1

BHARAT SANCHAR NIGAM LIMITED (A Govt. of Enterprise) O/o GENERAL MANAGER TELECOM DISTRICT 2nd Floor, Door Sanchar Bhavan, Pij Road, NADIAD-387002

e-Tender No. KTD/MM/T 04/House Keeping Work/2015-‘16

TENDER DOCUMENT

PART – A TECHNICAL BID

HOUSE KEEPING WORK (Sweeping & Cleaning) FOR OFFICE BUILDINGS & EXCHANGE BUILDINGS

FOR , , , , CAMBAY, TARAPUR, NADIAD, MAHUDHA, KHEDA, MEHMDABAD, BALASINOR, VIRPUR, THASRA, KATHLAL & KAPDWANJ TALUKAS OF NADIAD SSA

------NOTE ------

Tender form can be down loaded from : 10:30 hours of 30/12/2015 To 17 : 00 hours Of 20/01/2016.

Tender form to be submitted online : UP TO 14:00 Hrs. of 21/01/2016.

Tender opening date & time [Online] : AT 14.30 Hrs. on 21/01/2016

Tender Form fee : Rs 500.00 (Non-refundable)

NAME & ADDRESS OF THE TENDERER ______Phone (O): ______Mobile No: ______

ASSISTANT GENERAL MANAGER (CFA-PLG) O/O GENERAL MANEGER TELECOM DISTRICT 1st FLOOR, DOOR SANCHAR BHAVAN, PIJ ROAD TABLENADIAD OF -CONTENTS387 002

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

2

INDEX

Section contents Page No ______

Part – A Technical Bid 01 – 38 ______

I NIT 03-04 II BID Form 05 III Tenderer’s Profile 06 IV Eligibility & Documents required 07 V General Terms & Conditions of Tender 08-15 VI Scope Of Work 16 VII Special Terms & Conditions of Contract 17-21 VIII List & Area of Office/Exchange Bldg 22-27 IX Declaration regarding near relatives 28 X (A) Draft of Agreement 29 X (B) Proforma for Bank Guarantee Bond 30 Appendix- I Checklist for Bidder 31 Appendix-II e-tendering instructions to bidder 32-35 Appendix-III Undertaking & declaration 36 Appendix- IV Mandate Form 37 Appendix-V Clause by Clause Compliance Certificate 38

Part – B Financial Bid 39 to 47 ------

XI Quantum of Work 39 XII Rate sheet 40-47

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

3

BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise) O/o GENERAL MANAGER TELECOM DISTRICT 2nd Floor, Door Sanchar Bhavan, Pij Road, NADIAD-387002

SECTION – I

NOTICE INVITING TENDER

e-Tender No. KTD/MM/T 04/House Keeping Work/2015-‘16 Dated at Nadiad the 29/12/2015.

For and On behalf of BSNL, online tenders are invited from the experienced contractors by General Manager Telecom District, Nadiad for House Keeping work (Sweeping & Cleaning) of different office buildings & Exchange buildings of Borsad, Anklav, Petlad, Sojitra, Cambay, Tarapur, Nadiad, Mahudha, Kheda, Mehmdabad, Balasinor, Virpur, Thasra, Kathlal & Kapadwanj Talukas of Nadiad SSA

Zone Name of Taluka Estimated value of work Bid Security (EMD) Tender form fee (In Rs/Per Annum) (In RS) (In Rs) I BORSAD & ANKLAV 157740.00 3944.00 II PETLAD & SOJITRA 151440.00 3786.00 III CAMBAY & TARAPUR 214260.00 5357.00

IV NADIAD & MAHUDHA 468840.00 11721.00 500.00 V KHEDA & MEHMDABAD 178560.00 4464.00

VI BALASINOR & VIRPUR 108000.00 2700.00 VII THASRA 116640.00 2916.00 VIII KATHLAL & KAPADWANJ 156000.00 3900.00 Total Cost of Tender 1551480.00 38788.00

1. Minimum validity of tender offer: - 180 days from the date of tender opening. 2. Eligibility conditions: Bidder should have experience of carrying out the house keeping (sweeping & Cleaning) work in MTNL/BSNL/Central or State Govt./Semi Govt./PSU/Municipality/reputed private organization for at least one year during last five financial years.(i.e. 2010-11 to 2014-15) 3. Duration of contract:- One year from the date of Award of Contract with an option of extension for a further period of first three months unilaterally by BSNL at the same rates, terms & conditions & another period of further three months on mutual consent on both side at the same rates, terms and condition. 4. Tender document down load date & Time : From 10:30 hrs. of 30/12/2015 to 17:00 hrs. of 20/01/2016. 5. Date & Time for online submission of Bid Document : Date 21/01/2016 Up to 14. 00 Hrs. 6. Date & Time for opening of Tender [Online] : Date 21/01/2016 from 14:30 hrs. onward. 7. Tender document should be downloaded from the website: www..bsnl.co.in. or www.bsnl.co.in The bidder can participate in the e-tender by downloading e-tender from website https://eprocurement.synise.com/bsnl1/gujarat between10:30 hours of 30/12/2015 to 17:00 hours of 20/01/2016. Note: The tender document shall not be available on https://eprocurement.synise.com/bsnl1/gujarat for download after its closing date & time as mentioned in NIT. 8. The bidders are required to submit the tender document fee Rs.500/- (Rs. Five hundred only) [Non-Refundable] in addition to EMD through demand draft from any nationalized / scheduled bank in favor of Accounts Officer (Cash), BSNL, O/o GMTD, Nadiad payable at Nadiad. Non receipt of bid form fee & EMD in prescribed mode of payment will disqualify the bidder and bid uploaded online will be summarily rejected. A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

4

9. BSNL does not own any responsibility for any discrepancies or alteration / omission in the contents of tender document while downloading from the website or otherwise. Contract documents will be prepared based on the master copy of tender document available in the office and the same will be binding on the contractor. If any change found in tender document submitted by the tenderer at any stage will be treated as fraud done to the BSNL and will be subject to the cancellation of agreement done (if any) and appropriate action will be taken against the tenderer. 10. BSNL has decided to use process of e-tendering process for inviting this tender and thus the physical copy of the tender would not be sold.

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

12. All bidders are hereby inform that pre-bid conference shall be conducted on dated 13/01/2016 at 11:30 hours in the chamber of DGM (CFA Plg.), 2nd floor, Door Snchar Bhavan, Near Vallabhnagar Society, Pij Road, Nadiad for any query o bid document.

13. GMTD Nadiad reserves the right to cancel the tender at any stage without assigning any reason.

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

5

SECTION - II

BID FORM

To, The General Manager Kheda Telecom District, Nadiad

Sir,

With reference to e-tender notice no. KTD/MM/T 04/House Keeping Work/2015.16 Dated 29/12/2015. 1. I/we have read and understood all the terms and conditions mentioned in the tender form and agree to abide by all conditions laid down therein. 2. Bid submitted by us is online on website https://eprocurement.synise.com/bsnl1/gujarat and prevent any subsequent alteration and replacement. 3. The firm has not bid for this tender under any other name. 4. We agree to abide by this Bid for a period of 180 days from the date fixed for Bid opening (Qualifying Bid) and it shall remain binding upon us and may be accepted at any time before the expiry of that period. 5. I/we understand that GMTD Nadiad can reject the tender without assigning any reason thereon. The decision of the GMTD Nadiad will be the final in all cases. 6. EMD is deposited and original receipt is submitted to AGM (CFA Plg.), BSNL, Nadiad. 7. We undertake, if our Bid is accepted, we will comply with all the mandatory provision of labour laws, EPF, ESI & Misc provision Act & Employer Provident Scheme in respect of Labours/Employees engaged by me for performing the work under the contract as per terms and conditions stipulated in the tender document. 8. Rates offered by me/us are given in the separate envelope for financial bid. 9. We undertake, if our Bid is accepted, we will execute the work in accordance with Scope of work, terms and conditions stipulated in the tender document. 10. Until a format Agreement is prepared and executed, this Bid together with your written acceptance thereof in your notification of award shall constitute a binding contract between us. .

Signature of Tenderer

Full Name (In block letters)______Capacity in which signed ______

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

6

SECTION – III

TENDERER’S PROFILE

1. Name of the tenderer/firm ______

2. Name o the person submitting the tender. Shri ______(In case of proprietary/partnership firms, the tender has to be signed by Proprietor/Partner only, as the case may be)

3. Address of the firm.______

4. Tel. No. (With STD code) (O)………………… (Fax)……………… (R)………………

5. Registration & incorporation particulars of the firm: (please Tick as applicable) i) Proprietorship ii) Partnership iii) Private /Limited Co. iv) Public Limited (Please attach attested copies of documents of registration/incorporation of your firm as required by business law).

6. Name of Proprietor/Partners/Directors ______7. Income tax PAN Number of the party/Firm ______(Please attach the attested copies of PAN card & copy of latest Income Tax return) 8. My Service tax registration number is ______9. My EPF Registration No. ______10. Banker & A/C No. of tenderer :______

I/we hereby declare that my firm is not Black Listed by any SSA/circle of BSNL and the information furnished above is true and correct.

Place: Signature of tenderer/authorized signatory Date:

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

7

SECTION – IV Eligibility conditions for bidding and Documents to be submitted for eligibility 1. Eligibility conditions: Bidder should have experience for House Keeping (sweeping & cleaning) work in MTNL/BSNL/Central or State Govt./Semi Govt./PSU/Municipality/reputed private organization for at least one year during last five financial years.(i.e. 2010-11 to 2014-15) 2. Documents to be submitted / uploaded with Technical bid for Eligibility: Bidder has to submit / upload the following Documents/Certificates along with the online technical bid. a) Bid Security (Earnest Money Deposit) as per Clouse 13 & 14 of Section – V. b) Tender document to be uploaded dully filled in and digitally signed along with seal on each pages by bidders or his authorized representative c) Self attested certificate issued by the competent authority for satisfactory performance of House Keeping Work (Sweeping & cleaning) under his contract in MTNL/BSNL/Central or State Govt./Semi Govt./PSU/Municipality/ reputed private organization for at least one year during last five financial years. (i.e. 2010-‘11 to 2014 – ‘15) d) In case of proprietorship firm i. Self attested copy of Registration of firm or copy of registrations of firm with local authority or copy of sales tax registration or service tax registration or EPF registration. e) In case of Partnership firm i. Self attested authenticated copy of partnership deed ii. No objection certificate from other partners for participate in the tender of BSNL f) In case of Company i. Self attested copy of certificate of incorporation ii. Self attested copy of Memorandum & Articles of Association g) Power of Attorney in case of person other than the Bidder has signed the documents. The power of attorney should be for specific work and not general power of attorney. The power of Attorney should be submitted and executed on the non judicial stamp paper of appropriate value and the same be attested by a Notary Public or registered before Sub-Registrar of the State(s) concerned h) Bid Form duly filled in the Proforma given in Section – II i) Tenderer’s profile duly filled in in the Performa given in Section – III j) Declaration regarding any near relative not working in BSNL in the Performa given in Section – IX

i. In case of proprietorship firm, declaration will be given by the proprietor. ii. In case of partnership firm, declaration will be given by all the partners iii. In case of limited company, declaration will be given by all the Directors of the company. k) The bidder shall furnish a latest & valid NSIC / MSME certificate (if applicable) as a part of his bid documents for establishing the bidder’s eligibility l) Regarding Service Tax Registration, EPF Registration & Labour License, m) Self attested copy of Service Tax Registration Certificate, EPF Registration Certificate & ESI Registration Certificate, if applicable and available otherwise he will submit the Service Tax Registration Certificate, EPF Registration Certificate & Labour License etc if applicable before execution of Agreement. n) Latest Solvency certificate (not older than one year from the date of NIT) from any Nationalized/Schedule bank for Rs. 2 Lacks. OR he will be required to submit the required bank solvency certificate before award of contract. o) Experience certificate issued by the competent authority as mentioned in eligibility condition. Note :- 1. The original documents shall be called for verification before awarding the work. 2. Copy of documents listed above may be self attested or may be got attested by gazette officer or attested by BSNL officer not below the rank of D.E or equivalent. A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

