Ministry of Communications & Information Technology Department of Posts, Govt. of : Office of the Postmaster General, Hyderabad Region Dak Sadan, Abids, Hyderabad-500 001 ------PMG(H)/EDP/UPS-NIT/2020-21 Dated at Hyderabad-1 the 04.08.2020

Notice Inviting Tender

Tenders are invited on behalf of President of India, from reputed firms for Annual Maintenance of UPS installed at various Post Offices & Administrative Offices under Hyderabad Postal Region which is spread over entire area barring erstwhile Hyderabad,Rangareddy and Medak Districts.

The method of submission of tender, amount of Earnest Money / Security Deposit and General Terms and Conditions applicable to contract has been mentioned in Annexure I. The work is to be performed strictly as per the parameters/technical specifications given in Part I of Annexure II. The terms and conditions specific to the contract have been mentioned in Part-II of Annexure II. The proforma for submission of tender has been given in Annexure III and Annexure IV to this Notice Inviting Tender. The maintenance support is to be provided as and when required basis in the jurisdiction of Postal Region covering 13 Postal/RMS Divisions of Hyderabad Region including Hyderabad Regional Office. The schedule of tender is given as under: 2. Schedule of Tender Tender No: PMG(H)/EDP/UPS-NIT Tender no. : /2020-21 dated 04-08-2020 Starting date and time for down loading of tender : 04.08.2020 18.00hrs document Last date and time of : 24.08.2020 12.00hrs uploading of Tender Amount of Earnest Money Deposit as per Clause 3 of : RS 60,000/- Annexure I Date & time of opening of : 25.08.2020 12.00hrs Tender (Technical Bid) O/o The Postmaster General, Hyderabad Venue : Region, Dak Sadan, Abids, Hyderabad- 500 001 Free, to be downloaded from Cost of the tender form : eprocurement portal

Page 1 of 51 2

3.1 The bidders can download the tender document from Central Government eprocurement Portal. https://eprocure.gov.in. eProcurement portal can be accessed through https://gem.gov.in also.

3.2 The bidder should pay Earnest Money Deposit receipt for the amount specified in Annexure I favoring Postmaster General, Hyderabad Region, Hyderabad in the form of DD payable to Chief Postmaster, Hyderabad GPO, Hyderabad and submit the original DD by Registered Post/Speed Post to Assistant Director (BD& Technology), % Postmaster General, Hyderabad Region, Hyderabad – 500 001 (Phone NO. 9490164872), and the scanned copy of the DD must be uploaded and the bids should be submitted as stipulated in Clause 4 of Annexure I of this Tender Enquiry. Exemption from payment of EMD will be allowed for the firms, which are registered under NSIC/SSIC/MSME and the registrations are in currency.

3.3 Earnest Money Deposit of the unsuccessful bidders would be refunded to them within 15 days after the entire tender process is completed. There would be no interest payable on the Earnest Money Deposit. 3.4 Earnest Money Deposit of the successful vendor would be retained until the amount of performance guarantee is deposited/furnished. 3.5 All the documents in support of eligibility criteria also to be uploaded along with the Technical bid and all the documents should be signed.

4.The foremost requirement of participation in e-Tender is to have a „Digital Signature Certificate(DSC)‟ in the name of the bidder/firm.

5. The tenders completed in all aspects should be uploaded in the Central Public Procurement Portal Only. All the documents in support of eligibility criteria are also to be uploaded along with Technical Bid. The bidders are advised in their own interest to upload the scanned copies of the desired papers/documents with their bids failing which their bids may be declared non-responsive.

6. The Postmaster General, Hyderabad Region reserves the right to cancel the tender at any time/stage or relax/amend/withdraw any of the terms and conditions contained in the tender Documents without assigning any reason thereof. Any enquiry, after submission of the bid shall not be entertained. In case of withdrawal of bid, the EMD will stand forfeited.

7. The Terms and Conditions and Price bid/ Commercial bid of the tender are enclosed (PDF format).

Assistant Director O/oPostmaster General Hyderabad Region Hyderabad– 500 001

Page 2 of 51

3

Tender No: PMG(H)/EDP/UPS-NIT/2020-21 Dated at Hyderabad-1 the 04-08-2020 Annexure I

GENERAL TERMS AND CONDITIONS

Sub: Notice inviting tender enquiry to enter into rate contract for servicing, maintenance and repair of Online Un-interruptible Power Supply (UPS) Systems and its related accessories of Tritronics/Deltron/Numeric/Keptron/BPE make available in different locations of Hyderabad Region.

1. Parties: The parties to the Contract are the Contractor (the bidder to whom the work have been awarded) and the Government of India through the Department of Posts for and on behalf of the President of India.

2. Address: For all purposes of the contract including arbitration there under, the address of the contractor mentioned in the tender shall be the final unless the contractor notifies a change of address by a separate letter sent by „Registered post with acknowledgement due’ to the Department of Posts. The contractor shall be solely responsible for the consequences of any omission or error to notify change of address in the aforesaid manner.

3. BID SECURITY: 3.1. The tender should be accompanied with DD for an amount of Rs. 60,000/- (Rupees Sixty thousand only) paid towards Bid security (EMD) in any scheduled bank drawn in the name of Chief Postmaster, Hyderabad GPO. The scanned copy of DD for EMD or copy of the registration with NSIC/SSIC/MSME, must be uploaded. The original copy of the DD for EMD or the copy of the registration with NSIC/SSIC/MSME, are to be sent in a sealed envelope by Registered/Speed Post only to the Assistant Director(BD&Technology), % Postmaster Master General, Hyderabad region, Hyderabad – 500 001. Exemption from payment of EMD will be allowed for the firms, which are registered under NSIC/SSIC/MSME and the registrations are in currency. Each unsuccessful bidder will have his bid security amount refunded after the tenders are finally disposed and no interest will be paid on the Bid Security amount.

3.2. No request for transfer of any previous deposit of earnest money or security deposit or payment of any pending bill held by the department in respect of any previous work will be entertained.

3.3. Bidder shall not be permitted to withdraw his offer or modify the terms and conditions thereof. In case the Bidder fails to observe and comply with

Page 3 of 51

4 the stipulations made here in or backs out after quoting the rates, the aforesaid amount of earnest money will be forfeited to the Government.

3.4 The Tenders without earnest money deposit will be summarily rejected.

3.5 No claim shall lie against the Government/Department in respect of erosion in the value or interest on the amount of earnest money deposit or security deposit.

4. PREPARATION AND SUBMISSION OF BIDS:

i. Bidder should take into account any corrigendum published on the tender document before submitting their bids. ii. Bidders are requested to go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. They are advised to note that number of covers in which the bid documents have to be submitted, the number of documents, including the names and contents of each of the document that need to be uploaded. Any deviation from these may lead to rejection of bid. iii. Bidder in advance, should get ready the bid documents to be uploaded as indicated in the tender document/schedule and generally, they can be in PDF formats. Bid documents may be scanned with 100 dpi with black and white option. iv. To avoid the time and effort required in uploading the same set of standard documents which are to be submitted as a part of every bid, a provision of uploading such standard documents (Ex: PAN Card copy, Annual Reports, Auditors certificate etc.,) has been provided to the bidders. Bidders can use “My Space” area while submitting a bid and can upload for every bid. This will lead to reduction in time required for bid submission process. v. An index of all documents uploaded may be prepared and placed before the first page of the technical bid.

4.2 Submission of bids i. Bidder should log into the site well in advance for bid submission so that he/she can upload the bid in time. Bidder will be responsible for any delay due to other issues. ii. The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document using his own DSC. iii. Bidder has to select the payment option as „Off line‟ to pay the tender fee/EMD as applicable and enter details of the instrument.

Page 4 of 51

5 iv. Bidder should prepare the EMD as per the instructions specified in the tender format. The original DD should be posted by Registered/Speedpost which should reach this office by the last date prescribed for uploading of tender document. The details of the DD for EMD issued by any bank, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected. v. A Financial bid format(PDF) (BOQ) has been provided with the tender document to be filled by all the bidders. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. vi. The server time (which is displayed on the bidder‟s dash board) will be considered as the standard time for refreshing the dead line for submission of the bids by the bidders, opening of the bids etc. The bidder should follow this time during the bid submission. vii. The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This would serve as a reference for any correspondence on the tender.

5. SIGNING OF TENDER:

Individual signing the tender or other documents connected with contract must specify whether he signs as: a) A „sole proprietor‟ of the concern or constituted attorney of such sole proprietor, b) A partner of the firm, if it be a partnership firm, in which case he must have the authority to execute contracts on behalf of the firm and to refer to arbitration disputes concerning the business of the partnership either by virtue of the partnership agreement or by a power of attorney duly executed by the partners of the firm. c) Director or an Executive duly authorized by the Board or Directors of the Company, if it is a company.

N.B. (1) In case of partnership firms, a copy of the partnership agreement, or general power of attorney duly attested by a Notary Public, should be furnished on stamped paper duly sworn or affirmed by all the partners admitting execution of the partnership agreement or the General Power of Attorney. The attested copy of the Certificate of Registration of firm should also be submitted along with the tender.

Page 5 of 51

6

(2) In the case of partnership firms, where no authority to refer disputes concerning the business of the partnership firm has been conferred on any partner, the tender and all other related documents must be signed by all partners of the firm.

(3) A person signing the tender form or any documents forming part of a tender on behalf of another person should have an authority to bind such other person and if, on enquiry it appears that the persons so signing had no authority to do so, the Postmaster General, Hyderabad region may, without prejudice, cancel the contract and hold the signatory liable for all costs, consequences and damages under the civil and criminal remedies available.

(4) The Bidder should sign and affix his/her firm‟s stamp at each page of the tender and all its Annexures as the acceptance of the offer made by the Bidder will be deemed as a contract. NO PAGE SHOULD BE REMOVED/DETACHED FROM THIS NOTICE INVITING TENDER. Department reserves the right to enter into another agreement with the successful bidder without any prejudge to clause. 6. TECHNICAL BID:

6.1.All documents relating to technical bid should be submitted as required in Annexure III are to be invariably submitted. It would contain information like the following, among other details. a. Annexure III of the tender document duly filled in and digitally signed b. Past three years financial results.(Annual report and audited accounts copy) c. GSTN registration particulars&PAN registration particulars. d. Details of Direct Company Service network throughout Hyderabad region e. Details of call centers/workshops for all district head quarters. f. Proof of capacity to attend any service on call within24 hours. g. Proof of capacity to provide stand-by replacement for any defective UPS. h. Manpower resources/On-line UPS service engineer‟s details at all district head quarters. i. List of major clients. j. ISO Certificate k. Year of incorporation of the firm l. EMD particulars. j. The certificate from at least two such clients preferably from Government & Corporate offices to the effect that, the service provided during the AMC period is satisfactory should be produced along with the Technical Bid Please remember to upload the entire tender document, duly digitally signed in every page by the authorised signagtory of the company, before uploading any documents forming part of the technical bid which are also to be digitally signed.

Page 6 of 51

7

An invoice of the documents uploaded may please be enclosed along with the technical bid.

7. COMMERCIAL BID:

7.1 Commercial bid should be submitted in standard BOQ file given along with NIT. The bidder has to submit his quote for all of the categories, hence only those bidders who has the capacity to service all categories of UPS, i.e all make and models of UPS and capacities viz M/s Tritronics, M/s Numeric , M/s Keptron, M/s Deltron and M/s BPE, should apply . The Commercial bids of the Bidders short-listed after evaluation of technical bids only will be opened on a specified date and time, which would be declared after opening of the technical bids. A duly constituted Technical Evaluation Committee (TEC) will evaluate the Technical bids and Commercial bids.

