Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Outsourcing of Upkeep and Maintenance of BTS, Telephone Exchanges and Customer Access Network

bZ&fufonk izi= E-Tender Document

e-Tender No:- Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

e-Tender Document for Expression of Interest (EoI) for Outsourcing of Upkeep & Maintenance of BTS & Rural Exchanges Telecom Infrastructure in BSNL SSA

Ajmer Telecom District

låeåizå ¼ ½] एम एम dk;kZy; eåizånwåftyk] vtesjA AGM (MM) O/o GMTD AJMER

Page 1 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

INDEX Section Contents Page

Cover page 01 Index 02 I Detailed NIT 03-07 II Bid Form 08 III Tenderer’s Profile 09-10 IV A Instructions to Bidders 11-20

IV B E-tendering Instructions to Bidders 21-25 V General(Commercial) Conditions of contract 26-54 VI Special Conditions of contract 55-59 VII Other conditions of contract 60-62 VIII Scope of work 63-94 IX Performance security Bank guarantee Bond 95-98 X Draft Agreement 99-100 XI Letter of authorization for attending bid 101 XII A Declaration regarding no addition/deletion in tender doc. 102

XII B Undertaking/Declaration regarding “Not blacklisted” 103

XII C Near-Relationship certificate 104 XIII Financial Bid/(BOQ) 105 XIV FAQ 106

Page 2 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Section-I DETAILED NOTICE INVITING E-TENDER

BHARAT SANCHAR NIGAM LIMITED (A GOVT. OF ENTERPRISES) AJMER Telecom District e-Tender Document for Expression of Interest (EoI) for Outsourcing of Upkeep & Maintenance of BTS & Rural Exchanges Telecom Infrastructure in BSNL AJMER SSA

Digitally signed e-Tenders for Outsourcing of Upkeep & Maintenance of BTS & Rural Exchanges Telecom Infrastructure are invited by the GMTD, BSNL, AJMER on behalf of CMD BSNL, from the eligible contractors, detailed as under:-

Cost of Last Date & time of Estimated cost of Tender online Bid Date & time of EMD SNo. Tender Number work (in Rs) document Submission and Opening of (In Rs.) Two Year including Offline Document Technical bid GST in Rs. of Tender Eng-15/MM-Tender- 1,28,22,924/- 3,20,575/- 29/07/2020 upto 30/07/2020 at 1. 760/Outsourcing/ BTS & Rural 2360-00 Exch Mtce /2020-21 14:30 Hr 15:00 Hr

Different Activities in Tenders are : Details of Site Defined Scope of Work Type of Activity as Annexure Defined as Annexure- 1A & 1B 1 Type 1-Diesel Filling Activities Scope of Work Annexure I Type 2- Mobile site maintenance & Upkeep (2G and/ or 3G Annexure- 2 Scope of 2 and/or 4G) per site location. (N-BSNL sites) Work Annexure II Type 3- Mobile Site collocated with Rural Telephone Exchange maintenance & Upkeep (2G and/ or 3G and/or 4G and Rural Annexure- 3 Scope of 3 Telephone Exchange) Work Annexure III Annexure- 4 Scope of 4 Type 4-Rural Telephone Exchange maintenance & Upkeep Work Annexure IV Annexure -5 Scope of 5 Type 5-RF Optimization and Rigger Activities Work Annexure V Type 6 -maintenance and provisioning of Landline and Broadband for externar plant of copper network in leftout Annexure- 6 Scope of 6 Rural Exchanges Work Annexure VI

Note1: The quantity /cost of tenders stated above are estimated and BSNL reserves the right to vary the quantity/cost to the extent (-) (+) 25 %.

Note2: 20% work in this tender is reserve to the eligible Micro & Small Enterprises (MSEs). However, in case eligible MSE bidders are not available then this quantity would be de-reserved & awarded to other participating bidder(s).

The bidding process will be accepted only through e-tendering Platform 1.0 Period of contract : The tender is valid for Two Year from the date of entering into agreement and period can be extended upto one more year with the approval of GMTD,AJMER ,if required, with mutual consent. 2.0 Purchase of Tender Document: - e-Tender document can be obtained by downloading it from the website www.eprocure.gov.in. 2.1 The bidders downloading the tender document are required to submit the tender fee amount through DD/

Page 3 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Banker’s cheque along with their tender bid failing which the tender bid shall be left archived unopened/ rejected. The DD/ banker’s cheque shall be drawn from any Nationalized/ Scheduled Bank in favour of “AO (Cash), BSNL, O/o GMTD, AJMER” and payable at “AJMER”. 2.2 Micro & Small Enterprises bidder(s) registered with NSIC for similar items may claim exemption from payment of cost of tender document on production of requisite proof in respect of valid certification from NSIC for the tendered item. 2.3 The original Crossed Demand Draft/ Bankers Cheque should be submitted offline in the envelope as mentioned in clause 5.2 of Section- IV B. 2.4 The Tender fee is non-refundable and Tender is non-transferable. 2.5 If there is any doubt / mismatching in instructions in this tender related to offline / online (e-tender) procedure, instruction related to e- tender will be valid and final. 2.6 This is an e-tender hence bidders may participate through online process (e-tendering) only through E-tender website www.eprocure.gov.in. 2.7 The bidder is required to follow all terms and conditions as applicable in the GST 2.8 The hard copy of the Tender document would not be available for sale.

4.0. Eligibility criteria & Turnover :-

Following are the eligibility criteria to participate in the tender.

4.1 The Bidder shall be a company registered in India under the companies Act 1956/ 2013 or a partnership firm/proprietorship firm registered in India.

4.2 Average Annual financial turnover (to be submitted along with balance Sheet certified by CA) during the last 3 years i.e. 2016-17, 2017-18 & 2018-19 should be at least 30% of the Total estimated cost. Audited Annual Financial Reports for this is to be enclosed along with the bid to substantiate eligibility in this regard.

4.3 The company should have valid PAN Number and valid registration under GST Act, EPF and ESI.

4.4 The Bidder should not have been black-listed by central/ state governments/ PSUs at the time of submission of bid.

4.5 Bidders should have office in the state of . Valid proof of office address is to be submitted.

4.6 The Bidder should NOT be a Licensed Telecom Service Provider to provide Basic Services/ Cellular Telephony Services / Internet Services/ UASL/ NLD/ ILD Services anywhere in India, undertaking to that effect may be submitted by bidder.

4.7 The Bidder should also submit the following documents in Technical Bid –

(i) EPF/ESI Registration Certificate along with latest EPF/ESI payment certificate. (ii) Income tax return for the financial year 2016-17, 2017-18 & 2018-19. (iii) Valid PAN Number. (iv) Valid Goods and Services Tax Registration Certificate No(s). (v) A self-declaration along with the evidence that the bidder is not black listed by GST authorities. (vi) An undertaking that the bidder has not been black-listed by central/ state governments/ PSUs at the time of submission of bid, (vii) An undertaking that the Bidder is NOT be a Licensed Telecom Service Provider to provide Basic Services / Cellular Telephony Services / Internet Services/ UASL/ NLD/

Page 4 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

ILD Services anywhere in India.

4.8 The bidders shall submit necessary documentary proof showing that they meet the eligibility criteria along with their TENDER bid. All documents submitted shall also be self- attested by the bidder.

4.9 Experience in terms of Technical Parameter:

Bidder should have successfully executed similar/related works related to Mobile segment covering at least 300 sites simultaneously with Telecom service provider/Telecom Infra Provider for One year period or more during or after the year 2015. The site count of 300 sites may be achieved with the same operator or with multiple operators, but shall be with overlapping/concurrent period.

OR

Bidder should have successfully executed similar/related works related to maintenance & provisioning of Landline/Broadband segment covering at least 5000 lines equipped capacity Landline exchanges for One year period or more during or after the year 2015 for the works related to Landline segment. The equipped capacity count of 5000 Landline may be achieved with the same operator in one or multiple sites or with multiple operators on one or multiple sites, but shall be with overlapping/concurrent period.

The documentary proof certifying the same from the concerned Telecom service provider for this shall be submitted by the bidder in original, signed by the authorized signatory of the company, (on company’s Letterhead) for the said period of service performed by the Bidder in the technical bid itself.

4.10 Experience in terms of Financial Parameter: Experience possessed by the bidder in respect of contracts executed on value terms on works of BTS/Exchange Maintenance or similar/related works (as described in ‘Scope of Works’) shall conform to the following requirement and the bidder shall have to submit experience certificate for either of the following :

(a) Three completed contracts each costing not less than the amount equal to 40% of the estimated cost (of BA for which bidding) during or after year 2015.

OR

(b) Two completed contracts each costing not less than the amount equal to 50% of the estimated cost (of BA for which bidding) during or after year 2015.

OR

(c) One completed contract costing not less than the amount equal to 80% of the estimated cost (of BA for which bidding) during or after year 2015

5.0. The registration of the firm i) Proprietorship –Affidavit stating that he/she is the sole proprietor of the firm on a non- judicial stamp paper of worth Rs. 100 duly notary attested original from the proprietor of the firm. ii) Partnership –Self attested copy of the registration of the firm issued by Registrar of Firms and copy of partnership deed. iii) Limited company - Self attested copy of Memorandum & Articles of Association and certificate of incorporation. 5.1. Self attested Power of Attorney in case a person other than the bidder has signed the tender document on stamp paper of allocable value, which must be verified from original before Final-agreement of the tender.

Page 5 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

5.2. Self attested Copy of EPF Registration certificate under EPF act, 1952 5.3. Valid EPF and ESI registration, If not available at the time of bid submission enclose a declaration that it will be submitted at the time of agreement failing which EMD can be forfeited and party can be black listed from any tender in BSNL. 5.4. The bidder should submit a declaration that he has not been black listed/debarred/anywhere in prescribed performa. 5.5. Declaration regarding non near relative in BSNL in prescribed performa. 5.6. Photocopy of PAN Card duly attested by the Gazetted officer/Notary/Self Attested. 5.7. EMD of requisite amount & cost of Tender form. MSME/NSIC bidders are exempted from submitting the bid security and cost of tender document. 5.8. Copy of GST registration certificate of the bidder duly self attested. 5.9. Bidder shall submit necessary documentary proof showing that they meet the eligible criteria along with their tender bid. All document submitted will also be self attested by the bidder. Scanned copies of all documents mentioned above should be signed with Digital Signature Certificate (DSC) by the authorized signatory of the bid offer. 5.10. Submission of documents listed in section-IV Clause 18.1(a) “Essential Documents” is mandatory and non-compliance may result in rejection of the Bid during evaluation. 5.11. If some document is not applicable for the bidder then he has to upload scanned copy of paper/document mentioning “The document < Name> called vide clause is not applicable on us”. 5.12. All the Uploaded Document on e-tending portal will be treated as Digitally Signed and Read, Understood & Complied by bidder 6.0. BID Security /EMD: 6.1 The bidder shall furnish the bid EMD in one of the following ways:- a. Demand Draft/ Banker’s cheque drawn in favour of “AO (Cash), BSNL, O/o GMTD Ajmer” and payable at AJMER issued by a Nationalized/Scheduled Bank in India for an amount equal to given in DNIT.

OR

Bank Guarantee(s) from a Nationalized/Scheduled Bank in India, drawn in favour of “AO (Cash), BSNL, O/o GMTD Ajmer,” which should be valid for 210 days (i.e. one month above the offer/ bid validity period) from the tender opening date for an amount equal to given in DNIT.

b. The MSE bidders registered with the designated MSME bodies like National Small Scale Industries Corporation etc are exempted from payment of bid security. However, they shall furnish a proof regarding registration with bodies under the Ministry of Micro, Small & Medium Enterprises for the construction/Operations/Maintenance services in Telecom Industry / maintenance and installation of OF cables, valid on the date of opening of the tender. The scope of area of the above MSE registered bidders must be for construction/ maintenance of underground telecom cables/ maintenance and installation of OF cables /telecom outdoor network/BTS maintenance GSM/mobile BTS sites, Battery Sets, Power Plants, DG Sets, Installation of Telecom Services etc.

6.2 MSE/NSIC units shall be exempted from submission of bid security deposit on production of requisite proof in respect of valid & current certification from MSME for the tendered item. 7. In case the date of submission (opening) of bid is declared to be a holiday; the date of submission (opening) of bid will get shifted automatically to next working day at the same scheduled time. 8. E-Tender bids received after due time & date will not be accepted by the online system. 9. All documents should be digitally signed by the bidder. 10. Incomplete, ambiguous, conditional, tender bid are liable to be rejected. 11. GMTD, AJMER reserved the right to accept or reject any or all tender bids without assigning any reason whatsoever and he is not bound to accept the lowest bid.

Page 6 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

12. Bidder shall furnish a declaration under his digital signature that no addition/deletion/correction has been made in the downloaded tender document being submitted and it is identical to the tender document appearing on the e-procure tender portal. 13. In case of any correction/addition/alteration /omission in the tender document by the bidder, the tender bid shall be treated as non- responsive and shall be rejected summarily. 14. Bidder are advised to visit the work site before offering their bid if required. 15. The bidder is required to submit the required Off-line documents in the tender box before closing date &Time as given in NIT. In the case where no off-line document is received, the bid will be rejected. 16. The Vendor shall obtain / provide at his own cost all easements, permits and license necessary to do work. However for which the payment to the concerned authorities shall be made by BSNL against the demand note/estimate raised by the concerned department. 17. No any extra charges will be paid to the Vendors for pursuance of easements, permits etc. from the different local authorities. It shall be responsibility of the bidder to quote the rates for execution of the work keeping in view such aspects.

AGM (MM) O/o G.M.T.D. AJMER Copy to:- 1. The CGMT, Rajasthan Telecom Circle Jaipur. 2. All SSAs in Rajasthan…………………………… 3. M/s ………………………………………………. 4. Notice Board 5. On web portal via eprocure.gov.in and www.bsnl.co.in

Page 7 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

SECTION II

BID FORM

To

The GMTD BSNL, AJMER

Dear Sir,

Having examined the conditions of contract and specifications including Tender No e-Tender No:- Eng- 15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21 , the receipt of which is hereby duly acknowledged. We, undersigned, offer for Outsourcing of Upkeep & Maintenance of BTS & Rural Exchanges Telecom Infrastructure in conformity with said drawings, conditions of contract and specifications as may be ascertained in accordance with the schedule of prices attached herewith and made part of this Bid.

1. We undertake, if our Bid is accepted, we will execute the work in accordance with specifications, time limits & terms and conditions stipulated in the tender document.

2. If our Bid is accepted, we shall submit the securities as per the conditions mentioned in the contract.

3. 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.

4. We understand that you are not bound to accept the lowest or any bid, you may receive.

5. 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.

6. Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and replacement.

Dated this ______day of ______(the year)

Signature of Director (in case of Pvt. Ltd. Co.) ………………..………………………….. Or

Signature of Partner (in case of Partnership Firm) …………………………………………… Or

Signature of Proprietor (in case of Proprietorship Firm) ………………………………….. Or

Signature of Authorized Signatory (in case of authorization) …………………………

Page 8 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

SECTION III

TENDERER’S PROFILE General: Passport size photograph of the 1. Name of the Tenderer / firm______tenderer/authorized signatory holding power of attorney 2. Name and designation of the person submitting the tender whose

Photograph is affixed

Shri / Smt. …………………………,…………………………………..

3. Present correspondence Address of the tenderer/firm. …………………………,…………………………………..

…………………………,…………………………………..

4. Tel. No. (with STD code) (O) ……………… (Fax) ………….…… ( R ) ……………. Mobile No…………………………………………….Email………………………………………

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

6. Name of Proprietor/Partners/Director(s) of Pvt. Ltd. Co. ……………………………………………………

.…………………………………………………………………………………………………

7. Tenderer’s Enlistment /Registration Certificate/NSIC registration, details if any:-

a. Category/Work ………………………………………………………………

b. Number ………………………………………………………………

c. Issuing Authority ………………………………………………………………

d. Cost of work / Issued on ………………………………………………………………

e. Valid up to ……………………………………………………………… (An attested copy of the Enlistment/Registration Certificate may please be enclosed)

8. (A) Permanent Account Number……………………………… Income Tax circle…………………………………… (B) GST Registration Number………………………….

9. Details of the bidder’s Bank for effecting e-payments:

1. Name of the account holder. …………………………………………………..

2. Name of the Bank (Branch & City) …………………………………………….

Page 9 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

3. Bank account number…………………… …………………………………………….

4. IFSC Code of the Branch…………………………………………………………….

5. MICR Code of the Branch ……………………………………………………………

I/We hereby declare that the information furnished above is true and correct.

Place: Date: Signature of tenderer/ Authorized Signatory

Name of the Tenderer

Seal of the tenderer

Page 10 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

SECTION IV A INSTRUCTION TO BIDDERS A. INTRODUCTION : 1. DEFINITIONS a. BSNL: The BSNL means Bharat Sanchar Nigam limited, a company incorporated under company act 1956 having its registered office at Bharat Sanchar Bhawan, HCM Lane Janpath New Delhi, which invites the tender. CMD BSNL Chief General Manager Principal General Manager Senior General Manager General Manager Deputy General Manager / Area Manager / Director / Telecom District Manager AGM /Assistant General Manager Sub Divisional Engineer/Sub-Divisional Officer Junior Telecom Officer Chief Accounts Officer Accounts Officer Assistant Accounts Officer Junior Accounts Officer (Including other officers in the BSNL, whatever designations assigned to them from time to time, who may be the in-charge of direction supervision, testing, acceptance and maintenance including their successor(s) in the office appearing in various clauses shall be taken to mean the BSNL)

b. The SSA Head means The head of SSA GMTD, AJMER Telecom District and his successors.

c. The jurisdiction of the GMTD AJMER means: - AJMER SSA which coincides geographically with Whole .

d. Representative of the GMTD AJMER: Representative of the GMTD AJMER means Officer and staff for the time being deputed by the GMTD AJMER for inspecting or supervising the work or testing etc.

e. Engineer– in-charge: The Engineer–in-charge means the Engineering Officer nominated by the BSNL to supervise the work, under the contract (Minimum AGM level Officer).

f. Site Engineer: Site Engineer shall mean JTO/SDE/SDO of the BSNL who may be placed by the GMTD AJMER as in- Charge of the work at site at any particular period of time.

g. A/T:- A/T shall be means Acceptance testing by designated authority of the parameters related to technical specification of equipment. Installation and Engineering instructions of BSNL on OFC laying practice (A/T Schedule as per tender document).

h. A/T Unit: A/T Unit shall be mean Acceptance and testing unit of the BSNL has right to carry out sample checks. Shortcomings/deficiencies noted shall be attended by Vendor within 15 days and intimate to BSNL.

i. A/T Officer: An officer authorized by GMTD AJMER to conduct A/T as the case may be.

j. Contract : The term contract means, the documents forming the tender and acceptance thereof and the formal agreement executed between the competent authority on behalf of the BSNL and the Vendor, together with the documents referred to therein including these conditions, the specifications, designs, drawings and instructions issued from time to time, by the engineer in-charge and all these documents taken together shall be deemed to form one contract and shall be complementary to one another. In the contract, the following expressions shall, unless the context otherwise requires, have the meanings, hereby respectively assigned to them. The expression works or work shall unless there be something either in the

Page 11 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

subject or context repugnant to such constructions, be construed and taken to mean the works by or by virtue of the contract contracted to be executed whether temporary or permanent, and whether original, altered, substituted or additional.

k. Vendor: The Vendor shall mean the bidder/tenderer/contractor whose tender is accepted by the BSNL and who is willing to execute the works as per construction specification. It may be individual, firm or company, Vendor for undertaking the works and shall include the legal personal representative of such individual or the persons composing such firm or company, or the successors of such firm or company and the permitted assignees of such individual, firm or company.

l. Works: The expression “works” shall unless there be something either in the subject or context repugnant to such construction be construct and taken to mean the works by or by virtue of the contract contracted to be executed whether temporary or permanent and whether original altered, substituted or additional.

m. Schedule(s): Schedule (s) referred to in these conditions shall mean the relevant schedule(s) or the standard schedule of rates mentioned in the document.

n. Site: The site shall mean the land/ or other places on, into or through which work is to be executed under the contract or any adjacent land, path or street through which, the work is to be executed under the contract or any adjacent land, or street which may be allotted or used for the purpose of carrying out the contract.

o. Normal time or stipulated time: Normal time or stipulated time means time specified in the work order to complete the work.

p. Extension of Time: Extension of Time means the time granted by the BSNL to complete the work beyond the normal time or stipulated time.

q. Date of commencement of Work: Date of Commencement of Work means the date of actual commencement of work or 7th day from the date of issue of work order, whichever is earlier.

r. Due date of completion: Due date of completion shall be the date by which the work shall be completed at site including clearance of site excluding A/T.

s. Duration of completion of work: The duration of completion of work or completion time shall be time specified in the work order plus extension of time granted, if any.

t. Excepted risk: Excepted risk are risks due to war (whether declared or not), invasion, act of foreign enemies, hostilities, civil war, rebellion, revolution, insurrection, military or usurped power, any acts of Government damages from aircraft, acts of God, such as earthquake, lightening and unprecedented floods and other causes over which, the Vendor has no control and the same having been accepted as such, by the Accepting Authority or causes solely due to use or occupation by the BSNL of the part of the work, in respect of which a certificate of completion has been issued.

2. ELIGIBILITY OF BIDDERS: The invitation of E-tender is open to experienced Vendors as per their eligibility mentioned in clause-4 of Section-I i.e. Detailed NIT of this tender document.

B. BID DOCUMENTS:

3. BID DOCUMENT 3.1 The construction work to be carried out, goods required, bidding procedures and contract terms and conditions are prescribed in the Bid Documents. The Bid Documents include:

3.1.1 Qualifying Bid:- 3.1.1.1 Notice Inviting Tender. 3.1.1.2 Bid Form

Page 12 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

3.1.1.3 Tenderer’s Profile. 3.1.1.4 Instruction to Bidders. 3.1.1.5 E-Tendering Instruction to bidders. 3.1.1.6 General (Commercial) Conditions of the contract. 3.1.1.7 Special Conditions of Contract. 3.1.1.8 Labour welfare 3.1.1.9 Scope of Work and jurisdiction of the contract. 3.1.1.10 Important instructions 3.1.1.11 Security Deposit Bond Form 3.1.1.12 Agreement (Draft). 3.1.1.13 Letter of Authorization for Attending Bid Opening. 3.1.1.14 Declaration regarding no addition/deletion in tender document 3.1.1.15 Certificate of Non black listing. 3.1.1.16 Certificate of NON-relative in BSNL

3.1.2 Financial Bid

3.1.2.1 Schedule of rates – for Outsourcing of Customer Access works.

3.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the bid documents. Failure to furnish all information required as per the Bid Documents or 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.

4 QUERIES ON BID DOCUMENTS: 4.1 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 indicated in the invitation for Bids. The BSNL shall respond in writing to any request for clarification of the Bid Documents, which it receives not later than 7 days prior to the date for the opening of the bids. Copies of the query (without identifying the source) and the clarifications by the BSNL shall be posted on website www.eprocure.gov.in for information of bidders. 4.2 Any clarification issued by BSNL in response to query raised by prospective bidders shall form an integral part of bid documents and shall amount to an amendment of the relevant clause of the bid documents.