8

SECTION – V GENERAL TERMS AND CONDITIONS OF TENDER 1. Tenderer should submit their tender form online only on website: https://eprocurement.synise.com/bsnl1/gujarat in English only with their digital signature (i.e DSC). 2. The Contractor must read carefully all the Instructions, General Terms & Conditions of tender, Scope of Work, General (commercial) conditions of contract, Special Terms & Conditions of contract given in the tender document before filling up / uploading the Bid schedule and his quotation. The bidder is expected to examine all instructions, forms, terms, conditions and specifications mentioned in the bid documents. Failure to furnish all information required as per the Bid Documents and submission of bids not substantially responsive to the Bid Documents in every respect will be at the bidder’s risk and shall result in rejection of the bid. 3. Putting of any condition other than those specified in the tender document will not be accepted and that conditional tender is liable to be summarily rejected. No modification by the contractor in any of the conditions will be permitted after the tender is opened. 4. Sub-contracting will amount to breach of contract. 5. Regarding participation of near relatives of BSNL employees in the Tender / Execution of works in BSNL Units:- It has been decided that the near relatives of BSNL employees either directly recruited or on deputation are prohibited from participation in tender and execution of works in the different units of BSNL. The detailed guidelines in this regard are given in the following paragraphs (a) The near relatives for this purpose are defined as i. Members of a Hindu Undivided family, ii. They are husband and wife, iii. The one is related to the other in the manner as father, mother, son(s) & son’s wife (daughter in law), daughter (s) & daughter’s husband (son in law), brother (s) & brother’s wife, sister (s) & sister’s husband (brother in law) (b) As per Government of India’s CCS Conduct rule, no Government servant shall in the discharge of his official duties deal with any matter or sanction any contract to any company or for any other person if any member of his family is employed in that company or firm or under that person or if he or Any member of his family is interested in such matter or contract in any other manner and the Govt. Servant shall refer every such matter or contract to his official superior. This clause is applicable to all BSNL employees and in view of this as soon as any BSNL employee becomes aware of the above aspect, he must intimate this to the prescribed authority. For non-executive employees this authority is SSA Head/circle Head/Chief engineer/ Chief Archt./corporate Office under whom he is posted. For executive employees (at present some of them are called as Gazetted officers) the prescribed authority for this purpose is Circle Head/ Chief Engineer/Chief Archt./Corporate Office under whom he is posted. (c) The company/or firm or any other person is not permitted to tender for works in BSNL Unit in which his near relative(s) is (are) posted. The unit is defined as SSA / Circle/Chief Engineer/Chief Archt./ Corporate office for non-executive employees and all SSA in a Circle including Circle office/Chief Engineer /Chief Archt./ Corporate office for executive employees (including those called as Gazetted officers at present). Therefore, it has been decided by the competent authority that the tenderer should give a certificate that none of his/her such near relative is working in the units as defined above where he is going to apply for tender/work. In case of proprietorship firm certificate will be given by the proprietor, for partnership firm certificate will be given by all the partners and in case of limited company by all the Directors of the A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

9

company. Any breach of these conditions by the company or firm or any other person, the tender work will be cancelled and earnest money / security deposit will be forfeited at any stage whenever it is so noticed. The department will not pay any damage to the company or firm or the concerned person. The company or firm the person will also be debarred for further participation in the concerned unit. (d) The declaration duly signed that tenderer having no relatives employed in BSNL should be enclosed with tender form (As per Proforma given in Section - IX) 6. The firm/party BLACK LISTED by Central Government/State Government or any unit of BSNL shall not be eligible for bid and the tenderer black listed by Central Government/State Government or any unit of BSNL suppression of this information at the time of filling of tender and subsequently will amount to automatic rejection and forfeiture of all deposits at any stage. 7. Any attempt to negotiate directly or indirectly by tenderer with the authority to whom the tender is submitted to or with the authority who is competent to accept the tender or endeavors to secure interest for actual or prospective tender or influence by any means will disqualify the tender and same will be rejected and action to black list the tenderer will be taken by competent authority. 8. GMTD Nadiad is not bound to accept the lowest tender and reserves the right to accept or reject any or all tenders without assigning any reasons what so ever. 9. BID DOCUMENTS: The Bid documents include: Part – A: Technical Bid Part – B: Financial Bid 10. Queries on bid documents: a) A prospective bidder, requiring any clarification of the Bid Documents shall notify the BSNL in writing or by FAX at the BSNL’s mailing address mentioned in the tender document. The BSNL shall respond in writing to any request for clarification of the Bid Documents, which if received not later than 7 days prior to the date for the opening of the bids. This date shall prevail over the corresponding date for submission of queries appearing on e-tender portal at any time. Copies of the query (without identifying the source) and the clarifications by the BSNL shall be uploaded on BSNL website as clarification. On e-procurement portal of Gujarat Circle portal, clarification shall be available as “ADDENDUM” for all the prospective bidders who have downloaded the official copy of tender documents from e-procurement portal of Gujarat Circle. b) Any clarification issued by BSNL, in response to query raised by prospective bidders shall form an integral part of bid documents and it may amount to amendment of relevant clauses of the bid documents. 11. Amendment of bid document: a. At any time, prior to the date for submission of bids, the BSNL may, for any reason whether sue motto or in response to a clarification request by a prospective bidder, modify the bid documents by amendments with due notification to prospective bidder. b. The amendments shall be notified in writing by post or by FAX or email or by addendum through e-tendering portal (for tender invited through e-tendering process) to all prospective bidders on the address intimated at the time of submitting the e-tender online and these amendments will be binding on them. c. In order to afford prospective bidders reasonable time to take the amendments into account in preparing their bids, the BSNL may, at its discretion, extend the deadline for the submission/opening of bids suitably. d. In case of tender document downloaded from the official web site, the tenderer should submit the required cost of bid document as prescribed in the form of DD in favour of A.O (Cash), BSNL, O/o GMTD, Nadiad. If any discrepancy found in the tender document submitted by the tenderer, the tender uploaded by the BSNL will be treated as valid and any change found in the tender document submitted by the tenderer at any staged, will be treated as fraud done to the BSNL and will be liable to cancellation of agreement done (if any) and appropriate action will be taken against the tenderer.

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

10

12. Cost of Bidding: The bidder shall bear all costs associated with the preparation and submission of the bid. The BSNL, will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. 13. Bid Security ( Earnest Money Deposit): a) Bid Security (EMD) as indicated in the NIT is to be deposited to AGM (CFA PLG), O/o GMTD Nadiad, room No-104, 1st floor Door Sanchar Bhavan, Near Vallabhnagar Society, Pij Road, Nadiad in sealed cover (by packing PVC Tape / Wax) in the form of Demand Draft drawn on any Nationalized / Schedule bank, payable at Nadiad and drawn in favour of the Accounts Officer (cash) BSNL, O/o GMTD Nadiad. b) The said sealed cover to be marked as “ BID SECURITY (+) BID COST” c) The scan copy of demand draft for payment of EMD should invariably be uploaded with the technical bid. Bid without EMD payment will be rejected at the opening stage itself. However, the NSIC / MSME bidders are exempted from payment of bid security with following condition. i) A proof regarding valid registration with body specified by ministry of MSME for the tendered items will have to be attached along with the bid. ii) The enlistment certificate issued by MSME should be valid on the date of opening of tender. iii) MSME unit is required to submit its monthly delivery scheduled. d) The bidders (Small Scale Units) who are registered with National Small Scale Industries Corporation under single point registration scheme are exempted from bid security up to the amount equal to their monetary limit. In case of bidder, having monetary limit as “No limit”, the exemption will be limited to Rs.50,00,000/- (Rupees Fifty Lakhs) only as per the existing policy of Bharat Sanchar Nigam Limited (BSNL). A proof regarding current registration with NSIC for the tended item will have to be attached. The bidder having valid NSIC registration shall also be exempted from Security Deposit, if permitted by NSIC rule. e) The earnest money of the bidders will be refunded without any interest within reasonable time after finalization of the tenders, normally within six months from the date of Finalization. f) The bid security (EMD ) shall be forfeited: i. If a bidder withdraws his bid during the period of bid validity specified in the bid document. ii. If the bidder makes any modifications in the terms and conditions of the tender before acceptance of the tender, which are not acceptable to the BSNL. iii. If a bidder fails to accept the tender offer, if his/ their tender is accepted. iv. In case of a successful bidder, the bid security (EMD ) shall be forfeited if the bidder fails;  To deposit the Security Deposit.  To sign the agreement. In both the above cases, the bidder will not be eligible to participate in the tender for same item for one /more years from the date of issue of FAT. The bidder will not approach the court against the decision of BSNL in this regard. 14. Method of Preparation of bid: Following original documents are to be submitted offline i.e in hard copy in properly wax/packing PVC tape sealed envelope marked “Form Fee (+) EMD” and forwarded to AGM (CFA-Plg) O/o GMTD Nadiad, Room No 104, 1st Floor, Door Sanchar Bhavan, Pij Road Nadiad-387002, which should reach before 14:00 Hours on dated 21.01.2016.

i. Demand Draft of Tender Form Fee Rs 500.00 (non refundable) ii. Demand Draft of EMD as mentioned in NIT iii. Power Of Attorney Note: - The bidder has to upload the scanned copy of all above said documents as bid annexure during online bid submission. In case of NSIC/MSME registered bidder has to upload the scan copy of latest and valid NSIC/NSME certificate as part of bid document for establishing the bidder’s eligibility.