7.2 A consolidated price should be quoted as per the break up:

a) Basic Price b) GST c) Total price

7.3 In case of increase of GST levied during the currency of the tender or contract period are to be borne by the bidder only. In case of decrease of GST levied during the currency of the tender or contract, the benefit has to be passed to the department.

7.4 Terms of payment as stated in the Tender Document shall be final.

7.5 At the time of payment of bills, the income tax, if any, shall be deducted at source as per Government rules and guidelines as may be prevailing at the time of payment.

8 (a) VALIDITY OF THE BIDS: The bids shall be valid for a period of 6 months from the date of opening of the tenders.

8 (b) VALIDITY OF THE CONTRACT:

The contract shall be valid for a period of one year from the date of acceptance of the tenders and signing agreement by successful bidder. Agreement period shall be extended for further period of one year or part thereof with the same terms and conditions subject to satisfactory Performance. The department reserves the right to extend the contract for any period less than a year and not bound to extend for exactly one year. The successful bidder will have to enter into an agreement with the Department on non-judicial stamp paper worth Rs.100/- incorporating the

Page 7 of 51

8 terms and conditions of the tender notice. This is must and no exemption will be given.

9. OPENING OF TENDER: The bidder is at liberty, to be present, or authorize not more than one representative to be present at the opening of the tender. The representative attending the opening of the tender on behalf of the bidder should bring with him a letter of authority from the bidder and proof of identification. On the date and time indicated in the "Schedule of Tender", only Technical Bids will be opened and read out in the presence of bidder‟s representatives.

10. CRITERION FOR EVALUATION OF TENDERS:

10.1The evaluation of the tenders will be made first on the basis of technical information furnished in form given in Annexure – III.

10.2 The Commercial Bid of such firms found valid based on technical parameters (as per Annexure-III) will be opened on the date and time to be announced after opening of the Technical Bid. Evaluation of Commercial Bids will be based on total consolidated price of all items and not on individual price for each item. It must be kept in view that no decision will be given by the Tender Evaluation Committee or the department will not be responsible for any inferences drawn during the meeting of this committee. The award of work will be further subject to any specific terms and conditions of the contract given in Part II of Annexure II of this NIT.

11. RIGHT OF ACCEPTANCE: The Department of Posts reserve all rights to reject any tender including those bidders who fail to comply with the instructions without assigning any reason whatsoever and does not bind itself to accept the lowest or any specific tender. The decision of Department of Posts in this regard is final and binding.

Any failure on the part of the contractor to observe the prescribed procedure and any attempt to canvass for the work will prejudice the contractor's 'quotation.

12. COMMUNICATION OF ACCEPTANCE: Successful Bidder will be informed of the acceptance of his tender. Necessary Instructions regarding the amount and time provided for Security Deposit will be communicated.

13. TIME SCHEDULE FOR COMPLETING OF WORK: The successful bidder will create an inventory of systems (asset survey) under AMC within a period of 30 days on award of work. Asset survey has to be done in the same manner a preventive maintenance work will be done. As Preventive maintenance is mandatory during each quarter, the preventive

Page 8 of 51

9 maintenance done as part of asset survey will be taken as preventive maintenance for the purpose of submission of bill for first quarter of AMC. However, AMC vendor needs to attend any number of service calls during first quarter and also during entire contract period, besides mandatory preventive maintenance in each quarter.

14. SECURITY DEPOSIT: 14.1 The Successful bidder will have to deposit in cash in any Post Office under UCR a sum equivalent of 10% of the value of the work or a bank guarantee for the amount for the period extending at least six months beyond the date of completion of work / contract period in favour of Department of Posts towards Security Deposit within 7 days from the date of acceptance of the tender and produce the receipt in original to the Department of Posts. The Security Deposit will not be adjusted against any payment due to the firm from the Department or the Central Government.

14.2 The Security Deposit can be forfeited by order of the Department of Posts in the event of any breach or negligence or non-observance of any condition of contract or for unsatisfactory quality or for non-acceptance of the supply order.

On expiry of the contract, such portion of the said security deposit as may be considered by the Department of Posts sufficient to cover any incorrect or excess payments made on the bills to the firm, shall be retained until the final report from all the divisions is received and examined.

15. PENALTY: In the event of the contractor failing to: (i) Observe or perform any of the conditions of the work as set out herein; or

(ii) Execute the work in good and professional manner and to the satisfac- tion of and by the time fixed by the Department of Posts;

(a) It shall be lawful for the Department of Posts in its discretion in the former event to remove or withhold any part of the work until such times as he may be satisfied that contractor is able to do and will duly observe the said conditions and in the latter event to reject or remove as the case may require any work executed otherwise than in a good and professional manner, to the satisfaction of and by the time fixed by the Department of Posts and in both or either of the events, aforesaid to make such arrange- ments as he may think fit for the reproduction of the work so removed or work in lieu of that so rejected or removed as aforesaid on account and at the risk of the contractor.

(b) Provided further that if in either event any excess cost incurred by reason of the difference between the prices paid and the accepted rates Department of Posts may charge the amount of such excess cost to the

Page 9 of 51

10 contractor and the same may at any time thereafter be deducted from any amount that may become due to the contractor under this or any other contract or from the security deposit or may be demanded of him to be paid within seven days to the credit of the Department of Posts.

(c) In the event of discovery of any error or defect due to the fault of the contractor at any time after the delivery of service ordered, the contractor shall be bound, if called upon to do so, to rectify such error or defect at his own cost to the satisfaction of and within the time fixed by the Department of Posts. In the event of the delivery of any defective work, which owing to urgency or for any other reason cannot be wholly rejected, the Department of Posts shall have the power to deduct from any payment due to the contractor such sum as they may deem expedient.

(d) In the event of the work being unsatisfactory, the Department of Posts may at its discretion either;

(i) permit the Contractor to re-do the same within such time as he may specify at contractor‟s own cost which shall include the costs of all sorts i.e., materials, labour, overheads, transportation etc., or

(ii) arrange to get the additional work done elsewhere and by any other person or from any other source than the contractor in which case the amount of extra cost, if any, shall be recovered from the contractor in the manner provided in sub-clause (b) of this clause.

(e) The powers of the Department of Posts under this condition shall in any way neither affects nor prejudice the powers in certain events to terminate the contract vested in him as herein provided nor leads to forfeiture of deposit mentioned under clause 14 above.

(f) Since the maintenance work being awarded to the contractor is of important nature the time schedule given in clause 13 must be adhered to. The contractor should assure a minimum down time and attend to all breakdown calls in the hardware and operating software within 1 working day, failing which a Penalty at the rate mentioned below will be imposed.

1. If preventive maintenance not done quarterly – AMC value of all the items which are not attended to for the quarter for the office. 2. If any call not attended within stipulated time (48 hrs for all offices) – 2% of AMC charge for each day for all items of that office.

16. NATURAL CALAMITY, STRIKE ETC.: In case of strike, or natural calamity of any kind, fire accidents or circumstances beyond the control of the firm causing stoppage of his work, whereby the delivery or completion of work may be suspended resulting in undue delay without penalty, Department of Posts shall have the power

Page 10 of 51

11 during such a stoppage to get the work done elsewhere without charging the contractor. No obligation will rest on Department of Post to pay for any portion of the work undertaken before such a stoppage. The contractor shall provide every facility for removal and use of materials as may be necessary for timely completion of the work.

17. INSOLVENCY ACT.: In the event of the firm being adjudged insolvent or having a receiver appointed for it by a court or any other order under the Insolvency Act made against them or in the case of a company the passing any resolution or making of any order for winding up, whether voluntary or otherwise, the Department of Posts shall have the power to terminate the contract without previous notice.

18. BREACH OF TERMS AND CONDITIONS: In case of breach of any of terms and conditions mentioned above, the Competent Authority will have the right to cancel the work order without assigning any reason thereof and nothing will be payable by this Department in that event and the security deposit; shall also stand forfeited. 20. RIGHT TO CALL UPON INFORMATION REGARDING STATUS OF WORK: The Department will, have the right to call upon information regarding status of services at any point of time.

21. PRECAUTIONARY MEASURES: 21.1 While observing the economy in costs, in his own interest, the contractor must be careful that quality and cleanliness of the work is maintained as well as time schedule prescribed etc., should always be adhered to.

The contractor must take every care to see that the work or any portion of thereof does not fall into unauthorized hands. Care should be taken to execute the work under proper security conditions and no spare item of work / copies should be retained / sold or otherwise made over by the contractor or any of his staff member to any person other than the person(s) authorized by the Department of Posts.

22. The tender is not transferable. One bidder shall submit only one tender.

23. TERMS OF PAYMENT: 23.1 No payment shall be made in advance, nor shall any loan from any bank or financial institution be recommended on the basis of the order of award of work.

23.2 The contractor shall submit the Quarterly bill along with the preventive maintenance and service call slips to The Postmaster General in the first week of the next month in respect of previous quarter for sanction. For the

Page 11 of 51

12 first quarter of the contract period, preventive maintenance done as part of asset survey will be considered. However, the AMC vendor needs to attend any number of service calls during first quarter and also during entire contract period, besides attending mandatory preventive maintenance.

23.3 All payments shall be made by cheque only.

23.4 The Department of Posts shall be at liberty to withhold any of the payments in full or in part subject to recovery of penalties mentioned in Para 15.

23.5 The term “Payment” mentioned in this Para includes all types of payment due to the contractor arising on account of this contract excluding Earnest Money and Security Deposit governed by the separate clauses of the contract.

24. ARBITRATION:

If any difference arises concerning this Agreement orits interpretation on the payment to be made there under, the same shall be settled by mutual consultations and negotiations. If attempts for conciliation do not yield any results within a period of 30 days, either of the parties may make a request to the other party for submission of the dispute for decision by an arbitral tribunal containing a Sole Arbitrator to be appointed by the Chief Postmaster General. Such request shall be accompanied with a panel of names of three persons to act as the sole arbitrator. In case of such arbitrator refusing, unwilling or becoming incapable to act or mandate, having been terminated under law, another arbitrator shall be appointed in the same manner from among the panel of three persons to be submitted by the claimant. The arbitration proceedings shall take place at Kolkata and shall be conducted in English. The provisions of Arbitration and Conciliation Act., 1990 and the rules framed there under and in force shall be applicable to such proceedings.

Assistant Director O/o Postmaster General Hyderabad Region Hyderabad – 500 001

Page 12 of 51

13

Tender No: PMG(H)/EDP/UPS-NIT/2020-21 Dated at Hyderabad-1 the 04-08-2020

Annexure – II PARAMETERS AND TECHNICAL SPECIFICATION FOR EXECUTING THE WORK

Subject: Notice Inviting Tender for Annual maintenance contract of UPSTritronics make, Numeric make, Keptron,Deltron make of different capacities at various locations under Hyderabad Postal Region. Part-I Parameters and Technical Specification TECHNICAL DATA A. HARDWARE i. UPS: Tritronics, Numeric,Keptron and Deltron make UPS at different capacities as shown below.

Capacity/Make DELTA Hykon KREPTON Numeric Tritronics BPE Total CONTROL 1 KVA 12 293 1 306 2 KVA 1 5 38 44 3 KVA 3 1 4 5 KVA 3 167 1 12 183 10KVA 1 1 2 Grand Total 4 12 167 302 53 1 539

The actual number of assets may vary from the above, however the final asset will be arrived and accepted by both the parties after the asset survey made by the successful bidder before commissioning the AMC as per the clause 13 of Annexure-1.

B. LOCATIONS

The sites are spread over in 12 Postal divisions of Hyderabad Postal region, comprising entire Telangana area except erstwhile Hyderabad, Rangareddy and Medak district.The detailed information of UPS to be brought under AMC is shown in Annexure-VI and the addresses of administrative offices of respective divisions are given hereunder.