5. AMENDMENT OF BID DOCUMENTS:-

5.1 At any time, prior to the date for submission of bids, the BSNL may, for any reason whether suo-moto or in response to a clarification requested by a prospective Bidder, modify the bid documents by amendments. 5.2 The amendments shall be posted on e-tendering portal (www.eprocure.gov.in) to all prospective bidders and these amendments will be binding on them. The amendments if any will be uploaded on internet. All bidders must see and check the BSNL site/ www.eprocure.gov.in time to time before submitting their bids and upto closing date of the tender. 5.3 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.

C PREPARATION BIDS

6 Cost of Bidding: 6.1 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.

7. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATIONS

The bidder shall furnish, as part of his bid documents establishing the bidder’s eligibility, the following documents or whichever is required as per terms and conditions of bid documents.

Page 13 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

7.1 Original DD/Bankers cheque of Bid security and cost of tender document of requisite amount as per DNIT. MSE bidders are exempted from submitting the bid security and cost of tender document but they need to submit the attested copy of the valid NSIC registration for the tendered items to claim the exemption. 7.2 Tender document (s), in original, duly filled in and signed by tenderer or his authorized signatory along with seal on each page. 7.3 The copy of Experience certificate & Turn Over as per DNIT. 7.4 The registration of the firm i) Proprietorship –Affidavit stating that he/she is the sole proprietor of the firm on a non- judicial stamp paper of worth Rs.100 original from the proprietor of the firm. ii) Partnership –Self attested copy of the registration of the firm issued by Registrar of Firms and copy of partnership deed. iii) Limited company - Self attested copy of Memorandum & Articles of Association and certificate of incorporation. 7.5 Bid form, duly signed & filled. 7.6 Tenderer’s profile, duly completed & signed. 7.7 Attested photocopy of “Power of Attorney “in case person other than the tenderer has signed the tender documents on stamp paper of applicable value, which must be verified from original before Final-approval of the tender . The power of attorney should be on non-judicial stamp paper of Rs.100 in case it has been executed in between blood relation and in other cases on Rs.500 non-judicial stamp paper and should be attested by Notary public or should be registered with Sub- registrar. 7.8 Photo Copy of PAN card of Firm (self attested) 7.9 Undertaking of NON-relative in BSNL in the prescribed performa. 7.10 Declaration regarding Non-blacklisting/debarred anywhere in the prescribed performa . 7.11 Copy of EPF Registration and Copy of ESI Registration or declaration. 7.12 Copy of GST registration certificate. 7.13 The bidder shall furnish audited Annual Report for last two financial years & IT Returns (i.e. 2017-18 and 2018-19) and a certificate from its bankers to assess its solvency/ financial capability to the tune of 30% of annual estimated cost of tender.

7.14 The bidders shall submit scanned copies of above documents duly digitally signed with DSC by authorized person for e-tender. 7.15 In case some document is not applicable for the bidder then he has to upload scanned copy of paper mentioning “The document called vide clause…………….. is not applicable on us”. 7.16 All the Uploaded Document on e-tending portal will be treated as Digitally Signed and Read, Understood & Complied by bidder.

8.0 BID SECURITY (EMD):

8.1 The bidder shall furnish, as part of its bid, a bid security (EMD) as mentioned in section-I (DNIT). No interest shall be paid by the BSNL on the bid security for any period, what so ever. 8.2 The bid security is required to protect the BSNL against the risk of bidders conduct, which would warrant the security’s forfeiture, pursuant to Para 8.8 8.3 Bid Security shall be paid in the form of Crossed Demand Draft/Banker’s cheque issued by a scheduled bank, drawn in favour of Accounts Officer (Cash), BSNL O/o GMTD, AJMER, payable at AJMER. 8.4 A bid not secured in accordance with para 8.1 & 8.3 shall be rejected by the BSNL as non-responsive. 8.5 The bid security of the unsuccessful bidder will be refunded as promptly as possible as but not later than 30 days after the expiry of the period of bid validity prescribed by the BSNL or finalization of the tender. 8.6 The Successful bidder’s bid security will compulsorily be converted to part performance security deposit 8.7 MSE bidders are exempted from submitting the bid security deposit but they need to submit the attested copy of the valid NSIC registration for the tendered items to claim the exemption 8.8 The bid security shall be forfeited; 8.8.1 If a bidder withdraws his bid during the period of bid validity specified in the bid document or

Page 14 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

8.8.2 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 or 8.8.3 In case of a successful bidder, if the bidder fails : i) To sign the agreement within stipulated time period in intent letter ii) To furnish performance security in accordance with clause 4 of section V

9. BID PRICES:

9.1 The bidder shall give the total composite price inclusive of all levies and taxes, packing, forwarding, freight and insurance in case of materials to be supplied and inclusive of all taxes and levies in case of works to be executed excluding GST The Vendor shall be responsible for transporting the materials, to be supplied by the BSNL (At the district Telecom Store/sub divisional) or otherwise to execute the work under the contract, to site at his/their own cost. The costs of transportation are subsumed in the standard Schedule Rates and therefore no separate charges are payable on this account. The offer shall be firm in Indian Rupees. 9.2 The bidder shall quote prices as percentage below/above/at par to the schedule of rates (Financial Bid/BOQ). Prices quoted at any other place shall not be considered.

9.2.1 The price quoted by the bidder shall remain fixed during the entire period of contract and shall not be subject to variation on any account. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected. 9.3 Discount, if any, offered by the bidders shall not be considered unless they are specifically indicated in the schedule of rates (financial Bid). Bidders desiring to offer discount shall therefore modify their offers suitably while quoting and shall quote clearly net price taking all such factors like Discount, free supply, etc. into account.

10. PERIOD OF VALIDITY OF BIDS:

10.1 Bid shall remain valid for 180 days from date of opening of the bid (Qualifying Bid). 10.2 A BID VALID FOR A SHORTER PERIOD SHALL BE TREATED AS NON-RESPONSIVE. 10.3 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 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.

11. SIGNING OF BID:

11.1 The bidder shall submit his bid on line complying with all eligibility conditions, other terms and conditions , as a part of his bid, the bid documents (in original) duly digitally signed on each and every page, establishing the conformity of his bid to the bid documents of all the works to be executed by the bidder under the contract. (Note: The tenderer is advised to keep a photocopy (at his own cost) of the bid documents for his own reference.)

11.2 The bid shall contain no inter- lineation, erasures or overwriting except as necessary to correct errors made by the bidder in which case such corrections shall be signed with date by the person(s) signing the bid. All pages of original bid shall be digitally signed by the person authorized.

D SUBMISSION OF BIDS

12. SEALING AND MARKING OF BIDS: 12.1 The bids may be called under Single stage Bidding & two envelopes system The details of sealing & marking of bids in each case is given below: The bidder shall submit his bid in two envelopes  The First electronic envelope will be named as Techno-commercial bid. This envelope will contain documents of bidder’s satisfying the eligibility / Technical & commercial conditions.

Page 15 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

 The second electronic envelope will be named as Financial bid (BOQ) containing Price Schedule.  Bid sealing is done electronically by encrypting each bid part with asymmetric pass phrase by the bidders himself.

12.2 (a) The envelope, containing Offline documents mentioned in clause 5.2 of Section- IV B shall be sealed properly by the bidder and addressed to:

AGM (MM) O/o GMTD,  BSNL, AJMER (RAJ)-305001

(b) The envelope shall bear the name of the tender, the tender Number and the words “DO NOT OPEN BEFORE” due date …………. & time……………...

(c) The envelope should be dropped in person in the tender box placed in the office of AGM (MM), O/o the GMTD, BSNL, AJMER on or before due date & time of submission of bid as specified in DNIT.

12.3 If offline-documents are not submitted (as above) up to the date & time of submission of bid as specified in the NIT, the bid shall be rejected.

13. SUBMISSION OF BIDS:

13.1. Bids must be submitted online on e-tender portal www.eprocure.gov.in and offline (Bid document cost,EMD,POA) by the bidder not later than given the date & time of submission of bid as specified in DNIT.

13.2 The BSNL AJMER may, at its discretion, extend this deadline for the submission of bids by amending the Bid Documents in accordance with clause 5 of this section in which case all rights and obligations of the BSNL AJMER and bidders previously subject to the deadline will thereafter be subjected to the extended deadline. 13.3 Postponement of Tender opening: Whenever it is considered necessary to postpone the opening date of tenders, quick decision must be taken and communicated to the tenderers who have purchased the tender documents and shall be at least one day before the original date of opening. The reasons for postponing the tender shall be recorded in writing. Such notice of extension of date of opening shall also be put up on the notice board and also published in the newspapers in which original NITs have been published and also on our website. If the date of opening of bids is declared as holidays, the bids will be opened on the next working date at the same time and venue. 13.4 The Government of India if subsequently declares date fixed for opening of bids as holiday, the revised schedule will be notified. However, in absence of such notification, the-bids will be opened on next working day, time and venue remaining unaltered. 14. LATE BIDS:

No bid shall be accepted online either by e-Tender Portal or offline document by the BSNL AJMER after the specified deadline for submission of bids prescribed by the BSNL AJMER pursuant to clause 13 15. MODIFICATIONS AND WITHDRAWL OF BIDS:

15.1 The bidder may modify or withdraw his bid after submission and before opening, provided that the modifications or withdrawal is on line and digitally authenticated.

15.2 No bid shall be modified subsequent to the deadline for submission of bids.

E: BID OPENING AND EVALUATION:

16. OPENING OF BIDS BY THE BSNL

Page 16 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

16.1 The BSNL shall open the bids online in the presence of the authorized representatives of bidders online or physically present who wish to attend, at time & date specified in DNIT. The bidder’s representatives, who are present, shall sign in an attendance register. Authority letter to this effect shall be submitted by the authorized representatives of bidders before they are allowed to participate in the bid opening. 16.2 A maximum of two representatives for any bidder shall be authorized and permitted to attend the bid opening. ( Format is given in Section XV) 16.3 Name of envelopes to be opened & information to be read out by Bid Opening Committee. 16.4 At the time of opening the bids, initially envelope containing offline documents of all bidders will be opened. The Electronic envelope consisting Techno Commercial bids of only those bidders will be opened who would have submitted required documents as offline submissions 16.5 The techno-commercial bid shall be opened on the date and time of tender opening given in DNIT. The financial bid will not be opened on the Date of opening of techno commercial bids. Thereafter the TEC will evaluate Techno-commercial bids & the report of TEC will be approved by competent authority. The financial bids of those bidders who are approved to be techno-commercially compliant by the competent authority, will be opened by TOC in front of techno commercially eligible bidders/authorized representatives. i) The following information should be read out at the time of Techno-commercial bid opening:- a) Name of the Bidder. b) EMD amount & validity and acceptability. d) Information in respect of eligibility of the bidder. e) Details of bid modification/ withdrawal, if applicable. ii) The following information should be read out at the time of Financial bid opening:- a) Name of the Bidder b) Quantities/prices quoted in the bid c) Zones/Clusters for which rates are quoted

16.6 For sequence & procedural details of opening of Bid, please refer Clause 7 of Section-IV B also. 16.7 The date fixed for opening of bids, if subsequently declared as holiday by the BSNL, the revised date of schedule will be notified. However, in absence of such notification, bids will be opened on next working day, time and venue remaining unaltered.

17. CLARIFICATION OF BIDS BY THE BSNL

To assist in examination, evaluation and comparison of bids, the BSNL may, at its discretion ask the bidder for any 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. 18. PRELIMINARY EVALUATION:

18.1 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. During the evaluation process the documents may be classified in two categories:- a. Essential Document:- Experience certificate, Solvency certificate ,EMD & Cost of tender document or MSME/NSIC bodies certificate in case of exemption from tender fee and EMD which makes the bid valid. b. Other Documents:- All other document required in the tender EPF,ESI, PAN card, GST certificate, affidavits etc.

Any Shortcoming documents (other than essential documents) may be asked from the bidder within time frame.

18.2 If there is discrepancy between words and figures, the amount in words shall prevail. If the Vendor does not accept the correction of the errors, his bid shall be rejected. 18.3 Prior to the detailed evaluation, the BSNL will determine the substantial responsiveness of each bid to the bid document. For purpose of these clauses a substantially responsive bid is one, which conforms to all the terms and conditions of the bid documents without deviations. The determination of Bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 18.4 A bid, determined as substantially non-responsive will be rejected and shall not subsequent to the bid opening be made responsive by the bidder by correction of the non-conformity.

Page 17 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

18.5 The BSNL may waive any minor infirmity or non-conformity or irregularity in a bid, which does not constitute a material deviation, provided such waiver, does not prejudice or affect the relative ranking of the bidder.

19 EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS: 19.1 The BSNL shall evaluate in detail and compare the bids previously determined to be substantially responsive pursuant to clause 18. 19.2 The evaluation and comparison of responsive bids shall be on the percentage deviation (Above /Below/At par) offered and indicated in financial bid of the bid documents.

20. CONTACTING THE BSNL:

20.1 No bidder shall try to influence on any matter relating to its bid, from the time of bid opening till the time the contract is awarded. 20.2 Any effort by the bidder to modify his bid or influence in the bid evaluation, bid comparison or the contract award decisions shall result in the rejection of the bid.

21. AWARD OF CONTRACT:

21.1 The BSNL shall consider award of contract to only to those eligible bidders whose offers have been found technically, commercially and financially acceptable i.e. L-1. The L-1 bidder is one who quotes the lowest rate. However the maximum work awarded to a bidder will not exceed 70% of Total SSA Lines, which is also given at Section-V Clause 8.

The work shall be distributed between L-1 and 20% of work to MSE/NSIC bidder(s). MSE/NSIC bidders shall be considered for award of works at L-1 rates only when their quoted price is within +15% of L-1 price.

BSNL reserves the right, if required, to distribute the work between two or more qualified bidder i.e. L-2, L- 3 bidders at the approved L-1 rate. However, the bidders do not have any right or claim for award of work in tender as it is solely on the discretion of tender approving authority GMTD, AJMER/SSA-head.

Note-1: If no eligible MSE/NSIC bidders are available then aforesaid earmarked 20% quantity shall be de- reserved & the allotted quantity for other general bidders will be restored to 100%. Note-2: If eligible MSE/NSIC bidders are available then 20% quantity shall be reserved & distribution of work shall be done accordingly. Note-3: In case of more than one bidder as L-1, the work put to tender shall be equally distributed among all L-1 besides MSE/NSIC bidder(s). If any of the bidder(s) refuse(s) to accept the offer of executing the distributed work, then his/their EMD shall be forfeited and work shall then again be divided among the remaining L-I bidders, equally. Note-4: In case there is more than one bidder from MSMEs/NSIC and their rates are within 15% of the L-1 price, then the 20% of the quantity shall be equally allocated to all MSMEs/NSIC bidders provided all are agreed to lower their price at L-1 price. 21.2 The work against the tender is for Two year’s requirement and the terms and conditions of this tender shall be operative for a period of Two Years from the date of signing of agreement between the BSNL and Vendor. The validity of contract can be extended for further one year or less period on the same rates, terms and condition with mutual consent based on satisfactory performance report from AGM In-charge of work.

21.3 In special conditions / circumstances, if GMTD /SSA head BSNL Ajmer needs and found fit, the similar work of "other Clusters/Exchange-area of the Ajmer SSA" may also be allotted to the successful vendor/vendors as additional work on same rates, terms and conditions of the tender for a period of minimum one month or more or till finalization of other arrangement/tender (whichever is earlier) but maximum up to the validity of the tender. The decision of the GMTD/ SSA head BSNL Ajmer shall be final and binding to all.

Page 18 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

21.4 In case of Urgency/Special Requirement the work-order to execute the work may be issued immediately after issuing provisional approval of the tender (before issue of Final Approval of the tender). However, the vender should fulfill all required formalities of the tender on or at an earlier date scheduled as per tender.

22 BSNL’S RIGHT TO VARY QUANTUM OF WORK:

The quantity/cost of work mentioned in the tender is estimated quantity. The actual value of work may vary based on the actual requirement but generally being limited + 25% of the indicated value. The Details of sites defined in Annexure-1A,1B, 2 to 6 are tentative. BSNL has full right to add/delete/change/modify any site/location of site at any time as per actual requirement.

23 BSNL’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS: The BSNL reserves the right to accept or reject any bid and to annul the bidding process and reject all bids, at any time prior to award of contract without assigning any reason what –so-ever and without thereby incurring any liability to the affected bidder or bidders on the grounds for BSNL action.

24. ISSUE OF LETTER OF INTENT:

24.1 The issue of letter of intent shall constitute the intention of the BSNL to enter into the contract with the bidder. Letter of intent will be issued as offer to the successful bidder. 24.2 The bidder shall within fifteen days of issue of letter of intent, give his acceptance along with material security and performance security in conformity with tender document with clause 5 Section-V provided with the bid documents, failing which his EMD may be forfeited and bid is liable to be cancelled. 24.3 The GMTD, AJMER can extend the time period of security deposit & agreement in deserving cases.

25. SIGNING OF AGREEMENT:

25.1 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 seven days of submission of acceptance letter as per clause 24.2 above.

ANNULMENT OF AWARD:

Failure of the successful bidder to comply with the requirement of clause 24 & 25 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 the GMTD AJMER or call for new bids.

The following grounds individuals or collectively will become basis of annulment of award. (a) Work not as per specification. (b) Progress not as per work order (c) Nonpayment to workers. (d) Not responding to communication from BSNL representative through SMS, email and letter by post, telegrams and voice calls.

27 CANCELLATION OF WORK:

If a Vendor fails to start the work or complete the work in stipulated time, then his tender will be straight away rejected and the work will be got done from another Vendor at the risk and cost of the defaulted Vendor.

28. The clauses headings are inserted for ease of references only and shall be ignored in interpreting the terms of this contract. 29. New works can be added and existing works can be deleted as per actual requirement.

Page 19 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

30 NEAR-RELATIONSHIP CERTIFICATE

30.1 The bidder should give a certificate that none of his/ her near relative, as defined below, is working in the units where he is going to apply for the tender. In case of proprietorship firm certificate will be given by the proprietor. For partnership firm certificate will be given by all the partners and in case of limited company by all the Directors of the company excluding Government of India/ Financial institution nominees and independent non-Official part time Directors appointed by Govt. of India or the Governor of the state and full time Directors of PSUs both state and central. Due to any breach of these conditions by the company or firm or any other person the tender will be cancelled and Bid Security will be forfeited at any stage whenever it is noticed and BSNL will not pay any damage to the company or firm or the concerned person. 30.2. The Company or firm or the person will also be debarred for further participation in the concerned unit. 30.3 The near relatives for this purpose are defined as:-

(a) Members of a Hindu undivided family. (b) They are husband and wife. (c) The one is related to the other in the manner as father, mother, son(s) & Son's wife (daughter in law), Daughter(s) and daughter's husband (son in law), brother(s) and brother's wife, sister(s) and sister's husband (brother in law). 30.4. The format of the certificate is given in Tender document.

31. VERIFICATION OF DOCUMENTS AND CERTIFICATES

The bidder will ensure all documents and certificates, including experience/performance certificates submitted by him are correct and genuine before enclosing them in the bid. The onus of proving genuineness of the submitted documents would rest with the bidder. If any document/paper/certificate submitted by the participant bidder is found to be false/ fabricated/tempered/manipulated at any stage during bid evaluation or award of contract or thereafter, then the bid security of the bidder would be forfeited and the bidder would be disqualified from the tender. Action would also be taken for banning of business dealings with the bidder. In case contract has already been awarded to the bidder, then PDS/SD would be forfeited and the contract would be rescind/annulled and BSNL would be at liberty to execute work from any other source at the risk and cost of the defaulting bidder.

Note for Tender opening Committee: At the time of tender opening, the TOC will check/ verify that the documents conforming to eligibility part are submitted by the participant bidder duly authenticated by the authorized signatory to obviate any possibility of doubt and dispute and maintain veracity of the documents / papers/ certificates. The documents/ papers to be submitted in respective bid part have been explicitly stated in clause- 7 of Section-4 Part A. This opened bid part which is already signed by the authorized representative of the bidder company during bid submission will be signed by the tender opening committee on hard copy and preserve it along with the bids received online in case of e-tendering. These papers will be treated as authentic one, in case of any dispute.

Page 20 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

SECTION IV-B E-TENDERING INSTRUCTIONS TO BIDDERS

General

These Special Instructions (for e-Tendering) supplement “Instruction to Bidders”, as enclosed in Sec 4 Part A of the Tender Documents. Submission of Bids only through online process is mandatory for this Tender. For conducting electronic tendering, BSNL AJMER has decided to use the portal http://www.eprocure.gov.in through Central Public Procurement Portal of NIC, (Govt. of India) New Delhi.

1. Tender Bidding Methodology:

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

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

2. Broad outline of activities from Bidders prospective:

1. Procure a Digital Signing Certificate (DSC)

2. Register on Central Public Procurement Portal (CPPP)

3. Create Users and assign roles on CPPP

4. View Notice Inviting Tender (NIT) on CPPP

5. Download Official Copy of Tender Documents from CPPP

6. Clarification to Tender Documents on CPPP

· Query to BSNL (Optional)

· View response to queries posted by BSNL, as addenda.

7. Bid-Submission on CPPP: Prepare & arrange all document/paper for submission of bid online and offline. 8. Submission of offline documents in sealed envelope to AGM (MM) O/o GMTD, AJMER-301001 on or before due date & time.

9. Attend Online Tender Opening Event (TOE) of Techno-commercial Part

10. View Post-TOE Clarification posted by BSNL on CPPP (Optional) Respond to BSNL‟s Post-TOE queries

11. Attend Online Tender Opening Event (TOE) of Financial-Part (Only for Technical Responsive Bidders).

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

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 CPPP (https://www.eprocure.gov.in)/, vendor needs to register on the portal. Registration of each organization is to be done by one of its senior persons who will be the main person coordinating for the e- tendering activities. In ETS terminology, this person will be referred to as the Super User of that organization. For further details, use the CPPP www.eprocure.gov.in, the vendor should visit the home page of the portal

Page 21 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

www.eprocure.gov.in and go to the e-procure link then select Bidders Manual KIT and follow further instructions as given on the site.

On successful submission of Registration details. Please contact NIC Helpdesk as given below, to get your registration accepted/activated.