Tender NO: KTD/MM/T- 04 /House Keeping Work/2015-‘16 Tender for House Keeping Work for Borsad, Anklav, Petlad, Sojitra, Cambay, Tarapur, Nadiad, Mahudha, Kheda, Mahemdavad, Balasinor, Virpur, Thasra, Kapdadwanj & Kathlal Talukas of Nadiad SSA

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

11

15. SUBMISSION OF BIDS:- a) The person(s) signing the tenders shall state in what capacity they are signing the tender. In case the tender is not signed by sole proprietor or all the partners or all the directors of the company, the person(s) should enclose a certificate to the effect that he / they is / are authorized to sign the tender and the terms and conditions signed by him / them will be binding on the firms. b) Tender should be uploaded on https://eprocurement.synise.com/bsnl1/gujarat on or before 14.00 Hrs. of 21.01.2016. c) Bid must be submitted by the bidder through e-tendering mode only. Manual submission of bid shall not be considered. 16. No bid shall be accepted either online by the e-tender portal of Nadiad SSA or physically incase manual bidding process, after the specified deadline for submission of bid. 17. Opening of Bids by the BSNL: a) Tender shall be opened online on due date 21.01.2016 at 14:30 Hrs. in the chamber of AGM (CFA-PLG), O/o GMTD Nadiad in the presence of tenderers or their authorized representatives. Maximum of 02 representatives of any bidders shall be authorized and permitted to attend the bid opening. b) If the opening date will be declared as holiday, the tender will be opened on next working day, time and venue will remain unaltered. c) The bidder’s representative, who is present, shall sign an attendance register. The bidder shall submit authority letter to this effect before they are allowed to participate in the bid opening. d) Whenever it is considered necessary to postpone the opening date of tender, quick decision shall be taken and communicated on our website www.gujarat.bsnl.co.on & www.bsnl.co.in & https://eprocurement.synise.com/bsnl1/gujarat and shall be one day before the original date of opening. e) Envelop marked “FORM FEE + BID SECURITY” shall be opened first and examined. The bidders who have submitted proper form fee & bid security as per Bid document, their “Qualifying bid (Technical bid)” shall be opened on line on the date of tender opening given in the NIT. f) The financial bid of those bidder whose technical bids are approved by competent authority, will be opened by TOC in front of techno commercially eligible bidder / authorized representatives by sending by them suitable notice. 18. Any clarification on details of the work can be obtained from AGM (CFA-PLG) / SDE (MM) before one week from the date specified for opening of the tender. 19. Modification and Withdrawal of bid: The bidder may modify or withdraw his bid online after submission prior to dead line prescribed for submission of bid. If a bid is withdrawn, the same shall be archived unopened in the e-procurement portal of Gujarat Circle. The bidder can make modification or withdrawal of his bid physically but bidder has to send withdrawal notice by fax, followed by a sign confirmation copy post marked not later than the dead line for submission of bid. No bid shall be allowed for modification subsequent to the dead line for submission of bid. 20. Clarification of bids by the BSNL: To assist in examination, evaluation and comparison bids, the BSNL may, at its discretion ask the bidder for clarification of its bid. The request for its clarification and its response shall be in writing. However, no post bid clarification at the initiative of the bidder shall be entertained. Any clarification issued by BSNL, in response to query raised by prospective bidders shall form an integral part of bid documents and it may amount to amendment of relevant clauses of the bid documents. 21. Period of validity of bid: Bid shall remain valid for 180 days from date of opening of the bid (Qualifying Bid).Bid for a shortage period shell be rejected as non responsive. The BSNL reserves the right to request the lowest 3 bidders as per read out list on the opening day to extend the bid validity for a period of further 120 days and the bidder A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

12

has to necessarily extend the bid validity. Refusal to extend the bid validity will result in forfeiture of the bid security. A bidder accepting the request and extending the bid validity will not be permitted to modify his bid. 22. PRELIMINARY EVALUATION: - a. The BSNL reserves the right to disqualify such bidders who have a record of not meeting contractual obligations against earlier contracts entered into with the BSNL. b. BSNL shall evaluate the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether the bids are generally in order. c. Prior to the detailed evaluation, the BSNL will determine the substantial responsiveness of each bid to the bid document. A substantially responsive bid is one, which conforms to all the terms and conditions of the bid documents without deviations. The BSNL’s determination of bids responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. d. The BSNL may waive any minor infirmity or no-conformity or irregularity in a bid, which does not constitute a material deviation, provide such waiver does not prejudice or affect the relative ranking of the bidder. e. If any of the documents, required to be submitted along with the technical bid, is found wanting, the offer is liable to be rejected at that stage. However, the purchaser at it’s discretion may call for any clarification regarding the document. The purchaser at it’s discretion may also ask for the submission of any additional/missing document(s) within a stipulated time period. In such case(s), the bidder shall have to comply the purchaser’s requirement within the specified time. In case of non-compliance to such quires, the bid will be out rightly rejected without entertaining further correspondence in this regard. 23. Evaluation and Comparison of substantially responsive bids: a. For Technical Bid: - The BSNL shall evaluate in detail and compare the bids previously determined to be substantially responsive and the bidder who fulfills all initial terms and conditions of the tender will be considered as eligible bidder. Financial bid of eligible bidders only will be considered for opening. Date of financial bid opening will be intimated to all eligible bidders. The BSNL reserves the right to disqualify such bidders who have a record of not meeting contractual obligations against earlier contracts entered into with the BSNL. b. For Financial Bid: - The evaluation will be done zone wise as per the rate quoted online for each zone in financial bid on percentage basis, above, below or at par, of SOR. The bidder who is the lowest in a particular zone will be awarded work of that zone being a L-1. Any tender with conditions other than those specified in the tender document is liable to be summarily rejected. 24. Contacting the BSNL: Any effort by the bidder to modify his bid or influence the BSNL in the BSNL’s bid evaluation, bid comparison or the contract award decisions shall result in the rejection of the bid. 25. Issue of Letter of Intent (LOI): a. The issue of letter of intent shall constitute the intention of the BSNL to enter in to the contract with the successful bidder. Letter of intent will be issued as an offer to the successful bidder. b. On receipt of LOI, Successfull biidder shallll have to pay the Securiity Deposiit in favor of BSNL Nadiad as mentioned in para 27 below. 26. Security Deposit: i. The Successful bidder shall have to pay the Security deposit @ 10 % of estimated value of work calculated on approved rates within 10 (Ten) days on receipt of LOI from this office. ii. Security Deposit as mentioned above is to be remitted in any of the forms as detailed below:

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

13

a) Demand draft drawn in favour of A.O (Cash), BSNL, O/o GMTD, Nadiad from any Nationalized/ Scheduled Bank payable at Nadiad.The FAT will be issued only after encashment of the Demand draft. OR b) Bank Guarantee from any scheduled Bank valid for the period of 24 months. (proforma attached as per section X (B)

iii. The proceeds of the performance security shall be payable to the department as compensation for any loss resulting from the contractor’s failure to complete its obligations under the contract. iv. If the contractor fails or neglects to perform any of his obligations under the contract, it shall be lawful for the BSNL to forfeit either whole or any part of the Security Deposit furnished by the contractor and the decision conveyed to the bidder in writing. v. The “Bank Guarantee” is an autonomous contract and imposes an absolute obligation on the bank in its terms. As such the existence of disputes between the parties under this contract or a possibility of a reference of any dispute arising out of this contract to arbitration or of pendency of proceeding on such a reference has absolutely no relevance to the obligation of the bank under the “Bank Guarantee”. The concerned Bank is bound to pay without demur irrespective of the pendency of any arbitration proceedings or the imminence of any reference to arbitration of the disputes between the parties to his contract arising out of this primary contract between the concerned parties. vi. In the event of security being insufficient or if the security has been forfeited, the balance of the total sum recoverable (as the case may be) shall be deducted from any sum then or at any time there-after becomes due to the contractors under this or any other contract with Nadiad SSA. If that sum amount also be not sufficient to cover the full amount recoverable, the contractor shall pay to Nadiad SSA on demand the remaining balance due, failing which the contractor will be black listed. vii. Refund of the Security Deposit:

a) The Security Deposit shall be refunded within six months from the date of completion of contract provided there are no recoveries to be made arising out of poor quality of work, incomplete work and / or violation of any terms and condition of the contract as stipulated in the bid document. b) No interest will be paid to the contractor on any Security Deposit c) The Security Deposit shall be refunded after full and final settlement of the final bill for the works contracted/executed under the Contract. 27. Award of contract:

a) The BSNL shall consider award of contract only to those eligible bidders whose offers have been found technically, commercially and financially acceptable. The bid of the tenderer who quoted lowest rate in a particular zone will be accepted for that particular zone. b) However the BSNL reserves the right to accept or reject any bid, annul the bidding process and reject all bids at any time prior to award of contract without assigning any reason whatsoever and without thereby incurring any liability to the affected bidder or bidders. c) The BSNL reserves the right to counter offer price(s) against price(s) quoted by any bidder. d) The BSNL reserves the right to award the work in any area to a single contractor or split the work among two or more contractors should it be considered that single contractor may not be able to deliver the desired output. The assessment of GMTD Nadiad in this regard shall be Final and binding. e) If the work in one area is awarded to more than one contractor, the demarcation of the work among the various contractors shall be decided by GMTD Nadiad and the demarcation will be communicated in writing to the concerned tenderer .In such cases the quantity of work will be awarded as per procurement policy. f) Normally the amount of SD will remain unaltered in all cases mentioned above.

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

14

28. Signing of Agreement: a) The successful tenderer will have to execute an agreement on a non judicial stamp paper of Rs. 100/-( the cost of the stamp to be borne by the tenderer) in the prescribed form to effect that the tenderer is bound by the terms and conditions of the agreement b) The signing of agreement shall constitute the award of contract on the bidder. The agreement with the successful bidder shall be signed by the BSNL within a week of submission of Security Deposit 29. Annulment of award: Failure of the successful bidder to deposit Security Deposit and Signing of Agreement shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security in which event the BSNL may make the award to any other bidder at the discretion of BSNL or call for new bids. 30. FORCE MAJEURE: If at any time, during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract be prevented or delayed by reason of: i. Any war of hostility. ii. Acts of public enemy, civil commotion, sabotage, explosions. iii. Effects of flood, epidemics, quarantine restrictions, freight embargoes, earthquake. iv. General strikes, Bandh v. Acts of God. Here in after referred to as event neither party shall, by reason of such event be entitled to terminate this contract, nor shall any party have any claim to the damages against the other in respect of such non-performance or delay in performance, provide that notice of happening, of any such event is given by either party to the other within 7(seven) days from the date of occurrences of such event 31. ARBITRATION: i. In the event of any question, dispute or difference arising under this agreement or in connection there-with except as to matter the decision of which is specifically provided under this agreement, the same shall be referred to sole arbitration of the CGMT, Gujarat circle, AM, or in case his designation is changed or his office is abolished then in such case to the sole arbitration of the officer for the time being entrusted whether in addition to the functions of the CGMT, Gujarat circle, AM or by whatever designation such officers may be called (hereinafter referred to as the said officer) and if the CGMT, Gujarat circle, AM or the said officer is unable or unwilling to act as such to the sole arbitration or some other person appointed by the CGMT, Gujarat circle, AM, or the said officer. The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act, 1996. There will be no objection to any such appointment that the arbitrator is BSNL servant or that he has to deal with the matter to which the agreement relates or that in the course of his duties as BSNL servant he has expressed views on all or any of the matter under dispute. The award of the arbitrator shall be final and binding on the parties. In the event of such arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reasons whatsoever such CGMT, Gujarat circle, AM or the said officer shall appoint another person to act as arbitrator in accordance with terms of the agreement and the person so appointed shall be entitled to proceed from the stage at which it was left out by his predecessors. ii. The arbitrator may from time to time with the consent of parties enlarge the time for making and publishing the award, subject to aforesaid Indian Arbitration and Conciliation Act 1996 and the rules made there under, any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this clause. iii. The venue of the arbitration proceeding shall be the office of the GMTD Nadiad or such other places as the arbitrator may decide. Amendment: ltr.no.3-2/2004-CPT/Pt.1 dt.16.11.2006 (Court Jurisdiction)  Any dispute arising out of tender/bid document/evaluation of bids/issue of APO shall be subject to the jurisdiction of the competent court at the place from where the NIT/tender has been issued.  Where a contractor has not agreed to arbitration, the disputes/claims arising out of the Contract/PO entered with him shall be subject to the jurisdiction of the competent Court at the place from where Contract/PO has been issued. Accordingly, a stipulation shall be made in the contract as under. “This Contract/PO is subject to jurisdiction of Court at Nadiad only.” A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

15

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

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

16

SECTION – VI SCOPE OF WORKS During the entire period of contract, contractor has to carry out the House Keeping Work (Sweeping & Cleaning) for the telephone exchanges/office buildings at Borsad, Anklav, Petlad, Sojitra, Cambay, Tarapur, Nadiad, Mahudha, Kheda, Mehmdabad, Balasinor, Virpuur, Thasra, Kathlal & Kapadwanj Talukas of Nadiad SSA & maintenance of toilet facilities, Verandas, common rooms, common bathrooms etc. 1. Schedule of Work a) No sweeping/cleaning work is required in equipment rooms and switch rooms. b) As per building plan sweeping/cleaning work is to be carried out in all toilets, bathrooms, balconies, on all working days in all offices/exchanges within the time slot as decided by controlling officer. c) Cleaning/Sweeping of the offices/exchange building will be carried out on all working days. d) Wall and roofs of all offices/other area is required to be cleaned regularly as and when required & instructed by controlling officers. Glass/Novapan partition of various chamber required to be cleaned regularly once in atleast 15-days in each month by using cleaning liquid. e) All the electrical/Civil fixtures/furnishing/furniture is also to be kept clean by dusting/vacuum cleaner/brooming them periodically. f) Corridor to be cleaned on all working days. g) Scrubbing of floors including bathrooms to be done on all working days. h) Stair case of the quarters to be cleaned daily. i) The building should be free of mosquitoes, flies, cockroaches etc. and the contractor should spray finite/other insecticide duly approved by G.M.T.D. Nadiad. j) Nadiad SSA being a dusty area, use of vacuum cleaner may be frequented. During such periods, the contractor should ensure cleaning of rooms, furniture and its upholstery be kept in proper, neat and clean condition. k) The contractor has to keep the corridors & verandahs neat and tidy. l) Use of Phenyl and Phenyl boll at Toilet block and use of phenyl while mopping on carpet area is must. m) Sweeping, cleaning and mopping work done signed by building in charge in Register Daily.