Name of Postal Sl.NO division Address

Page 13 of 51

14

Regional office, % Postmaster General, 5th Floor, Daksadan, 1 Hyderabad Hyderabad % Superintendent of Postoffices, Adilabad division, 2 Adilabad Adilabad % Superintendent of Postoffices, Hanamkonda 3 Hanamkonda division, Hanamkonda % Superintendent of Postoffices, Karimnagar division, 4 Karimnagar Karimnagar % Superintendent of Postoffices, Mahabubnagar 5 Mahabubnagar division, Mahabubnagar % Superintendent of Postoffices, Nalgonda division, 6 Nalgonda Nalgonda % Superintendent of Postoffices, Nizamabad division, 7 Nizamabad Nizamabad % Superintendent of Postoffices, Peddapally division, 8 Peddapally Peddapally % Superintendent of Postoffices, Suryapet division, 9 Suryapet Suryapet % Superintendent of Postoffices, Wanaparthy division, 10 Wanaparthy Wanaparthy % Superintendent of Postoffices, division, 11 Warangal Warangal % Superintendent, Railway Mail Service, Z division, 12 RMS Z division 2nd floor, GPO Building, Hyderabad % Superintendent of Postoffices, division, 13 Khammam Khammam

Page 14 of 51

15

Part-II

TERMS & CONDITIONS SPECIFIC TO THE CONTRACT

1. Customer Support Capability a. The vendor/manufacturer/distributor having a large scale network of maintenance personnel at District Level, who are expert in AMC services and who has an office in every District Head Quarter of Hyderabad City Postal Region, who can directly handle and log-on the complaints and get them rectified within the stipulated service level agreement (SLR) time schedule. b. The vendor should be able to provide live MIS through Web Portal to the Administrative Post Offices regarding date and time of complaints launched, their status and date and time of closure of the complaint. c. Since there are more than 530 UPS of various make, which are to be brought under AMC in this region, it is desirable to have an AMC firm which is experienced, which had already handled AMC of other organizations with similar numbers. A list of such clients & quantum of hardware under AMC may be supplied. The certificate from at least two such clients preferably from Government & Corporate offices to the effect that, the service provided during the AMC period is satisfactory should be produced along with the Technical Bid, clearly mentioning the total number of equipment for which AMC has been entered. d. Sound financial condition of the vendor/manufacturer/distributor for the last three financial years. e. In case of replacements, change of spare parts should be obtained from the OEM. Firm should specifically mention whether it is capable of obtaining spare parts from the OEM or not (refer Annexure III). f. If any Equipment which is to be brought under AMC found defective during asset survey which is to be carried out by the AMC vendor before finalization of assets to be brought under AMC, it has to be accompanied

Page 15 of 51

16 by the repairing charges, if it is cost effective keeping the cost of such new equipment in view. g. If the equipment is unserviceable, it is also to be reported accordingly. h. Then Department of Posts, Postmaster General, Hyderabad Region, Hyderabad 500 001 may take decision whether such defective equipment is to be repaired or condemned. i. Such defective equipment(s) which is / are not repaired or condemned will be excluded from the contract and no AMC charge will be paid for these defective Equipment for the remaining period of AMC. However, considering the estimate/report as a Preventive maintenance report for the first quarter, AMC charges will be paid for the first quarter.

(II) PREVENTIVE MAINTENANCE:

1. Scheduled preventive maintenance once in a quarter for UPS in offices as detailed in Annexure II, besides attending to any number of calls during the contract period has to be done invariably. The days of preventive maintenance shall be in all working days of the Department and in case of emergency, any other day, which is mutually agreed upon by the Department and AMC Vendor.

2. The Department will provide free access to the equipment on all the working days to the AMC Vendor to enable him to carry out required maintenance. The Department will certify the work done by the AMC Vendor‟s engineer. All the service engineers of AMC Vendor attending to the calls in the Department sites should be provided with Identity card and a bonafide letter.

3. Preventive maintenance can be clubbed with corrective maintenance. First Preventive Maintenance should be carried out within a month from the date of award of AMC and report submitted.

(III) CORRECTIVE MAINTENANCE

1. Any number of Unscheduled, on-call corrective and remedial maintenance service to set right the malfunctions of the system, has to be carried out by the vendor. This includes supply and replacement of parts, which have been reported as defective by the Department and found to be defective by the AMC Vendor after inspection. Replacement of unserviceable parts should be done at free of cost. The parts replaced will have to be new parts from the OEM only. The newly replaced part should work for at least one year. This period of one year of working for the replaced part will hold good even when AMC Contract is over with the

Page 16 of 51

17

Vendor or Contract is cancelled as the case may be, failing which the case will be viewed very seriously.

2. Whether a defective item or component is to be replaced or repaired shall be at the sole discretion of the AMC Vendor and the part removed and replaced shall be duly entered in a register and signed by both the Department and AMC Vendor‟s engineer.

3. The maintenance of the equipment covers all electronic, mechanical and electrical parts of UPS. All the UPS mentioned are inclusive of all the components of the respective UPS like charger board, Power supply Unit, Processor board etc.

(IV) CALL REGISTRATION:

1. All the maintenance calls will be logged to the concerned Divisional service centre of the AMC Vendor.

2. The Officer In-charge of the office, will certify completion of calls in the concerned Unit. The officer of the department incharge of the unit and the AMC Vendor will sign this.

3. One copy of the service call report will be given to the user and one copy will be retained by the AMC Vendor and the third copy to the Department‟s Office at Hyderabad.

(V) CALL ATTENDANCE

1. The AMC Vendor should assure a minimum downtime and attend to all breakdown calls within 12 hours for an office in urban area and within 12-24 hours for an office in rural area. (All Head Post Offices, Divisional Offices and Offices located in District Head Quarters come under urban area category and all other offices are classified as rural areas).

2. The AMC Vendor should set up a help desk in their office on all the working days, which will provide assistance over the phone or mail to the Department.

(V) CALL COMPLETION

1. The time for completing the call will be within 24 hours for an Office in Urban area and within 48 hours for an office in rural area. Within this time limit, the problem in the equipment should be set right. If the time for completing the call will be greater than 24 hours, the firm needs to provide substitute of the equipment till completion of the call.

Page 17 of 51

18

(VI) DOWNTIME PENALTY

1. If the down time is greater than 24 hours for an Office in Urban area and above 48 hours for an office in Rural area, a standby equipment is to be provided which should be of the same, equivalent or higher configuration as that of the equipment under repair, failing to which, Penalty will be levied as per clause 15(f) of Annexure I.

(VII) PENALTY CLAUSE

1. In case of intermittent failures and repetitive problems due to improper Diagnosis or repair, the System will be treated as continuously down.

2. For down time calculation, if the Department is not able to hand over the system to the AMC Vendor‟s engineer for maintenance purpose, such time will not be considered for the down time penalty.

3. In case the AMC Vendor fails to perform the obligations as per clauses of AMC, then penalty will come in to force. The amount of penalty will be calculated as per clause 15(f)(1) and 15(f) (2) of Annexure-I of this document.

(VIII) SHIFTING OF EQUIPMENT

1. Department of Posts, O/o Postmaster General, Hyderabad Region, Hyderabad 500 001 is free to shift any equipment from one site to another by himself or through the AMC holder. The AMC holder will be intimated about all such shifting within 07 days of shifting.

2. In all cases of break down, servicing ought to be on site. In case, it is imperative to take the system to the AMC Vendor‟s workshop, a written permission should be obtained and the expenses will be borne by the AMC Vendor. An alternative equipment of matching specification or higher specification is to be provided before AMC equipment is shifted by the AMC Vendor to his premises.

3. If equipment is to be shifted from the Department site/ Office to the AMC Vendor‟s repair center, the defective equipment against which standby is provided should be sent back to the Department site/ Office within a maximum of 30 days of shifting of the same.

Page 18 of 51

19

4. If the equipment is found to be repairable, but the same is not returned even after the 30th day of shifting away of the equipment, penalty will be levied as in point No: VI above.

5. If the equipment is found to be beyond repairs, the same should be notified to the Department in writing and the proportionate amount towards the non-repairable/ non- serviceable equipment shall be deducted / adjusted from AMC payment. The standby will only be released once deduction/ adjustment is made.

6. During the AMC period, the Department may relocate the system and keep the AMC Vendor informed. In case of relocation of equipment, transport and other incidental charges will be borne by the Department.

7. The non-availability of spare shall not be entertained as a criterion for non-attendance of the service/ maintenance

(IX) AMC EXCLUSION

1. This AMC Contract does not include the following

a. Electrical works external to the equipment.

b. Damage resulting from accidents, fire, lightening, storm, earthquake, explosion, strikes, lock outs, industrial dispute, existence of any state of emergency, war, war like condition and Civil commotion.

c. Work due to alteration in the equipment by persons other than AMC Vendor‟s personnel (except for minor rectification by Department of Posts, Hyderabad Region, Hyderabad in-house Systems Engineer / Manager / Administrator after intimation to Vendor‟s Engineer).

2. AMC Vendor shall not be liable for any delay or failure of performance of any of its obligations under or arising out of this contract, if the failure or delay results from any of the following: “Act of god, refusal of permissions of other Government Act, Fire, Explosion accident, industrial dispute and like which renders it impossible or impracticable for the AMC Vendor to fulfill its obligations under the contract or any other cause or circumstances of whatever nature beyond the AMC Vendor‟s control.

3. This contract extends only to problems arising out of normal functioning of equipment and the contract does not cover breakdown or services or spares cost, arising out of damages caused due to fire, theft, riots, accidents, earthquakes, storm and other natural calamities. However, any damage to the equipment when the equipment gets burnt due to site problem will be discussed mutually on case-to-case basis

Page 19 of 51

20

(X) SYSTEM UPGRADATION

1. The Department would intimate to the AMC Vendor, if any additional attachments, features or devices are to be indirectly connected to the equipments.

2. If a system is upgraded or replaced by the Department during the Contract period, the upgraded or exchanged system will cease to be under maintenance contract and only a proportion of the contract amount will be paid for till the date of replacement.

(XI) REVISION OF MAINTENANCE CHARGES:

1. Upward revision of maintenance charges will not be allowed during the duration of the contract. However, AMC Vendor should be ready to re- negotiate the AMC rates once the rates of the original equipment / hardware of the same configuration installed in the Department falls below by more than 5% cost in a financial year or later on.

(XII) PAYMENT TERMS

1. No advance payment of contract will be made to the AMC Vendor.

2. No traveling allowance/ daily allowance will be paid to the AMC Vendor.

3. The quarterly payment due for the maintenance services of the equipment covered by this agreement will be invoiced directly by the AMC Vendor to „The Postmaster General, Hyderabad Region, Hyderabad 500 001‟ on the last week of the quarter.

4. The payment will be released quarterly at the end of each quarter on production of all necessary documents like AMC bill, summary of Certificate of Attending Call/ Completion of maintenance report, Summary of Preventive maintenance call reports for all AMC equipments for each quarter location wise. Every copy of Certificate of Attending Call/ Completion of maintenance report and Preventive maintenance call report of the equipment should be duly signed by the both the Service engineer of the AMC Vendor and the Head of the Office of the concerned location and date stamped.

5. The Postmaster General, Hyderabad Region, Hyderabad 500 001, will receive the AMC bill, Summary of Certificate of Attending Call/ Completion of maintenance report, Summary of Preventive maintenance

Page 20 of 51

21 call reports for all AMC equipments for each quarter location wise and a Division wise consolidation from the AMC Vendor.

6. AMC payment will be paid by means of crossed A/C Payee cheque at the end of the quarter by the Postmaster General, Hyderabad Region, Hyderabad 500 001. 7. AMC payment will be paid by means of crossed A/C Payee cheque.