NIC HELPDESK Telephone No. (Toll Free) 1800 233 7315 E-Mail I.D. [email protected] (Please mark cc to [email protected]) BSNL CONTACT DETAILS. BSNL`s Contact Person-1 Mahendra Rawat BSNL`s Contact Person-2 Sunil Goyal M No. - 9413313375 Telephone No. 0145-2422801 (between 10:00 hrs. to 17.30 Hrs. on working days) E-Mail I.D. [email protected]

5. Method for submission of bid documents:-

The bid-submission shall be online on CPPP, however, some documents mentioned in clause 5.2 are to be submitted physically and offline as follows: 5.1 Online submission:

S.No Contents of 1st Envelope (Techno-Commercial Bid ) (As applicable) (To be submitted on line) 1 DD/Bankers Cheque for Tender Fee as per DNIT (Scanned copy in case of e-Tender) 2 DD/Bankers Cheque /cash deposited receipt for EMD as per DNIT (Scanned copy in case of e- Tender) 3 Experience Certificate & Turn Over Certificates as per DNIT 4 Original Bid Document digitally signed 5 Valid MSE Certificate of tendered items, if applicable. In case the ownership of such MSE Entrepreneurs happens to be from SC/ST category, proof in this regard also need to be submitted 6 Valid PAN No. 7 GST Registration Certificate No or exemption certificate No. 8 Original Bid Form 9 Tenderer’s Profile 10 Power of Attorney 11 Declaration regarding no addition/deletion in tender document 12 Declaration regarding Non Black List anywhere 13 Near relative certificates(s) 14 EPF Registration 15 ESI Registration 16 Article of Memorandum of Association or Partnership deed or Proprietorship deed and Certificate of Registration of Firm. 17 Certificate of Solvency

Contents of 2nd Envelope (Financial Bid/ BoQ) (To be submitted online) 1 Original Price Schedule (BOQ)

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

(ii) If document asked for contains more than one page then all those pages may be uploaded in one PDF format file

a. Please take care to scan documents such that the total size of documents to be uploaded remains minimum. If required, documents may be scanned at lower resolutions say at 150 dpi. However it shall be sole responsibility of bidder that the uploaded documents remain legible.

Page 22 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

b. Utmost care may be taken to name the files / documents to be uploaded on CPPP. There should be no special character or space in the name of file. Only underscores are allowed.

c. It is advised that all the documents to be submitted as mentioned above of bid document are kept scanned or converted to PDF format in a separate folder on your computer before starting on-line submission. Price schedule (Financial Bid) as per Annexure XVII may be downloaded and rates may be filled appropriately and separately for tender . This file may also be saved in a secret folder on your computer.

d. The names and total size of document (Preferable below 50 MB) may be checked before uploading.

5.2 Offline Submissions:

The bidder shall submit the following documents offline to AGM (MM) O/o GMTD, BSNL, AJMER - 301001 on or before the date & time of submission of bids specified in DNIT, in a Sealed Envelope. The envelope shall bear (the tender name), the tender number and the words “DO NOT OPEN BEFORE” (due date & time).

1. EMD-Bid Security DD/ Bankers cheque (Original copy). 2. DD/ Bankers cheque/Cash receipt against payment of tender fee (Original copy). 3. Self-attested copy of Power of attorney. (If applicable), which must be verified from original before Final-agreement of the tender. 4. In case of MSE Bidder, Valid MSE Certificate of tendered items, if applicable. In case the ownership of such MSE Entrepreneurs happens to be from SC/ST category, proof in this regard also need to be submitted. 5. Original Certificates submitted on non-judicial stamp paper. Note: The Bidder has to upload the Scanned copy of all above said documents during online Bid submission also.

6. Special Note on Security of Bids: Security related functionality has been rigorously implemented in CPPP in a multi-dimensional manner. Starting with 'Acceptance of Registration by the Service Provider', provision for security has been made at various stages in CPP.

7. Public Online Tender Opening Event (TOE) :

CPPP offers a unique facility for “Public Online Tender Opening Event (TOE)”. Tender Opening Officers as well as authorized representatives of bidders can attend the Public Online Tender Opening Event (TOE) from the comfort of their offices. For this purpose, representatives of bidders duly authorized are requested to carry laptop and wireless connectivity to internet.

Every legal requirement for a transparent and secure “Public Online Tender Opening Event (TOE)‟ has been implemented on CPPP.

 The bids will be opened in 2 stages i.e.(i) Techno-commercial bid & (ii) Financial bid (BOQ).  The techno-commercial bid shall be opened on the date of tender opening given in DNIT. The financial bid (BOQ) will not be opened on the date of opening of techno-commercial bids.  As soon as a Bid is decrypted with the corresponding ‘Pass-Phrase’ as submitted online by the bidder himself (during the TOE itself) by the TOC, salient points of the bids are simultaneously made available for downloading by the participating bidders. The documents will be opened from the Techno-commercial bid one by one and the same report of TOC will be uploaded on e-tender portal.

Page 23 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

 Thereafter the TEC will evaluate Techno-commercial bids and the report of TEC will be approved by competent authority and the same report of TEC will be uploaded on e-tender portal of techno- commercially compliant bidders for information of financial bid opening.  The financial bids of those bidders who are approved to be techno-commercially compliant by the competent authority will be opened by TOC in front of techno-commercially eligible bidders/authorized representatives.

The following information should be read out at the time of Techno-commercial bid opening:- a) Name of the Bidder b) Name of the item c) EMD amount & validity and acceptability d) Information in respect of eligibility of the bidder e) Details of bid modification / withdrawal, if applicable

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

8. PRICE SCHEDULE / (Financial bid )

Utmost care may kindly be taken to upload Price Schedule (Financial bid). Any change in the format of Price Schedule (Financial bid) shall render it unfit for bidding. Following steps may be followed:-

1. Down load price quoted rates in XLS format.

2. Fill rates in down loaded price schedule as specified in XLS format only in white back ground cells. Don’t fill in grey back ground cells.

3. File is password protected XLS file. Don’t unprotect the file. Price has to be filled in the same file and has to be uploaded

4. Save filled copy of downloaded price schedule (Financial bid/BOQ) in your computer and remember its name & location for uploading correct file (duly filled in) when required.

9. OTHER INSTRUCTIONS :

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

Important Note: It is strongly recommended that all authorized users of Supplier organizations should thoroughly peruse the information provided under the relevant links of e-procurement portal (CPPP), and take appropriate action. This will prevent hiccups, and minimize teething problems during the use of CPPP. The following “FOUR KEY INSTRUCTIONS for BIDDERS” must be assiduously adhered to:

1. Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender submission deadline on CPPP.

Page 24 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

2. Register your organization on CPPP well in advance of your first tender submission deadline on CPPP.

3. Get your organization’s concerned executives trained on CPPP well in advance of your first tender submission deadline on CPPP.

4. Submit your bids well in advance of tender submission deadline on CPPP as there could be last minute problems due to internet timeout, breakdown, etc.

While the first three instructions mentioned above are especially relevant to first-time users of CPPP, the fourth instruction is relevant at all times.

(BSNL shall not be responsible any problem arising out of internet connectivity issues).

10. Minimum Requirements at Bidders end

· Computer System with good configuration (Min P IV, 1 GB RAM, Windows XP)

· Broadband connectivity.

· Microsoft Internet Explorer 6.0 or above

· Digital Certificate(s) for users.

Note: Please visit CPPP (https://www.eprocure.gov.in) for more details and latest amendment

Page 25 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

SECTION-V

GENERAL(Commercial) CONDITION

AJMER TELECOM DISTRICT

RAJASTHAN TELECOM CIRCLE

Page 26 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Section-V GENERAL (COMMERCIAL) CONDITIONS OF THE CONTRACT 1. APPLICATION:

The General conditions shall apply in contracts made by BSNL for e- Tender for Expression of Interest (EoI) for Outsourcing of Upkeep and of BTS & Rural Exchanges in BSNL AJMER SSA.

2. PRICES:

2.1 Prices charged by the Vendor for the works performed under the Contract shall not be higher than the prices quoted by the Vendor in his Bid.

2.2 Price once fixed will remain valid for the period of contract. Increase and decrease of taxes /duties will not affect the price during this period.

3. SUBCONTRACTS: The Vendor shall not assign, sub contract or subject the whole or any part of the works covered by the contract, under any circumstances. In case it is found at any stage, the contract will be terminated and Security deposit will be forfeited by BSNL.

4. SECURITY (i) Performance Security: a) The total performance security is required to be 10% of the approved tender cost. EMD of successful non- MSE/NSIC bidder will be compulsorily converted into performance security. An amount equal to 5% of the approved tender-cost (therefore the difference of 5 % of the approved tender cost and the EMD converted into Security-deposit) of successful non-MSE//NSIC bidder will have to be deposited as security-deposit at the time of signing of agreement in form of DD/Banker Cheque/FDR/Bank guarantee valid for 30 months from the date of agreement, issued from a nationalized/scheduled Bank in name of Accounts Officer (Cash) BSNL, O/o PGMTD, AJMER payable at AJMER. The remaining 5% security amount of work awarded will be deducted from running/final bill of the vendor. b) In case of MSE/NSIC bidder, performance security @ 5 % of amount of work awarded will be deposited at the time of signing of agreement in form DD/Banker Cheque/FDR/Bank guarantee valid for 30 months from the date of agreement, issued from a nationalized/scheduled Bank in name of Accounts Officer (Cash) BSNL, O/o PGMTD, AJMER payable at AJMER. The remaining 5% security of amount of work awarded will be deducted from running/final bill of the contractor. c) The proceeds of the performance security shall be payable to BSNL as compensation for any loss resulting from the Vendor’s failure to complete its obligations under the contract.

d) The performance security deposit shall be refunded after expiry of warranty period of last work executed provided that there are no recoveries to be made arising out of poor quality of work, incomplete work and/or violation of any terms and conditions of the contract as stipulated in the bid document on production of no dues certificate & satisfactory completion/ performance certificate from “engineer-in- charge” & final settlement of store material account.

e) No Interest will be paid to the Vendor on the Earnest Money or the security deposit or the amount payable to the Vendor under the contract.

f) If the TEC is of the opinion that the rates are abnormally low (equal to or more than 25 % below the estimated rates) the TEC shall recommend collection of additional security deposit to the tune of 10% of contract value of work put to tender before signing of agreement and issue of work order to safeguard the interest of BSNL in the event of approved Vendors not taking up /abandoning the work. This additional security deposit is in addition to prescribed performance security deposit and the same shall be refunded immediately after successful completion and acceptance of work by BSNL. The additional performance security may be deposited in FDR / DD / BG.

Page 27 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

6.0 ISSUE OF WORK ORDERS AND TIME LIMIT:

6.1 Work Output: Time Frame for carrying out the works

The work order will be issued indicating the dates of commencement & completion of work as per the above time schedule. Work order should be issued indicating the quantum of such work in the route. 6.2 The work orders shall be issued by the AGM In-charge.

6.3 The AGM shall mention the time limit to execute the work order.

6.4 The BSNL reserves the right to cancel or modify the scope of work stipulated to be carried out against the work order in the event of change of plan necessitated on account of technical reasons in the opinion of work order issuing authority or the head of SSA, if the vendor is not executing the work at the required place.

6.5 If, due to any BSNL reason, work order could not be issued, then BSNL will not pay any compensation of any type to Vendor.

6.6 Time of completion should be mentioned in the work order.

7. PAYMENT TERMS:

1. The bidder should submit the invoice to the officer in-charge of the Area. 2. The charges for provision of new Landline shall be based on the number of new landline provision during the month. Maintenance charges for the new connections shall be payable from the new calendar month after 90 days of date of installation (for connections provided in January’2019 month will be counted from 1-5-2019 for maintenance calculation). 3. For the purpose of invoice preparation, Number of working connections in a cluster shall be calculated taking the average of working connections on the first and last day of the month. 4. Two performa Invoices will be genereated i.e. IV-1: Invoice Performa for Maintenance Charges and IV-2 : Invoice Performa for Provisioning Charges 5. 90% of the payment of the monthly invoices shall be paid on submission of Invoices by the bidder and Balance 10% after 30 days from the payment of 90% of Invoice. Note: The 5% SD amount deductible from bills/invoices (as per Section V, Clause-4.i) will be adjusted from the 10% amount already withheld under the clause-7 of Section V.” In case of any clause is not mentioned, prevailing DOT/BSNL rules will apply.

Page 28 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

8.0. Special condition of Contract : Annexure-VII

SPECIAL (COMMERCIAL) CONDITIONS of CONTRACT (SCC)

A) Diesel Filling Activities:

a) The diesel filling in specified BTS/Exchange sites shall be carried out on a periodic basis. On an average, every site needs diesel filling of two to three times per month. However in some of the sites/Exchange, it can be more depending on the tank capacity and the frequency of EB supply interruption. The bidder also can study the alarms extended from the BTS/Exchange to learn about the power outage and swiftly act to fill the diesel. Hence, the requirement pattern shall be studied by the bidder and fuel filling be designed accordingly so as to ensure the availability of fuel ensuring 2-8 hours of back-up, typically 25% tank capacity of diesel in the DG.

b) Other than the periodic refilling, whenever there is an emergency requirement based on OMCR low fuel alarm or message given by the concerned officer, refilling shall be arranged within three hours on getting such intimation.

c) BSNL has an MOU with oil companies for procurement of diesel from their specified outlets through petro/ fleet cards. Petro/ fleet card and the bidder shall draw diesel by means of the fleet card/petro- cards under the control of SDE /SDO. Any loss/ misuse of the petro/fleet cards issued to the bidder will be the responsibility of the vendor. Any such losses will be recovered by BSNL from the vendor by adjusting against the payment due to the bidder or will be recovered from PBG.

d) In the case of any pilferage/misuse causing loss to BSNL, a penalty of 200% of the loss as decided by the competent authority of BSNL will be imposed on the bidder. Any reduction in the diesel cost/ loyalty benefits in view of the MOU will be availed by BSNL. It will be the responsibility of the bidder to reconcile the diesel consumption as per actual usage in field with that in petrol/ fleet card account.

e) The payment of diesel cost from BSNL will be limited to actual consumption based on log book after applying the ceiling limit based on the consumption computed with Run Hour meter reading and per hour consumption indicated in this tender document, on a which-ever-less basis.

f) The bills will be verified, passed & forwarded by BSNL representative based on the consumption in liters / Hour indicated in the tender document. Any extra cost incurred will be the responsibility of the bidder. If the diesel cost through Petro/ fleet card is found to be less than the diesel consumption based on mileage, the bidder will not have any claim for the additional cost.

g) The sites for which even one instance of diesel filling in the month is not recorded will not be considered for Diesel filling expenses for the said month.

h) In the case of MOU with oil companies, BSNL will pay directly to the Oil companies. Any excess usage of Diesel after tallying with log book entries/Run hour meter will be adjusted from bills at the end of every quarter.

i) Obtaining of special permit, if any required, from Motor vehicle department or any other authority for transporting diesel in bulk through motor vehicle shall be the responsibility of the bidder.

j) The bidder has to maintain a log book in every site/Exchange for Diesel filling. It is the responsibility of the bidder to update the logbook promptly on Diesel filling.

Page 29 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

k) The payment will be based on logbook entries, but will be limited to monthly consumption based on run hour meter reading and the average consumption in liters/hour for each DG shall be measured along with the BSNL team and jointly signed off soon after any give site is added in work order for diesel filling. In general, as per BTS load and capacity of DG, the average CPH may be taken as 2.2 LITRE / HOUR for DG Sets up to 15 KVA capacity and 2.7 Liter/Hour for more than 15KVA capacity. It is to be noted that in no case, hour meter remain non operational for consecutive months

l) If the bidder provider feels that average consumption per hour in that site is to be reviewed due to aging of DG or other factors then a test run can be requested by the bidder to recalculate the Average consumption/hour for that particular site. The test run will be conducted by a joint team consisting of representatives of bidder and BSNL. Once having jointly signed off on CPH, review will not be made for another six months.

Page 30 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Annexure-VIII

C). Mobile site maintenance & upkeep (2G/3G/4G)

a) All activities related to Maintenance of BTS 2G/3G/4G Hardware/ Software & Transmission media equipment maintenance including minilinketc to keep the BTS site in working state.

b) Maintenance of site for keeping site in working condition. It will include general maintenance of site like sweeping, cleaning, security and upkeep of all type of equipment including BTS, transmission equipment, tower surrounding, shelter/outdoor cabinet, DG, power plant and battery site. This also include bush cutting in the BTS sites in open area.

c) Due to heavy dust, temperature of TRXs/TRDUs of BTS Racks increases and signal strength & hardware efficiency degrade. Hence, cleaning of all types of BTS racks & infrastructure need to be carried out once every 45 days. This should be done using proper tools including vacuum cleaner and under supervision.

d) Routine check of BTSs and record the same in log book as per the instructions given in the log book. Reporting of any alarms/faults/untoward incident to the concerned officer should be done as and when the maintenance person visits the site.

e) Assistance to transmission media team for extension of loop test, observation of alarm indicators, giving reset etc for troubleshooting shall be done.

f) Checking of the infrastructure alarm extension to OMCR at least once a month and take corrective action if necessary for its proper working.

g) Entering DG and EB readings/status in the site log book.

h) Report EB failure of sites to concerned EB unit and intimate the docket no: if any, to concerned BSNL official. Coordinate with Electricity Board/Corporationfor restoration of power and after restoration of EB power, ensure proper working of BTS /Node Bs /PP/DG.

i) Collection of EB bills and submission to the officer in charge.

j) Check of DGs including its test operation, monitoring of fuel/oil/coolant level, check leakage if any, test operation of changeover of Electricity/DG supply etc shall be done.

k) Routine check of Power plant, Battery and record the same in log book as per the instructions given in the log book. Reporting of any alarms/faults/untoward incident to the concerned officer should be done as and when the maintenance person visits the site.

l) The maintenance of prefab shelter includes periodic checking and corrections to ensure water and AC proof of shelter. Strengthening/repair/replacement of any damaged part, are also the bidders’ responsibility. If any prefab shelter or related subsystem is declared as beyond repair by the bidder, the same will be examined by authorized officers of BSNL and competent authority will approve the proposal for scrapping of such units. Replacement of such units will be arranged by BSNL. Unless the scrapping proposal is approved by the competent authority, the unit is to be repaired by the bidder.

m) The fire & smoke cum intruder detection systems installed in indoor base station sites are to be maintained by the bidder for its proper working. Periodic checking for the proper working of these systems and necessary repair/replacement of faulty units are to be carried out by the bidder. The bidder shall maintain the fire extinguisher of CO2 in all indoor BTS sites under maintenance.

Page 31 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

n) Preventive checks and maintenance of Earthing& Lightning Protection systems including periodic checking/correction of these systems to ensure that all equipments are protected against surge/lightning related damages. This includes augmentation of the existing earthing/lightning system including the lightning arrester on tower where ever required, replacement of any rusted components, tightening of joints, replacement of lightning damaged components in infra equipments/electrical circuitry including ELCBs/surge protection devices/fuses/cables etc. The earth value is to be measured once in every six months and report to be submitted.

o) In case of BTS outages due to card faults of rectifier modules fault of power plant etc, replace the faulty items with the spare module /cards available from normal spare availability location or from nearby sites as directed. The card/module extraction/insertion and transport shall be as per the recommended practice of the OEM/guidance of BSNL. It will be the responsibility of bidder that during transportation no cards get damaged.

p) Assistance in handling of minor store items.

q) Routine check and Maintenance of Earth of power plant /BTS etc and record the same in log book.

r) Checking of relevant infra items such as lightening arrestor, aviation lamp, fire extinguisher, electrical connections and fittings, AC controllers, Shelter, grid supply/ meter, LT panel, AMF panel, compound lightening, electrical wiring, alarms etc.

s) Any material required for Mobile site maintenance & upkeep like aviation lamp, earthlingmaterial etc such type of perishable items would be provided by BSNL.

B) DG Set Maintenance Activities

a) Weekly/ monthly DG check schedule need to be followed and any problem need to be communicated to Mobile/Exchange site In-charge

b) Weekly Maintenance of DG Sets

c) Make sure there are no fluid leaks

d) Run the generator (typically no‐load, automatic transfer switch exercise cycle).

e) Verify that the unit ran and has no alarms or warnings.

f) Ensure adequate fuel levels.

g) Ensure that the generator is in “Auto” mode, for automatic startup.

h) Monthly Maintenance

i) Check engine coolant level.

j) Check engine oil level.

k) Check the battery charger.

l) Run the generator (with load, automatic transfer switch exercise cycle).

m) Manual assistance in changeover of MSEB/DG supply and attending to minor faults like tripping of switches, manual changeover in AC units, swapping of power plant unit etc.

Page 32 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

n) Routine check of DG, Power plant, Battery and Equipments and record the same in log book as per the instructions given in the log book. Reporting of any alarms/faults/untoward incident to the concerned officer.

o) Assisting in Diesel filling in the DG Set available at the site.

p) Check the battery electrolyte level and specific gravity.

q) Check battery cables and connections.

r) Inspect drive belts.

s) Inspect the coolant heater.

t) Check coolant lines and connections.

u) Check for oil leaks and inspect lubrication system hoses and connectors.

v) Check for fuel leaks and inspect fuel system hoses and connectors.

w) Inspect the exhaust system, muffler and exhaust pipe.

x) Check and clean air cleaner units.

y) Inspect air induction piping and connections.

z) Inspect the DC electrical system, control panel and accessories.

aa) Inspect the AC wiring and accessories.

Page 33 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Annexure-IX

B(III) Mobile site collocated with Rural Telephone Exchange maintenance & upkeep (2G and/or 3G and/or 4G AND Rural Telephone Exchange)

1. As given in Annexure-III Scope of work And 2. a) All activities related to Maintenance of BTS 2G/3G/4G Hardware/ Software & Transmission media equipment maintenance including minilinketc to keep the BTS site in working state.

b) Maintenance of site for keeping site in working condition. It will include general maintenance of site like sweeping, cleaning, security and upkeep of all type of equipment including BTS, transmission equipment, tower surrounding, shelter/outdoor cabinet, DG, power plant and battery site. This also include bush cutting in the BTS sites in open area.

c) Due to heavy dust, temperature of TRXs/TRDUs of BTS Racks increases and signal strength & hardware efficiency degrade. Hence, cleaning of all types of BTS racks & infrastructure need to be carried out once every 45 days. This should be done using proper tools including vacuum cleaner and under supervision.

d) Routine check of BTSs and record the same in log book as per the instructions given in the log book. Reporting of any alarms/faults/untoward incident to the concerned officer should be done as and when the maintenance person visits the site.

e) Assistance to transmission media team for extension of loop test, observation of alarm indicators, giving reset etc for troubleshooting shall be done.

f) Checking of the infrastructure alarm extension to OMCR at least once a month and take corrective action if necessary for its proper working.

g) Entering DG and EB readings/status in the site log book.

h) Report EB failure of sites to concerned EB unit and intimate the docket no: if any, to concerned BSNL official. Coordinate with Electricity Board/Corporationfor restoration of power and after restoration of EB power, ensure proper working of BTS /Node Bs /PP/DG.

i) Collection of EB bills and submission to the officer in charge.

j) Check of DGs including its test operation, monitoring of fuel/oil/coolant level, check leakage if any, test operation of changeover of Electricity/DG supply etc shall be done.

k) Routine check of Power plant, Battery and record the same in log book as per the instructions given in the log book. Reporting of any alarms/faults/untoward incident to the concerned officer should be done as and when the maintenance person visits the site.

l) The maintenance of prefab shelter includes periodic checking and corrections to ensure water and AC proof of shelter. Strengthening/repair/replacement of any damaged part, are also the bidders’ responsibility. If any prefab shelter or related subsystem is declared as beyond repair by the bidder, the same will be examined by authorized officers of BSNL and competent authority will approve the proposal for scrapping of such units. Replacement of such units will be arranged by BSNL. Unless the scrapping proposal is approved by the competent authority, the unit is to be repaired by the bidder.

m) The fire & smoke cum intruder detection systems installed in indoor base station sites are to be

Page 34 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

maintained by the bidder for its proper working. Periodic checking for the proper working of these systems and necessary repair/replacement of faulty units are to be carried out by the bidder. The bidder shall maintain the fire extinguisher of CO2 in all indoor BTS sites under maintenance.

n) Preventive checks and maintenance of Earthing& Lightning Protection systems including periodic checking/correction of these systems to ensure that all equipments are protected against surge/lightning related damages. This includes augmentation of the existing earthing/lightning system including the lightning arrester on tower where ever required, replacement of any rusted components, tightening of joints, replacement of lightning damaged components in infra equipments/electrical circuitry including ELCBs/surge protection devices/fuses/cables etc. The earth value is to be measured once in every six months and report to be submitted.

o) In case of BTS outages due to card faults of rectifier modules fault of power plant etc, replace the faulty items with the spare module /cards available from normal spare availability location or from nearby sites as directed. The card/module extraction/insertion and transport shall be as per the recommended practice of the OEM/guidance of BSNL. It will be the responsibility of bidder that during transportation no cards get damaged.

p) Assistance in handling of minor store items.

q) Routine check and Maintenance of Earth of power plant /BTS etc and record the same in log book.

r) Checking of relevant infra items such as lightening arrestor, aviation lamp, fire extinguisher, electrical connections and fittings, AC controllers, Shelter, grid supply/ meter, LT panel, AMF panel, compound lightening, electrical wiring, alarms etc.

s) Any material required for Mobile site maintenance & upkeep like aviation lamp, earthlingmaterial etc such type of perishable items would be provided by BSNL.