Note: - In addition to above the contractor has to do cleaning and sweeping work on holidays also, if required by controlling officers due to some special administrative requirement. 2. Quantum of Work A. The list of Exchanges/Offices with controlling officer and areas has been provided in Section – VIII (Annexure A) B. The quantum of work proposed in the tender may be very to some extent. 3. The officer in charge of the buildings will allot work and it is to be carried out as per their instructions. 4. Details of Latrine, Urinal, Bathroom & Washbasin etc has been given in Section VIII (Annexure A). 5. Floor area of toilet has been included in total covered area of building. 6. It will be the job of the contractor to ensure that the building is free of cobwebs.

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

17

SECTION – VII SPECIAL TERMS & CONDITIONS OF CONTRACT

1. BSNL will have the right to increase or decrease up to 25% of the quantity of goods and services specified in the tender without any change in the unit price or other terms and conditions at the time of award of contract. Accordingly the tender cost per annum shall also vary by + 25%. 2. The contractor has to carry out the House Keeping works which is not covered under SECTION - VIII at the proportionate one day rate on occasion basis

3. PERIOD OF VALIDITY OF CONTRACT: a) The contract should be firm and valid for a period of one year from the date mentioned in FAT (Final Acceptance of the Tender). b) The General Manager Telecom District, Nadiad reserves the rights to extend the validity of the contract for a further period of first three months unilaterally by BSNL at the same rates, terms & conditions & another period of three months on mutual consent on both side at the same rates, terms and condition. c) The General Manager Telecom District, Nadiad reserves the right to terminate the contract at any time during its currency without assigning any reason by giving thirty days notice to the contractor at their last known place of business/residence and the contractor shall not be entitled to any compensation by reason of such termination. 4. The contractor will engage the sweepers and labourers and all the payment to the sweepers/labourers will be made by contractor. It is contractor’s responsibility for any claim for recruitment of sweepers/labours and payment to them. Services of labourers/sweepers will not be counted for any recruitment in B.S.N.L. 5. All the cleaning materials required for carrying out the house keeping work will have to be arranged by the contractor at his cost only. The material used for maintenance of building should be of standard & excellent quality. No material will be supplied to the contractor by the BSNL. 6. No separate space will be provided for manpower of the approved contractor or for sweeping/cleaning materials. 7. The successful bidder shall be solely responsible for the cleaning work and BSNL shall not be liable to interact with the labour/sweepers/supervisor/partners/collaborators or sub-contractors of the contractor. 8. Approved contractor has to take certificate from the officer in charge of the building on weekly basis and payment will be done on monthly basis by cheque directly to the approved contractor subject to verification of work by controlling officer in charge. 9. No payment/advance will be given to the manpower engaged by the contractor. 10. For any theft/loss of material damage due to carelessness/ignorance of the persons engaged for cleaning, the contractor will be held responsible. 11. The authorized officer/person of department will have the liberty to check the material and work etc. 12. The contractor shall execute work in the most efficient and workmanship manner both in terms of quantity and quality in strict accordance with the instruction given to him from time to time by BSNL Nadiad. 13. Registration with Labour Commissioner Successful tender will register themselves with Assistant Labour Commissioner (Central) as per Contract Labour (R&A) Act 1970 and Contract Labour Rules 1971 as applicable & provide copy of labour license from Asstt. Labour Commissioner (Central) Ahmedabad if essential as per labour laws within 15 days from date of issue of FAT.

14. EPF Registration The contractor has to get registered with the EPF authorities. The employees/workers contribution towards EPF must be regularly deposited to the EPF authorities. Registration number is to be intimated to the GMTD Nadiad. All the claims must be accompanied with the following documents a) List showing the details of workers engages. b) Duration of their engagement c) The amount of wages paid to such workers d) Amount of EPF contributions paid to the EPF authorities & proof of payment of EPF contribution A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

18

15. Service tax Registration As per standing instructions of Ministry of Finance, government of India, the firm should be registered with Central Excise Department. Therefore, the registration number is to be written printed on the bills/claims submitted to BSNL Nadiad time to time.

16. It shall be the duty of the contractor to comply with all the mandatory provision of labour laws, EPF, service tax etc.In the event of any failure in this regard and in the event of any losses/damages caused directly or indirectly to the G.M.T.D. Nadiad, the amount of loss will payable by the contractor along with such penalty as may be decided by the G.M.T.D. Nadiad.

17. In case of receipt of any complaint for the nonpayment of wages to the labour or to EPF, or of any other kind of dues of his staff, the GMTD Nadiad will be at his liberty to deduct such amount from the bills/SD raised by the contractor and make the payment to the person concerned by account payee cheque under intimation to the contractor.

18. The contractor shall assign the job of providing house - keeping service only to experienced workers and also assume full responsibility for the safety and security of the officers/officials as well as essential store items while performing duties. BSNL shall have no direct or indirect liability arising out of such negligent, careless work which is an offence under relevant section under IPC and any loss caused to BSNL have to be compensated by contractor. The contractor shall remove forthwith any of its worker found undisciplined.

19. The contractor shall issue name badges to all its representatives and ensure that they wear them while on duty. Contractor shall issue to all its workers, Identity cards bearing their photographs this shall be ensured by the contractor, without any extra cost to BSNL.

20. The engagement and employment of labourers and payment of wages to them as per existing provisions of various labour laws and regulations is the sole responsibility of the contractor and any breach of such laws or regulations shall be deemed to be breach of this contract. BSNL may ask the contractor to produce documents to verify that the contractor complies with the provisions/laws. In case the contractor fails to pay due wages to its workers, BSNL shall deduct such amount from the due amount of the contractor and pay the wages directly to the workers.

21. PAYMENT TERMS a) Payment will be made on monthly basis. b) The contractor will prepare & submit the bill in duplicate to the controlling officer in charge. The bill should contain Service Tax number c) Generally the contractor shall submit the bill to the controlling officer of the zone. However if there are two or more controlling officers in a particular zone then the contractor can submit the bill for a number of exchanges under each controlling officers on the basis of proportionate cost per day per exchange. The calculation of cost per day per exchange is given in clause- 22. The cost per month per exchange can be obtained by multiplying it by 30. In future some additional work can be given or work can be reduced. In such case proportionate billing will be done on the basis of cost per day per exchange as explain in clause-22. d) The bill duly certified by the controlling officer (SDE/SDO I/C) duly countersigned by concerned D.E and submitted to A.O(Plg), BSNL, Nadiad for further processing for payment. e) Payment will be made by the Account Officer (Cash) O/O GMTD, Nadiad on approval of the competent authority. f) Penalty/LD charge if any will be deducted by the controlling officer and the net amount may be passed for payment with the counter signature of concerned D.E g) Payment will be released after deduction of all taxes as per law. For this deduction a certificate will be issued by AO (cash) BSNL O/o GMTD Nadiad. h) Any recovery pointed out by audit will be deducted directly from bills/SD without giving any notice. i) After payment of the first bill, the contractor is required to submit the challan of service tax deposited by him while claiming the next bill. For claiming Service Tax contractor has to submit Service Tax Registration Number printed on A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

19

the bill submitted for payment. j) In case of delay due to administrative reasons, BSNL, Nadiad will not be liable for any interest on any bill outstanding for payment. k) The bill containing the following details

 Certificate stating that the work has been executed satisfactorily in accordance with the scope of work, terms and conditions of the contract.  Details of recoveries/penalties (If any) as per provisions of the contract. In case no recovery is to be made, NIL report needs to be submitted.  Certificate from the controlling officer regarding the payment to the labours engaged by the contractor.  Copies of authenticated documents of payments of Service Tax, EPF contribution to authorities if applicable.

22. PENALTIES a) Cleaning work to be completed satisfactorily within the time slot given by the Controlling Officer In-charge (SDE/SDO) failing which penalty will be imposed as under for each absence and for work found not satisfactory.

CALCULATION OF PENALTY ZONE WISE In case the work in a particular exchange / office of a zone has not been done due to absence from the work or in case the work done has been found unsatisfactory, then the amount to be deducted from the monthly bill for various zones is given as under.

For zone-I (Borsad & Anklav Taluka) Cost per day per exge./ A = 12 x [ ( 0.10 x P) + ( 0.20 x Q) + (73.00 x R) ] x Approved Rates P.M of zone - I office 30 x (Total estimated cost P.A as per NIT of zone - I ) Deduction for Absence = 1.3 x A x No. of days of absence from the work Deduction for = 1 x A x Nos of days of unsatisfactory work unsatisfactory work

For zone-II (Petlad & SojitraTaluka) Cost per day per exge./ B = 12 x [ ( 0.15 x P) + ( 0.33 x Q) + (73.00 x R) ] x Approved Rates P.M of zone -II office 30 x ( Total estimated cost P.A as per NIT of zone – II) Deduction for Absence = 1.3 x B x No. of days of absence from the work Deduction for = 1 x B x No. of days of unsatisfactory work unsatisfactory work

For zone-III (Cambay &Tarapur Taluka) Cost per day per exge./ C = 12 x [ (0.10 x P) + ( 0.30 x Q) + ( 73.00 x R) ] x Approved Rates P.M of zone -III office 30 x (Total estimated cost P.A as per NIT of zone – III) Deduction for Absence = 1.3 x C x No. of days of absence from the work Deduction for = 1 x C x No. of days of unsatisfactory work unsatisfactory work

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

20

For zone-IV (Nadiad &Mahudha Taluka) Cost per day per exge./ D = 12 x [ (0.14 x P) + (0.19 x Q) + (73.00 x R) ] x Approved Rates P.M. of zone -IV office 30 x (Total estimated cost P.A as per NIT of zone – IV) Deduction for Absence = 1.3 x D x No. of days of absence from the work Deduction for = 1 x D x No. of days of unsatisfactory work unsatisfactory work

For zone-V (Kheda & Mahemdavad Taluka) Cost per day per exge./ E = 12 x [ (0.15 x P) + (0.33 x Q) + (73.00 x R) ] x Approved Rates PM of zone - V office 30 x (Total estimated cost P.A as per NIT of zone – V) Deduction for Absence = 1.3 x E x No. of days of absence from the work Deduction for = 1 x E x No. of days of unsatisfactory work unsatisfactory work