(XIII) AMC MONITORING

1. To monitor the maintenance activity and to discuss other related matters, a quarterly meeting between the AMC Vendor and the Department will be held at the Office of the Postmaster General, Hyderabad Region, Hyderabad 500 001.

(XIV) AMC ADDENDUM

1. New equipment purchased will be included in AMC as soon as warranty expires or after the expiry of the common date of warranty, if the equipment is purchased in lots over a period. This will be done through Addendum signed by the Department and the AMC Vendor.

2. In case of Addendum, the AMC Vendor will inspect the new hardware and its maintenance will be taken up after acceptance of the same.

3. In case the Department decides to withdraw any equipment from contract during the AMC period, the same would be taken out of this contract with written information to the AMC Vendor.

4. The new upgraded items purchased from the AMC Vendor or any other supplier will be included in AMC with the AMC Vendor as soon as warranty expires or after the expiry of the common date of warranty of upgraded items, if the items are purchased in lots over a period. This also will be done through Addendum signed by the Department and the AMC Vendor.

(XV) AMC RENEWAL

1. This contract may be renewed for further period of one year with same terms and conditions, provided the Department is satisfied with the services of the AMC Vendor, with the terms & conditions mutually agreed by the Department and the AMC Vendor.

(XVI) AMC TERMINATION

Page 21 of 51

22

1. The Department reserves the right to reject or modify or cancel the AMC agreement subject to the orders of Government of India for not attending to the break down calls/maintenance servicing within a reasonable period.

2. AMC Vendor should agree that the Department has the discretion and right to disqualify the AMC Vendor without assigning any reason whatsoever at any time during the contract period.

3. Either party can terminate the contract at any time by giving three months notice in writing.

(XVII) CHANGE OF OWNERSHIP

1. The obligation of the AMC Vendor under this contract shall cease forthwith if the Department ceases to be the owner of the machine.

(XVIII) GENERAL PROVISIONS

1. This agreement shall supersede all previous communications, both oral and written and the provisions herein contained shall not be omitted, added to or amended in any manner except in writing and signed by both parties hereof.

2. Any amendments or alternations in the terms of the contract can be effected by executing a supplemental contract (for portions so amended or altered) and to be kept in force.

3. This agreement should not be sub-contracted to any other third party other than the AMC Vendor‟s personnel to perform any service work that is required from the AMC Vendor under this agreement without the prior written consent of the Department.

4. The AMC Vendor should warrant that the repair and maintenance of service/ products hereby sold do not violate or infringe upon any patent, copyright, trade secret or other property right of any other person or other entity. AMC Vendor should agree that it will and hereby does, indemnify the Department from any claim, directly or indirectly resulting from or arising out of any breach or claimed breach of this warranty.

5. The equipment will be handed over back to the Department after the AMC period in good working condition. The Department will make the last quarter payment only after checking this aspect

(XIX) CONFIDENTIALITY

1. The AMC Vendor should acknowledge that all materials and information which has or will come in to its possession or knowledge in

Page 22 of 51

23 connection with this agreement of the performance thereof consisting of confidential and proprietary data, whose disclosure to or use by other third parties will be damaging or cause loss to the Department. AMC Vendor should agree to hold such material and information in strictest confidence, not to make use thereof other than for the performance of this agreement, to release it only to the employees requiring such information and not to release or disclose it to any other parties. AMC Vendor should take the obligation of non-use and non-disclosure of confidential information under this agreement is fully satisfied.

(XX) FORCE MAJEURE

1. If at any time during the continuance of this agreement, the performance in whole or in part by either party of an obligation under this agreement shall be prevented or delayed by reason of any war, hostility, acts of public enemy, civil commotion, terrorist activities, disturbed law and order situation, sabotage, fires, floods, explosions, epidemics, quarantine restrictions, natural calamities, strikes, lock outs, or acts of God (hereinafter referred to as „Event‟) provided notice of happening of such event 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 entitled to terminate this agreement nor shall either party have any claim for damages against the other in respect of such non performance or delay in performance and deliveries under the agreement. The agreement shall be resumed as soon as practicable after event has come to an end or ceased to exist, provided further that if the performance in whole or part of an obligation under this agreement is prevented or delayed by reason of any such event for a period exceeding 180 days, either party may at its option terminate the agreement.

2. During the continuance of any such Event, each party shall make reasonable efforts to avoid or remove the causes of such non- performance or delayed performance

(XXI) ARBITRATION CLAUSE

1. In the case of any dispute or any difference arising at any time between the parties in respect of AMC, the same shall be resolved by mutual consultation and negotiation. If attempts for conciliation do not yield any result within a period of 30 days, either of the parties may make a request to the other party for submission of the dispute for decision by an arbitral tribunal containing a Sole Arbitrator. Such request shall be accompanied with a panel of the names of three persons who are willing to act as arbitrator. The other party said within a period of thirty days from receipt of such request selects one of the persons named in the panel to act as the sole arbitrator. In case of such arbitrator refusing, unwilling or becoming incapable to act or his mandate having been

Page 23 of 51

24 terminated under law, another arbitrator shall be appointed in the same manner from among the panel of three persons to be submitted by the claimant. The arbitration proceedings shall take place at Hyderabad and shall be conducted in English. The provisions of Arbitration and Conciliation Act, 1996 and the rules framed there under and in force shall be applicable to such proceedings.

(XXII) JURISDICTION

1. The agreement shall be deemed to have concluded in Hyderabad where it will be signed on behalf of the AMC Vendor and all obligations hereunder shall be deemed to be located at Hyderabad and the courts at Hyderabad have jurisdiction to the exclusion of all other courts.

2. A record of date and time of reporting of faults in a logbook will be maintained at the site. The AMC Vendor should record in the same log book details of maintenance and repairs of each incident of equipment malfunction, date, time of replacement and successful completion of repair work and nature of repair work performed on the equipment together with the description of the malfunction or regular/scheduled preventive maintenance as the case may be.

3. Any controversy or claim arising out of or relating to this contract or breach there of shall be settled by a concern forum or before court of law then in force. The decision given there under shall be binding on all.

(XXIII) Integrity pact

1. The bidder should enter into Integrity Pact. Entering into the Integrity Pact would be preliminary qualification to participate in the tender. Details are furnished in Annexure – V. Only those vendors/bidders who have entered into such an integrity pact with the buyer would be competent to participate in the bidding. The integrity pact in respect of this contract would be effective from the stage of invitation of bids till the complete execution of the contract. Tender without integrity Pact would be summarily rejected.

Assistant Director (BD&T) % Postmaster General Hyderabad region Hyderabad – 500 001

Page 24 of 51

25

Tender No: PMG(H)/EDP/UPS-NIT/2020-21 Dated at Hyderabad-1 the 04-08-2020 ANNEXURE-III

TECHNICAL BID (See clause 6 of Annexure 1 of this tender documents)

Subject: Notice Inviting Tender for Annual maintenance contract of Online Un-interruptible Power Supply (UPS) Systems at various locations under Hyderabad Postal Region.

1. Name of bidder /Concern : ______

2. Nature of Concern :______(i.e. sole proprietor or partnership firm or a company or a Govt Dept. or public sector organization) 3. Amount of Bid Security Deposited (EMD) :______(UCR Receipt is to be enclosed) 4. Name of the Office at which deposited :______

5. Whether each page of NIT and it‟s Annexure have been signed and stamped. : YES / NO 6. Any ISO Certification : YES / NO (Copy of the certification is to be enclosed)

7. List of important works of the nature stated above undertaken during the last three years whose summaryis enclosed. : YES / NO (Summary may be enclosed on separate sheets for each work and comprise the subject/project ; scopecovered; time taken to complete the work; person employed ;fee charged; remark/ observations/appreciation of organization for whom the work was conducted; and any other information considered important by bidder)

8. List of Major Customers. : YES / NO (List may be enclosed)

Page 25 of 51

26

9. Company Profile : YES / NO (To be enclosed)

10. Brief details of project personnel proposed to be deployed on the work may be given on a separate sheet (indicating their names; qualification and experience in the field.) : YES / NO

11. Service Centers of the firm in Hyderabad Postal Region : YES / NO (List is to be enclosed)

12. Whether copies of authenticated balance sheet for the past three years enclosed. : YES / NO

13. Any other information important in the opinion of the bidder : ______14. Whether any proven capability to source OEM parts especially of Keptron/Tritronics/ Numeric/ Deltron etc. : YES / NO In support of the above undertaking, firm should submit documents which states that it is a stockist of spare parts of the above OEM. Otherwise, a clear undertaking should be submitted by the firm along with technical bid that they will source spare parts from OEM for all kinds of repairs. 15. Whether valid PAN card & registration With GSTN : YES / NO 16. Certificate from any two major customers (Govt. or Corporate preferably) to have been provided with satisfactory service is attached : YES / NO

17. A self Certificate stating that their firm has not been blacklisted by any of the Government : YES / NO /Private agencies in the country in the last three years.

18. Capability to register complaints online and to provide live MIS of the complaints registered and closed : YES / NO

Non Submission of the documents mentioned in the Annexure-III will make the tender liable to be rejected.

19. UNDERTAKING

We agree to provide the following services to keep the above equipment in good working condition,

Page 26 of 51

27 a) We understand that an inventory of the entire equipment to be brought under AMC will be verified by our service engineers, immediately after the award of the contract and before commencement of AMC contract. No AMC charges shall be paid by the department for this verification activity. b) The maintenance service shall be rendered on all working hours excluding holidays subject to the Department‟s requirement to keep the equipment in good working condition and order. The service consists of corrective and preventive maintenance and includes carrying out of all necessary repairs to the installed equipment. c) We shall replace any parts of the hardware on failure with new, original Vendor spares or equivalent or higher specifications of original equipment manufacturer. Parts required for the maintenance of the equipment and / or correction of faults will be supplied at no extra cost to the Department of Posts, O/o Postmaster General, Hyderabad Region, Hyderabad 500 001. d) We shall carry out the preventive maintenance once in every quarter for equipment installed in the offices mentioned and attached with Annexure II. In preventive maintenance, our engineer shall check the condition of the On-line UPS system and the following items and in the event of malfunctioning of any of these items, we will ensure proper functioning of the On- line UPS system and record results as in Annexure A. * System Power Point * Backup e) We shall authenticate this work by obtaining signature of the concerned user or any official of the Department in that respective Office on Preventive maintenance format. f) We shall attend on call services within 12 hours of lodging of a complaint in case of urban areas and within 24 hours in case of rural areas and get any error or fault corrected within two days thereafter. g) We agree that if the equipment is not attended for repair or problem and not rectified within the time frame mentioned, the Department reserves the right to repair such defective machines by some third party and the amount spent for such repairs would be deducted from the AMC charges due to us. h) If we do not attend to each breakdown and malfunction of equipments (including operating system and compilers) within 12 hours/24 hours from the time of complaint call and make all efforts to rectify the same and get the equipment in proper working condition within two days thereafter, we agree to supply standby machine of equivalent or higher standard, failing which penalty may be levied as per agreement.

If we do not send back the defective equipment against which standby is provided within 30 days of shifting of the same and in case the equipment is found to be beyond repairs, the same should be notified to the Department

Page 27 of 51

28 in writing and the proportionate amount towards the non-repairable/ non- serviceable equipment shall be deducted/ adjusted from AMC payment.