B) DG Set Maintenance Activities

a) Weekly/ monthly DG check schedule need to be followed and any problem need to be communicated to Mobile/Exchange site In-charge

b) Weekly Maintenance of DG Sets

c) Make sure there are no fluid leaks

d) Run the generator (typically no‐load, automatic transfer switch exercise cycle).

e) Verify that the unit ran and has no alarms or warnings.

f) Ensure adequate fuel levels.

g) Ensure that the generator is in “Auto” mode, for automatic startup.

h) Monthly Maintenance

i) Check engine coolant level.

j) Check engine oil level.

k) Check the battery charger.

Page 35 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

l) Run the generator (with load, automatic transfer switch exercise cycle).

m) Manual assistance in changeover of MSEB/DG supply and attending to minor faults like tripping of switches, manual changeover in AC units, swapping of power plant unit etc.

n) Routine check of DG, Power plant, Battery and Equipments and record the same in log book as per the instructions given in the log book. Reporting of any alarms/faults/untoward incident to the concerned officer.

o) Assisting in Diesel filling in the DG Set available at the site.

p) Check the battery electrolyte level and specific gravity.

q) Check battery cables and connections.

r) Inspect drive belts.

s) Inspect the coolant heater.

t) Check coolant lines and connections.

u) Check for oil leaks and inspect lubrication system hoses and connectors.

v) Check for fuel leaks and inspect fuel system hoses and connectors.

w) Inspect the exhaust system, muffler and exhaust pipe.

x) Check and clean air cleaner units.

y) Inspect air induction piping and connections.

z) Inspect the DC electrical system, control panel and accessories.

aa) Inspect the AC wiring and accessories.

Page 36 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Annexure-X

B(IV) Rural Telephone Exchange maintenance & upkeep.

1. As given in Annexure-IV Scope of Work and

B) DG Set Maintenance Activities

a) Weekly/ monthly DG check schedule need to be followed and any problem need to be communicated to Mobile/Exchange site In-charge

b) Weekly Maintenance of DG Sets

c) Make sure there are no fluid leaks

d) Run the generator (typically no‐load, automatic transfer switch exercise cycle).

e) Verify that the unit ran and has no alarms or warnings.

f) Ensure adequate fuel levels.

g) Ensure that the generator is in “Auto” mode, for automatic startup.

h) Monthly Maintenance

i) Check engine coolant level.

j) Check engine oil level.

k) Check the battery charger.

l) Run the generator (with load, automatic transfer switch exercise cycle).

m) Manual assistance in changeover of MSEB/DG supply and attending to minor faults like tripping of switches, manual changeover in AC units, swapping of power plant unit etc.

n) Routine check of DG, Power plant, Battery and Equipments and record the same in log book as per the instructions given in the log book. Reporting of any alarms/faults/untoward incident to the concerned officer.

o) Assisting in Diesel filling in the DG Set available at the site.

p) Check the battery electrolyte level and specific gravity.

q) Check battery cables and connections.

r) Inspect drive belts.

s) Inspect the coolant heater.

t) Check coolant lines and connections.

u) Check for oil leaks and inspect lubrication system hoses and connectors.

Page 37 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

v) Check for fuel leaks and inspect fuel system hoses and connectors.

w) Inspect the exhaust system, muffler and exhaust pipe.

x) Check and clean air cleaner units.

y) Inspect air induction piping and connections.

z) Inspect the DC electrical system, control panel and accessories.

aa) Inspect the AC wiring and accessories.

Page 38 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Annexure-XI D) RF Optimization and Rigger Activities (2G/3G/4G)

a. The necessary tools and testers shall be provided by the bidder for carrying out the scope of work.

b. The bidder shall have to arrange for its own transportation to access the tendered sites.

c. Bidder shall have to arrange number of teams concurrently depending on the faults and operational requirements of BSNL.

d. Any licenses / registration etc required for Rigger as well carrying out of Rigger works shall be arranged by the bidder only.

e. Bidder shall have to follow all the standing instructions of safety for carrying out the Rigger related works.

f. Antenna, RRH, additional platform, feeder cable, waveguide shall be supplied by BSNL at the site.

g. Extreme care is to be taken to avoid damage to the antenna, RRH etc while working on the tower. The dehoisted/dismantled material should be handled with proper care and properly stored to avoid any damage.

h. All standard safety precautions are to be observed while working on the tower(s). The manpower should be adequately trained and experienced. It shall be the sole responsibility of the bidder to follow all the safety precautions and shall be fully and only liable in the event of any eventuality.

i. If during the execution of work it is observed that BSNL material has been damaged solely attributable to bidder in such case cost of consequential damages to antenna, RRH etc would be deducted at actual, from the bidder’s bill. This will be over and above the other penalties and will not be subject to capping if any.

j. If any fraudulent activity by the personnel deployed in filling of diesel in Mobile/Exchange sites is detected by BSNL authorized personnel/officer, then the bidder is liable to pay penalty as assessed by BSNL.

k. For any tendered work not attended in time, BSNL will have the right to get it done from external resources and payment made to them will be recovered from bidder.

Page 39 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Annexure-XII B(VI) Maintenance and provisioning of Landline and Broadband for external plant of copper network in leftout rural exchanges:

Each bidder can participate for any number of clusters but the contract to one bidder shall not exceed 70% of total working lines of SSA to ensure minimum two bidder in the SSA. The choice of clusters will rest with successful bidder. Key Performance Indicator (KPI): SLA is defined as under (As below and as amended/ clarified from time to time by BSNL CO):

Key Performance Indicator (KPI): SLA is defined as under:

1. Repeat fault- Fault booked for a connection, more than once in a calendar month will be counted as repeat fault. The % of numbers out of total numbers in the fault list appearing as repeat fault shall not exceed 12% in first three months & 10% in onward months.

2. Mean Time to Repair the Fault (MTTR) should be as under:

LL/BB Services ISDN PRI/SIP Trunk/ Leased circuit MTTR in Hrs 12 Hrs 06 Hrs

3. % Fault Clearance in 24 hours: More than 95% of the faults booked shall be cleared within 24hrs. 4. Provisioning of New LL or New BB : All booked connections shall be provided within 3 days of receiving OB for execution. However bidder shall attempt 75% provisioning within 2 days. 5. Provisioning of new BB on existing LL : All booked connection shall be provided within 2 days of receiving OB for execution. 6. Provisioning of new ISDN PRI/SIP Trunk/Leased Circuits : All booked connection shall be provided within 3 days of receiving OB for execution. 7. If Telephone/CPE arranged by customer resulting in delay then such delay will be excluded from the total time taken for provisioning. However, maximum 7 days will be excluded. 8. In case of delay due to cable fault (between MDF & Pillar) to the extent that alternate pair could not be arranged, such faults/provisioning will not form part of list considered for adherence of SLAs (MTTR for fault & provisioning time for new LL/BB).

Incentive :

Monthly Incentive for high FMC working numbers ( having different MTTR ) .

FMC - Rs. 301-600 : Rs.17 per customer of FMC Rs.301 to 600 FMC - Rs. 601-800 : Rs.27 per customer of FMC Rs.601 to 800 FMC - Rs. 800+ : Rs.35 per customer of FMC Rs.800+ PRI/SIP Trunk/Leased Circuits : Rs.70 per customer of PRI/SIP Trunk/Leased ckts

Plan up-gradation : 50% of difference of upgraded plan FMC with existing plan FMC (one time to be given as incentive as per FMS entry). No further incentive will be given for the same LL/BB number.

Penalty : Penalties will be levied on monthly KPIs

KPI SLA Penalty

Fault Clearance 95% in 24 hrs. 0.2% of invoice value for each 1% of slippage.

MTTR 12 Hrs. 0.3% of invoice value for each hour of slippage ( rounded off)

MTTR 6 Hrs. 0.6% of invoice value for each hour of slippage ( rounded off)

Page 40 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Repeat fault 10% 0.5% of invoice value for each 1% of slippage (pro-rata basis).

New connection 3 days Rs.25 per day delay (max.Rs.100for each connection) for each provisioning LL or BB connection.

Provisioning BB on 2 days Rs.25 per day delay (max.Rs.100for each connection) for each existing LL connection.

Provisioning of new 3 days Rs.50 per day delay (max.Rs.200for each connection) for each ISDN PRI/SIP connection. Trunk/Leased Circuits or any other services on customer Access NW

1. The contract will be terminated with PBG forfeiture for consecutive 3 months non-performance on failure to meet all the SLAs i.e. MTTR, Provisioning, fault clearance and repeat faults parameters. Notice to be served for non-performance in 1st month, 2nd month and 3rd month before final termination. 2. In case partial SLAs are met then also it is liable for termination. However, EOI/Tender accepting authority reserves the right to grant any relief in action for termination considering the circumstances/nature on the appeal made by the bidder if one or more parameter are met. 3. Total penalties for network maintenance shall be capped at 15% of invoice value of maintenance work. However penalty for delay in new provisioning will be levied as per actuals and shall be in addition to penalties for network maintenance.

Page 41 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Financial SCHEDULE :

Price Schedule/Financial Bid

Type of Works Estimated Base Price Per Estimat Quote+ / - % Quote+ / -% Unit* ed age of the w r t Base Units Base price price per per unit unit (in figures) (in words)

Type 1 - Diesel Filling Activities Rs. 400 (Rs. Four Hundred only) per site/ per month

Type 2 - Mobile site maintenance Rs. 2000 (Rs. Two & upkeep (2G and/or 3G and/or Thousand only) per site/ 4G) per month

Type 3 - Mobile site collocated Rs. 2200 (Rs. Two with Rural Telephone Exchange Thousand Two Hundred maintenance & upkeep (2G only)- per site/ per and/or 3G and/or 4G AND Rural month Telephone Exchange)

Type 4- Rural Telephone Rs. 1800 (Rs. One exchange maintenance & Thousand Eight Hundred upkeep only) per site/ per month

Type 5 RF Optimization and Rs. 100 (Rs. Hundred Rigger activities only) per site/ per month

Type 6 - Maintenance and Rs 35 (Rs Thirty Five provisioning of Landline and only) per unit/ per Broadband for external plant of month copper network in leftout rural and also as per given exchanges table A (For Landline related Price Calculation of Unit charges ) & table B(Fixed price for new Provision)

*Excluding GST

GST Rate applicable ...... ……………………%

Applicable SAC (6 Digit) …………………………….

Page 42 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Table A: FOR Landline related Price Calculation of Unit charges :- Sl Type of maintenance work Basic Rate No equivalent to(Units*) 1 Monthly maintenance charges for each working LL without BB 1 unit 2 Monthly maintenance charges for each working LL with BB 1 unit +Rs.17/- 3 Monthly maintenance charges for each working ISDN 1 unit +Rs.70/- PRI/Leased Circuits/SIP Trunk 4 MDF related work for each working lines (for Zone size <10K lines) 0.1 5 MDF related work for each working lines (for Zone size >10K lines) 0.07

Table B :Fixed price for new Provision:- Sl No Type of Provisioning work Charges

1 Provision of New Land Line Rs.210/- 2 Provision of BB only (on existing Landline) Rs.105/- 3 Provision of New Broadband including new Landline Rs.280/- 4 Provisioning of ISDN PRI/Leased circuits/SIP Trunk on copper Rs.350/-

*Excluding GST Note: - 1. The maintenance charges shall be paid for ‘”Maintenance and provisioning of Landline and Broadband for external plant of copper network in leftout rural exchanges” per month based on the number of average working Lines for the month ( working lines on 1stand last day of the month added and divided by 2) for which maintenance charges is being calculated irrespective of the number of line/cable faults attended.

2. Unit denotes the instances of the Work Item. For example 5 Units of Type 1(Diesel Filling Activities) would mean 5 instances of Diesel filling works as defined in the Scope of Work (Section Part ). Similarly, 10 Unit of Type 5 (RF Optimization and Rigger Activities) would mean 10 instances of RF Optimization and Rigger Activities Works as defined in the Scope of Work (Section Part ). 3. Rates are to be quoted in BOQ only. 4. Bidder has to quote a single and same Quote for all the Types of work (I.e. 1,2,3,4,5 & 6) i.e. if it quotes - 5 % of the base price per unit for Item 1 then -5 % of the base price per unit has to be quoted for Items 2, 3, 4, 5 and 6 also. In the event, bidder quotes differently for different items, the bid shall be rejected. 5. If there is any discrepancy in quoted base price then Base price per unit quoted in figures

Page 43 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

would not be treated final and Base price per unit quoted in words would be treated as the final.

Sl Type of Provisioning work Charges No 1 Provision of New Land Line Rs.210 2 Provision of BB only (on existing Landline) Rs.105 3 Provision of New Broadband including new Landline Rs.280 4 Provisioning of ISDN PRI/Leased circuits/SIP Trunk on copper Rs.350

Sr. Type of Provisioning work if the Gross provisioning of the Additional Charges No month is more than or equal to 1.5%* of Cluster size ** 1 Provisioning of New Land Line Rs. 125/- 2 Provisioning of New Broadband including new Landline Rs. 125/-

*(Note : No. of lines provisioned will be counted based on no. of only Landlines + No. of Broadband with LL provided in the month. Broadband provisioned in existing Landline will not be counted for calculation of 1.5 %.) **( Note : Cluster size (No. of only LL + No of LL with BB) will be taken as on date of issue of work order and reviewed after every one year.)

Sample Calculation:

The maintenance charges shall be paid for a cluster per month based on the number of average working Lines for the month ( working lines on 1st and last day of the month added and divided by 2) for which maintenance charges is being calculated irrespective of the number of line/cable faults attended. For example: Cluster 1 having 2000 Landlines without BB, 1000 Broadband with LL, 100 PRI/SIP Trunk/Leased circuits on Copper network. Calculation sheet is attached as Annexure –1 and Annexure-2

Annexure -1 (All the calculation is exclusive of GST) IV-1 : Invoice performa for Maintenance charges with unit rate Rs.35 No Type of work Units Rate Cluster Amount A B C# D=A*B*C Monthly maintenance charges for each working LL 1 1 35 2000 70000 without BB Monthly maintenance charges for each working LL 2 1+ Rs.17 52 1000 52000 with BB Monthly maintenance charges for each working 3 1+Rs.70 105 100 10500 ISDN PRI/Leased Circuits/SIP Trunk MDF related work for each working lines (for 4 0.1 3.5 3100 10850 cluster size <10K lines) Monthly Incentive for high FMC working Numbers. 5 FMC Rs.301-600 17 500 8500 6 FMC Rs.601-800 27 300 8100 7 FMC 800+ 35 200 7000

Page 44 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

8 PRI/SIP Trunk/Leased circuits 70 100 7000 Total Maintenance charges 173950

IV-2 : Invoice performa for Provisioning charges Cluster Size as on date of issue of work order : No. of Landline without Broadband 2000 No. of Landline with Broadband 1000 No. of ISDN PRI/Leased circuits/SIP Trunk on copper 100

So, the monthly target for getting additional incentive is 45 {1.5% of (2000+1000) = 45}

Sample Calculation for Provisioning LL/BB if Target of 45 lines not achieved (Total provsioning is 40) No. Type of Provisioning work Rate Count Amount 1 Provision of New Land Line 210 30 6300 2 Provision of BB only (on existing Landline) 105 20 2100 3 Provision of New Broadband including new Landline 280 10 2800 4 Provisioning of ISDN PRI/Leased circuits/SIP Trunk on copper 350 5 1750 Total Provisioning charges 12950 Sample Calculation for Provisioning LL/BB if Target of 45 lines achieved (Total count of provsioning is 55) No. Type of Provisioning work Rate Count Amount 1 Provision of New Land Line 335 40 13400 2 Provision of BB only (on existing Landline) 105 30 3150 3 Provision of New Broadband including new Landline 405 15 6075 4 Provisioning of ISDN PRI/Leased circuits/SIP Trunk on copper 350 5 1750 Total Provisioning charges 24375

# Number of working connections in a cluster shall be calculated taking the average of working connections on the first and last day of the month

Page 45 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Annexure - II (All the calculation is exclusive of GST) Penalty calculation for Maintenance Invoice of Rs.173950 SLA % of Slippage in No. parameters Penalty SLA Amount Achd Invoice % or hr Fault 0.2% of invoice value for each 1 95% 90% 0.2 5% Clearance(95%) 1% of slippage 1739.5 0.3% of invoice value for each 2 MTTR 12hrs 12 hrs 18 0.3 6 hour of slippage ( rounded off) 3131.1 0.6% of invoice value for each 3 MTTR 6 hrs 6 hrs 7 0.6 1 hour of slippage ( rounded off) 1043.7 0.5% of invoice value for each 6 Repeat fault(10%) 10% 16% 0.5 6% 1% of slippage 5218.5 Total Penalty for ( max . 15% ie Rs 26092 ) Maintenance 11132.8 Payable Maintenance charges after Penalty

calculation 162817.2

Penalty calculation for Provisioning SLA Parameters Penalty SLA Prov Delay Penalty Amount Achd

1 New LL or BB Rs.25 per day delay 3 days 10 4 1 25 250 2 New LL or BB (max.Rs.100for each 3 days 10 5 2 25 500 3 New LL or BB connection) for each 3 days 10 6 3 25 750 4 New LL or BB connection. 3 days 10 10 7 25 1000

6 BB on existing LL Rs.25 per day delay 2 days 5 1 0 25 0 7 BB on existing LL (max.Rs.100for each 2 days 5 2 0 25 0 8 BB on existing LL connection) for each 2 days 5 4 2 25 250 connection. 9 BB on existing LL 2 days 5 8 6 25 500 Rs.50 per day delay New ISDN PRI/SIP (max.Rs.200for each 10 Trunk/Leased 3 days 5 2 0 50 0 connection) for each Circuits connection. Total Penalty for

Provisioning 3250 Payable Provisioning charges after Penalty

calculation 9700.0

Total Payable Maintenance and Provisioning Charges after penalty 172517.2

9. Termination for Insolvency: The BSNL may at any time terminate the Contract by giving written notice to the Vendor, without compensation to Vendor, if the Vendor becomes bankrupt or otherwise insolvent as declared by the competent court provided that such termination will not prejudice or affect any right or action or remedy which has accrued or will accrue thereafter to the BSNL.

10. Optional Termination by BSNL (other than due default of the Vendor) :The BSNL may, at any time, at its option cancel and terminate this contract by written notice to the Vendor, in which event the Vendor shall be entitled to payment for the work done up to the time of such cancellation.

Page 46 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

11. In the event of the termination of the contract, the Vendor shall forthwith clear the site of all the Vendor’s materials, machinery and equipment’s and hand over possession of the work/operation concerned to the SDO, within seven days w.e.f. the date of termination

12. The BSNL may, at its option, cancel or omit the execution of one or more items of work under this contract and may part of such items without any compensation whatsoever to the Vendor.

13. Issuance of Notice: The AGM in-charge of work shall issue show cause notice giving details of lapses, violation of terms and conditions of the contract, wrongful delays or suspension of work or slow progress to the Vendor directing the Vendor to take corrective action. A definite time schedule for corrective action shall be mentioned in the show cause notice. If the Vendor fails to take corrective action within the stipulated time frame, the AGM in charge shall submit a draft of final notice along with detailed report to the competent authority who had accepted the contract.

14. The final notice for termination of contract to the Vendor shall expressly state the precise date and time from which the termination would become effective. The following safe guards shall be taken while issuing the final notice. a) During the period of service of notice and its effectiveness, the Vendor should not be allowed to remove from the site any material /equipment belonging to the BSNL.

b) The Vendor shall give in writing the tools and plants he would like to take away/remove from the site. Such of the materials as belong to him and which may not be required for future execution of balance work may be allowed by the AGM in-charge of work to be removed with proper records.

c) No reconstruction beneficial to the Vendor shall be allowed.

d) Adequate BSNL security arrangement in replacement of the Vendor watch and ward shall be made forth with Expenses on this account are recoverable from the security deposit or any amount due to the Vendor.

15. Apart from Termination of the contract, the Security deposit /PBG of the contractor shall be forfeited. Further GMTD BSNL, Ajmer reserve the right to blacklist the contractor for a period of three years ( or less ).” 16. INDEMNITIES:

a. The Vendor shall at all times hold the BSNL harmless and indemnify from against all action, suits, proceedings, works, cost, damages, charges claims and demands of every nature and descriptions, brought or procured against the BSNL , its officers and employees and forthwith upon demand and without protect or demur to pay to the BSNL any and all losses and damages and cost (inclusive between attorney and client) and all costs incurred in endorsing this or any other indemnity or security which the BSNL may now or at any time have relative to the work or the Vendors obligation or in protecting or endorsing its right in any suit on other legal proceeding, charges and expense and liabilities resulting from or incidental or in connection with injury, damages of the Vendor or damage to property resulting from or arising out of or in any way connected with or incidental to the operations caused by the contract documents. In addition the Vendor shall reimburse the BSNL or pay to the BSNL forthwith on demand without protect or demur all cost, charges and expenses and loses and damages otherwise incurred by it in consequences of any claim, damages and actions which may be brought against the BSNL arising out of or incidental to or in connection with the operation covered by the Vendor.

b. The Vendor shall at his own cost at the BSNL’s request defend any suit or other proceeding asserting a claim covered by this indemnity, but shall not settle, compound or compromise any suit or other finding without first consulting the BSNL.