For zone-VI (Balasinor & Virpur Taluka) Cost per day per exge./ F = 12 x [ (0.15 x P) + (0.33 x Q) + (73.00 x R) ] x Approved Rates P.M. of zone - VI office 30 x (Total estimated cost P.A as per NIT of zone – VI) Deduction for Absence = 1.3 x F x No. of days of absence from the work Deduction for = 1 x F x No. of days of unsatisfactory work unsatisfactory work

For zone-VII (Thasra Taluka) Cost per day per exge./ G = 12 x [ (0.15 x P) + (0.33 x Q) + (73.00 x R) ] x Approved Rates P.M. of zone - VII office 30 x (Total estimated cost P.A as per NIT of zone – VII) Deduction for Absence = 1.3 x G x No. of days of absence from the work Deduction for = 1 x G x No. of days of unsatisfactory work unsatisfactory work

For zone-VIII (Kapadwanj & Kathlal Taluka) Cost per day per exge./ H = 12 x [ (0.15 x P) + (0.33 x Q) + (73.00 x R) ] x Approved Rates P.M. of zone - VIII office 30 x (Total Estimated cost P.A. as per NIT of Zone VIII) Deduction for Absence = 1.3 x H x No. of days of absence from the work Deduction for = 1 x H x No. of days of unsatisfactory work unsatisfactory work

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

21

Notes: - (2) Here “P” = Open area of particular exchange/offices of concerned zone (3) Here “Q” = Carpet area of particular exchange/offices of concerned zone (4) Here “R” = Total Nos of Toilet, Urinal & Wash Basin of a particular exchange/offices of concerned zone (5) P.M. = Per Month (6) P.A. = Per Annum (7) In case the contractor fails to carry out the work within time limit given by the controlling officer then the controlling officer will take action as per clause 22(b),(c) & (d). b) In case, successful tender fails to carry out the work within stipulated time given and as per the specification and quality laid down in the tender, the GMTD Nadiad reserve the right to get the work done by other agencies even at higher rates and extra expenditure if any incurred will be recovered from the contractor’s pending bills, S/D or any other payments that may be due or become due in future. The tenderer shall have no claim for compensation for any loss sustained by him due to such failure to comply with the conditions of tender and the firm shall be black listed. c) In case of delay or poor quantity of work the GMTD Nadiad will have the right to cancel the contract and forfeit the security deposit. d) Quantum of liquidated damages assessed and levied by the BSNL, Nadiad shall be final and not challengeable by the contractor. 23. Termination clause i. If the contractor fails to fulfill the contract or violates any of the terms and conditions of the contract, the GMTD Nadiad reserves the right to terminate the contract after giving 30 days notice in writing. The amount of EMD/SD will be forfeited and the firm will be black listed. ii. In the event of the contractor being adjudged insolvent or going voluntarily into liquidation are having receiving order or other under Insolvency Act made against or in the case of company of the passing of any resolution or making of any order, for winding up whether voluntarily or otherwise, General Manager Telecom District Nadiad shall have the power to terminate the contract without any notice.

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

22

SECTION-VIII The Zone Wise List of Exchanges/Offices with Controlling Officers and quantum of cleaning and sweeping work required to be done in each zone (ANNEXURE – A) Zone - I (Borsad & Anklav Taluka) Sl. Controlling Officer Name of Area. Open Area Carpet Area Toilet Block in Unit No. in Sq. Ft. in Sq. Ft. Toilet Urinal Wash Block Basin 1 Borsad T.E. Bldg. 9000 9067 4 6 4 SDOP Borsad 2 Borsad GIDC 0 1772 1 1 0 3 0 1259 1 1 0 4 Bamangam 0 1096 1 1 0 5 Bhetasi 0 1259 1 1 1 6 Kathana 0 615 0 0 0 7 Khanpur 0 1438 1 1 1 8 0 1438 1 1 1 9 Umeta 0 403 0 0 0 10 SDOT Borsad Umlav 0 1384 1 1 0 11 Anklav 0 1106 1 1 0 12 Asodar 0 1021 0 1 0 13 Bhadaran 0 1910 1 1 1 14 0 1128 1 1 0 15 Kinkhlod 0 822 1 1 0 16 Napa 0 1475 1 1 0 17 Ras 0 1254 1 1 0 Total 9000 28447 17 20 8

Zone - II (Petlad & Sojitra Taluka) Sl. Controlling Officer Name of Area/ Open Carpet Toilet Block in Unit No. Exchange Area in Area in Sq. Toilet Urinal Wash Sq. Ft. Ft. Block Basin 1 MBM Exge Bldg. 3350 3433 1 1 1 SDOP Petlad 2 Collage Road Exge 3572 5820 2 2 2 3 50 500 1 1 1 4 Nar 100 850 1 1 0 5 Bhatiyel 50 600 1 1 1 6 Bhurakui 0 750 1 0 0 7 Mehlav 164 858 1 1 0 8 SDOT Petlad Dabhou 100 529 1 1 0 9 Deva 417 980 1 1 0 10 Ramol 231 810 1 1 0 11 Sojitra 200 1212 1 1 1 12 Sunav 0 975 1 1 0 13 800 3400 2 2 2

Total 9034 20717 15 14 8 A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

23

Zone - III (Cambay and Tarapur Taluka)

Sl. Controlling Officer Name of Area/ Open Carpet Toilet Block in Unit No. Exchange Area in Area in Sq. Toilet Urinal Wash Sq. Ft. Ft. Block Basin 1 T.E.Bldg. Cambay 3310 8045 8 8 8 2 Dhuvaran 0 960 1 0 1 3 Undel 0 2370 1 0 1 4 SDOP Cambay Bamanva 0 1315 1 0 1 5 Kalamsar 0 522 0 0 0 6 Kanisa 0 1319 1 0 1 7 Vatadra 0 830 0 0 0 1 Tarapur 2000 4000 3 2 3 2 Changada 0 300 0 0 0 3 Chitarwada 0 600 0 0 0 4 Jichka 0 300 0 0 0 5 Khada 0 300 0 0 0 SDOT Tarapur 6 Varsda 0 350 0 0 0 7 Jinaj 0 924 0 0 0 8 Golana 0 624 0 0 0 9 Gudel 0 408 0 0 0 10 Pandad 0 176 0 0 0 11

Total 5310 23343 15 10 15

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

24

Zone - IV (Nadiad and Mahudha Taluka )

Sl. Controlling Officer Name of Area. Open Carpet Toilet Block in Unit No. Area in Area in Sq. Sq. Ft. Ft. Toilet Urinal Wash Block Basin 1 SDE (Genl) Nadiad GMTD Office 33684 36251 31 22 23 2 SDOP –III Nadiad Civil Road Exge. 202 1080 1 2 1 3 SDEP Nadiad Old T.E. Bldg 9195 3797 5 6 4 4 SDE (OCB) Nadiad OCB Exge. Bldg. 0 5113 2 4 2 CSC Counter, 5 SDE (CSC) Nadiad 80 600 0 0 0 M/W Staff Qtr, D- 3 at 6 SDE (Store) Nadiad 0 660 1 0 0 Pij Rd. NAD AGM (Trans) 7 E-1 Staff Qtr. 0 1165 2 0 2 Nadiad 8 Alindra 0 1426 1 1 1 9 Chaklasi 0 2486 1 1 1 10 Dabhan 120 496 1 0 0 11 Pij 105 908 1 0 1 12 Uttarsanda 560 1570 1 0 1 13 Vadtal 150 1020 2 0 0 14 Vaso 848 1153 1 0 1 15 Kanjri 418 1067 1 1 0 16 Keriavi 48 600 1 0 0 17 SDOT Nadiad Mohlel 136 980 1 1 0 18 Salun 120 828 1 0 0 19 Mahudha 0 2115 1 1 1 20 Alina 0 750 1 0 1 21 Chunel 0 403 1 0 0 22 Mahisa 0 340 1 0 0 23 Naranpura Lat 0 528 1 0 1 24 Sastapur 0 399 0 0 0 25 Vadthal 0 180 0 0 0 26 Veena 0 750 1 0 1 Total 45666 66665 60 39 41

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

25

Zone - V (Kheda and Mehmdabad Taluka)

Sl. Controlling Officer Name of Area. Open Carpet Toilet Block in Unit No. Area in Area in Sq. Sq. Ft. Ft. Toilet Urinal Wash Block Basin 1 Kheda 200 3780 2 2 2 2 Radhu 500 1089 1 0 1 3 Limbasi 224 807 1 0 0 4 Matar 250 804 1 0 0 5 Vasana Margia 0 522 1 0 0 6 Vastana 0 470 1 0 0 7 Radhwanaj 0 330 1 0 0 8 Asamli 0 209 0 0 0 9 SDOT Kheda Bhalada 0 458 1 1 0 10 Traj 0 615 1 0 0 11 Goblaj 0 1200 0 0 0 12 Pariaj 0 576 1 0 0 13 Khandhali 0 1114 0 0 0 14 Lali 0 792 1 0 0 15 Naika 500 500 1 0 0 16 Navagam 0 1375 1 0 0 17 Alindra 0 140 0 0 0 18 Mahemdabad 2500 3689 2 2 2 19 Aklacha 0 720 1 0 0 20 Ghodasar 0 810 1 1 0 SDOT 21 Haldarvas 0 537 1 1 0 Mahemdabad 22 Nenpur 0 970 1 1 1 23 Vathvadi 0 910 1 0 1 24 Someswar Lat 618 700 1 1 0 Total 4792 23117 22 9 7

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

26

Zone - VI (Balasinor and Virpur Taluka)

Sl. Controlling Officer Name of Area. Open Carpet Toilet Block in Unit No. Area in Area in Sq. Sq. Ft. Ft. Toilet Urinal Wash Block Basin 1 Balasinor 2000 4317 3 2 2 2 Janod 75 712 1 0 0 3 Jetholi 100 322 1 0 0 4 SDOT Balasinor Jorapura 100 703 1 0 0 5 Maganpura Lat 00 300 0 0 0 6 Vadadala 00 407 0 0 0 7 Pandava 00 581 1 0 0 8 Virpur 100 590 0 0 0 9 Virpur M/W 0 500 0 0 0 10 Asapura Lat 00 636 0 0 0 11 Debhari 300 1190 1 0 0 SDOT Virpur 12 Koydam 00 700 1 0 0 13 Kumbharwadi 00 346 1 0 0 14 Pansorda 00 417 0 0 0 15 Vaghas 00 700 0 0 0 Total 2675 12421 10 2 2

Zone - VII (Thasra Taluka) Sl. Controlling Officer Name of Area. Open Carpet Toilet Block in Unit No. Area in Area in Sq. Sq. Ft. Ft. Toilet Urinal Wash Block Basin 1 Dakor 1927 3593 3 1 3 2 Sevalia 0 1309 1 1 0 3 Thasra 468 1709 1 2 1 4 Wanakbori 798 1973 1 1 1 5 Angadi 0 525 1 1 0 6 Chandasar 0 535 0 0 0 7 SDOT Dakor Chetersumba 0 264 0 0 0 8 Nes 189 1096 1 1 0 9 Rania 0 535 1 1 0 10 Sandhli 0 429 0 0 0 11 Vadad 0 820 1 1 0 12 Vagroli 0 575 0 0 0 13 Vanoda 0 510 1 0 1 Total 3382 13873 11 9 6

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

27

Zone – VIII (Kapadwanj and Kathlal Taluka)

Sl. Controlling Officer Name of Area. Open Carpet Toilet Block in Unit No. Area in Area in Sq. Sq. Ft. Ft. Toilet Urinal Wash Block Basin 1 Kapadwanj A.S. 2500 2000 5 5 2 2 Kapadwanj T.R. 2500 2500 2 2 1 3 Kadampura Lat 100 300 0 0 0 4 Kevadia 0 300 1 0 0 5 Antisar 0 1120 1 1 0 6 Attarsumba 0 1120 1 1 0 SDOT Kapadwanj 7 Motizer 0 1120 1 1 0 8 Nirmali 200 400 0 0 0 9 Vyas Vasana 50 300 0 0 0 10 Savli 0 200 1 0 0 11 Thavad 200 400 1 0 0 12 Torna 0 400 1 0 0 13 Kathlal 1800 3000 1 1 1 14 Anara 0 450 1 0 0 15 Chhipadi 0 350 1 0 0 SDOT Kathlal 16 Fagvel 0 300 0 0 0 17 Lasundra 0 1120 1 1 0 18 Sarkhej 100 300 0 0 0 Total 7450 15680 18 12 4

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

28

SECTION – IX

CERTIFICTE REGARDING NEAR RELATIVES

(Certificate required under clause 6 of Section-IV of Bid Document)

This is to declare that I, Shri ______son of Shri ______Proprietor /Partner(s) of the firm/company ______having residence at ______not having any near relatives employed in BSNL. No person related to above mentioned firm /company is employed in BSNL. In case at any stage, it is found that the information given by me is false / incorrect, BSNL shall have the absolute right to take any action as deemed fit/without any prior intimation to me.