The standby will only be released once deduction/adjustment is made. If the equipment is found to be repairable but the same is not returned even after the 30th day of shifting away of the equipment, penalty may be levied as per agreement. i) All parts of the equipment excluding plain plastic parts and consumables like SMF/ Tubular Battery if any are covered under this AMC. i) We shall not sub-contract this permit to any other third party other than our personnel to perform any service work that is required from us under this agreement without the prior written consent of the Department of Posts, O/o Postmaster General, Hyderabad Region, Hyderabad 500 001. ii) A record of date and time of reporting of faults in a logbook will be maintained at the site. We shall record in the same log book details of maintenance and repairs of each incident of equipment malfunction, date, time of replacement and successful completion of repair work and nature of repair work performed on the equipment together with the description of the malfunction or regular/ scheduled preventive maintenance as the case may be. iii) We represent and warrant that the repair and maintenance of service/ products hereby sold do not violate or infringe upon any patent, copyright, trade secret or other property right of any other person or other entity. We hereby indemnify the Department from any claim, directly or indirectly resulting from or arising out of any breach or claimed breach of this warranty.

We agree to the terms and conditions stated above.

(Dated Signature of Tendered with Stamp of the Firm)

Date: Place:

Page 28 of 51

29

Tender No: PMG(H)/EDP/UPS-NIT/2020-21 Dated at Hyderabad-1 the 04-08-2020 Annexure-IV TERMS AND CONDITIONS RELATING TO FINANCIAL BID (See clauses 7 of Annexure-I of this Tender Document)

Subject: Notice Inviting Tender for Annual maintenance contract of Online Un-interruptible Power Supply (UPS) systems at various locations under Hyderabad Postal Region.

a. We agree that the total AMC amount and not individual item- wise amount would decide the lowest price of the tender.

b. We confirm that the prices quoted in BOQ are in Indian rupees inclusive of all taxes and duties.

c. We confirm that the prices quoted in BOQ are valid for 90 days from the opening of commercial bid or 120 days from the date of opening of technical bid whichever is later.

d. We agree that the Department has the right to blacklist us from the list of AMC vendor, if we fail to enter into agreement after selection or if the service rendered during the AMC period is very poor. We understand that the Department has the right and discretion to decide the quality of service. We agree to the terms that we would also forfeit the earnest money deposit.

e. We understand and agree that the Department has the right to terminate the agreement in case the service rendered is very poor or the tender conditions have been violated.

f. We understand and agree that the Department has the discretion and right to disqualify any Vendor without assigning any reason whatsoever.

g. We agree to the payment terms that there will not be any advance payment.

h. AMC charges would be paid only on production of all necessary documents like AMC bill and a summary uptime report for each quarter location wise. i. AMC Charges would be paid at the end of each quarter.

j. Earnest money deposit would be returned only after successful completion of AMC tender.

We agree to the terms and conditions stated above

Page 29 of 51

30

(Signature of the Vendor with seal)

Date: Place:

Page 30 of 51

31

ANNEXURE-V

INTEGRITY PACT

Whereas the PRESIDENT OF INDIA, represented by the Postmaster General, Hyderabad Region,Hyderabad – 500 001,Ministry of Communications and IT Government of India, hereinafter referred to as “The Principal” proposes for Annual Maintenance of UPS installed at various Post Offices & Administrative Offices under Hyderabad Postal Region which is spread over in 13 Postal divisions, comprising entire Telangana area expect Hyderabad, Rangareddy and Khammam districts and M/s______represented by ______hereinafter referred to as “the Bidder/Contractor” willing to enter into Integrity Pact.

Preamble The Principal intends to award, under laid down organizational procedures, contract/s for ______. The Principal values full compliance with all relevant laws of the land, rules, regulations, economic use of resources and of fairness/transparency in its relations with its Bidder(s) and /or Contractor(s). In order to achieve these goals, the Principal will appoint an Independent External Monitor (IEM), who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above.

Section – 1 – Commitments of the Principal. 1. The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles:-

a. No employee of the Principal, personally or through family members, will in connection with the tender for, or the execution of a contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

b. The Principal will during the tender process treat all Bidder(s) with equity and reason. The Principal will in particular, before or during the tender process, provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential/additional information through which the Bidder(s) could obtain an advantage in relation to the process or the contract execution.

c. The Principal will exclude from the process all known prejudiced persons.

2. If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the IPC/PC Act, or it there be a substantive in this regard, the Principal will inform the Chief Vigilance Officer and in addition can initiate disciplinary actions.

Section 2- Commitments of the Bidder(s)/Contractor(s)

1. The Bidders(s)/Contractor(s) commit himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution.

2.

Page 31 of 51

32 a The Bidder(s)/Contractor(s) will not, directly or through any other persons or firm, offer promise or give to any of the Principal‟s employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage or during the execution of the contract. b. The Bidder(s)/Contractor(s) will not enter with other Bidders into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidy contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelization in the bidding process. c. The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act; further the Bidder(s)/Contractors will not use improperly, for purpose of competition or personal gain, or pass on to others, any information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically. d. The Bidders(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has made, is committed to or intends to make to agents, brokers or any other Intermediaries in connection with the award of the contract. e. The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an accessory to such offences.

Section 3: Disqualification from the tender process and exclusion from future contracts:-

If the bidder(s)/Contractor(s), before award or during execution has committed transgression through a violation of Section 2, above or in any other form such as to put his reliability or credibility in question, the Principal is entitled to disqualify the Bidder(s)/Contactor(s) from the tender process or take action as per the procedure mentioned in the “Guidelines on Banning of business dealings”.

Section 4: Compensation for Damages :-

1. If the Principal has disqualified the Bidder(s) from the tender process prior to the award according to Section 3, the Principal is entitled to demand and recover the damages equivalent to Earnest Money Deposit/Bid Security.

2. If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to terminate the contract according to Section 3, the Principal shall be entitled to demand and recover from the Contractor liquidated damages of the Contract value or the amount equivalent to Performance Bank Guarantee.

Section 5: Previous Transgression :-

1. The Bidder declared that no previous transgressions occurred in the last three years with any other company in any country conforming to the anti-corruption approach or with any other public sector enterprise in India that could justify his exclusion from the tender process.

2. If the bidder makes incorrect statement on this subject, he can be disqualified from the tender process for action can be taken as per the procedure mentioned in “Guidelines on Banning of business dealings”.

Page 32 of 51

33

3.

Section 6: Equal treatment of all Bidders/Contractors/Subcontractors :-

1. The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in conformity with this Integrity Pact, and to submit it to the Principal before contract signing.

2. The Principal will enter into agreements with identical conditions as this one with all bidders, contractors and subcontractors.

3. The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions.

Section 7: Criminal charges against violation Bidder(s)/Contractor(s)/Sub contractor(s) :-

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an employee or a representative or an associate of a Bidder, Contractor or Subcontractor which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the same to the Chief Vigilance Officer.

Section 8: Independent External Monitor/Monitors :-

The Competent Authority appointed the following Independent External Monitor in the Department of Posts.

(i) Sri Rakesh Kackar, Ex. Secretary to Government of India Ministry of Food Processing Industries D.No C-1/39, Pandara Park, New Delhi - 3

(1) The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently. He reports to the Secretary (posts).

(3) The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without restriction to all project documentation of the Principal including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to this project documentation. The same is applicable to Subcontractors. The Monitor is under contractual obligation to treat the information and documents of the bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality.

(4) The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

Page 33 of 51

34

(5) As soon as the Monitor notices, or believes to notice a violation of this agreement, he will so inform the Management of the Principal and request the Management to discontinue or take corrective action, or to take other relevant action. The monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, retain from action or tolerate action.

(6) The Monitor will submit a written report to the Secretary (Posts) within 8 to 10 weeks from the date of reference or intimation to him by the Principal and, should the occasion arise. Submit proposals for correcting problematic situations.

(7) Monitor shall be entitled to compensation on the same terms as per the Directorate letter No. 77-42/2013-GA date 30-01-2014.

(8) If the Monitor has reported to the secretary (Posts), a substantiated suspicion of an offence under relevant IPC/PC Act, and the Secretary (Posts) has not, within the reasonable time taken visible action to proceed against such offence or reported it to the Chief Vigilance Officer, the Monitor may also transmit this information directly to the Central Vigilance Commissioner.

(9) The word „Monitor‟ would include both singular and plural.

Section 9 – Pact Duration :-

This pact begins when both parties have legally signed it. It expires for the Contractor 10 months after the last payment under the contract, and for all other Bidders & months ____the contract has been awarded. If any claim is made/lodged during this time, the same shall be binding and continue to be valid despite lapse of this pact as specified above, unless it is discharged/determined by Secretary (Posts).

Section 10 – Other Provision :-

(a) This agreement is subject to Indian Law. Place of performance and jurisdiction is the O/o the Postmaster General, Hyderabad Region, Hyderabad- 500 001. (b) Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made. (c) If the Contractor is a partnership or a consortium, this agreement must be signed by all partners or consortium members. (d) Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

(For______)

(Office______)

Place: Date: For ______(Managing Director) ------

Page 34 of 51

35

(For and on behalf of Bidder/Contractor) (Office Seal) Place: Witness1: (Name & Address) Date : Witness 2: (Name & Address)

Page 35 of 51

36

ANNEXURE-VI

SNO NAME OF THE OFFICE Division UPS Rating UPS Make 1 ADILABAD COLLECRATE ADILABAD 1KVA Numeric 2 AGM COLONY ADILABAD 1KVA NUMERIC 3 BASAR ADILABAD 1KVA NUMERIC 4 BELLAMPALLY RS ADILABAD 1KVA NUMERIC 5 BHAGYANAGAR ADILABAD 1KVA NUMERIC 6 BHUKTAPUR ADILABAD 1KVA NUMERIC 7 CHINCHOLI (B) ADILABAD 1KVA NUMERIC 8 CHIRRAKUNTA ADILABAD 1KVA NUMERIC 9 D.C WORK ADILABAD 1KVA NUMERIC 10 DENDEPALLY ADILABAD 1KVA NUMERIC 11 DASNAPUR ADILABAD 1KVA NUMERIC 12 DILAWARPUR ADILABAD 1KVA NUMERIC 13 DONABANDA ADILABAD 1KVA NUMERIC 14 GANDHI CHOWK ADILABAD 1KVA NUMERIC 15 GRAIN MARKET ADILABAD 1KVA NUMERIC 16 GUMMA ADILABAD 1KVA NUMERIC 17 INDERVELLY ADILABAD 1KVA NUMERIC 18 INDIRANAGAR ADILABAD 1KVA NUMERIC 19 INDUSTRIAL AREA ADILABAD 1KVA NUMERIC 20 JAINOOR ADILABAD 1KVA NUMERIC 21 JAIPUR ADILABAD 1KVA NUMERIC 22 JANNARAM ADILABAD 1KVA NUMERIC 23 KASBA ADILABAD 1KVA NUMERIC 24 KOTAPALLI ADILABAD 1KVA NUMERIC 25 KUNTALA ADILABAD 1KVA NUMERIC 26 M.G ROAD ADILABAD 1KVA NUMERIC 27 M.M.COLORIES ADILABAD 1KVA NUMERIC 28 MANCHERIAL BAZAR ADILABAD 1KVA NUMERIC 29 MUDHOLE ADILABAD 1KVA NUMERIC 30 MAMADA ADILABAD 1KVA NUMERIC 31 NENNEL ADILABAD 1KVA NUMERIC