17. FORCE MAJEURE: a. If any time, during the continuance of this contract, the performance in whole or in part by either party or any obligation under this contract shall be prevented or delayed by reason of any war, or hostility, acts of

Page 47 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

the public enemy, civil commotion sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes, lockouts or act of God (Here in after referred to as events) provided notice of happenings, if any such eventuality is given by either party to the other within 21 days from the date of occurrence thereof , neither party shall by reason of such event be entitled to terminate this contract nor shall either party have any such claim for damages against the other in respect of such non-performance and work under the contract shall be resumed as soon as practicable after such event may come to an end or cease to exist, and the decision of the BSNL as to whether the work have been so resumed or not shall be final and conclusive, provided further that if the performance, in whole or part of any obligation under this contract is prevented or delayed by reason of any such event for a period exceeding 60 days either party may, at his option terminate the contract. b. Provided also that if the contract is terminated under this clause, the BSNL shall be at liberty to take over from the Vendor at a price to be fixed by the BSNL , which shall be final, all unused, undamaged and acceptable materials, bought out components and stores in the course of execution of the contract, in possession of the Vendor at the time of such termination of such portions there of as the BSNL may deem fit excepting such materials bought out components and stores as the contracts may with the concurrence of the BSNL elect to retain. 18. ARBITRATION:

a. 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 Chief General Manager, Raj. Telecom Circle , Jaipur 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 Chief General Manager Raj. Telecom Circle, Jaipur or by whatever designation such officers may be called (here in after referred to as the said officer) and if the Chief General Manager, or the said officer is unable or unwilling to act as such to the sole arbitration some other person appointed by the Chief General Manager, Rajasthan Telecom Circle, or the said officer. The agreement to appoint an arbitrator will be in accordance with the Arbitration an 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 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 Chief General Manager 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.

b. 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.

c. The venue of the arbitration proceeding shall be the office of the Chief General Manager, Rajasthan Telecom Circle or such other Places as the arbitrator may decide. The following procedure shall be followed:

i. In case parties are unable to reach a settlement by themselves, the dispute should be submitted or arbitration in accordance with contract agreement. ii.There should not be a joint submission with the Vendor to the sole Arbitrator. iii.Each party should submit its own claim severally and may oppose the claim put forward by the other party. iv.The onus of establishing his claims will be left to the Vendor. v. Once a claim has been included in the submission by the Vendor, a reiteration or modification thereof will be opposed. vi. The “points of defense” will be based on actual conditions of the contract.

Page 48 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21 vii. Claims in the nature of ex-gratia payments shall not be entertained by the Arbitrator as these are not contractual. viii. The question whether these conditions are equitable shall not receive any consideration in to preparation of “points of defense”.

ix. If the Vendor includes such claims in his submission, the fact that they are not contractual will be prominently placed before the Arbitrator.

The award of the sole Arbitrator shall be final and binding on all the parties to the dispute.

19. SET OFF:

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

20. All Disputes are subjected to the AJMER jurisdiction.

Page 49 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Appendix-1 to Section V

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

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

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

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

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

Page 50 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Note 4:- No further supplies are to be accepted except that required to make the already supplied items work. 2 If vendor or his representative uses violent/ coercive means viz. Physical / Verbal means to threatens BSNL Executive / employees and/ or obstruct him from functioning in discharge of his duties & responsibilities for the following : Banning of business for 3 years which implies Barring further dealing with the vendor for procurement of Goods & Services a) Obstructing functioning of tender opening including participation in future tenders executives of BSNL in receipt/ opening of invited by BSNL for 3 years from date of tender bids from prospective Bidders, issue of banning order. suppliers/ Contractors.

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

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

4.1 Failure to execute the work at all even in i) Termination of WO. extended delivery schedules, if granted ii) Under take work in accordance with against WO. relevant Clause at the risk of defaulting bidder iii) Recover the excess charges if incurred from the PG/ SD and outstanding bills of the defaulting Vendor.

4.2 Failure to execute the work in full even in i) Short Closure of WO to the service extended delivery schedules, if granted already received by BSNL and/ or in pipeline against PO/ WO. provided ii) Under take work in accordance with relevant Clause at the risk of defaulting bidder iii) Recover the excess charges if incurred from the PG/ SD and outstanding bills of the defaulting bidder. 5.1 The site does not meet the Service Levels Undertake recovery of financial penalty from as mentioned in the WO/Contract. outstanding dues of vendor including PG/ SD.

6 Submission of claims to BSNL against a i) Recovery of over payment from the contract outstanding dues of Vendor including EMD/ (a) for amount already paid by BSNL . PG & SD etc. and by invoking ‘Set off’

Page 51 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

c) for amount higher than that approved by relevant Clause Section V Clause 12 or by BSNL for that service. any other legal tenable manner. ii) Banning of Business for 3 years from date of issue of banning order or till the date of recovery of over payment in full, whichever is later. Note 5:- The claims may be submitted with or without collusion of BSNL Executive/ employees. Note 6:- This penalty will be imposed irrespective of the fact that payment is disbursed by BSNL or not. 7 b) Disrupts/ Sabotages functioning of the iv) Legal action will be initiated by BSNL BSNL network equipments such as against the Vendor if required. exchanges, BTS, BSC/ MSC, Control equipment including IN etc., transmission equipments but not limited to these elements and/ or any other TSP through BSNL. c) tampers with the billing related data/ invoicing/ account of the Customer/ User(s) of BSNL and/ or any other TSP(s). d) hacks the account of BSNL Customer for unauthorized use i.e. to threaten others/ spread improper news etc.

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

8 If the vendor is declared bankrupt or i) Termination/ Short Closure of the WO. insolvent or its financial position has ii) Settle bills for the service received if become unsound and in case of a limited pending work does not affect the working or company, if it is wound up or it is liquidated. use of the services received iii) Under take work in accordance with relevant Clause at the risk of defaulting bidder iv) In case of turnkey projects, If the services are provided without any degradation of performance, then settle bills for the acceptable service (or its part). Undertake recovery of financial penalty from outstanding dues of vendor including PG/

SD. 9 In the event of the vendor, its proprietor, i) Termination/ Short Closure of the WO. Director(s), partner(s) is / are convicted by a ii) Settle bills for the service received if Court of Law following prosecution for pending work does not affect the working or offences involving moral turpitude in relation use of the services receivediii) Under take to the business dealings. work in accordance with relevant Clause at the risk of defaulting bidder iv) In case of turnkey projects, If the services are provided without any degradation of performance, then settle bills for the acceptable service (or its part). Undertake recovery of financial penalty from outstanding dues of vendor including PG/ SD.

Page 52 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

10 If the vendor does not return/ refuses to i) Take action to appoint Arbitrator to return BSNL’s dues: adjudicate the dispute.

a) inspite of order of Arbitrator. i) Termination of contract, if any. ii) Banning of business for 3 years which implies barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL from date of issue of banning order or till the date by which vendor clears the BSNL’s dues, whichever is later.

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

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

(a) If there is strong justification for believing that the proprietor, manager, MD, Director, partner, employee or representative of the vendor/ supplier has been guilty of malpractices such as bribery, i) Banning of business for 3 years which corruption, fraud, substitution of tenders, implies Barring further dealing with the interpolation, misrepresentation with vendor for procurement of Goods & Services respect to the contract in question. including participation in future tenders (b) If the vendor/ supplier fails to execute a invited by BSNL for 3 years from date of contract or fails to execute it satisfactorily issue of banning order. beyond the provisions of relevant Clause.

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

Page 53 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

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

Note 7: The above penalties will be imposed provided it does not clash with the provision of the respective tender.

Note 8:-In case of clash between these guidelines & provision of invited tender, the provision in the respective tender shall prevail over these guidelines.

Note 9: Banning of Business dealing order shall not have any effect on the existing/ ongoing works which will continue along with settlement of Bills.

Page 54 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

SECTION-VI

SPECIAL CONDITIONS OF CONTRACT

AJMER TELECOM DISTRICT RAJASTHAN TELECOM CIRCLE

Page 55 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

SECTION VI

SPECIAL CONDITIONS OF CONTRACT

1. GENERAL:

1.1 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

1.2 The BSNL reserves the right to black list a bidder for a suitable period in case he fails to honor his bid without sufficient grounds.

1.3 The BSNL reserves the right to counter offers price(s) against price(s) quoted by any bidder.

1.4 Any clarification issued by, 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.

1.5 All work to be executed under the contract shall be executed under the direction and subject to the approval in all respects of by the AGM or Site Engineer in-charge of work site who shall be entitled to direct at what point or points and what manner they are to be commenced, and from the time to time carried on. 1.6 The work in each section may be split up between two or more Vendors or accept any tender in part and not entirely if considered expedient by the GMTD, AJMER. 1.7 If the Vendor shall desire an extension of time for completion of the work on the grounds of unavoidable hindrance in execution of work or on any other ground he shall apply in writing to the AGM with in 3 days of the date of hindrance on account of which he desires such extension as aforesaid. In this regard the decision of GMTD, AJMER shall be final. 1.8 If at any time after the commencement of the work, the concerned AGM may feel that execution of whole or part of work, as specified in the tender is not required to be carried out, then the concerned AGM shall give notice in writing of the fact to the Vendor who shall have no claim to any payment of compensation whatsoever on account of any profit or advantage which he might have derived in consequence of the full amount of the work not having been carried out neither shall he have any claim for compensation by reason of any alteration having been made in the original specifications , drawing, designs and instructions which shall involve any curtailment of the work as originally contemplated. 1.9 Whenever any claims against the Vendor for the payment of a sum of money arises out of or under the contract, the BSNL shall be entitled to recover such sum by appropriating in part or in whole the security deposit of the Vendor, and to sell any promissory notes etc., forming the whole or part of such security or running /Final bill pending against any contract with the BSNL. In the event of the security being insufficient or if no security has been taken from the Vendor, then the balance or the total sum recoverable as the case may be, shall be deducted from any sum then due or which at any time there after may become due to the Vendor under this or any other contract with BSNL . Should this sum be not sufficient to cover the full amount recoverable the contract shall pay to BSNL on demand the balance remaining due. 1.10 No official of Gazetted rank or other Gazetted officer employed in Engineering or administrative duties in a PSU or any other Department of India is allowed to work as a Vendor for a period of two years after his retirement from service without the previous permission of India. This contract is liable to be cancelled if either the Vendor or any of his employee is found at any time to be such a person who hadn’t obtained the permission of Government of India as aforesaid before submission of the engagement in the Vendor’s service as the case may be.

1.11 In the event of the Vendor being, adjusted insolvent or going voluntarily into liquidation of having received order or other under insolvency act made against him or in the case of company, of the passing of any resolution, or making of any order for winding up whether voluntarily or otherwise, or in the event of the Vendor failing to comply with any of the conditions here in specified, the GMTD, AJMER shall have the power to terminate the contract without any notice.

1.12 Without prejudice to any of the rights or remedies under this contract, if the Vendor dies, the (GMTD, AJMER ) on behalf of the BSNL can terminate the contract without compensation to the Vendor. However

Page 56 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

(the GMTD, AJMER) at his discretion may permit Vendor’s heirs to perform the duties or engagements of the Vendor under the contract, in case of his death. In this regard the decision of GMTD, AJMER shall be the final. 1.13 In the event of the Vendor, winding up his company on account of transfer or merger of his company with any other, the Vendor shall make it one of the terms and stipulations of the contract for the transfer of his properties and business, that such other person or company, shall continue to perform the duties or engagement of the Vendor under this contract and be subject to his liabilities there under. 1.14 Interpretation of the contract document:

1.14.1 The representative of GMTD, AJMER and the Vendor shall in so far as possible by mutual consultation, try to decide upon the meaning and intent of the contract document. In-case of disagreement the matter shall be referred to the GMTD, AJMER whose decision shall be final. Any change in the contract documents shall be set forth in writing by the representative of the parties here to. It shall be the Vendor’s responsibility to thoroughly familiarize all of his supervisory personnel with the contents of all the contract documents. 1.15 Notification: 1.15.1 The Vendor shall give in writing to the proper person or authority with a copy to the AGM such notification as may be mandatory or necessary in connection with the commencement, suspension, resumption, performance and/or completion of the contracted work. All notice shall be given sufficiently in advance of the proposed operation to permit proper co-relation of activities and the Vendor shall keep all proper persons or authorities involved and advised of the progress of operations through out the performance of the work and /or with such other information and /or supporting figure and data as may from time to time as directed or required.

1.16 Shut down on account of weather conditions: 1.16.1 The Vendor shall not be entitled to any compensation whatsoever by reason of suspension of the whole or any part of the work made necessary by BSNL on account of bad weather condition or other force major conditions.

2 EASEMENTS, PERMITS, LICENCES AND OTHER FACILITIES: 2.1 The permission of execution of works from local authorities would be responsibility of Vendors. The Vendor shall obtain /provide at his own cost all easements, permits and license necessary to do its work except for the following which shall be provided by the Representative of the GMTD, AJMER. A. Right of user” easements and permits. B. Railway and Highway crossing permits including bridge. C. Canal / stream /Gas Pipe line crossing permits. 2.2 The Vendor shall be fully responsible for obtaining all necessary easements, permits and licenses, for moving all construction equipment, tools, supplied materials and men across Railways and High ways, across public or private road as well as premises of any public utility within the right of user and for bearing all costs that may be incurred in respect of the same. 2.3 The Vendor is to confine his operation to the provided construction “Right of User” unless it has made other arrangement with the particular property owners and/or tenants such other arrangements shall be entirely at the responsibility of the Vendor as to cost and arrangement as also breach and claim and shall be entitled with a copy to the AGM. 2.4 The Vendor will not be entitled to extra compensation for hardship and increase in cost by the cable trench being routed adjacent to or across other pipeline, Highways, Railways, telephones or poser poles and wires or guy wires, embankments, cliffs, streams or other obstacles which may physically or other wise in any manner, restrict or limit the use of the contraction “Right of User” . Some construction and such contingency shall be deemed to have been providing for in the rates. 2.5 At location where the UG cable trench is routed across or along railways or roads the Vendor shall without extra cost provide and maintain such detours and road controls as are required by the railways or BSNL or local agencies having jurisdiction. 2.6 If BSNL is not able to provide above mentioned permits etc. in time then the extension of time limit shall be provided on application by the Vendor. 2.7 The permission of execution of works from local authorities would be responsibility of the Vendor.

Page 57 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

2.8 Permission from local authorities: The Vendor shall obtain / provide at his own cost all easements, permits, permission and license pertaining to local authorities for execution of the work as per work contract schedule. However for the above easements, permits, permission and license any payment/BG/contract agreement is necessary then the same shall be paid /submitted /executed by the BSNL against the demand note/enforce document of the local authority submitted by the Vendor / directly received through the local authorities to BSNL. No any extra charges will be paid by BSNL to the Vendors for pursuance of easements, permits etc. from the different local authorities. It shall be responsibility of the bidder to quote the rates for execution of the work keeping in view such aspects. The BSNL will pay Road cutting charges to local bodies only.

3 QUALITY OF WORK: 3.1 The BSNL AJMER shall be the final judge of the quality of the work and the satisfaction of the BSNL in respect there of set forth in the contract documents. Laxity or failure to enforce compliance with the contract documents by the BSNL and/or its representative shall not manifest a change or intent of waiver, the intention being that, notwithstanding the same, the Vendor shall be and remain responsible for complete and proper compliance with the contract documents and the specification there in. The representative of GMTD, AJMER has the right to prohibit the use of men and any tools, materials and equipment which in his opinion do not produce work or performance meet the requirement of the contract documents.

4 TAXES AND DUTTIES: 4.1 Vendor shall pay all taxes, levies, fees royalties and duties payable or arising from out of by virtue of or in connection with and /or incidental to the contract or any of the obligations of the parties in terms of the Vendor documents and /or in respect of the works or operations or any part there of to be performed by the Vendor and the Vendor shall indemnify and keep indemnified the BSNL from and against the same or any default by the Vendor in the payment thereof.

5 PROTECTION OF LIFE AND PROPERTY AND EXISTING FACILITIES:

5.1 The Vendor is fully responsible for taking all possible safety precaution during preparation for and actual performance of the works and for keeping the construction site in a reasonable safe condition. The Vendor shall protect all life and property from damage or losses resulting from his construction operations and shall minimize the disturbance and inconvenience to the public. 5.2 If the excavation of trench alters the contours of the ground around road and highway crossing in such locations dangerous to traffic, the Vendor shall at his own cost, take all necessary precautions to protect public and shall comply with all the Local/BSNL regulations as to placing of warning boards (Minimum size 3’x2’), traffic signals, barricades, flags etc., at such location .If the Vendor does not put the warning signal as per above directions, then penalty of Rs 500 per day shall be levied on the Vendor , till the directions are complied by the Vendor. The Vendor shall take due precautions to avoid damages to other pipe lines, water mains, sewers, telephones, telegraphs and power conduits, laid wires poles and guy wires, railways , highways, bridges or other underground or above ground structure and/or property crossing or adjacent to the cable trench being excavated. 5.3 Attention of the Vendor is drawn to the rules regarding laying of cables at road crossing, along Railways Bridges, Highways safety precautions while working in Public Street. The Vendor in writing shall obtain the detailed engineering instructions from the AGM of the area. 5.4 The Vendor shall be solely responsible for location through approved non-destructive means and ensuring the safety of all existing underground pipeline. Electrical cables, and or other structures. 5.5 The Vendor shall be solely liable for all expense for and in respect of repairs and /or damage occasioned by injury of or damage to such underground and above structures or other properties and under take to indemnify the BSNL from and against all actions, cause of actions, damages, claims and demands what so- ever, either in law or inequity and all losses and damages and costs (inclusive between attorney and client), charges and expenses connection there with and/or incidental thereto. The Vendor shall take all responsibilities and risk in crossing other pipelines and cables and shall be responsible for protecting all such existing pipelines, poles, electric lines, sewers, cables or other facilities from damage by the Vendor’s operation in connection with the work. The Vendor without cost of BSNL, shall promptly repair any damage incurred.

Page 58 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

5.6 The current market value of any commodities lost as a result of any damage to the aforesaid existing facilities shall be paid by the Vendor together with such additional sums necessary to liquidate the personal claims of property damages, resulting there from.

7. INSURANCE:

7.1 Without limiting any of his other obligations or liabilities, the Vendor shall, at his own expenses , take and keep comprehensive insurance including third party risk for the plant, machinery, men , materials etc. brought to the site and for all the work during the execution. The Vendor shall also take out workmen’s compensations insurance as required by law and under take to indemnify and keep indemnified the BSNL from and against all manner of claims and demands and losses and damages and cost (including between attorney and client) charges and expenses that may arise in regard the same or that the BSNL may suffer or incur with respect to end/or incidental to the same. The Vendor shall have to furnish originals and/ or attested copies as required by the department of the policies of insurance taken within 15 fifteen) days of being called upon to do so together with all premium receipts and other papers related there to which the BSNL may require.

8. COMPLIANCE WITH LAWS AND REGULATION:

8.1 During the performance of the works the Vendor shall at his own cost and initiative fully comply with all applicable laws of the land and with any all applicable by-laws rules, regulations and order and any other provisions having the force of law made or promulgated or deemed to be made or promulgated by the Government, Governmental agency or department, municipal board, Government of other regulatory or Authorized body or persons and shall provide all certificates of compliance therewith as may be required by such applicable law, by-laws , Rules, Regulations, Orders and/or provisions .The Vendor shall assume full responsibility for the payment of all contributions and pay roll taxes, as to its employed, servants or agents engaged in the performance of the work specified in the Vendor documents. If the Vendor documents. If the Vendor shall require any assignee or sub-Vendor to share any portion of the work to be performed here under may be assigned, sub-leased or sub-contracted to comply with the provisions of the clause and in this connection the Vendor agrees as to undertake to save and hold the BSNL harmless and indemnified from and against any/all penalties, actions ,suits, losses and damages, claims and demands and costs (inclusive between attorney and client ) charges and expenses whatsoever arising out or occasioned, indirectly or directly ,by failure of the Vendor or any assignee or sub-Vendor to make full and proper compliance with the said by-laws ,Rules ,Regulations ,Laws and Order and provisions as aforesaid.

9.TOOLS AND PLANTS:

The Vendor shall manage all tools, plants appliances, implements etc. at own cost required for proper execution of works.

Page 59 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

SECTION-VII

(Other Conditions of contract)

AJMER TELECOM DISTRICT

RAJASTHAN TELECOM CIRCLE

Page 60 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

SECTION-VII

1. In the event of any damage or loss of material while in possession of the Vendor, recovery will be made from the Vendor to the extent of damage/loss as the case may be, at the rates decided by the GMTD, Ajmer. 2. The GMTD, BSNL, Ajmer at his discretion on furnishing of genuine and sufficient grounds for delay in the work by the Vendor may waive off the imposition of liquidated damage charges or reduce the amount of such charges. 3. The Vendor will be responsible for any accident and any hazards, which may occur while carrying out the specified work. The compensation to the effected person will be the responsibility of the Vendor in such eventualities. 4. The Vendor will comply with the policies of Municipal Committee/Corporation & other local authorities and order relating to each work at his own cost. 5. The BSNL will not responsible in any way for any dispute arising as a result of contravention of prevailing labour laws for which responsibility will lie on Vendor. 6. The tenderer will comply with the provisions of the contract labour “regulation & abolition 26 Act 1970 “and contract labour rules 1971 and minimum wages act and rules thereof, Central and State Governments. Vendor shall also apply to the labour enforcement officer and / or to the Asstt. Labour Commissioner for registration and for obtaining labour licenses and shall obtain labour license with in a period of 15 days of signing the agreement & before the commencement of the work and continue to have valid license until the completion of the work, as applicable, as per rules. 7. The Vendor shall be responsible for providing all statutory benefits to the personnel employed by him including off day after 6 days work & national holidays, PF, ESI etc & the documentary proof of the same has to be submitted with bill. 8. The Vendor shall be solely responsible for compliance of various statutory obligation (including the financial liability) under the contract labour (Regulation & Abolition Act), minimum wages act, workman compensation act & other law & rules as applicable from time to time. 9. The Manpower deployed by the Vendor for providing the service to do specified work will have no claim whatsoever for absorption in BSNL later on. Acceptance of tender for engagement of aforesaid work shall not entitle the Vendor or anybody employed by him for the purpose for future absorption/employment in the BSNL. As it is just casual work and contract can be terminated at any time without assigning any reason whatsoever. 10. GMTD, BSNL, Ajmer reserves the right to suspend any schedule of work temporarily or permanently. The quantity of work can also be increased or decreased as per requirement. 11. If the Vendor refuses to accept the work order after having accepted the tender or does not provide the services properly, BSNL reserve the right to get the work done through other agencies even at higher rates & difference of the cost will be deducted from the Vendor s‟ pending bill or security deposit as the case may be. 12. GMTD, BSNL, Ajmer reserve the right to get these specified works done departmentally or through any other agency. The cost so incurred shall be recovered from the Vendor. 13. If there is any theft or breakage of any store/equipment /items etc. by the Vendor s‟ workman, it will be the responsibility of the Vendor who will pay to the office of GMTD, BSNL, Ajmer the amount of loss suffered due to above. 14. The rates should be inclusive of all taxes but excluding GST. No escalation in rates whatsoever reasons, statutory or otherwise shall be allowed. Rates should be quoted, keeping in mind all taxes in force from time to time such as Local Taxes or any other Tax etc. as it is to be borne by the Vendor only. While quoting the rates, the Vendor/ bidder should also keep in mind that employers contribution of EPF and ESI has to be borne by him in addition to the minimum wage rates. 15. Conditional tenders which propose any alterations in specified items or in the item Schedule or which contain any other condition of any sort shall be summarily rejected. 16. The BSNL shall not be responsible for any Injury/Temporary disability/Permanent disability/Death suffered by the worker of the Vendor while performing his duty. 17. Control of personnel : The control of the person deputed will be the entire responsibility of the tenderer.