Signature of Tenderer

-: NOTE:-

1. In case of proprietorship firm, certificate will be given by the proprietor 2. For partnership firm, certificate will be given by all the partners and 3. In case of limited company, certificate will be given by all the Directors of the company.

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

29

SECTION – X (A) DRAFT FOR AGREEMENT

This Agreement made on this ______day of ______(month)______(year) ______between M/s ______herein after called ‘’The contractor’’ (Which expression shall unless excluded by or repugnant to the context include his successors, heirs, executors, administrative representatives and assignees) of the one part and Bharat Sanchar Nigam Limited here in after referred to as BSNL, of other part. Whereas the contractor has offered to enter into contract with the BSNL for House Keeping Work for Office/Exchange buildings located at Borsad, Anklav, Petlad, Sojitra, Cambay, Tarapur, Nadiad, Mahudha, Kheda, Mehmdabad, Balasinor, Virpur, Thasra, Kathlal & Kapadwanj Taluka Nadiad SSA on the terms & Conditions herein contained and the rates approved by BSNL (Copy of Rates annexed ) have been duly accepted and where as the necessary security deposits have been furnished in accordance with the provisions of the tender document and whereas no interest will be claimed on the security deposits. Now these present witnesses and it is hereby agreed and declared by and between the parties to these presents as follows: 1) The Contractor shall ,during the period of this contract (mentioned in FAT) or completion of work for Rs. ______whichever is earlier or until this contact shall be determined by such notice as is hereinafter mentioned, safely carryout, by means of labours employed at his own expenses and by means of tools, implements & equipment etc. to be supplied by him to his labour at his own expenses, when BSNL or GMTD Nadiad or any other persons authorizes by GMTD Nadiad in that behalf requires. It is understood by the contractor that the quantity of work mentioned in the bid document is likely to be increase or decrease as per actual requirements. 2) The NIT (notice inviting tender) Bid documents (Technical & Financial), letter of intent, approved rates, annexed hereto and such other additional particular instructions, work orders as may be found requisite to be given during execution of the work shall deemed and taken to be an integral part of the contract and shall also be deemed to be included in the expression ‘’ The Agreement’’ or ‘’ The Contract’’ wherever herein used. 3) The Contractor shall also supply the requisite number of workmen with means & materials as well as tools, appliances, machines, implements etc. required for the proper execution of work. 4) The Contractor hereby declares that nobody connected with or in the employment of the BSNL is not / shall not ever be admitted as partner in the contract. 5) The Contractor shall, during the period of this contract, comply with all the mandatory provision of labour laws, EPF, ESI & Misc provision Act & Employer Provident Scheme in respect of Labours/Employees engaged for performing the work under the contract as per terms and conditions stipulated in the tender document. 6) The Contractor shall abide by the terms & Conditions, rules, Guidelines etc. stipulated in the tender document including any correspondence between the contractor and BSNL having bearing on execution of work and payments of work to be done under the contract.

In witness whereof the parties present have herein to set their respective hands and seals the day and year in ______

Signed & sealed by contractor Signed on behalf of the Bharat Sanchar Nigam Limited

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

30

SECTION – X (B) PERFORMA FOR BANK GUARANTEE BOND (Tender No : KTD / MM / T – 04 /House Keeping Work /15-16 ) In consideration of the GMTD, BSNL, Nadiad (hereinafter called ‘BSNL’) having agreed to exempt ______(hereinafter called ‘the said contractor) from the demand under the terms and conditions of tender dated __/__/2015 made between ‘BSNL’ and ‘the said contractor’ for House Keeping (Sweeping & Cleaning) of different office buildings & exchange buildings of Borsad, Anklav, Petlad, Sojitra, Cambay, Tarapur, Nadiad, Mahudha, Kheda, Mahemdavad, Balasinor, Virpur, Thasra, Kathlal & Kapadwanj Talukas of Nadiad SSA (hereinafter called “the said agreement ”), of security deposit for the due fulfillment by the said contractor of the terms and conditions contained in the said Agreement, on production of the bank guarantee for Rs.______. 1. We, (name of the bank) ______(hereinafter refer to as “the bank”) at the request of ______(contractor) do hereby undertake to pay to the BSNL an amount not exceeding Rs.______against any loss or damage caused to or suffered or would be caused to or suffered by BSNL by reason of any breach by the said Contractor of any of the terms or conditions contained in the said Agreement. 2. We (name of the bank) ______do hereby undertake to pay the amounts due and payable under this guarantee without any demure, merely on a demand from the BSNL by reason of breach by the said contractor of any of the terms or conditions contained in the said Agreement or by reason of the contractors failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee where the decision of BSNL in these counts shall be final and binding on the bank. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.______. 3. We under take to pay to the BSNL any money so demanded notwithstanding any dispute or disputes raised by the contractor(s)/supplier(s) in any suit or proceeding pending before any court or tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the contractor(s)/supplier(s) shall have no claim against us for making such payment. 4. We( name of the bank)______further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the BSNL under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till AGM(CFA-PLG),O/o GMTD,BSNL, Nadiad certifies that the terms and conditions of the said Agreement have been fully or properly carried out by the said contractor and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the expiry of 24 months (as specified in Agreement) from the date hereof, we shall be discharged from all liabilities under this guarantee thereafter. 5. We (name of the bank)______further agree with the BSNL that the BSNL shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said contractor from time to time or to postpone for any time or from time to time any of the powers exercisable by the BSNL against the said Contractor and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or omission on the part of the BSNL or any indulgence by the BSNL to the said Contractor or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. 6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor. 7. We (name of the bank) ______lastly undertake not to revoke this guarantee during its currency except with the previous consent of the BSNL in writing.

Place: Date: for ______(Indicate the name of bank)

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

31

APPENDIX- I

CHECKLIST FOR BIDDER (e-Tender NO: KTD/MM/T-04/House Keeping Works /15-16)

Have you ensured (before sealing the envelopes by sealing wax/PVC tape) the following?

Sr PARTICULARS Compliance No Yes / No / N.A. 1 Have you study the complete tender document? 2 Have you submitted your bid as mentioned in clause 15 of Section – V 4 Have you signed on all pages of tender document with rubber stamp? 5 Have you enclosed the E.M.D as mentioned in clause 13 & 14 of Section – V 6 Have you submitted a DD of Rs 500/- against the tender form fee along with the EMD? 7 Have you enclosed the registration certificate of your firm as per clause-2 (d) of section IV? 8 Have you submitted the attested copy of Memorandum of Associates & attested copy of certificate of incorporation? 9 Have you submitted the NOC of the directors other than the director (s) who has signed the tender documents? 10 Have you submitted the attested copy of the partnership deeds & No objection certificate from other partners? 11 Have you submitted the original Power of Attorney? (if applicable) 12 Have you enclosed the latest bank solvency certificate as per clause No- 2 (n) of Section IV? 13 Have you submitted the Bid Form duly filled in? (Performa given in Section – II) 14 Have you submitted the Tenderer’s profile duly filled in? (Performa given in Section – III) 15 Have you submitted Declaration regarding any near relative not working in BSNL (Performa given in Section – IX) 16 Have you submitted experience certificate as per eligibility condition of tender? 17 18 Have you enclosed the service tax registration certificate as per clause No 2 (m) Section IV? 19 Have you enclosed the EPF registration certificate as per Clause No- 2 (m) of Section -IV? 20 Have you enclosed the ESI registration certificate as per Clause No- 2 (m) of Section -IV? 21a) Have you submitted latest & valid NSIC / MSME certificate (if applicable)? 22 Have you submitted the copy of PAN card? 23 Are all the copies of documents/certificates duly self attested or Attested by G.O. or by BSNL Officer not below the rank of DE?

 N.A. : - Not Applicable

DETAILS OF EARNEST MONEY DEPOSIT I have submitted the Bid Security (EMD) of Rs. ______in the 1st envelop and details as under Demand draft No ______dated ______Name of Bank ______

Signature of bidder with rubber stamp A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

32

APPENDIX- II E-TENDERING INSTRUCTIONS TO BIDDERS The General & Special instruction (for e-Tendering) Supplement, “Instructions to bidders” as enclosed in section – IV, V, VI & VII of the tender document. Submission of Bids only through online process is mandatory for this Tender. E-Tendering is a new methodology for conducting Public Procurement in a transparent and secured manner. Suppliers/vendors will be the biggest beneficiaries of this new system of procurement. For conducting electronic tendering, BSNL, Gujarat has decided to use the portal Benefits to Suppliers are outlined on the Home-page of the portal. https://eprocurement.synise.com/bsnl1/gujarat 1. Tender Bidding Methodology: Sealed Bid System - ‘Single Stage - Two Envelopes’, followed by ‘e-Reverse Auction’ if applicable after opening of Financial-part (Financial &Technical bid shall be submitted by the bidder at the same time) 2. Broad outline of activities from Bidders prospective: I. Procure a Digital Signing Certificate (DSC) II. Register on Electronic Tendering System on e-procurement portal of Gujarat Circle III. View Notice Inviting Tender (NIT) on e-procurement portal of Gujarat Circle IV. Download official copy of Tender Documents from e-procurement portal of Gujarat Circle V. Clarification to Tender Documents on e-procurement portal of Gujarat Circle  Query to BSNL (Optional)  View response to queries posted by BSNL, as addenda. VI. Bid submission of e-procurement portal of Gujarat Circle VII. Attend Public Online Tender Opening Event (TOE) on e-procurement portal of Gujarat Circle for opening of technical part VIII. View/post TOE Clarification on e-procurement portal of Gujarat Circle (optional) respond to BSNL’s post-TOE queries IX. Attend Public Online Tender Opening Event (TOE) on e-procurement portal of Gujarat Circle on opening of financial-Part (Only for Technical Responsive Bidders) X. Participate in e-Reverse Auction if applicable on e-procurement portal of Gujarat Circle For participating in this tender online, the following instructions are to be read carefully. These instructions are supplemented with more detailed guidelines on the relevant screens of the e- procurement portal of Gujarat Circle. 3. Digital Certificates For integrity of data and its authenticity/ non-repudiation of electronic records, and be compliant with IT Act 2000, it is necessary for each user to have a Digital Certificate (DC) also referred to as Digital Signature Certificate (DSC), of Class 2 or above, issued by a Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in]. 4. Registration To use the Electronic Tender portal https://eprocurement.synise.com/bsnl1/gujarat Vendor need to register on the portal (if not registered earlier). Registration of each organization is to be done by one of its senior persons who will be the main person coordinating for the e-tendering activities. In E-procurement terminology, this person will be referred to as the Super User (SU) of that organization. For further details, please visit the website/portal https://eprocurement.synise.com/bsnl1/gujarat (on the Home Page), and follow further instructions as given on the site. Note: After successful submission of Registration details and Annual Registration Fee (as applicable). A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