Page 36 of 51

37

32 BASAR R.G III IT ADILABAD 1KVA NUMERIC 33 REBBENA ADILABAD 1KVA NUMERIC 34 SOAN ADILABAD 1KVA NUMERIC 35 STATION ROAD ADILABAD 1KVA NUMERIC 36 TAMSI ADILABAD 1KVA NUMERIC 37 TANDUR ADILABAD 1KVA NUMERIC 38 TIRYANI ADILABAD 1KVA NUMERIC 39 BHEEMARAM ADILABAD 1KVA Numeric 40 RECHINI ADILABAD 1KVA Numeric 41 Atmakur SO HANUMAKONDA 1KVA Numeric 42 Bapujinagar SO HANUMAKONDA 1KVA Numeric 43 Buchannapet SO HANUMAKONDA 1KVA Numeric 44 Chagal SO HANUMAKONDA 1KVA Numeric 45 Chelpur SO HANUMAKONDA 1KVA Numeric 46 Chiryal SO HANUMAKONDA 1KVA Numeric 47 Devaruppal SO HANUMAKONDA 1KVA Numeric 48 Fathimanagar SO HANUMAKONDA 1KVA Numeric 49 Ghanapur(Mulugu(SO HANUMAKONDA 1KVA Numeric 50 Ghanpur Station SO HANUMAKONDA 1KVA Numeric 51 Govindaraopet HANUMAKONDA 1KVA Numeric 52 Hasnaparthy SO HANUMAKONDA 1KVA Numeric 53 Ippaguda SO HANUMAKONDA 1KVA Numeric 54 Janagalapally SO HANUMAKONDA 1KVA Numeric 55 jangaon Bazar SO HANUMAKONDA 1KVA Numeric 56 K.C. Colony SO HANUMAKONDA 1KVA Numeric 57 KTPP (Chelpur) SO HANUMAKONDA 1KVA Numeric 58 Lashakar Bazar SO HANUMAKONDA 1KVA Numeric 59 Maddur SO HANUMAKONDA 1KVA Numeric 60 Madikonda SO HANUMAKONDA 1KVA Numeric 61 Malkapur SO HANUMAKONDA 1KVA Numeric 62 Mllampalli SO HANUMAKONDA 1KVA Numeric 63 Marrimuchal SO HANUMAKONDA 1KVA Numeric 64 Mogulapalli SO HANUMAKONDA 1KVA Numeric 65 Mustial SO HANUMAKONDA 1KVA Numeric 66 Naimnagar SO HANUMAKONDA 1KVA Numeric 67 Peddapendyal SO HANUMAKONDA 1KVA Numeric

Page 37 of 51

38

68 Pembarthy SO HANUMAKONDA 1KVA Numeric 69 Ragunathpally SO HANUMAKONDA 1KVA Numeric 70 Reddicolony SO HANUMAKONDA 1KVA Numeric 71 Shayampet SO HANUMAKONDA 1KVA Numeric 72 Waddepalli SO HANUMAKONDA 1KVA Numeric 73 Abadi Ghanapur HANUMAKONDA 1KVA Numeric 74 Palakurthy HANUMAKONDA 1KVA Numeric 75 Pasara HANUMAKONDA 1KVA Numeric 76 Waddicherla Nawabpet SO HANUMAKONDA 1KVA Numeric 77 Aswaraopet SO KAMMAM 1KVA Numeric 78 B.R.colony SO KAMMAM 1KVA Numeric 79 Bayyaram SO KAMMAM 1KVA Numeric 80 Bhajanmandir SO KAMMAM 1KVA Numeric 81 Burgampad SO KAMMAM 1KVA Numeric 82 Buranpuram SO KAMMAM 1KVA Numeric 83 Bus Station SO KAMMAM 1KVA Numeric 84 Cherla SO KAMMAM 1KVA Numeric 85 Cheruvumadaram SO KAMMAM 1KVA Numeric 86 Church Road SO KAMMAM 1KVA Numeric 87 Dabala bazar SO KAMMAM 1KVA Numeric 88 Dammapeta SO KAMMAM 1KVA Numeric 89 Enkoor SO KAMMAM 1KVA Numeric 90 Garla SO KAMMAM 1KVA Numeric 91 Gokinepalli SO KAMMAM 1KVA Numeric 92 Gouthampur SO KAMMAM 1KVA Numeric 93 Guttala bazar SO KAMMAM 1KVA Numeric 94 HWP (A) Colony SO KAMMAM 1KVA Numeric 95 Industrial Area SO KAMMAM 1KVA Numeric 96 Julurpahad SO KAMMAM 1KVA Numeric 97 karepalli SO KAMMAM 1KVA Numeric 98 Komminepalli SO KAMMAM 1KVA Numeric 99 Kothagudem Bazar SO KAMMAM 1KVA Numeric 100 Kushumanchi SO KAMMAM 1KVA Numeric 101 Laxmidevipalli SO KAMMAM 1KVA Numeric 102 Madira bazar SO KAMMAM 1KVA Numeric 103 Nelakondapalli SO KAMMAM 1KVA Numeric

Page 38 of 51

39

104 P.V. Town Ship SO KAMMAM 1KVA Numeric 105 Palair SO KAMMAM 1KVA Numeric 106 Penuballi SO KAMMAM 1KVA Numeric 107 Pindipole SO KAMMAM 1KVA Numeric 108 Ramavaram SO KAMMAM 1KVA Numeric 109 S.N. Puram SO KAMMAM 1KVA Numeric 110 Sarapaka SO KAMMAM 1KVA Numeric 111 SCA Buildings SO KAMMAM 1KVA Numeric 112 SIIL Buldings SO KAMMAM 1KVA Numeric 113 Siripuram SO KAMMAM 1KVA Numeric 114 Sujathanagar SO KAMMAM 1KVA Numeric 115 T.P. Campus SO KAMMAM 1KVA Numeric 116 Tallada SO KAMMAM 1KVA Numeric 117 Tanikella SO KAMMAM 1KVA Numeric 118 Thallampad SO KAMMAM 1KVA Numeric 119 Tirumalyapalem KAMMAM 1KVA Numeric 120 Trunk Road SO KAMMAM 1KVA Numeric 121 V.V.Palem SO KAMMAM 1KVA Numeric 122 Venkatapuram SO KAMMAM 1KVA Numeric 123 Venkateskhani SO KAMMAM 1KVA Numeric 124 Y.C. Road SO KAMMAM 1KVA Numeric 125 Yellandu Colls SO KAMMAM 1KVA Numeric 126 Yerrupelm SO KAMMAM 1KVA Numeric 127 Ramalyam SO KAMMAM 1KVA Numeric 128 Vemsoor SO KAMMAM 1KVA Numeric 129 Bommakal KAMMAM 1KVA Numeric 130 Sublaid SO KAMMAM 1KVA Numeric 131 NSC Campus KAMMAM 1KVA Numeric 132 Dummagudem SO KAMMAM 1KVA Numeric 133 Kammam RMS KAMMAM RMS 1KVA Hykon 134 Ailapur SO KAREEMNAGAR 1KVA Numeric 135 Ambaripet SO KAREEMNAGAR 1KVA Numeric 136 Anthakpet SO KAREEMNAGAR 1KVA Numeric 137 Bejjanki SO KAREEMNAGAR 1KVA Numeric 138 Boenpalli SO KAREEMNAGAR 1KVA Numeric 139 Collecterate Complex SO KAREEMNAGAR 1KVA Numeric

Page 39 of 51

40

140 Dharmapuri SO KAREEMNAGAR 1KVA Numeric 141 Dist. Court Building SO KAREEMNAGAR 1KVA Numeric 142 Elgandal SO KAREEMNAGAR 1KVA Numeric 143 Gambhiraopet SO KAREEMNAGAR 1KVA Numeric 144 Gandhichowk Sirsilla SO KAREEMNAGAR 1KVA Numeric 145 Ibrhimpatnam SO KAREEMNAGAR 1KVA Numeric 146 Jawaharnagar SO KAREEMNAGAR 1KVA Numeric 147 Jublikaman SO KAREEMNAGAR 1KVA Numeric 148 Khila Jagithyal SO KAREEMNAGAR 1KVA Numeric 149 Kisandaspet SO KAREEMNAGAR 1KVA Numeric 150 Kodimial SO KAREEMNAGAR 1KVA Numeric 151 Ellantukunta SO KAREEMNAGAR 1KVA Numeric 152 Kothapalli SO KAREEMNAGAR 1KVA Numeric 153 Lower Manair Colony SO KAREEMNAGAR 1KVA Numeric 154 Mallial SO KAREEMNAGAR 1KVA Numeric 155 Manakondur SO KAREEMNAGAR 1KVA Numeric 156 Marripalli SO KAREEMNAGAR 1KVA Numeric 157 Medpalli SO KAREEMNAGAR 1KVA Numeric 158 Metapalli Bazar KAREEMNAGAR 1KVA Numeric 159 Mustabad SO KAREEMNAGAR 1KVA Numeric 160 Muthyampet SO KAREEMNAGAR 1KVA Numeric 161 Nerella SO KAREEMNAGAR 1KVA Numeric 162 New Abadi Jagithyal SO KAREEMNAGAR 1KVA Numeric 163 Nustullapur SO KAREEMNAGAR 1KVA Numeric 164 Raikal SO KAREEMNAGAR 1KVA Numeric 165 Ramadugu SO KAREEMNAGAR 1KVA Numeric 166 Ramanagar SO KAREEMNAGAR 1KVA Numeric 167 Rudrangi SO KAREEMNAGAR 1KVA Numeric 168 Shanigrham SO KAREEMNAGAR 1KVA Numeric 169 Thotapalli SO KAREEMNAGAR 1KVA Numeric 170 Sirikonda SO KAREEMNAGAR 1KVA Numeric 171 Alampur MAHEBOOBNAGAR 1KVA Numeric 172 Damargidda MAHEBOOBNAGAR 1KVA Numeric 173 Danwada MAHEBOOBNAGAR 1KVA Numeric 174 Hunwada MAHEBOOBNAGAR 1KVA Numeric 175 Husnabad MAHEBOOBNAGAR 1KVA Numeric

Page 40 of 51

41

176 Hanumanpur MAHEBOOBNAGAR 1KVA Numeric 177 Husmanganj MAHEBOOBNAGAR 1KVA Numeric 178 Ieeja MAHEBOOBNAGAR 1KVA Numeric 179 Jaklair MAHEBOOBNAGAR 1KVA Numeric 180 Koilakonda MAHEBOOBNAGAR 1KVA Numeric 181 koukuntla MAHEBOOBNAGAR 1KVA Numeric 182 krishna MAHEBOOBNAGAR 1KVA Numeric 183 Kulkacherla MAHEBOOBNAGAR 1KVA Numeric 184 Krishna Nagar TDSO (Gadwal) MAHEBOOBNAGAR 1KVA Numeric 185 Lalkota MAHEBOOBNAGAR 1KVA Numeric 186 Macherla MAHEBOOBNAGAR 1KVA Numeric 187 Manvapad MAHEBOOBNAGAR 1KVA Numeric 188 Mohammadabad MAHEBOOBNAGAR 1KVA Numeric 189 Maldakal MAHEBOOBNAGAR 1KVA Numeric 190 Moosapet MAHEBOOBNAGAR 1KVA Numeric 191 Maheboobnagar RS MAHEBOOBNAGAR 1KVA Numeric 192 Narayanpet bazar MAHEBOOBNAGAR 1KVA Numeric 193 Nawabpet MAHEBOOBNAGAR 1KVA Numeric 194 Rajole MAHEBOOBNAGAR 1KVA Numeric 195 Rawalapalli MAHEBOOBNAGAR 1KVA Numeric 196 Undavelli MAHEBOOBNAGAR 1KVA Numeric 197 Uppal Camp MAHEBOOBNAGAR 1KVA Numeric 198 Devarakadra MAHEBOOBNAGAR 1KVA Numeric 199 T.D.Gutta MAHEBOOBNAGAR 1KVA Numeric 200 Old Palamanur MAHEBOOBNAGAR 1KVA Numeric 201 Amarachinta MAHEBOOBNAGAR 1KVA Numeric 202 Utkur MAHEBOOBNAGAR 1KVA Numeric 203 Marikal SO MAHEBOOBNAGAR 1KVA Numeric 204 Veerannapet MAHEBOOBNAGAR 1KVA Numeric 205 Birkur SO NIZAMABAD 1KVA Hykon 206 Bibipet SO NIZAMABAD 1KVA Numeric 207 Shivajinagar TSO NIZAMABAD 1KVA Numeric 208 Yellammagutta TSO NIZAMABAD 1KVA Numeric 209 Gajulpet TSO NIZAMABAD 1KVA Numeric 210 Gurbabadi TSO NIZAMABAD 1KVA Numeric 211 Jawahar Road TSO NIZAMABAD 1KVA Numeric