18. Income Tax or any other tax at the prevailing rates will be deducted from the bill of the Vendor. Any other statutory Tax or levies introduced by the Rajasthan Govt. /Govt. of India shall be borne by the Vendor.

Page 61 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

19. In case of any clause is not mentioned, prevailing DOT/BSNL rules will apply.

20. The Vendor will be bound by all the aspects and legal issues relating to the labour laws.

a. Vendor/Agency shall possess registration/license from the appropriate labour authority: and shall furnish particulars of their employees/workers engaged by them to execute the outsourced activities, if applicable. b. Vendor/Agency will make payment to its workers at the rates not less than the rates prescribed under the Minimum Wages Act, 1948. c. The Vendor/Agency has to obtain registration with EPF/ESI authorities. d. Vendor shall ensure timely deposit of EPF and ESI dues of the employees with the appropriate authorities and Vendor is asked to submit the documents in this regard to BSNL. e. The Vendor will maintain all records & registers required under prevailing labour laws. f. Vendor will follow all rules related to applicable GST. g. The Central Government may from time to time add to or amend the regulations and on any question as to the application/interpretation or effect of those regulations. h. Compliance of all the terms and conditions of the labour, commissioner, the proprietor would be personally responsible for any lapse all penalties imposed by the labour Commissioner, would be born by the Vendor.

21. GST 22. The Vendor will abide by GST rules as applicable. The Registration in the concerned GST department is essentially required. Rates of GST will be excluded to the rates approved. GST will be paid by BSNL for the Bills. It will be Vendor’s responsibility for depositing the GST properly and within scheduled time as per applicable GST rules & regulation and he will claim the same from BSNL accordingly in concerned bills. 23. INSURANCE: Without limiting any of his other obligations or liabilities, the Vendor shall, at his own expense, take and keep comprehensive insurance including third party risk for the plant, machinery, men, material etc. brought to the site and for all the work during the execution. The Vendor shall also take out workmen’s compensations insurance as required by law and under take to indemnify and keep indemnified the BSNL from and against all manner of claims and demands and losses and damages and cost (including between attorney and client) charges and expenses that may arise in regard the same or that the Government may suffer incur with respect to end/or incidental to the same. The Vendor shall gave to furnish originals and/or attested copies as required by the BSNL of the policies of insurance taken within 15 days of being called upon to do so together with all premium receipts and other papers related thereto which the BSNL may require.

24. COMPLIANCE WITH LAWS AND REGULATION: During the performance of the works the Vendor shall at his own cost and initiative fully comply with all applicable laws of the land and with any and all applicable by -laws rules, regulations and orders and any other provisions having the force of law made or promulgated or deemed to be made or promulgated by the BSNL or the Government, Governmental agency or department, municipal board, Government of other regulatory or Authorized body or persons and shall provide all certificates of compliance therewith as may be required by such applicable law. By-laws, Rules, Regulations, orders and/or provisions. The Vendor shall assume full responsibility for the payment of all contributions and pay roll taxes, as to its employees, servants or agents engaged in the performance of the work specified in the Vendor documents. If the Vendor shall require any assignee or sub-Vendor to sham any portion of the work to be performed hereunder may be assigned, sub leased or sub-contracted to comply with the provisions of the clause and in this connection the Vendor agrees as to undertake to save and hold the BSNL harmless and indemnified from and against any / all penalties, actions, suits, losses and damages, claims and demands and costs (inclusive between attorney and client) charges and expenses whatsoever arising out or occasioned, indirectly or directly, by failure of the Vendor or any assignee or sub-Vendor to make full and proper compliance with the said by-laws Rules, Regulations, Laws and other and provisions as aforesaid.

Page 62 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

SECTION-VIII

SCOPE OF WORK

AJMER TELECOM DISTRICT RAJASTHAN TELECOM CIRCLE

Page 63 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

SECTION VIII SCOPE OF WORK Annexure-I Diesel Filling Activities

a) The bidder shall draw diesel by means of the fleet card/petro- cards under the control of SDE /SDO. The bidder shall use appropriate vehicles for transportation of diesel from the designated nearest petrol pump to the sites. Full details of diesel opening balance and closing balance in DG at site shall be recorded in the log book.

b) Checking the level of diesel in the DG tank at the time of filling (opening level & closing level) and making necessary entries in the Log book for diesel filling. If there is any kind of dispute regarding the diesel consumption, in that case a joint team of bidder and BSNL will carry out the diesel consumption check on the disputed site and the average checked will be used for both retrospective as well as prospective reimbursements for that sites.

c) BSNL will not be responsible for any delay in payment of invoices or expenses due to any error, incomplete statement or late receipt of the same.

d) Pilferage/Misuse of diesel will lead to severe penalty and recovery from the vendor. Therefore, this is in the interest of both Vendors and BSNL that correct hour meter and KWH Meter readings to ascertain actual consumption shall be exhibited at the site, which will be verified by BSNL, from time to time. Records of these parameters shall invariably be maintained.

e) Checking the meter reading in the DG run hour meter (opening and closing readings) and Controller logged hours (if available) and making entries of DG run hours in the Log book.

f) Ensuring availability of 25% tank capacity of diesel in the DG at any point of time in consultation with BSNL Staff except when Site In charge has allowed for refilling with lesser quantity of Diesel.

g) BSNL reserves the right to incorporate and ask for any other reconciliation / operation report during the currency of tender.

h) Non-completion of ordered Diesel filling work at site/exchange within 72 hours of intimation(through Mail / Letter) shall be taken as minor performance deviation. A penalty of INR 100 per day per site shall be imposed for the period till the diesel filling order to the overall capping of 12% of the total contracted value for the services of the relevant invoice period.

i) Non filling of Diesel at the site/exchange resulting in site/exchange being fully / partially down beyond 24 hours of intimation(through Mail / Letter) shall be taken as major performance deviation. A penalty of INR 500 per day per site shall be imposed for the period till the restoration of fault subject to the overall capping of 12% of the total contracted value for the services of the relevant invoice period.

j) In the event of total penalties reaching the capping limit consecutively for three months, BSNL will have the right to terminate the contract of the concerned BA/SSA without any further notice.

Page 64 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

k) If any fraudulent activity by the personnel deployed in filling of diesel in Mobile/Exchange sites is detected by BSNL authorized personnel/officer, then the bidder is liable to pay penalty as assessed by BSNL.

l) For any tendered work not attended in time, BSNL will have the right to get it done from external resources and payment made to them will be recovered from bidder.

Page 65 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Annexure-II

B(II) Mobile site maintenance & upkeep (2G and/or 3G and/or 4G)

a) These are the sites housing only Mobile sites either 2G or 3G or 4G or a combination of them.

b) All BTS related alarm need to be made functional and to be extended upto OMCR within three month. (Penalty of Rs 50 per day per site for one month)

c) Prompt action (within 1 hour in city and 06 hours in Rural) on receipt of instructions (by call or by SMS) from concerned officer regarding manual assistance in rectification of alarms / faults in site. In case of no action in accepted time line Penalty per hour at the rate of Rs 10 per hour per site)

d) DG battery should be maintained, safeguarded and kept in charged condition at the site so as to start the DG at the time of main supply outage. Life of DG battery is minimum two years. Therefore, if any damage happens to the battery within this period, the agency has to replace it free of cost. At the time of hand over, healthy battery will be provided (approximate used period / manufacturing date will also be indicated).

e) Air filter cleaning in BTS/ Node B/ e-Node B, every month and entry in log book of site.

f) In case of BTS outages due to control card faults of BTSs / NODE-Bs/e-Node Bs fault, replace the fault items with the spare module /cards as per instructions of BSNL Site In charge.

g) In case of Mini Link/ OFC failure, details of visual alarm noticed to be communicated to the maintenance In-charge.

h) For prolonged failure of Electricity as intimated by BSNL officer, Coordination for restoration of EB in consultation with BSNL Site/ IP In charge.

i) To check Earth Connectivity is available at BTS/ Node B/e-Node Bs. The earth value is to be measured once in every six months and report to be submitted.

j) The field staff being deployed should be provided with 2 SIMs one of BSNL & other from private TSPs for communication when BTS site is down.

k) Any BSNL OFC breakdown en-route to be intimated to site in charge for prompt restoration of OFC fault.

l) Up to 24 hrs of reporting of non-compliance related to above specific instance will be treated as 1 minor deviation and further non completion of activity for rectification of that deviation in every 3 days will be treated as single instance.

m) Each Minor performance deviation will result in penalty of Rs 50 except in case the deviation is because of BSNL reasons.

n) Site failure due to unsatisfactory support in Site upkeep activities which leads to prolonged outage for more than 12 hrs in urban area and 48 Hours in Rural area will be treated as major deviation and penalty @ Rs 50 per hour per site.

o) Maintaining EMF related boards and help in providing data for Biennial submission of EMF Radiation for Mobile sites.

Page 66 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

p) Assistance in handling of minor store items.

q) Penalties being charged for Minor Performance Deviations attributable to the bidder will be capped to 06 % of the total contracted value for the services of the relevant invoice period.

r) Penalties being charged for Major Performance Deviations attributable to the bidder will be capped to 12% of the total contracted value for the services of the relevant invoice period.

s) If the total penalties reaching the capping limit consecutively for three months, BSNL will have the right to terminate the contract of the concerned BA/SSA without any further notice.

t) If any fraudulent activity by the personnel deployed is detected by BSNL authorized personnel/officer, then the bidder is liable to pay penalty as assessed by BSNL i.e. The cost of consequential damages to installation(s)/DG set(s) would be deducted at actual, from the bidder’s bill. This will be over and above the other penalties and will not be subject to capping if any.

u) For any tendered work not attended in time, BSNL will have the right to get it done from external resources and payment made to them will be recovered from bidder.

v) Ensure working of Power plant alarms with OMC-R. (Penalty of Rs 8 per day per site)

w) First line maintenance of power plants, battery and any problem reported. Any problem not reported within three days for Urban and Rural area will attract penalty of Rs 2 per day per site for the days it has not reported.

x) Periodically check-up power plant modules working, load sharing and ensuring sufficient Modules are available for Equipment in consultation with Site Incharge and Charging of Battery.

y) Tightening of all nuts /screws in interconnecting point of power cable from EB panel board to each equipment, once in three months.

z) To ensure the control card is functioning properly so that battery do not go to deep discharge.

aa) In case of any Power Plant outages due to fault in control card intimation to be given to Site In charge for attending the same on priority.

bb) Conducting Battery Backup test with Existing Load at least in quarterly & record the same in Log Book.

cc) Faulty Card/ Units need to be deposited at designated centre as per requirement & collect repaired unit within 24 hours in urban and in 48 hours in rural areas and delay more than that will be counted as one instance of minor deviation and penality @ of Rs 50 per day will be charged.

dd) Replacement of the faulty modules with repaired Modules as per instructions of Site In charge within 24 hours in urban and in 48 hours in rural areas is mandatory and any delay resulting in downtime of equipment because of Non replacement of control card will be counted as major deviation and will be charged @ Rs 20 per hour.

ee) Bidder has to provide related testing equipments to discharge the functions listed.

ff) Cleaning, security and up keeping of the site including all equipment, tower surroundings, shelter/OD cabinet, DG etc. This includes bush cutting in the BTS/Exchange sites in open areas. All tools & Cleaning material to be provided by the bidder.

gg) Routine check of free cooling systems available at site and DG set and other Equipments and record

Page 67 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

the same in log book as per the periodicity defined for the visit (fortnightly). Reporting of any alarms/faults/untoward incident to the concerned officer.

hh) Running of DG sets as required.

ii) Monitoring of Power Plant voltage and smooth change over in the absence of electricity.

jj) To provide assistance under various exchange site activities includes minor civil and electrical works such as repair/replacement of EB service cable, armoured AC cable replacement up to DG, repair/replacement of parts of LT panel/ lighting fixtures / smoke & fire alarm system / site earthing / surge protection/ A/C unit etc.

kk) Due to heavy dust, temperature of BTS site increases and efficiency degrades. Hence, cleaning of all types of BTSequipment & other infrastructure need to be carried out. This should be done using proper tools including vacuum cleaner and under supervision.

ll) Assistance to transmission media team for extension of loop test, observation of alarm indicators, giving reset etc for troubleshooting shall be done

mm) Entering DG & Battery voltage readings/status in the BTS site log book.

nn) Report EB failure of sites to concerned EB unit and intimate the docket no: if any, to concerned BSNL official. Coordinate with Electricity Board/Corporation for restoration of power and after restoration of EB power, ensure proper working of PP/DG.

oo) Collection of EB bills and submission to the officer in charge.

pp) The fire & smoke cum intruder detection systems installed in BTS sites are to be maintained by the bidder for its proper working. Periodic checking for the proper working of these systems and necessary repair/replacement of faulty units are to be carried out by the bidder. The bidder shall maintain the fire extinguisher of CO2 in all BTS sites under maintenance. qq) In case of BTS outages due to card faults of rectifier modules fault of power plant etc, replace the faulty items with the spare module /cards available from normal spare availability location or from nearby sites as directed. The card/module extraction/insertion and transport shall be as per the recommended practice of the OEM/guidance of BSNL. It will be the responsibility of bidder that during transportation no cards get damaged. rr) Routine check and Maintenance of Earth of power plant / BTS and record the same in log book. ss) The bidder should have technical support to determine and judge the number of electricity units generated by using one litre of diesel fuel. Actual consumption of diesel at site will be verified with the help of CPH, DG HOUR METERS, DG KWH METERS. tt) The Average load of the site shall be reviewed based on actual measurement on quarterly basis. The mechanism of testing and determination of average load shall be decided by BSNL. uu) In the event of EB supply failure, operator shall operate DG after verifying the sufficient drainage of Exchange battery voltage. If power is not resumed within Two hour, he shall stop the EA Set and again allow the exchange battery voltage to drain sufficiently. The same sequence should continue till resumption of power supply. vv) During the availability of main electric supply, DGs are not to be run. The operator shall keep the track of drainage of exchange battery voltage and shall start only when the voltage drops to 49 V. ww) Arranging test run in case, if any dispute arise between the Contractor and the BSNL official concerned. xx) The fuel utilization reconciliation will be based on CPH based validation with run hr meter count plus DG run readings from OMCR. In general, As per BTS/Exchange load and capacity of DG, the average CPH may be taken as 2.2 Liter / Hour for DG Sets up to 15 KVA capacity and 2.7 Litre/Hour

Page 68 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

for more than 15KVA capacity. yy) DG hour meter and KWH meter and AMF panel incorporated in DG to be kept in working condition and any tampering / fault will entail penalty as well as action for recovery of losses to BSNL.

zz) A monthly Site wise statement detailing the opening balance of diesel, diesel filled during the month, closing balance, DG run hours etc shall have to be submitted by the bidder to BSNL.

aaa) Any material required for Mobile site maintenance & upkeep like aviation lamp, earthlingmaterial etc such type of perishable items would be provided by BSNL. bbb) Concerned BSNL officers will periodically verify the logbook entries and put their initials. The bidder has to seal and lock the hour meter in the presence of BSNL representative. Every month the hour meter reading is to be noted by bidder along with the BSNL representative and a consolidated statement along with log book reports is to be submitted by the bidder. Under any circumstances if any of the units like run hour meter is faulty then the diesel filling should be done under the supervision of any of the BSNL officers/ persons authorized by BSNL. ccc) Upkeep of indoor Air Conditioner(AC)

Page 69 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Annexure-III

B(III) Mobile site collocated with Rural Telephone Exchange maintenance & upkeep (2G and/or 3G and/or 4G AND Rural Telephone Exchange)

a) These are the sites housing Mobile site collocated with Rural Telephone Exchange (2G and/or 3G and/or 4G AND Rural Telephone Exchange)

b) The maintenance of Rural Exchanges will include maintenance of Landline Exchange, DSLAM, transmission equipments, USO WiFi Hot Spots & other Exchange equipments etc. for keeping the equipments in working condition.

c) Maintenance of Exchange for keeping site in working condition. It will include general maintenance of exchange site like sweeping, cleaning, security and upkeep of all type of equipments including exchange, transmission equipment, DG, power plant and battery etc.

d) All BTS related alarm need to be made functional and to be extended upto OMCR within three month. (Penalty of Rs 50 per day per site for one month)

e) Prompt action (within 1 hour in city and 06 hours in Rural) on receipt of instructions (by call or by SMS) from concerned officer regarding manual assistance in rectification of alarms / faults in site/Exchange, DSLAM, other equipments. In case of no action in accepted time line Penalty per hour at the rate of Rs 10 per hour per site)

f) DG battery should be maintained, safeguarded and kept in charged condition at the site so as to start the DG at the time of main supply outage. Life of DG battery is minimum two years. Therefore, if any damage happens to the battery within this period, the agency has to replace it free of cost. At the time of hand over, healthy battery will be provided (approximate used period / manufacturing date will also be indicated).

g) Air filter cleaning in BTS/ Node B/ e-Node B, every month and entry in log book of site.

h) In case of BTS/Exchange outages due to control card faults of BTSs / NODE-Bs/e-Node Bs/Exchange fault, replace the fault items with the spare module /cards as per instructions of BSNL Site In charge.

i) In case of Mini Link/ OFC failure, details of visual alarm noticed to be communicated to the maintenance In-charge.

j) For prolonged failure of Electricity as intimated by BSNL officer, Coordination for restoration of EB in consultation with BSNL Site/ IP /Exchange In charge.

k) To check Earth Connectivity is available at BTS/ Node B/e-Node Bs/Exchange. The earth value is to be measured once in every six months and report to be submitted.

l) The field staff being deployed should be provided with 2 SIMs one of BSNL & other from private TSPs for communication when BTS site is down.

m) Any BSNL OFC breakdown en-route to be intimated to site in charge for prompt restoration of OFC fault.

n) Up to 24 hrs of reporting of non-compliance related to above specific instance will be treated as 1 minor deviation and further non completion of activity for rectification of that deviation in every 3 days will be treated as single instance.

Page 70 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

o) Each Minor performance deviation will result in penalty of Rs 50 except in case the deviation is because of BSNL reasons.

p) BTS/Exchange Site failure due to unsatisfactory support in Site upkeep activities which leads to prolonged outage for more than 12 hrs in urban area and 48 Hours in Rural area will be treated as major deviation and penalty @ Rs 50 per hour per site.

q) Maintaining EMF related boards and help in providing data for Biennial submission of EMF Radiation for Mobile sites.

r) Assistance in handling of minor store items.

s) Penalties being charged for Minor Performance Deviations attributable to the bidder will be capped to 06 % of the total contracted value for the services of the relevant invoice period.

t) Penalties being charged for Major Performance Deviations attributable to the bidder will be capped to 12% of the total contracted value for the services of the relevant invoice period.

u) If the total penalties reaching the capping limit consecutively for three months, BSNL will have the right to terminate the contract of the concerned BA/SSA without any further notice.

v) If any fraudulent activity by the personnel deployed is detected by BSNL authorized personnel/officer, then the bidder is liable to pay penalty as assessed by BSNL i.e. The cost of consequential damages to installation(s)/DG set(s) would be deducted at actual, from the bidder’s bill. This will be over and above the other penalties and will not be subject to capping if any.

w) For any tendered work not attended in time, BSNL will have the right to get it done from external resources and payment made to them will be recovered from bidder.

x) Ensure working of Power plant alarms with OMC-R. (Penalty of Rs 8 per day per site) y) First line maintenance of power plants, battery and any problem reported. Any problem not reported within three days for Urban and Rural area will attract penalty of Rs 2 per day per site for the days it has not reported.

z) Periodically check-up power plant modules working, load sharing and ensuring sufficient Modules are available for Equipment in consultation with Site Incharge and Charging of Battery.

aa) Tightening of all nuts /screws in interconnecting point of power cable from EB panel board to each equipment, once in three months.

bb) To ensure the power plant/control card is functioning properly so that battery do not go to deep discharge.

cc) In case of any Power Plant outages due to fault in control card intimation to be given to Site In charge for attending the same on priority.

dd) Conducting Battery Backup test with Existing Load at least in quarterly & record the same in Log Book.

ee) Faulty Card/ Units BTS/exchange sites and other equipment cards need to be deposited at designated centre as per requirement & collect repaired unit within 24 hours in urban and in 48 hours in rural areas and delay more than that will be counted as one instance of minor deviation and penality @ of Rs 50 per day will be charged.

ff) Replacement of the faulty modules with repaired Modules as per instructions of Site In charge within

Page 71 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

24 hours in urban and in 48 hours in rural areas is mandatory and any delay resulting in downtime of equipment because of Non replacement of control card will be counted as major deviation and will be charged @ Rs 20 per hour.

gg) Bidder has to provide related testing equipments to discharge the functions listed.

hh) Cleaning, security and up keeping of the site including all equipment, tower surroundings, shelter/OD cabinet, DG etc. This includes bush cutting in the BTS/Exchange sites in open areas. All tools & Cleaning material to be provided by the bidder.

ii) Routine check of free cooling systems available at site and DG set and other Equipments and record the same in log book as per the periodicity defined for the visit (fortnightly). Reporting of any alarms/faults/untoward incident to the concerned officer.

jj) Running of DG sets as required.

kk) Monitoring of Power Plant voltage and smooth change over in the absence of electricity.

ll) To provide assistance under various exchange site activities includes minor civil and electrical works such as repair/replacement of EB service cable, armoured AC cable replacement up to DG, repair/replacement of parts of LT panel/ lighting fixtures / smoke & fire alarm system / site earthing / surge protection/ A/C unit etc.