33

Please contact Synise Technologies Ltd. Helpdesk (as given below), to get your registration accepted/activated. Synise Technologies Ltd. Helpdesk Telephone Phone: +91-020-30277517 / 30277516 / 30277522 [between 10:00 hrs to 18:00 hrs on working days Monday to Saturday]

Contact Person Mr. Indrajeet, Mr. Ashok & Manasi

Emergency Mobile Nos. +91 7774013248 / 7774013247 / 8308810327

E-mail ID [email protected]

BSNL Contact BSNL’s Contact Person Shri N.R Patel, AGM (CFA-PLG)

Telephone/ Mobile 0268-2559300/ 09427610100 [between 10:30 hrs to 17:00 hrs on working days] E-mail ID [email protected]

BSNL’s Contact Person Shri H.B. Chauhan, SDE (MM)

Telephone/ Mobile 0268-2557450/ 09427610464 [Between 10:30 hrs to 17:00 hrs on working days] E-mail ID [email protected] 5. Bid related Information for this Tender (Sealed Bid) The entire bid-submission would be online on e-procurement portal of Gujarat Circle. Broad outline of submissions are as follows:  Submission of Bid Security/ Earnest Money Deposit (EMD)  Submission of digitally signed copy of Tender Documents/ Addendum Two Envelopes  Technical Bid  Financial BID Each of the above electronic envelopes consists of Main bid and Electronic form (both mandatory) and bid Annexure (Optional). NOTE: - Bidder must ensure that after following above the status of bid submission must become- “Complete” 6. Offline Submissions: The bidder is requested to submit the following documents offline to AGM(CFA-Plg) O/o G.M.T.D. Nadiad, Door Sanchar Bhavan, Room No 104, Pij Road, Near Vallabh Nagar society, Nadiad - 387002 on or before the date & time of submission of bids specified in NIT of this tender document, in a Sealed Envelope. The envelope shall bear (the project name), the tender number and the words ‘DO NOT OPEN BEFORE’ (due date &time).  EMD-Bid Security (Original copy).  DD/ Bankers cheque of Rs. 1000.00 drawn in favor of AO (Cash), O/o GMTD, BSNL Nadiad, payable at Nadiad against payment of tender fee.  Power of attorney in accordance with clause 17 of Section-VI along with attested copy of Board resolution.  Integrity pack (if applicable) A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

34

Note: The Bidder has to upload the Scanned copy of all above said original documents as Bid- Annexure during Online Bid-Submission also.

7. Special Note on Security of Bids Security related functionality has been rigorously implemented in e-procurement portal of Gujarat Circle in a multidimensional manner. Starting with 'Acceptance of Registration by the Service Provider', provision for security has been made at various stages in Electronic Tender's software. Specifically for Bid Submission, some security related aspects are outlined below: As part of the Electronic Encrypter™ functionality, the contents of both the ‘Electronic Forms’ and the ‘Main-Bid’ are securely encrypted using a Pass-Phrase created by the Bidder himself. Unlike a ‘password’, a Pass-Phrase can be a multi-word sentence with spaces between words (eg I love this World). A Pass-Phrase is easier to remember, and more difficult to break. It is recommended that a separate Pass-Phrase be created for each Bid-Part. This method of bid- encryption does not have the security and data-integrity related vulnerabilities which are inherent in e-tendering systems which use Public-Key of the specified officer of a Buyer organization for bid-encryption. Bid-encryption in e-procurement portal of Gujarat Circle is such that the Bids cannot be decrypted before the Public Online Tender Opening Event (TOE), even if there is connivance between the concerned tender-opening officers of the Buyer organization and the personnel of e-tendering service provider. Typically, ‘Pass-Phrase’ of the Bid-Part to be opened during a particular Public Online Tender Opening Event (TOE) is furnished online by each bidder during the TOE itself, when demanded by the concerned Tender Opening Officer. There is an additional protection with SSL Encryption during transit from the client end computer of a Supplier organization to the e-tendering server/ portal. 8. Public Online Tender Opening Event (TOE) e-procurement portal of Gujarat Circle offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. Tender Opening Officers as well as authorized representatives of bidders can attend the Public Online Tender Opening Event (TOE) from the comfort of their offices. For this purpose, representatives of bidders (i.e. Supplier organization) duly authorized are requested to carry a Laptop and Wireless Connectivity to Internet. Every legal requirement for a transparent and secure ‘Public Online Tender Opening Event (TOE)’ has been implemented on e-procurement portal of Gujarat Circle As soon as a Bid is decrypted with the corresponding ‘Pass-Phrase’ as submitted online by the bidder himself (during the TOE itself), salient points of the Bids are simultaneously made available for downloading by all participating bidders. The tedium of taking notes during a manual ‘Tender Opening Event’ is therefore replaced with this superior and convenient form of ‘Public Online Tender Opening Event (TOE)’. e-procurement portal of Gujarat Circle has a unique facility of ‘Online Comparison Chart’ which is dynamically updated as each online bid is opened. The format of the chart is based on inputs provided by the Buyer for each Tender. The information in the Comparison Chart is based on the data submitted by the Bidders. A detailed Technical and/ or Financial Comparison Chart enhance Transparency. Detailed instructions are given on relevant screens. e-procurement portal of Gujarat Circle has a unique facility of a detailed report titled ‘Minutes of Online Tender Opening Event (TOE)’ covering all important activities of ‘Online Tender Opening Event (TOE)’. This is available to all participating bidders for ‘Viewing/ Downloading’. There are many more facilities and features on e-procurement portal of Gujarat Circle. For a particular tender, the screens viewed by a Supplier will depend upon the options selected by the concerned Buyer.

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

35

NOTE: In case of internet related problem at a bidder’s end, especially during ‘critical events’ such as – a short period before bid-submission deadline, during online public tender opening event, during e- auction, it is the bidder’s responsibility to have backup internet connections. In case there is a problem at the e-procurement/ e-auction service-provider’s end (in the server, leased line, etc) due to which all the bidders face a problem during critical events, and this is brought to the notice of BSNL by the bidders in time, then BSNL will promptly re-schedule the affected event(s). 9. Other Instructions For further instructions, the vendor should visit the home-page of the portal https://eprocurement.synise.com/bsnl1/gujarat and go to the User-Guidance Center The help information provided through ‘e-procurement portal of Gujarat Circle User- Guidance Center’ is available in three categories - Users intending to Register /First- Time Users, Logged-in users of Buyer organizations, and Logged-in users of Supplier organizations. Various links are provided under each of the three categories. Important Note: It is strongly recommended that all authorized users of Supplier organizations should thoroughly peruse the information provided under the relevant links, and take appropriate action. This will prevent hiccups, and minimize teething problems the use of e- procurement portal of Gujarat Circle The following ‘FOUR KEY INSTRUCTIONS for BIDDERS’ must be assiduously adhered to:  Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender submission deadline on e-procurement portal of Gujarat Circle  Register your organization on e-procurement portal of Gujarat Circle well in advance of your first tender submission deadline on e-procurement portal of Gujarat Circle  Get your organization’s concerned executives trained on e-procurement portal of Gujarat Circle well in advance of your first tender submission deadline on e-procurement portal of Gujarat Circle  Submit your bids well in advance of tender submission deadline on e-procurement portal of Gujarat Circle (There could be last minute problems due to internet timeout, breakdown, et al) While the first three instructions mentioned above are especially relevant to first-time users of e- procurement portal of Gujarat Circle, the fourth instruction is relevant at all times. 10. Minimum Requirements at Bidders end  Computer System with good configuration - the users have to ensure that they have Computer System with good configuration (Min P IV, 1 GB RAM, Windows XP) / Windows Vista / Windows 7 installed in their respective PC / Laptop  Broadband connectivity.  Microsoft Internet Explorer 8.0 or above  Digital Certificate(s) for users Class- 2 and above

11. Information to Vendor regarding procedure to be follow for e-tendering: -

This office will provide necessary information to vendor on or before 18/01/2016 for filling e-tender, if require.

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

36

APPENDIX-III UNDERTAKING & DECLARATION

Ref: - Your e-tender No KTD / MM /T – 04/House Keeping Work/2015-16 Dated 29.12.2015

i. Certified that, 1. I/We______have read, understood and agree with all the instructions to bidder, terms and conditions, specification included in the tender documents & offer to execute the work at the rate quoted by us in the tender form 2. If I/we fail to enter into the agreement & commence the work in time the EMD / SD deposited by us will stand forfeited to the BSNL ii. The tenderer hereby covenants and declares that 1. All the information, documents, photocopies of the documents / certificate enclosed alongwith the tender offer are correct 2. If anything is found false and / or incorrect and / or revels and suppression of fact at any time, BSNL reserves the right to debar our tender offer / cancel the LOA / LOI /Purchase / Work Order if issued and forfeit the EMD / SD /Bill amount pending with BSNL. In addition, BSNL may debar the contractor from participation its future tender

Date: - __.__._____ Signature of Tenderer ______

Place: - ______Name of Tenderer With date and seal______

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

37

APPENIDX –IV MANDATE FORM (Authorization letter for payment of supplier’s / contractor’s bill through e-payment scheme)

PROFORMA 1 Name of the company / firm

2 Address

3 Particular of Bank Account Name of the Bank Branch Name Type of Account (SB Account / current account) Ledger No. / Folio No. Name of the Account Holder Account No as appearing on the cheque book / pass book Branch code Address

Telephone No of the Branch Whether SEFT System available (Yes/ No) Whether RTGS enable branch (Yes/ No) If RTGS enable, give IFSC Code 9 digit code Number of the bank and branch as appearing on MICR Cheque issued by the Bank

Abbreviation / acronym used above is as under 1. SEFT: - Special Electronic Fund Transfer 2. RTGS : - Real Time Gross Settlement 3. MICR: - Magnetic Ink Character Recognition

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

38

APPENDIX- V

Clause by Clause compliance certificate

Ref: - Your e-tender No KTD / MM /T – 04/House Keeping Work/ 15.16 Dated 29.12.2015

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

Signature of Tenderer with seal ______

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

39

SECTION XI PART-B FINANCIAL BID

HOUSE KEEPING WORK (SWEEPING & CLEANING) FOR OFFICE BUILDINGS & EXCHANGE BUILDINGS AT Borsad, Anklav, Petlad, Sojitra, Cambay, Tarapur, Nadiad, Mahudha, Kheda, Mahemdavad, Balasinor, Virpur, Thasra, Kapadwanj & Kathlal Taluka OF NADIAD SSA

Note: Please read carefully below mention instructions before filling the rates in financial bid. a) Quantum of Work zone wise has been given in Section – VIII, Anneuxre in detailed and the summary of quantum of work zone wise has also been given in rate sheets of Section XI. b) The rates quoted should be inclusive of labour charge, material charges & all kind of taxes (except Service Tax if applicable). The contractor should visit each zone and ensure the total quantum of work in each zone and quote rates accordingly for each zone separately. c) The service Tax will be paid as per Notification No. 30/2012- service tax and guidelines issued by Government of India, Ministry of finance from time to time and contractor will l have to submit certificate of registration with service tax authority & will be required to quote his service tax registration number in the bills invariably d) Tenderer should quote rates both in figure and words. If any difference found between rates written in figures and words then rates written in words will be taken as rate quoted. e) All correction should be attested with full signature of the tenderer. No overwriting should be done. f) Evaluation : The evaluation will be done zone wise. The bidder who is L-1 in a particular zone will be awarded work in that zone only. g) The penalty clause is given in clause No. 22 mentioned in special terms & conditions of contract under section – VII Page No 19, 20 & 21. The bidder may see it.