Page 41 of 51

42

212 Kanteshwar TSO NIZAMABAD 1KVA Numeric 213 Kotagalli TSO NIZAMABAD 1KVA Numeric 214 MJP Nagar TSO NIZAMABAD 1KVA Numeric 215 Phullong TSO NIZAMABAD 1KVA Numeric 216 Renjal SO NIZAMABAD 1KVA Hykon 217 APSP Camp NIZAMABAD 1KVA Numeric 218 Bhimgal BS TSO NIZAMABAD 1KVA Numeric 219 Kisannagar SO NIZAMABAD 1KVA Numeric 220 Telangana University TSO NIZAMABAD 1KVA Numeric 221 Pitlam SO NIZAMABAD 1KVA Hykon 222 Kotagiri SO NIZAMABAD 1KVA Hykon 223 Rakashipet SO NIZAMABAD 1KVA Numeric 224 A.P. Colony 1KVA Numeric 225 A.G.Textiles PEDDAPALLI 1KVA Numeric 226 C.N.Colony PEDDAPALLI 1KVA Numeric 227 Eligaid PEDDAPALLI 1KVA Numeric 228 Elakthurthy SO PEDDAPALLI 1KVA Numeric 229 Kamanpur PEDDAPALLI 1KVA Numeric 230 Kataram PEDDAPALLI 1KVA Numeric 231 M.D.Pur PEDDAPALLI 1KVA Numeric 232 Dhrmaram PEDDAPALLI 1KVA Numeric 233 Peddapalli RS PEDDAPALLI 1KVA Numeric 234 P.P.Colony PEDDAPALLI 1KVA Numeric 235 SCAB PEDDAPALLI 1KVA Numeric 236 B.D.Palli PEDDAPALLI 1KVA Numeric 237 Garrepalli PEDDAPALLI 1KVA Numeric 238 Kamalapur PEDDAPALLI 1KVA Numeric 239 K.S.Pur PEDDAPALLI 1KVA Numeric 240 K.S.Patnam PEDDAPALLI 1KVA Numeric 241 Kolanur PEDDAPALLI 1KVA Numeric 242 Molangur PEDDAPALLI 1KVA Numeric 243 Mulkanur PEDDAPALLI 1KVA Numeric 244 Ootur SO PEDDAPALLI 1KVA Numeric 245 Pothakapalli PEDDAPALLI 1KVA Numeric 246 Saidapur PEDDAPALLI 1KVA Numeric 247 Tadikal PEDDAPALLI 1KVA Numeric

Page 42 of 51

43

248 Uppal PEDDAPALLI 1KVA Numeric 249 Vavilala PEDDAPALLI 1KVA Numeric 250 Veenavanka PEDDAPALLI 1KVA Numeric 251 Vangara PEDDAPALLI 1KVA Numeric 252 KC camp. Huzurabad PEDDAPALLI 1KVA Hykon 253 Munagala SURYAPET 1KVA Hykon 254 Madugulapally SURYAPET 1KVA Hykon 255 AMRABAD WANAPARTHY 1KVA Numeric 256 BIJNAPALLI WANAPARTHY 1KVA Numeric 257 BALANAGAR WANAPARTHY 1KVA Numeric 258 GANDHI CHOWK(WANAPARTHY) WANAPARTHY 1KVA Numeric 259 GOPALPET WANAPARTHY 1KVA Numeric 260 KADTHAL WANAPARTHY 1KVA Numeric 261 KESHAMPET WANAPARTHY 1KVA Numeric 262 KONDURGU WANAPARTHY 1KVA Numeric 263 KOTHUR WANAPARTHY 1KVA Numeric 264 MADGUL WANAPARTHY 1KVA Numeric 265 MARCHALA WANAPARTHY 1KVA Numeric 266 WANAPARTHY 1KVA Numeric 267 MOGALIGIDDA WANAPARTHY 1KVA Numeric 268 PENTLAVELLY WANAPARTHY 1KVA Numeric 269 SRIRANGAPUR WANAPARTHY 1KVA Numeric 270 SHAHABAD WANAPARTHY 1KVA Numeric 271 TOWN (JADCHERLA) WANAPARTHY 1KVA Numeric 272 THELKAPALLI WANAPARTHY 1KVA Numeric 273 THOODUKURTHY WANAPARTHY 1KVA Numeric 274 TIMMAJIPET WANAPARTHY 1KVA Numeric 275 UPPUNUNTHALA WANAPARTHY 1KVA Numeric 276 VANGOOR WANAPARTHY 1KVA Numeric 277 VELDANDA WANAPARTHY 1KVA Numeric 278 PALAMAKULA WANAPARTHY 1KVA Numeric 279 Beat Bazar WARANGAL 1KVA Numeric 280 WARANGAL 1KVA Numeric 281 Fort warangal WARANGAL 1KVA Numeric 282 karimabad WARANGAL 1KVA Numeric 283 kasibugga WARANGAL 1KVA Numeric

Page 43 of 51

44

284 Kothaguda WARANGAL 1KVA Numeric 285 Laxmipur WARANGAL 1KVA Numeric 286 M.G.M. Hospital WARANGAL 1KVA Numeric 287 M.G. Road WARANGAL 1KVA Numeric 288 Mamnoor WARANGAL 1KVA Numeric 289 Matwada WARANGAL 1KVA Numeric 290 Neerada WARANGAL 1KVA Numeric 291 Nellikuduru WARANGAL 1KVA Numeric 292 Panthini WARANGAL 1KVA Numeric 293 Parawathagiri WARANGAL 1KVA Numeric 294 Pedavangara WARANGAL 1KVA Numeric 295 Rangasaipeta WARANGAL 1KVA Numeric 296 Redlawada WARANGAL 1KVA Numeric 297 S.V.N. Road WARANGAL 1KVA Numeric 298 Sangam WARANGAL 1KVA Numeric 299 Waddekothapally WARANGAL 1KVA Numeric 300 Zafargadh WARANGAL 1KVA Numeric 301 Gandhi Nagar TSO NALAGONDA 1KVA Numeric 302 Gudipally SO NALAGONDA 1KVA Hykon 303 Marriguda SO NALAGONDA 1KVA Hykon 304 valigonda SO NALAGONDA 1KVA Hykon 305 Tekula Somavaram NALAGONDA 1KVA Hykon 306 P.H. Hostel NALAGONDA 1KVA Numeric 307 Mannemchelaka NALAGONDA 2KVA Tritronics 308 Halia SO NALAGONDA 2KVA Tritronics 309 K.Mallepalli NALAGONDA 2KVA Tritronics 310 SLBC Nalagunda NALAGONDA 2KVA Tritronics 311 Bottuguda TSO NALAGONDA 2KVA Tritronics 312 Chandur SO NALAGONDA 2KVA Tritronics 313 Chintapalli SO NALAGONDA 2KVA Tritronics 314 Clock Tower TSO NALAGONDA 2KVA Tritronics 315 Dindi (P) SO NALAGONDA 2KVA Tritronics 316 Gurrampode SO NALAGONDA 2KVA Tritronics 317 Munugode SO NALAGONDA 2KVA Tritronics 318 Nampally SO NALAGONDA 2KVA Tritronics 319 Narkatpalli SO NALAGONDA 2KVA Tritronics

Page 44 of 51

45

320 Oldbadi TSO NALAGONDA 2KVA Tritronics 321 Peddavoora SO NALAGONDA 2KVA Tritronics 322 Pochampally SO NALAGONDA 2KVA Tritronics 323 Wangapalli SO NALAGONDA 2KVA Tritronics 324 Indalwai RS NIZAMABAD 2KVA Tritronics 325 Makloor SO NIZAMABAD 2KVA Tritronics 326 Bhiknoor SO NIZAMABAD 2KVA Tritronics 327 Domakonda SO NIZAMABAD 2KVA Tritronics 328 Jangampalli SO NIZAMABAD 2KVA Tritronics 329 Nagireddypet SO NIZAMABAD 2KVA Tritronics 330 Rajampet SO NIZAMABAD 2KVA Tritronics 331 Yerrapahad SO NIZAMABAD 2KVA Tritronics 332 Dharmaram SO NIZAMABAD 2KVA Tritronics 333 Rudrur SO NIZAMABAD 2KVA Tritronics 334 Varni SO NIZAMABAD 2KVA Tritronics 335 BasanthNagar PEDDAPALLI 2KVA Tritronics 336 GV8Incline PEDDAPALLI 2KVA Tritronics 337 Bank Street SURYAPET 2KVA Tritronics 338 Gudibanda SURYAPET 2KVA Tritronics 339 Garudepally SURYAPET 2KVA Tritronics 340 Arvapally SURYAPET 2KVA Tritronics 341 NSP campus SURYAPET 2KVA Tritronics 342 Waddepally SO SURYAPET 2KVA Tritronics 343 Nadigudem SURYAPET 2KVA Tritronics 344 Dhramaram SO WARANGAL 2KVA Numeric 345 KU Medical Collage Warangal WARANGAL 2KVA Numeric 346 Kambalapally WARANGAL 2KVA Numeric 347 Mandibazar WARANGAL 2KVA Numeric 348 Mukarampura SO KAREEMNAGAR 2KVA Tritronics 349 Gandhichowk SO KAMMAM 2KVA Numeric 350 Kammam RMS KAMMAM RMS 2KVA Delta 351 Regonda SO HANUMAKONDA 5KVA Keptron 352 Kammam DO KAMMAM 3KVA Numeric 353 Kallur SO KAMMAM 5KVA Keptron 354 Madira GR. 1 KAMMAM 3KVA Numeric 355 Dichpally SO NIZAMABAD 3KVA Numeric

Page 45 of 51

46

356 Warangal DO WARANGAL 5KVA Keptron 357 CPC warangal HO WARANGAL 5KVA Keptron 358 K.Abadi PEDDAPALLI 3KVA Tritronics 359 ADB HO ADILABAD 5KVA KEPTRON 360 Adilabad HO ADILABAD 5KVA Keptron 361 ASIFABAD ADILABAD 5KVA KEPTRON 362 BELLAMPALLY SO(Mandaram) ADILABAD 5KVA KEPTRON 363 BHAINSA SO ADILABAD 5KVA KEPTRON 364 BOATH SO ADILABAD 5KVA KEPTRON 365 CC COMPLEX ADILABAD 5KVA KEPTRON 366 CHONOOR SO ADILABAD 5KVA KEPTRON 367 ICHHODA SO ADILABAD 5KVA KEPTRON 368 GUDIHATHNUR SO ADILABAD 5KVA KEPTRON 369 KALYANAKHANI SO ADILABAD 5KVA TRITRONICS 370 KHANAPUR ADILABAD 5KVA KEPTRON 371 LAXETTIPET ADILABAD 5KVA KEPTRON 372 MANCHERIAL CEMENT ADILABAD 5KVA KEPTRON 373 MANCHERIAL HO ADILABAD 5KVA KEPTRON 374 MANCHERIAL HO ADILABAD 5KVA KEPTRON 375 NARSAPUR SO ADILABAD 5KVA KEPTRON 376 NEREDIGONDA ADILABAD 5KVA KEPTRON 377 NIRMAL LSG ADILABAD 5KVA KEPTRON 378 UTNOOR ADILABAD 5KVA KEPTRON 379 PEDDUR SO (Kadem) ADILABAD 5KVA KEPTRON 380 RK PUR SO ADILABAD 5KVA KEPTRON 381 SIRPUR - T SO ADILABAD 5KVA KEPTRON 382 SK NAGAR LSG SO ADILABAD 5KVA KEPTRON 383 SRP COLONY SO ADILABAD 5KVA KEPTRON 384 WANKIDI SO ADILABAD 5KVA KEPTRON 385 WTC ADILABAD ADILABAD 5KVA NUMERIC 386 Adilabad DO ADILABAD 5KVA KEPTRON 387 Manchiriyal RMS-II ADILABAD 5KVA KEPTRON 388 Bhupalpalli SO HANUMAKONDA 5KVA Keptron 389 Janagaon HO HANUMAKONDA 5KVA Keptron 390 Hanumakonda HO HANUMAKONDA 5KVA Keptron 391 Hanumakonda HO HANUMAKONDA 5KVA Keptron