mm) Preventive checks and maintenance of Earthing& Lightning Protection systems including periodic checking/correction of these systems to ensure that all equipments are protected against surge/lightning related damages. This includes augmentation of the existing earthing/lightning system where ever required, replacement of any rusted components, tightening of joints, replacement of lightning damaged components in infra equipments/electrical circuitry including ELCBs/surge protection devices/fuses/cables etc nn) Due to heavy dust, temperature of BTS/exchange increases and efficiency degrades. Hence, cleaning of all types of BTS/Exchange equipment & other infrastructure need to be carried out. This should be done using proper tools including vacuum cleaner and under supervision. oo) To install the GD tubes and splitters as per instruction of incharge and to assists the Txteam OFC fault maintenance & providing loop etc in Rural Telephone exchanges. pp) Routine check of Exchange & other equipments and record the same in log book as per the instructions given in the log book. Reporting of any alarms/faults/untoward incident to the concerned officer should be done as and when the maintenance person visits the site.

qq) Assistance to transmission media team for extension of loop test, observation of alarm indicators, giving reset etc for troubleshooting shall be done. rr) Entering DG & Battery voltage readings/status in the BTS/exchange site log book. ss) Report EB failure of sites to concerned EB unit and intimate the docket no: if any, to concerned BSNL official. Coordinate with Electricity Board/Corporation for restoration of power and after restoration of EB power, ensure proper working of PP/DG. tt) Collection of EB bills and submission to the officer in charge. uu) The fire & smoke cum intruder detection systems installed in BTS/exchange sites are to be maintained by the bidder for its proper working. Periodic checking for the proper working of these systems and necessary repair/replacement of faulty units are to be carried out by the bidder. The bidder shall maintain the fire extinguisher of CO2 in all BTS/exchange sites under maintenance. vv) In case of BTS/exchange outages due to card faults of rectifier modules fault of power plant etc, replace the faulty items with the spare module /cards available from normal spare availability location or from nearby sites as directed. The card/module extraction/insertion and transport shall be as per the

Page 72 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

recommended practice of the OEM/guidance of BSNL. It will be the responsibility of bidder that during transportation no cards get damaged. ww) Routine check and Maintenance of Earth of power plant /BTS/ exchange and record the same in log book. xx) The bidder should have technical support to determine and judge the number of electricity units generated by using one litre of diesel fuel. Actual consumption of diesel at site will be verified with the help of CPH, DG HOUR METERS, DG KWH METERS. yy) The Average load of the site shall be reviewed based on actual measurement on quarterly basis. The mechanism of testing and determination of average load shall be decided by BSNL. zz) In the event of EB supply failure, operator shall operate DG after verifying the sufficient drainage of Exchange battery voltage. If power is not resumed within Two hour, he shall stop the EA Set and again allow the exchange battery voltage to drain sufficiently. The same sequence should continue till resumption of power supply. aaa) During the availability of main electric supply, DGs are not to be run. The operator shall keep the track of drainage of exchange battery voltage and shall start only when the voltage drops to 49 V. bbb) Arranging test run in case, if any dispute arise between the Contractor and the BSNL official concerned. ccc) The fuel utilization reconciliation will be based on CPH based validation with run hr meter count plus DG run readings from OMCR. In general, As per BTS/Exchange load and capacity of DG, the average CPH may be taken as 2.2 Liter / Hour for DG Sets up to 15 KVA capacity and 2.7 Litre/Hour for more than 15KVA capacity. ddd) DG hour meter and KWH meter and AMF panel incorporated in DG to be kept in working condition and any tampering / fault will entail penalty as well as action for recovery of losses to BSNL.

eee) A monthly Site wise statement detailing the opening balance of diesel, diesel filled during the month, closing balance, DG run hours etc shall have to be submitted by the bidder to BSNL. fff) Any material required for Mobile site maintenance & upkeep like aviation lamp, earthlingmaterial etc such type of perishable items would be provided by BSNL. ggg) Concerned BSNL officers will periodically verify the logbook entries and put their initials. The bidder has to seal and lock the hour meter in the presence of BSNL representative. Every month the hour meter reading is to be noted by bidder along with the BSNL representative and a consolidated statement along with log book reports is to be submitted by the bidder. Under any circumstances if any of the units like run hour meter is faulty then the diesel filling should be done under the supervision of any of the BSNL officers/ persons authorized by BSNL. hhh) Upkeep of indoor Air Conditioner(AC)

Page 73 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Annexure-IV

(IV) Rural Telephone Exchange maintenance & upkeep.

All activities related to Maintenance of exchange equipment, DSLAM, transmission equipments, USO WiFi Hot Spots & other Exchange equipments etc. to keep the exchange site in working state.

1. The maintenance of Rural Exchanges will include maintenance of Landline Exchange, DSLAM, transmission equipments, USO WiFi Hot Spots & other Exchange equipments etc. for keeping the equipments in working condition. 2. Maintenance of Exchange for keeping site in working condition. It will include general maintenance of exchange site like sweeping, cleaning, security and upkeep of all type of equipments including exchange, transmission equipment, DG, power plant and battery etc. 3. Prompt action (within 06 hours) on receipt of instructions (by call or by SMS) from concerned officer regarding manual assistance in rectification of alarms/faults in Exchange, DSLAM & other equipments. In case of no action in accepted time line, Penalty per hour at the rate of Rs 10/- per hour per site) 4. Due to heavy dust, temperature of exchange increases and efficiency degrades. Hence, cleaning of all types of Exchange equipment & other infrastructure need to be carried out. This should be done using proper tools including vacuum cleaner and under supervision. 5. In case of exchange outages due to control card faults, replace the faulty items with the spare module /cards as per instructions of BSNL exchange in charge. Replace the faulty items with the spare cards available from normal spare availability location or from nearby sites as directed. 6. For prolonged failure of Electricity as intimated by BSNL officer, Coordination for restoration of EB in consultation with BSNL exchange in charge. 7. To check Earth Connectivity is available at Exchange. 8. To install the GD tubes and splitters as per instruction of incharge. To assists the Txteam OFC fault maintenance & providing loop etc. 9. Exchange failure due to unsatisfactory support in Site upkeep activities which leads to prolonged outage for more than 48 Hours will be treated as major deviation and penalty @ Rs 50/- per hour. 10. Up to 24 hrs of reporting of non-compliance related to above specific instance will be treated as 1 minor deviation and further non completion of activity in every 3 days will be treated as single instance. 11. Each Minor performance deviation will result in penalty of Rs 50/- except in case the deviation is because of BSNL reasons. 12. Assistance in handling of minor store items. 13. Penalties being charged for Minor Performance Deviations attributable to the bidder will be capped to 06 % of the total contracted value for the services of the relevant invoice period.

14. Penalties being charged for Major Performance Deviations attributable to the bidder will be capped to 12% of the total contracted value for the services of the relevant invoice period. 15. If the total penalties reaching the capping limit consecutively for three months, BSNL will have the right to terminate the contract of the concerned SSA without any further notice. 16. If any fraudulent activity by the personnel deployed is detected by BSNL authorized personnel/officer, then the bidder is liable to pay penalty as assessed by BSNL i.e. the cost of consequential damages to installation(s)/DG set(s) would be deducted at actual, from the service provider’s bill. This will be over and above the other penalties and will not be subject to capping if any. 17. Routine check of Exchange & other equipments and record the same in log book as per the instructions given in the log book. Reporting of any alarms/faults/untoward incident to the concerned officer should be done as and when the maintenance person visits the site.

Page 74 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

18. Assistance to transmission media team for extension of loop test, observation of alarm indicators, giving reset etc for troubleshooting shall be done. 19. Periodically check-up power plant modules working, load sharing and ensuring sufficient Modules are available for Equipment in consultation with Site Incharge and Charging of Battery. 20. Tightening of all nuts /screws in interconnecting point of power cable from EB panel board to each equipment, once in three months. 21. To ensure the power plant/control card is functioning properly so that battery do not go to deep discharge 22. In case of any Power Plant outages due to any reasons, intimation to be given to Site In charge for attending the same on priority. 23. Conducting Battery Backup test with Existing Load at least quarterly & record the same in Log Book. 24. Faulty Cards/ Units including Exchange & other equipment Cards need to be deposited at designated centre as per requirement & collect repaired unit within 48 hours and delay more than that will be counted as one instance of minor deviation and penalty @ of Rs 50/- per day will be charged. 25. Replacement of the faulty modules with repaired Modules as per instructions of Site In charge within 48 hours is mandatory and any delay resulting in downtime of equipment because of Non replacement will be counted as major deviation and will be charged @ Rs 20/- per hour. 26. Bidder has to provide related testing equipment to discharge the functions listed. 27. Cleaning, security and up keeping of the exchange including all equipments, DG etc. This includes bush cutting in the open areas. All tools & Cleaning material to be provided by the bidder. 28. Any tendered work not attended in time, BSNL will have the right to get it done from external resources and payment made to them will be recovered from SP. 29. Entering DG& Battery voltage readings/status in the exchange site log book. 30. Report EB failure of sites to concerned EB unit and intimate the docket no: if any, to concerned BSNL official. Coordinate with Electricity Board/Corporation for restoration of power and after restoration of EB power, ensure proper working of PP/DG. 31. Collection of EB bills and submission to the officer in charge. 32. Routine check of Power plant, Battery and record the same in log book as per the instructions given in the log book. Reporting of any alarms/faults/untoward incident to the concerned officer should be done as and when the maintenance person visits the site. 33. The fire & smoke cum intruder detection systems installed in exchange sites are to be maintained by the bidder for its proper working. Periodic checking for the proper working of these systems and necessary repair/replacement of faulty units are to be carried out by the bidder. The bidder shall maintain the fire extinguisher of CO2 in all exchange sites under maintenance. 34. Preventive checks and maintenance of Earthing& Lightning Protection systems including periodic checking/correction of these systems to ensure that all equipments are protected against surge/lightning related damages. This includes augmentation of the existing earthing/lightning system where ever required, replacement of any rusted components, tightening of joints, replacement of lightning damaged components in infra equipments/electrical circuitry including ELCBs/surge protection devices/fuses/cables etc. The earth value is to be measured once in every six months and report to be submitted. 35. In case of exchange outages due to card faults of rectifier modules fault of power plant etc, replace the faulty items with the spare module /cards available from normal spare availability location or from nearby sites as directed. The card/module extraction/insertion and transport shall be as per the recommended practice of the OEM/guidance of BSNL. It will be the responsibility of bidder that during transportation no cards get damaged. 36. Routine check and Maintenance of Earth of power plant / exchange and record the same in log book. 37. Monitoring of Power Plant voltage and smooth change over in the absence of electricity. 38. To provide assistance under various exchange site activities includes minor civil and electrical works such as repair/replacement of EB service cable, armoured AC cable replacement up to DG, repair/replacement

Page 75 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

of parts of LT panel/ lighting fixtures / smoke & fire alarm system / site earthing / surge protection/ A/C unit etc. 39. Routine check of free cooling systems available at site and DG set and other Equipments and record the same in log book as per the periodicity defined for the visit (fortnightly). Reporting of any alarms/faults/untoward incident to the concerned officer. 40. The bidder should have technical support to determine and judge the number of electricity units generated by using one litre of diesel fuel. Actual consumption of diesel at site will be verified with the help of CPH, DG HOUR METERS, DG KWH METERS. 41. The Average load of the site shall be reviewed based on actual measurement on quarterly basis. The mechanism of testing and determination of average load shall be decided by BSNL. 42. In the event of EB supply failure, operator shall operate DG after verifying the sufficient drainage of Exchange battery voltage. If power is not resumed within Two hour, he shall stop the EA Set and again allow the exchange battery voltage to drain sufficiently. The same sequence should continue till resumption of power supply. 43. During the availability of main electric supply, DGs are not to be run. The operator shall keep the track of drainage of exchange battery voltage and shall start only when the voltage drops to 49 V. 44. Arranging test run in case, if any dispute arise between the Contractor and the BSNL official concerned. 45. The fuel utilization reconciliation will be based on CPH based validation with run hr meter count plus DG run readings from OMCR. In general, As per BTS/Exchange load and capacity of DG, the average CPH may be taken as 2.2 Liter / Hour for DG Sets up to 15 KVA capacity and 2.7 Litre/Hour for more than 15KVA capacity. 46. DG hour meter and KWH meter and AMF panel incorporated in DG to be kept in working condition and any tampering / fault will entail penalty as well as action for recovery of losses to BSNL.

47. A monthly Site wise statement detailing the opening balance of diesel, diesel filled during the month, closing balance, DG run hours etc shall have to be submitted by the bidder to BSNL. 48. Any material required for Mobile site maintenance & upkeep like aviation lamp, earthlingmaterial etc such type of perishable items would be provided by BSNL. 49. Running of DG sets as required. 50. Concerned BSNL officers will periodically verify the logbook entries and put their initials. The bidder has to seal and lock the hour meter in the presence of BSNL representative. Every month the hour meter reading is to be noted by bidder along with the BSNL representative and a consolidated statement along with log book reports is to be submitted by the bidder. Under any circumstances if any of the units like run hour meter is faulty then the diesel filling should be done under the supervision of any of the BSNL officers/ persons authorized by BSNL. 51. Upkeep of indoor Air Conditioner(AC)

Page 76 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Annexure-V

B(V) RF Optimization and Rigger activities

a) Dismantling of Antenna

b) Installation of Antenna

c) Dismantling of Antenna Fixture (for phase/ Space diversity antenna)

d) Fixation of Antenna Fixture (for phase/ Space diversity antenna)

e) Height lowering/increasing of Phase Diversity Antenna along with fixture

f) Hoisting of RF Cable & RRH including connectorisation

g) Removing of RF & RRH Cable

h) Installation of Microwave Dish Antenna(Mini Link)

i) Dismantling of Microwave Dish Antenna(Mini Link)

j) Microwave Link LOS work including ODU replacement

k) ODU Replacement for Minilink.

l) Re-orientation/Tilt adjustment of Antenna.

m) Verification/Replacement of weather proof tapes to prevent water entry.

n) Verification/replacement of connectors/fittings and removal of VSWR including connectorisation and weather proofing.

o) Assistance in Verification/correction of MW LOS.

p) Verification/correction of Lightning Arrestor and its fittings.

q) Sector addition.

r) Antenna Changing.

s) Microwave Fault attending.

t) Microwave installation/replacement.

u) CPRI cable fault attending/replacement.

v) Feeder/RF & RRH /OF cable fault attending and replacement.

w) 2G/3G/4G booster installation.

x) 2G/3G/4G Repeater installation.

Page 77 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

y) Any other related works in Tower.

z) Antenna Orientation & Tilt as per requirement for optimization.

aa) VSWR fault rectification per sector (includes reconnectorisation, jumper cable change & weather proofing)

bb) Checking & correction of RF cable/Fiber swap, Antenna at RRH, removal of bird/honey bee/wasp nest

cc) Any other activity with minor modification in RF as per guidance of BSNL

dd) Non-completion of ordered RF optimization / rigger activity within 72 hours of intimation(through Mail / Letter) shall be taken as minor performance deviation. A penalty of INR 100 per day per site shall be imposed for the period till the restoration of fault subject to the overall capping of 12% of the total contracted value for the services of the relevant invoice period.

ee) Non restoration of Rigger related fault resulting in site fully / partially down within 24 hours of intimation(through Mail / Letter) shall be taken as major performance deviation. A penalty of INR 500 per day per site shall be imposed for the period till the restoration of fault subject to the overall capping of 12% of the total contracted value for the services of the relevant invoice period.

ff) In the event of total penalties reaching the capping limit consecutively for three months, BSNL will have the right to terminate the contract of the concerned BA/SSA without any further notice.

gg) For any tendered work not attended in time, BSNL will have the right to get it done from external resources and payment made to them will be recovered from bidder. hh) Any material required for Mobile site maintenance & upkeep like aviation lamp, earthlingmaterial etc such type of perishable items would be provided by BSNL.

Page 78 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Annexure-VI

B(VI) Maintenance and provisioning of Landline and Broadband for external plant of copper network in leftout rural exchanges

1) Maintenance of Network includes a) Attending all types of faults from last Pillar to customer premises (for SSA/SDCA HQ city exchanges within city area limit) and from MDF to customer premises ( for other leftout exchanges beyond city area limit) such as drop-wire break and drop cable breakdown, overhead cable break, foreign voltage faults, cleaning the joints in overhead lines and changing the wires, cables, DP Tag blocks faults etc. b) Attending all types of cable faults from 5 pair cable to higher size such as Underground cable break, foreign voltage, earth fault set, faults at pillar and end to end testing. c) Testing/jumpering at the MDF for fault repair, pair change, new LL/BB connections. d) Clearing of fault dockets in the system after clearing of the faults. e) Attending the Broadband fault at the customer premises including configuration of CPE related issues. f) Attending ISDN PRI/Leased Circuits/SIP Trunk copper cable faults and all other services running from last Pillar to customer premises (for SSA/SDCA HQ city exchanges within city area limit) and from MDF to customer premises (for other leftout exchanges beyond city area limit). 2) Provision of new Landline connections to the customers. 3) Provision of New Broadband connections on existing Landline 4) Provision of New Broadband connections with new Landline 5) Shifting of landline and broadband connection 6) Provisioning of New ISDN PRI/Leased Circuits/SIP Trunk on copper media 7) All stores shall be supplied and installed by bidder at own cost except 50 pair and above UG cables. These cost will be borne by bidder and BSNL will not make any payment for these stores items. 8) All stores related to the Maintenance of telecom external plant from last pillar to customer (for SSA/SDCA HQ city exchanges within city area limit) and from MDF to customer premises (for other leftout exchanges beyond city area limit) viz. Drop-wire, 5 pair cable, 10 pair cable, 20 pair cable, jointing kits and its Accessories, Jumper wires, DP Tag blocks and other subscriber end line materials be supplied by the bidder. 9) Storing Packing and transportation of materials shall be done by the bidder. 10) Packing and freight charges if any for taking out and return of BSNL provided items like 50 Pair cable etc. shall be borne by the bidder. 11) Material used/provided by the outsourced agency for maintenance and provisioning shall become the property of BSNL.

Page 79 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Penalty: a) Penalties will be levied on monthly KPIs KPI SLA Penalty

Fault Clearance 95% in 24 0.2% of invoice value for each 1% of slippage. hrs.

MTTR 12 Hrs. 0.3% of invoice value for each hour of slippage ( rounded off)

MTTR 6 Hrs. 0.6% of invoice value for each hour of slippage ( rounded off)

Repeat fault 10% 0.5% of invoice value for each 1% of slippage (pro-rata basis).

New connection 3 days Rs.25/- per day delay (max.Rs.100/-for each connection) for each provisioning LL or BB connection.

Provisioning BB on 2 days Rs.25/- per day delay (max.Rs.100/-for each connection) for each existing LL connection.

Provisioning of new 3 days Rs.50/- per day delay (max.Rs.200/-for each connection) for each ISDN PRI/SIP connection. Trunk/Leased Circuits or any other services on customer Access NW

b) The contract will be terminated with PBG forfeiture for consecutive 3 months non-performance on failure to meet all the SLAs i.e. MTTR, Provisioning, fault clearance and repeat faults parameters. Notice to be served for non-performance in 1st month, 2nd month and 3rd month before final termination. c) In case partial SLAs are met then also it is liable for termination. However, EOI/Tender accepting authority reserves the right to grant any relief in action for termination considering the circumstances/nature on the appeal made by the bidder if one or more parameter are met. d) Total penalties for network maintenance shall be capped at 15% of invoice value of maintenance work. However penalty for delay in new provisioning will be levied as per actuals and shall be in addition to penalties for network maintenance.

The bidder will have to pay penalty for damage to BSNL n/w while executing the as BSNL rules.

2 Supply of Materials:

There are some materials required to be supplied by the Vendor for execution of works under this contract Drop-wire. 5 pair cable, 10 pair cable, 20 pair cable, jointing kits and its Accessories, Jumper wires, DP Tag blocks and other subscriber end line materials, etc, besides using other consumables which do/do not become the part of the asset. The Vendor shall ensure that the materials supplied are of best quality and workmanship and shall be strictly in accordance with the specifications.

