Fee as per DNIT (Scanned copy on E-TENDER Portal and Physically to Tender Inviting Officer in case of e-Tender).

3 Bank Guarantee/DD for EMD as per DNIT (Scanned copy on E-TENDER Portal and Physically to Tender Inviting Officer in case of e-Tender

4 Certificates showing fulfilment of eligibility criteria stated in clause 5 of the DNIT.

5 Power of attorney & authorization for executing the power of attorney in accordance with clause 14.3 of Section 4 Part A. (if applicable)

6 Integrity Pact (if applicable) 7 Clause by clause compliance as per clause 11.2.b of Section 4 Part A 8 Bidder’s profile & questionnaire duly filled and signed as per Section 8. 9 No near relative certificate dully filled and signed.

10 Undertaking and declaration dully filled and signed as per Section 6[A].

11 Documents stated in clause 10 of Section -4 Part A 12 Tender/Bid form – Section 9 Part A 13 Attested copy of ESI registration 14 Attested copy of EPF registration 15 Attested copy of GST registration 16 Attested copy of PAN Card 17 Letter of authorization, if any 18 Attested copy of Memorandum of association and articles of Association in case of company.

19 Details of the firm along with List of Directors on the Board of the Company, list of partners, as applicable. 20 Attestation of the signature of the authorized signatory, issuing PoA, by Bank

21 Attested copy of Registration of the firm or authenticated copy of Partnership Deed in case of partnership firms.

22 Attested copy of “Power of Attorney” in case person other than the tenderer has signed the tender documents Signature of Bidder 23 The authorisation of the competent authority for signing the tender 24 Letter showing authorised signatory. (If applicable)

25 Indemnity bond declaration for indemnifying BSNL against any non-compliance by bidder to- wards all applicable statutory requirements, if work is awarded 26 Mandate form for ECS/EFT 27 Certificate regarding tender form downloaded from internet. 28 In case of MSE bidders, valid certification from MSME (valid on the date of opening of tender.) 29 Declaration regarding non blacklisting as per Section-6-6(D) 30 Declaration that no changes has been made to the tender document as per Section-6-6(C)

31 Any other supporting document asked for in the bid document

102

103