Page 46 of 51

47

392 NIIT SO HANUMAKONDA 5KVA Keptron 393 HO HANUMAKONDA 5KVA Keptron 394 Parkal HO HANUMAKONDA 5KVA Keptron 395 D.H. Suttoon SO HANUMAKONDA 5KVA Keptron 396 Subedari HANUMAKONDA 5KVA Keptron 397 Mulugu SO HANUMAKONDA 5KVA Keptron 398 Hanumakonda DO HANUMAKONDA 5KVA Keptron 399 KUC Hanumakonda(V.A.Puri) HANUMAKONDA 5KVA Keptron 400 Kagipet SO HANUMAKONDA 5KVA Keptron 401 Kazipet RMS KAZIPET RMS 5KVA Keptron 402 Kazipet RMS KAZIPET RMS 5KVA Keptron 403 Chantakani SO KAMMAM 5KVA Keptron 404 Collecterate SO KAMMAM 5KVA Keptron 405 Kammam DO KAMMAM 5KVA Tritronics 406 Kammam HO KAMMAM 5KVA Keptron 407 Kammam HO KAMMAM 5KVA Tritronics 408 Palavancha SO KAMMAM 5KVA Keptron 409 Sathupalli SO KAMMAM 5KVA Keptron 410 Kothagudem HO KAMMAM 5KVA Keptron 411 Wyra SO KAMMAM 5KVA Keptron 412 Badhrachalam HO KAMMAM 5KVA Keptron 413 Badhrachalam HO KAMMAM 5KVA Keptron 414 Yellandu SO KAMMAM 5KVA Keptron 415 Manuguru Colls SO KAMMAM 5KVA Delta 416 Jagithyal HO KAREEMNAGAR 5KVA Keptron 417 Kareemnagar HO KAREEMNAGAR 5KVA Keptron 418 Kareemnagar HO KAREEMNAGAR 5KVA Keptron 419 Vemulawada SO KAREEMNAGAR 5KVA Keptron 420 Kareemnagar DO & DLTC KAREEMNAGAR 5KVA Keptron 421 Korutla SO KAREEMNAGAR 5KVA Keptron 422 Kareemnagar RMS Z Division RMS Z KAREEMNAGAR 5KVA Keptron 423 Atmakur MAHEBOOBNAGAR 5KVA Keptron 424 Boothpur MAHEBOOBNAGAR 5KVA Keptron 425 Gadwal HO MAHEBOOBNAGAR 5KVA Keptron 426 Kosgi MAHEBOOBNAGAR 5KVA Keptron 427 Kodangal MAHEBOOBNAGAR 5KVA Keptron

Page 47 of 51

48

428 Maheboobnagar HO MAHEBOOBNAGAR 5KVA Keptron 429 Maheboobnagar HO MAHEBOOBNAGAR 5KVA Keptron 430 Maheboobnagar HO MAHEBOOBNAGAR 5KVA Keptron 431 Maheboobnagar DO MAHEBOOBNAGAR 5KVA Keptron 432 Maheboobnagar DO MAHEBOOBNAGAR 5KVA Keptron 433 Makthal MAHEBOOBNAGAR 5KVA Keptron 434 Naryanpet MAHEBOOBNAGAR 5KVA Keptron 435 Maheboobanagar RMS Z Division RMS Z MBNR. 5KVA Keptron 436 Chityal SO NALAGONDA 5KVA Keptron 437 Choutuppal SO NALAGONDA 5KVA Keptron 438 Devarakonda HO NALAGONDA 5KVA Keptron 439 Nalagunda DO NALAGONDA 5KVA Keptron 440 Nalagunda HO NALAGONDA 5KVA Keptron 441 Alair SO NALAGONDA 5KVA Keptron 442 Bhoovingiri Ganj NALAGONDA 5KVA Keptron 443 Bhoovingir HO NALAGONDA 5KVA Keptron 444 Mothkur SO NALAGONDA 5KVA Keptron 445 Ramagiri SO NALAGONDA 5KVA Keptron 446 Ramannapet NALAGONDA 5KVA Keptron 447 Nalagunda SRO RMSZ Div. NALAGONDA 5KVA Keptron 448 Yadgiripalli SO NALAGONDA 5KVA Keptron 449 Nizamabad H.O NIZAMABAD 5KVA Tritronics 450 Nizamabad DLTC NIZAMABAD 5KVA Delta 451 Bodhan LSG SO NIZAMABAD 5KVA Keptron 452 Jannepalli SO NIZAMABAD 5KVA Tritronics 453 Jukkal SO NIZAMABAD 5KVA Keptron 454 Mosra SO NIZAMABAD 5KVA Keptron 455 Subashnagar SO NIZAMABAD 5KVA Keptron 456 Nizamabad RS NIZAMABAD 5KVA Keptron 457 Shakkarnagar SO NIZAMABAD 5KVA Keptron 458 Armoor H.O NIZAMABAD 5KVA Keptron 459 Bhimgal SO NIZAMABAD 5KVA Keptron 460 Darpally SO NIZAMABAD 5KVA Keptron 461 Modthad SO NIZAMABAD 5KVA Tritronics 462 Nandipet SO NIZAMABAD 5KVA Keptron 463 Zirayatnagar SO NIZAMABAD 5KVA Keptron

Page 48 of 51

49

464 Kamareddy H.O NIZAMABAD 5KVA Keptron 465 Banswada SO NIZAMABAD 5KVA Keptron 466 Bichkunda SO NIZAMABAD 5KVA Keptron 467 Gandhari SO NIZAMABAD 5KVA Keptron 468 Kamareddy RS SO NIZAMABAD 5KVA Keptron 469 Lingampet SO NIZAMABAD 5KVA Keptron 470 Madnoor SO NIZAMABAD 5KVA Keptron 471 Nizamsagar SO NIZAMABAD 5KVA Keptron 472 Ramareddy SO NIZAMABAD 5KVA Keptron 473 Yellareddy SO NIZAMABAD 5KVA Keptron 474 Nizamabad DO NIZAMABAD 5KVA Tritronics 475 Kamarapally SO NIZAMABAD 5KVA keptron 476 Velpur SO NIZAMABAD 5KVA keptron 477 Navvipeta SO NIZAMABAD 5KVA Keptron 478 Nizamabad RMS Division. RMS Z NIZAMABAD 5KVA Keptron 479 Peddapalli DO PEDDAPALLI 5KVA Keptron 480 Peddapalli HO PEDDAPALLI 5KVA Keptron 481 Peddapalli HO PEDDAPALLI 5KVA Keptron 482 Godavarikhani PEDDAPALLI 5KVA Keptron 483 JothiNagar PEDDAPALLI 5KVA Tritronics 484 PEDDAPALLI 5KVA Keptron 485 Sulthanabad PEDDAPALLI 5KVA Keptron 486 Jammikunta SO PEDDAPALLI 5KVA Tritronics 487 Huzurabad HO PEDDAPALLI 5KVA Keptron 488 Vittalnagar PEDDAPALLI 5KVA Keptron 489 Suryapeta DO SURYAPET 5KVA Keptron 490 Suryapeta DO SURYAPET 5KVA Keptron 491 Suryapeta HO SURYAPET 5KVA Tritronics 492 Miriyalguda HO SURYAPET 5KVA Keptron 493 Nakrekal SURYAPET 5KVA Keptron 494 Noothankal SURYAPET 5KVA Keptron 495 Sirikonda SURYAPET 5KVA Keptron 496 Tirumalgiri SURYAPET 5KVA Keptron 497 Huzurnagar SURYAPET 5KVA Keptron 498 Neradicherla SURYAPET 5KVA Keptron 499 Nidamanoor SURYAPET 5KVA Keptron

Page 49 of 51

50

500 Kodada SO SURYAPET 5KVA Keptron 501 Tungaturthy SURYAPET 5KVA Keptron 502 IE Suryapet SURYAPET 5KVA Keptron 503 LINGALA WANAPARTHY 5KVA Keptron 504 ACHAMPET WANAPARTHY 5KVA Keptron 505 AMANGAL WANAPARTHY 5KVA Keptron 506 KOLLAPUR WANAPARTHY 5KVA Keptron 507 WANAPARTHY 5KVA Keptron 508 WANAPARTHY 5KVA Keptron 509 NAGARKURNOOL WANAPARTHY 5KVA Keptron 510 PALEM WANAPARTHY 5KVA Keptron 511 SHADNAGAR WANAPARTHY 5KVA Keptron 512 STN JADCHERLA WANAPARTHY 5KVA Keptron 513 STN JADCHERLA WANAPARTHY 5KVA Keptron 514 WANAPARTHY DO WANAPARTHY 5KVA Keptron 515 WANAPARTHY DO WANAPARTHY 5KVA Keptron 516 WANAPARTHY HO WANAPARTHY 5KVA Keptron 517 WANAPARTHY HO WANAPARTHY 5KVA Keptron 518 Dorankal SO WARANGAL 5KVA Keptron 519 Kesamudram WARANGAL 5KVA Keptron 520 Dantalapalli WARANGAL 5KVA Keptron 521 Kodakandla WARANGAL 5KVA Keptron 522 Mahebubabad HO WARANGAL 5KVA Keptron 523 SO WARANGAL 5KVA Keptron 524 WARANGAL 5KVA Keptron 525 Thorrur SO WARANGAL 5KVA Keptron 526 Togrrai WARANGAL 5KVA Keptron 527 Warangal HO WARANGAL 5KVA Keptron 528 Wardannapet WARANGAL 5KVA Keptron 529 WCTC Warangal WARANGAL 5KVA Keptron 530 SBCO HO Warangal WARANGAL 5KVA Keptron HRO RMS Z Division 2nd floor 531 GPO Building Abids Hyd. RMS Z DIV 5KVA Keptron HRO RMS Z Division 2nd floor 532 GPO Building Abids Hyd. RMS Z DIV 5KVA Tritronics HRO RMS Z Division 2nd floor 533 GPO Building Abids Hyd. RMS Z DIV 5KVA Delta 5th floor,Dak Sadan, Abids 534 Hyderabad. PMG HYDERABAD 5KVA Keptron

Page 50 of 51

51

5th floor,Dak Sadan, Abids 535 Hyderabad. PMG HYDERABAD 5KVA Keptron 5th floor,Dak Sadan, Abids 536 Hyderabad. PMG HYDERABAD 5KVA Tritronics 5th floor,Dak Sadan, Abids 537 Hyderabad. PMG HYDERABAD 5KVA Keptron 5th floor,Dak Sadan, Abids 538 Hyderabad. PMG HYDERABAD 10KVA BPE 539 Nizamabad H.O NIZAMABAD 10KVA Tritronics

Page 51 of 51