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

40

RATE SHEET To The GMTD Nadiad Dear Sir, Having examine the tender documents, term and conditions stipulated in therein, specification of works etc., we the undersigned offer the following rates for House Keeping Work (Sweeping & Cleaning) for following Zone/zones of Nadiad SSA in conformity with the said specification and condition of contract.

Zone - I (Borsad and Anklav Taluka)

Sl. Controlling Officer Name of Area/ Open Carpet Toilet Block in Unit Lump sum rate for zone-I per month including No. Exchange Area in Area in Sq. material and manpower etc Sq. Ft. Ft. Toilet Urinal Wash In Figure In Words Block Basin (In Rs) (In Rs) 1 Borsad T.E. Bldg. 9000 9067 4 6 4 SDOP Borsad 2 Borsad GIDC 0 1772 1 1 0 3 Alarsa 0 1259 1 1 0 4 Bamangam 0 1096 1 1 0 5 Bhetasi 0 1259 1 1 1 6 Kathana 0 615 0 0 0 7 Khanpur 0 1438 1 1 1 8 Pamol 0 1438 1 1 1 9 Umeta 0 403 0 0 0

10 SDOT Borsad Umlav 0 1384 1 1 0 11 Anklav 0 1106 1 1 0 12 Asodar 0 1021 0 1 0 13 Bhadaran 0 1910 1 1 1 14 Bochasan 0 1128 1 1 0 15 Kinkhlod 0 822 1 1 0 16 Napa 0 1475 1 1 0 17 Ras 0 1254 1 1 0 Total 9000 28447 17 20 8

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

41

RATE SHEET Zone - II (Petlad & Sojitra Taluka) Sl. Controlling Officer Name of Area/ Open Carpet Toilet Block in Unit Lump sum rate for zone-II per month including No. Exchange Area in Area in Sq. material and manpower etc Sq. Ft. Ft. Toilet Urinal Wash In Figure In Words Block Basin (In Rs) (In Rs) 1 MBM Exge Bldg. 3350 3433 1 1 1 SDOP Petlad 2 Collage Road Exge 3572 5820 2 2 2 3 Vatav 50 500 1 1 1 4 Nar 100 850 1 1 0 5 Bhatiyel 50 600 1 1 1 6 Bhurakui 0 750 1 0 0 7 Mehlav 164 858 1 1 0 8 SDOT Petlad Dabhou 100 529 1 1 0 9 Deva 417 980 1 1 0 10 Ramol 231 810 1 1 0 11 Sojitra 200 1212 1 1 1 12 Sunav 0 975 1 1 0 13 Dharmaj 800 3400 2 2 2

Total 9034 20717 15 14 8

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

42

RATE SHEET Zone III ( Cambay & Tarapur Taluka)

Sl. Controlling Officer Name of Area/ Open Carpet Toilet Block in Unit Lump sum rate for zone-III per month No. Exchange Area in Area in Sq. including material and manpower etc Sq. Ft. Ft. Toilet Urinal Wash In Figure In Words Block Basin (In Rs) (In Rs) 1 T.E.Bldg. Cambay 3310 8045 8 8 8 2 Dhuvaran 0 960 1 0 1 3 Undel 0 2370 1 0 1 4 SDOP Cambay Bamanva 0 1315 1 0 1 5 Kalamsar 0 522 0 0 0 6 Kanisa 0 1319 1 0 1 7 Vatadra 0 830 0 0 0 1 Tarapur 2000 4000 3 2 3 2 Changada 0 300 0 0 0 3 Chitarwada 0 600 0 0 0 4 Jichka 0 300 0 0 0 5 Khada 0 300 0 0 0 SDOT Tarapur 6 Varsda 0 350 0 0 0 7 Jinaj 0 924 0 0 0 8 Golana 0 624 0 0 0 9 Gudel 0 408 0 0 0 10 Pandad 0 176 0 0 0 11

Total 5310 23343 15 10 15

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

43

RATE SHEET FOR ZONE - IV (Nadiad & Mahudha Taluka) Sl. Controlling Officer Name of Area/ Open Carpet Toilet Block in Unit Lump sum rate for zone-IV per month including No. Exchange Area Area in material and manpower etc in Sq. Sq. Ft. Toilet Urinal Wash In Figure In Words Ft. Block Basin (In Rs) (In Rs) 1 SDE (Genl) Nadiad GMTD Office 33684 36251 31 22 23 2 SDOP –III Nadiad Civil Road Exge. 202 1080 1 2 1 3 SDEP Nadiad Old T.E. Bldg 9195 3797 5 6 4 4 SDE (OCB) Nadiad OCB Exge. Bldg. 0 5113 2 4 2 5 SDE (CSC) Nadiad CSC Counter, M/W 80 600 0 0 0 6 SDE (Store) Nadiad Staff Qtr, D- 3 at Pij Rd. NAD 0 660 1 0 0 7 AGM (Trans) Nadiad E-1 Staff Qtr. 0 1165 2 0 2 8 Alindra 0 1426 1 1 1 9 Chaklasi 0 2486 1 1 1 10 Dabhan 120 496 1 0 0 11 Pij 105 908 1 0 1 12 Uttarsanda 560 1570 1 0 1 13 Vadtal 150 1020 2 0 0 14 Vaso 848 1153 1 0 1 15 Kanjri 418 1067 1 1 0 16 Keriavi 48 600 1 0 0 17 SDOT Nadiad Mohlel 136 980 1 1 0 18 Salun 120 828 1 0 0 19 Mahudha 0 2115 1 1 1 20 Alina 0 750 1 0 1 21 Chunel 0 403 1 0 0 22 Mahisa 0 340 1 0 0 23 Naranpura Lat 0 528 1 0 1 24 Sastapur 0 399 0 0 0 25 Vadthal 0 180 0 0 0 26 Veena 0 750 1 0 1 Total 45666 66665 60 39 41 A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

44

RATE SHEET Zone V (Kheda & Mehmdabad Taluka)

Sl. Controlling Officer Name of Area/ Open Carpet Toilet Block in Unit Lump sum rate for zone-V per month including No. Exchange Area in Area in Sq. material and manpower etc Sq. Ft. Ft. Toilet Urinal Wash In Figure In Words Block Basin (In Rs) (In Rs) 1 Kheda 200 3780 2 2 2 2 Radhu 500 1089 1 0 1 3 Limbasi 224 807 1 0 0 4 Matar 250 804 1 0 0 5 Vasana Margia 0 522 1 0 0 6 Vastana 0 470 1 0 0 7 Radhwanaj 0 330 1 0 0 8 Asamli 0 209 0 0 0 9 SDOT Kheda Bhalada 0 458 1 1 0 10 Traj 0 615 1 0 0 11 Goblaj 0 1200 0 0 0 12 Pariaj 0 576 1 0 0 13 Khandhali 0 1114 0 0 0 14 Lali 0 792 1 0 0 15 Naika 500 500 1 0 0 16 Navagam 0 1375 1 0 0 17 Alindra 0 140 0 0 0 18 Mahemdabad 2500 3689 2 2 2 19 Aklacha 0 720 1 0 0 20 Ghodasar 0 810 1 1 0 SDOT 21 Haldarvas 0 537 1 1 0 Mahemdabad 22 Nenpur 0 970 1 1 1 23 Vathvadi 0 910 1 0 1 24 Someswar Lat 618 700 1 1 0 Total 4792 23117 22 9 7

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

45

RATE SHEET

Zone - VI (Balasinor & Virpur)

Sl. Controlling Officer Name of Area/ Open Carpet Toilet Block in Unit Lump sum rate for zone-VI per month No. Exchange Area in Area in Sq. including material and manpower etc Sq. Ft. Ft. Toilet Urinal Wash In Figure In Words Block Basin (In Rs) (In Rs) 1 Balasinor 2000 4317 3 2 2 2 Janod 75 712 1 0 0 3 Jetholi 100 322 1 0 0 4 SDOT Balasinor Jorapura 100 703 1 0 0 5 Maganpura Lat 00 300 0 0 0 6 Vadadala 00 407 0 0 0 7 Pandava 00 581 1 0 0 8 Virpur 100 590 0 0 0

9 Virpur M/W 0 500 0 0 0 10 Asapura Lat 00 636 0 0 0 11 Debhari 300 1190 1 0 0 SDOT Virpur 12 Koydam 00 700 1 0 0 13 Kumbharwadi 00 346 1 0 0 14 Pansorda 00 417 0 0 0 15 Vaghas 00 700 0 0 0 Total 2675 12421 10 2 2

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

46

RATE SHEET

Zone - VII (Thasra Taluka) Sl. Controlling Officer Name of Area/ Open Carpet Toilet Block in Unit Lump sum rate for zone-VII per month No. Exchange Area in Area in Sq. including material and manpower etc Sq. Ft. Ft. Toilet Urinal Wash In Figure In Words Block Basin (In Rs) (In Rs) 1 Dakor 1927 3593 3 1 3 2 Sevalia 0 1309 1 1 0 3 Thasra 468 1709 1 2 1 4 Wanakbori 798 1973 1 1 1 5 Angadi 0 525 1 1 0 6 Chandasar 0 535 0 0 0 7 SDOT Dakor Chetersumba 0 264 0 0 0

8 Nes 189 1096 1 1 0 9 Rania 0 535 1 1 0 10 Sandhli 0 429 0 0 0 11 Vadad 0 820 1 1 0 12 Vagroli 0 575 0 0 0 13 Vanoda 0 510 1 0 1 Total 3382 13873 11 9 6

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer

47

RATE SHEET

Zone - VIII (Kapadwanj & Kathlal Taluka )

Sl. Controlling Officer Name of Area. Open Carpet Toilet Block in Unit Lump sum rate for zone-VIII per month including No. Area in Area in Sq. material and manpower etc Sq. Ft. Ft. Toilet Urinal Wash In Figure In Words Block Basin (In Rs) (In Rs) 1 Kapadwanj A.S. 2500 2000 5 5 2 2 Kapadwanj T.R. 2500 2500 2 2 1 3 Kadampura Lat 100 300 0 0 0 4 Kevadia 0 300 1 0 0 5 Antisar 0 1120 1 1 0 6 Attarsumba 0 1120 1 1 0 SDOT Kapadwanj 7 Motizer 0 1120 1 1 0 8 Nirmali 200 400 0 0 0 9 Vyas Vasana 50 300 0 0 0 10 Savli 0 200 1 0 0 11 Thavad 200 400 1 0 0 12 Torna 0 400 1 0 0 13 Kathlal 1800 3000 1 1 1 14 Anara 0 450 1 0 0 15 Chhipadi 0 350 1 0 0 SDOT Kathlal 16 Fagvel 0 300 0 0 0 17 Lasundra 0 1120 1 1 0 18 Sarkhej 100 300 0 0 0 Total 7450 15680 18 12 4

Note: - (1) The rates quoted above are inclusive of labour charges, material charges and all kind of taxes except service tax. The service tax will be paid by BSNL (2) The tender evaluation will be done zone wise. The bidder who is lowest in particular zone will be awarded work of that zone. (3) Details of exchange, open area, carpet area and toilet etc in each zone is mention on page No 22 to 27, Section VIII in Annexure

A.G.M. (CFA-PLG) O/o GMTD Nadiad Signature of Tenderer