Page 80 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Annexure - 1A Diesal Filling Activity for Telephone Exchange Sites Sr Row No Labels Name of Exchange SDCA 1 AJMCHW TE Chachiawas AJM 2 AJMGGR TE Ghooghra AJM 3 AJMGVG TE Govindgarh AJM 4 AJMHTD TE Hatundi AJM 5 AJMKDL TE Kadel AJM 6 AJMMGW TE Mangliawas AJM 7 AJMNGL TE Nagelao AJM 8 AJMPSG TE Pisagaon AJM 9 AJMSDN TE Saradhana AJM 10 AJMBDN TE Bandanwara BNI 11 AJMBHI TE Bhinay BNI 12 AJMCPN TE Chapaneri BNI 13 AJMDLK TE Devliakalan BNI 14 AJMBDK TE Badakhera BWR 15 AJMBJN TE Bijainagar BWR 16 AJMJLA TE Jalia-II BWR 17 AJMJWJ TE Jawaja BWR 18 AJMKRP TE Kirap BWR 19 AJMKRW TE Kharwa BWR 20 AJMMSD TE Masooda BWR 21 AJMPLJ TE Piplaj BWR 22 AJMTGH TE Todgarh BWR 23 AJMBGH TE Baghera KKI 24 AJMJNY TE Junia KKI 25 AJMKDR TE Kadera KKI 26 AJMARI TE Arain MJK 27 AJMBDS TE Bandarsindri MJK 28 AJMTIL TE Tilonia MJK 29 AJMBDO TE Bhadoon RUP 30 AJMHMR TE Harmada RUP 31 AJMRNP TE Roopangarh RUP 32 AJMSLD TE Salemabad RUP 33 AJMSRS TE Sursura RUP 34 AJMSAW TE Sawar KKI 35 AJMBRD TE Borada SWR 36 AJMSWR TE Sarwar SWR 37 AJMTNT TE Tantoti SWR

Page 81 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Annexure - 1B

SSA S. No Name Site ID (2G) BTS Name Name of SDCA 1 AJM Z2AJKGHP7BAA001 Barna KISHANGARH 2 AJM Z2AJAJMP7ZAJ023 Vill Devgaon KEKRI 3 AJM Z2AJKEIP7U65005 HARPURA SARWAR 4 AJM Z2AJKEIP7AJA001 Ajgara KEKRI 5 AJM Z2AJRPNP7KKR001 Kerkeri ROOPANGARH 6 AJM Z2AJSARP7HAK001 Ajm Kota HW Sarana SARWAR 7 AJM Z2AJKEIP7BGH001 Baghera KEKRI 8 AJM Z2AJBEAP7DUL001 Daulatpura BEAWAR 9 AJM Z2AJKEIP7JNA001 Junia KEKRI 10 AJM Z2AJSARP7U65008 Satolao SARWAR 11 AJM Z2AJKEIP7PRN001 Pranhera KEKRI 12 AJM Z2AJKGHP7U65003 USO site Bhambholao KISHANGARH 13 AJM Z2AJRPNP7ZAJ041 Kucheel ROOPANGARH 14 AJM Z2AJKGHP7ZAJ001 Ankauriya KISHANGARH 15 AJM Z2AJRPNP7ZAJ051 Paner ROOPANGARH 16 AJM Z2AJSARP7ZAJ024 Fatehgarh SARWAR 17 AJM Z2AJKGHP7ZAJ017 Dadiya KISHANGARH 18 AJM Z2AJRPNP7ZAJ058 Ralawatan ROOPANGARH 19 AJM Z2AJKGHP7ZAJ042 Lamba KISHANGARH 20 AJM Z2AJRPNP7ZAJ078 Sinodia ROOPANGARH 21 AJM Z2AJAJMP7PUS002 High Revenue_Friends Colony AJMER 22 AJM Z2AJAJMP7AJM020 High Revenue_Nareli AJMER

Page 82 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Annexure-2 Mobile BTS Site Location for maintenance & Upkeep (2G and/or 3G and/4G) S. SSA No Name BTS Name Name of SDCA Site ID (2G) Site ID (3G) 1 AJM Vill Devgaon KEKRI Z2AJAJMP7ZAJ023 Z3AJKEIP8XAJ231 2 AJM USO site Bhambholao KISHANGARH Z2AJKGHP7U65003 Z3AJKGHP8XAJ213 3 AJM Bidkachiyawas AJMER Z2AJAJMP7U65004 Z3AJAJMP8XAJ221 4 AJM Barna KISHANGARH Z2AJKGHP7BAA001 Z3AJKGHP8XAJ209 5 AJM M/W Stn Karanti BHINAY Z2AJBNYP7HKC006 Z3AJBNYP8XAJ241 6 AJM AJM-BEA HW Mohanpura BEAWAR Z2AJBEAP7MHO001 Z3AJBEAP7XAJ021 7 AJM Deepak Ngr BSNL AJMER Z2AJAJMP7AJM011 Z3AJAJMP7UAJ011 8 AJM Central Univ (IBS) Kishangarh KISHANGARH Z2AJKGHP7AJM201 High Revenue_Sanjay 9 AJM NagarBaral Rd.Bijaynagar BEAWAR Z2AJBEAP7BIJ002 Z3AJBEAP7UBJ002 10 AJM Arain KISHANGARH Z2AJKGHP7ARA001 Z3AJKGHP7UAA001 11 AJM Kerkeri ROOPANGARH Z2AJRPNP7KKR001 Z3AJRPNP7XAJ151 12 AJM Ajm Kota HW Sarana SARWAR Z2AJSARP7HAK001 13 AJM Indra Colony Bijay Nagar BEAWAR Z2AJBEAP7BIJ003 Z3AJBEAP7UBJ003 14 AJM Baghera KEKRI Z2AJKEIP7BGH001 Z3AJKEIP7XAJ091 15 AJM Satolao SARWAR Z2AJSARP7U65008 16 AJM USO site Bagsuri NASIRABAD Z2AJNSBP7U65002 Z3AJNSBP8XAJ205 Central 17 AJM University_Rajasthan_2G KISHANGARH Z2AJKGHP8ZAJ085 Z3AJKGHP8XAJ085 18 AJM DAURAI Railway station AJMER Z2AJAJMP7AJM022 Z3AJAJMP7UAJ022 19 AJM Shergarh BEAWAR Z2AJBEAP7ZAJ061 Z3AJBEAP8XAJ271 20 AJM BORAJ AJMER Z2AJAJMP7BOJ001 Z3AJAJMP7XAJ101 21 AJM IOC TOWER Nasirabad AJMER Z2AJAJMP7IOC001 22 AJM High Revenue_Friends Colony AJMER Z2AJAJMP7PUS002 Z3AJAJMP7UPK002 23 AJM Ram Dham AJMER Z2AJAJMP7PUS005 Z3AJAJMP7UPK005 24 AJM Somalpur AJMER Z2AJAJMP7SOM001 Z3AJAJMP7XAJ161 25 AJM Naka Madar AJMER Z2AJAJMP7AJM032 Z3AJAJMP7UAJ032 High Revenue_BSNL Store 26 AJM Kayad AJMER Z2AJAJMP7AJM018 Z3AJAJMP8UAJ018

Page 83 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Annexure-3 Co-located Exchange and BTS Site for Upkeep and Maintenance Name of Sr. Telephone No Exchange BTS(2G BTS (3G) SDCA 1 TE Badakhera Z2AJBEAP7ZAJ083/Z2AJBEAP7ZAJX83 BWR 2 TE Bijainagar Z2AJBEAP7BIJ001 Z3AJBEAP7UBJ001 BWR 3 TE Bangar Ngr SCL Z2AJBEAP7SCT001 Z3AJBEAP7UBE016 BWR 4 TE Jalia-II Z2AJBEAP7JLY001 Z3AJBEAP7UJC001 BWR 5 TE Jawaja Z2AJBEAP7HDH012 Z3AJBEAP7UHW029 BWR 6 TE Kirap Z2AJBEAP7KII001 Z3AJBEAP8XAJ243 BWR 7 TE Kharwa Z2AJBEAP7HDH011 Z3AJBEAP7UHW028 BWR 8 TE Masooda Z2AJBEAP7MAS001 Z3AJBEAP7UMS001 BWR 9 TE Todgarh Z2AJBEAP7TDG001 Z3AJBEAP7XAJ111 BWR 10 TE Bandarsindri Z2AJKGHP7HDH010 Z3AJKGHP7UHW023 MJK 11 TE Tilonia Z2AJKGHP7RDA009 Z3AJKGHP8XAJ275 MJK 12 TE Bhadoon Z2AJRPNP7ZAJ009 RUP 13 TE Harmada Z2AJRPNP7HAR001 RUP 14 TE Salemabad Z2AJRPNP7SLM001 Z3AJRPNP8XAJ267 RUP 15 TE Sursura Z2AJRPNP7SUS001 Z3AJRPNP7XAJ171 RUP 16 TE Gegal Z2AJAJMP7GLL001 Z3AJAJMP7XAJ001 AJM 17 TE Ghooghra Z2AJAJMP7AJM005 Z3AJAJMP7UAJ005 AJM 18 TE Govindgarh Z2AJAJMP7GVN001 Z3AJAJMP7UGF001 AJM 19 TE Kadel Z2AJAJMP7KDE001 Z3AJAJMP8XAJ289 AJM 20 TE Mangliawas Z2AJAJMP7MGW001 Z3AJAJMP7XAJ121 AJM 21 TE Nagelao Z2AJAJMP7NGA001 Z3AJAJMP8XAJ253 AJM 22 TE Pisagaon Z2AJAJMP7PIS001 Z3AJAJMP7UPE001 AJM 23 TE Saradhana Z2AJAJMP7SAD001 Z3AJAJMP7XAJ031 AJM 24 TE Bandanwara Z2AJBNYP7HKC002 Z3AJBNYP7UHW027 BNI 25 TE Chapaneri Z2AJBNYP7CPN001 Z3AJBNYP8XAJ225 BNI 26 TE Devliakalan Z2AJBNYP7DLK001 Z3AJBNYP7XAJ181 BNI 27 TE Kadera Z2AJKEIP7KAD001 Z3AJKEIP7XAJ141 KKI 28 TE Bhatiyani Z2AJNSBP7BTY001 Z3AJNSBP8XAJ217 NSD 29 TE Bhawanikhera Z2AJNSBP7BWK001 Z3AJNSBP8XAJ219 NSD 30 TE Ramsar Z2AJNSBP7RMS001 Z3AJNSBP7XAJ071 NSD 31 TE Sawar Z2AJKEIP7SWR001 Z3AJKEIP7XAJ061 SWR 32 TE Borada Z2AJSARP7ZAJ015 Z3AJSARP8XAJ223 SWR 33 TE Tantoti Z2AJSARP7TNT001 Z3AJSARP8XAJ273 SWR

Page 84 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Annexure - 4 List of Rural TE for Maintenance & Upkeep Sr. No Name of Telephone Exchange 1 TE Begliawas 2 TE Jamola 3 TE Piplaj 4 TE Rajiawas 5 TE Ramgarh 6 TE Arain 7 TE Hatundi 8 TE Baghera 9 TE Junia 10 TE Rajgarh 11 TE Srinagar 12 TE Fatehgarh

Page 85 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Annexure - 5 List of Site for RF Optimization and Rigger activities S. Name of SDCA BTS Name Site ID (2G) Site ID (3G) No 1 AJMER High Revenue_Nareli Z2AJAJMP7AJM020 Z3AJAJMP7UAJ020 2 AJMER DAURAI Railway station Z2AJAJMP7AJM022 Z3AJAJMP7UAJ022 3 AJMER Beer Z2AJAJMP7BEC001 Z3AJAJMP8XAJ211 4 AJMER BORAJ Z2AJAJMP7BOJ001 Z3AJAJMP7XAJ101 5 AJMER BHANWATA Z2AJAJMP7BWT001 Z3AJAJMP8XAJ215 6 AJMER Dantra Z2AJAJMP7DTA001

7 AJMER TE Gegal Z2AJAJMP7GLL001 Z3AJAJMP7XAJ001 8 AJMER TE Govindgarh Z2AJAJMP7GVN001 Z3AJAJMP7UGF001 9 AJMER Hatundi(IP) Z2AJAJMP7HTT001 Z3AJAJMP7UHT001 10 AJMER IOC TOWER Nasirabad Z2AJAJMP7IOC001

11 AJMER T E Kadel Z2AJAJMP7KDE001 Z3AJAJMP8XAJ289 12 AJMER High Revenue_LADPURA Z2AJAJMP7LPA001 Z3AJAJMP7XAJ011 13 AJMER Leeri Z2AJAJMP7LRI001 Z3AJAJMP8XAJ251 14 AJMER TE Mangliyawas Z2AJAJMP7MGW001 Z3AJAJMP7XAJ121 15 AJMER TE Nagelao Z2AJAJMP7NGA001 Z3AJAJMP8XAJ253 16 AJMER Pagara Z2AJAJMP7PGR001

17 AJMER High Revenue_TE Pisangan Z2AJAJMP7PIS001 Z3AJAJMP7UPE001 18 AJMER High Revenue_TE Pushkar Z2AJAJMP7PUS001 Z3AJAJMP7UPK001 19 AJMER High Revenue_Friends Colony Z2AJAJMP7PUS002 Z3AJAJMP7UPK002 20 AJMER High Revenue_Ganaheda(IP) Z2AJAJMP7PUS004 Z3AJAJMP7UPK004 21 AJMER Ram Dham Z2AJAJMP7PUS005 Z3AJAJMP7UPK005 Nr. Baba Gorakhnath Mandir, 22 AJMER Z2AJAJMP7PUS006 Z3AJAJMP7UPK006 Pushkar_IP_Viom 23 AJMER TE Saradhana Z2AJAJMP7SAD001 Z3AJAJMP7XAJ031 24 AJMER Somalpur Z2AJAJMP7SOM001 Z3AJAJMP7XAJ161 25 AJMER Bidkachiyawas Z2AJAJMP7U65004 Z3AJAJMP8XAJ221 26 AJMER SHIVPURA Z2AJAJMP7U65009

27 AJMER Babaicha Z2AJAJMP7ZAJ002 Z3AJAJMP8XAJ203 28 AJMER Kayampura Z2AJAJMP7ZAJ037

29 AJMER Picholiya Z2AJAJMP7ZAJ054 Z3AJAJMP8XAJ257 30 AJMER Hokra Z2AJAJMP7ZAJ082

31 AJMER Daurai-II (3G) Z3AJAJMP8UAJ134

32 AJMER Teliwara Mohalla,Pisangan (IP)(3G) Z3AJAJMP8UPE002

33 AJMER Saradhana-II(IP)(3G) Z3AJAJMP8XAJ032

34 AJMER T E Ghoogara Z2AJAJMP7AJM005 Z3AJAJMP7UAJ005 35 AJMER Deepak Ngr BSNL Z2AJAJMP7AJM011 Z3AJAJMP7UAJ011 36 AJMER High Revenue_MDS University(IP) Z2AJAJMP7AJM044 Z3AJAJMP7UAJ044 37 AJMER High Revenue_Agra Gate TE Z2AJAJMP7AJM001 Z3AJAJMP7UAJ001 38 AJMER High Revenue_Paharganj TE Z2AJAJMP7AJM002 Z3AJAJMP7UAJ002 39 AJMER High Revenue_Dhola Bhata TE Z2AJAJMP7AJM003 Z3AJAJMP7UAJ003 40 AJMER High Revenue_Vaishali Ngr TE Z2AJAJMP7AJM004 Z3AJAJMP7UAJ004

Page 86 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

41 AJMER High Revenue_Subash Nagar Z2AJAJMP7AJM006 Z3AJAJMP7UAJ006 42 AJMER High Revenue_Parwatpura Z2AJAJMP7AJM007 Z3AJAJMP7UAJ007 43 AJMER High Revenue_CTO Z2AJAJMP7AJM008 Z3AJAJMP7UAJ008 44 AJMER High Revenue_Phai Sagar RSU Z2AJAJMP7AJM009 Z3AJAJMP7UAJ009 45 AJMER High Revenue_GMTD Z2AJAJMP7AJM010 Z3AJAJMP7UAJ010 46 AJMER High Revenue_Gulabbari Z2AJAJMP7AJM012 Z3AJAJMP7UAJ012 47 AJMER High Revenue_Dhan Mandi Z2AJAJMP7AJM013 Z3AJAJMP7UAJ013 48 AJMER High Revenue_Adarsh Nagar Z2AJAJMP7AJM014 Z3AJAJMP7UAJ014 49 AJMER High Revenue_Shastri Nagar Z2AJAJMP7AJM015 Z3AJAJMP7UAJ015 50 AJMER Jonesganj_IP Viom Z2AJAJMP7AJM016 Z3AJAJMP7UAJ016 51 AJMER High Revenue_Police Line Z2AJAJMP7AJM017 Z3AJAJMP7UAJ017 52 AJMER High Revenue_BSNL Store Kayad Z2AJAJMP7AJM018 Z3AJAJMP8UAJ018 53 AJMER High Revenue_Panchsheel Z2AJAJMP7AJM019 Z3AJAJMP7UAJ019 54 AJMER High Revenue_Nagra Z2AJAJMP7AJM021 Z3AJAJMP7UAJ021 55 AJMER High Revenue_Ajay Nagar Z2AJAJMP7AJM023 Z3AJAJMP7UAJ023 56 AJMER High Revenue_Topdara Z2AJAJMP7AJM024 Z3AJAJMP7UAJ024 57 AJMER High Revenue_RSRTC Bus stand Z2AJAJMP7AJM025 Z3AJAJMP7UAJ025 High Revenue_HARI BHAU 58 AJMER Z2AJAJMP7AJM026 Z3AJAJMP7UAJ026 UPADHYAYA 59 AJMER High Revenue_Makarwali Road Z2AJAJMP7AJM027 Z3AJAJMP7UAJ027 60 AJMER High Revenue_Ganesh Nagar Z2AJAJMP7AJM028 Z3AJAJMP7UAJ028 61 AJMER High Revenue_Parshwanath Colony Z2AJAJMP7AJM029 Z3AJAJMP7UAJ029 62 AJMER High Revenue_Vigyan Nagar Z2AJAJMP7AJM030 Z3AJAJMP7UAJ030 63 AJMER High Revenue_Rati Dang Z2AJAJMP7AJM031 Z3AJAJMP7UAJ031 64 AJMER Naka Madar Z2AJAJMP7AJM032 Z3AJAJMP7UAJ032 65 AJMER High Revenue_BK Kaul Nagar Z2AJAJMP7AJM033 Z3AJAJMP7UAJ033 High Revenue_Railway Station 66 AJMER Z2AJAJMP7AJM034 Z3AJAJMP7UAJ034 Ajmer 67 AJMER High Revenue_Gandhi Nagar Z2AJAJMP7AJM035 Z3AJAJMP7UAJ035 68 AJMER High Revenue_Mirshahali Z2AJAJMP7AJM036 Z3AJAJMP7UAJ036 High Revenue_Chandra bardai 69 AJMER Z2AJAJMP7AJM039 Z3AJAJMP7UAJ039 nagar 70 AJMER PAL BEECHLA Z2AJAJMP7AJM043 Z3AJAJMP8UAJ043 71 AJMER Kesarganj Z2AJAJMP7AJM045 Z3AJAJMP7UAJ045 72 AJMER High Revenue_Phai Sagar Road Z2AJAJMP7AJM047 Z3AJAJMP7UAJ047 73 AJMER Bhagwanganj Ajmer Z2AJAJMP7AJM052 Z3AJAJMP7UAJ052 74 AJMER BHAJAN GANJ Z2AJAJMP7AJM055 Z3AJAJMP7UAJ055 75 AJMER NASIRABAD ROAD Z2AJAJMP7AJM056 Z3AJAJMP7UAJ056 76 AJMER KRISHNA VIHAR COLONY Z2AJAJMP7AJM058 Z3AJAJMP7UAJ058 77 AJMER KRISHAN GANJ Z2AJAJMP7AJM059 Z3AJAJMP7UAJ059 78 AJMER DIGGI BAZAR Z2AJAJMP7AJM060 Z3AJAJMP7UAJ060 79 AJMER Panchsheel-II Z2AJAJMP7AJM063 Z3AJAJMP7UAJ063 80 AJMER Nr. Patel Ground_Viom_IP Z2AJAJMP7AJM064 Z3AJAJMP7UAJ064 81 AJMER Inderkot_IP_Viom Z2AJAJMP7AJM065 Z3AJAJMP7UAJ065 82 AJMER Makhupura_Viom_IP Z2AJAJMP7AJM069 Z3AJAJMP7UAJ069 83 AJMER Khanpura_IP_ATC Z2AJAJMP7AJM070 Z3AJAJMP7UAJ070 84 AJMER CRPF GC-II_IP_Viom Z2AJAJMP7AJM072 Z3AJAJMP7UAJ072

Page 87 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

85 AJMER Kotada Z2AJAJMP7AJM078 Z3AJAJMP7UAJ078 86 AJMER Nausar Ghati Z2AJAJMP7AJM079 Z3AJAJMP7UAJ079 87 AJMER Gulabbari-II_IP_TV Z2AJAJMP7AJM080 Z3AJAJMP7UAJ080 88 AJMER Krishna Colony, Ajmer Z2AJAJMP7AJM081 Z3AJAJMP7UAJ081 89 AJMER Bihariganj, Ajmer Z2AJAJMP7AJM082 Z3AJAJMP7UAJ082 90 AJMER LIC Office(IBS) Ajmer Z2AJAJMP7AJM202

91 AJMER A.V.V.N.L.(IBS) Ajmer Z2AJAJMP7AJM203

92 AJMER DHAN MANDI Z3AJAJMP7UAJ046

93 AJMER DARGAH ROAD Z3AJAJMP7UAJ048

94 AJMER DIGGI CHOWK Z3AJAJMP7UAJ050

95 AJMER PAHARGANJ Z3AJAJMP7UAJ051

96 AJMER GAUTAM NAGAR Z3AJAJMP7UAJ053

97 AJMER NAI BASTI Z3AJAJMP7UAJ054

98 AJMER SRI NAGAR ROAD Z3AJAJMP7UAJ057

99 AJMER Kotra(252) Z3AJAJMP7UAJ071

100 AJMER Naya bajar(253) Z3AJAJMP7UAJ073

101 AJMER Ram ganj Z3AJAJMP7UAJ086

102 AJMER Abhiyanta Nagar Ajmer Z3AJAJMP7UAJ090

103 AJMER Madhav Nagar (3G) Z3AJAJMP8UAJ068

104 AJMER Opp Anasagar Christian Ganj(3G) Z3AJAJMP8UAJ093

105 AJMER Purani Mandi(IP)(3G) Z3AJAJMP8UAJ097

106 AJMER Pal beechla-II(IP)(3G) Z3AJAJMP8UAJ102

107 AJMER Near military school(IP)(3G) Z3AJAJMP8UAJ103

Near Domes Mission 108 AJMER Z3AJAJMP8UAJ104 Compound(3G)(IP) 109 AJMER Souza Building(3G)(IP) Z3AJAJMP8UAJ105

110 AJMER MAYO LINK ROAD(3G)(IP) Z3AJAJMP8UAJ106

111 AJMER Aam ka Talab (3G) Z3AJAJMP8UAJ107

112 AJMER Relan Motors(3G)(IP) Z3AJAJMP8UAJ108

113 AJMER NEAR ARYAN COLLEGE(3G) Z3AJAJMP8UAJ118

114 AJMER Vinayak Nagar(3G)(IP) Z3AJAJMP8UAJ124

115 AJMER Union Bank Adarsh Nagar(3G)(IP) Z3AJAJMP8UAJ130

NEAR RAILWAY PULIA SUBHASH 116 AJMER Z3AJAJMP8UAJ131 NAGAR 117 AJMER RICCO Inds. Area,Parvatpura(IP)(3G) Z3AJAJMP8UAJ133

118 AJMER HMT Road Bhagwanganj (3G) Z3AJAJMP8UAJ138

119 AJMER Uday Nagar(3G)(IP) Z3AJAJMP8UAJ140

Somalpur road Near Shiv Temple 120 AJMER Z3AJAJMP8UAJ144 (3G) 121 AJMER Kirti Nagar(3G) Z3AJAJMP8UAJ149

122 AJMER TE Ramgarh Tower

123 BEAWAR High Revenue_TE Bijay Nagar Z2AJBEAP7BIJ001 Z3AJBEAP7UBJ001 High Revenue_Sanjay NagarBaral 124 BEAWAR Z2AJBEAP7BIJ002 Z3AJBEAP7UBJ002 Rd.Bijaynagar 125 BEAWAR Indra Colony Bijay Nagar Z2AJBEAP7BIJ003 Z3AJBEAP7UBJ003 126 BEAWAR Daulatpura Z2AJBEAP7DUL001 Z3AJBEAP8XAJ229 127 BEAWAR TE Kharwa Z2AJBEAP7HDH011 Z3AJBEAP7UHW028

Page 88 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

128 BEAWAR TE Jawaja Z2AJBEAP7HDH012 Z3AJBEAP7UHW029 129 BEAWAR Hanootiya Z2AJBEAP7HTY001 Z3AJBEAP8XAJ237 130 BEAWAR Jamola Z2AJBEAP7JAM001

131 BEAWAR Jhank Z2AJBEAP7JHA001 Z3AJBEAP8XAJ239 132 BEAWAR TE Jaliya Z2AJBEAP7JLY001 Z3AJBEAP7UJC001 133 BEAWAR TE Kirap Z2AJBEAP7KII001 Z3AJBEAP8XAJ243 134 BEAWAR Khimpura Z2AJBEAP7KIM001

135 BEAWAR Kana Khera Z2AJBEAP7KRK001

136 BEAWAR TE Masuda Z2AJBEAP7MAS001 Z3AJBEAP7UMS001 137 BEAWAR Shergarh RoadMasuda Z2AJBEAP7MAS002 Z3AJBEAP7UMS002 138 BEAWAR AJM-BEA HW Mohanpura Z2AJBEAP7MHO001 Z3AJBEAP7XAJ021 139 BEAWAR Neemgarh Z2AJBEAP7NMH001

140 BEAWAR RATANPURA Z2AJBEAP7RAT001

141 BEAWAR RAMGARH Z2AJBEAP7RGG001

142 BEAWAR T E Shree Cement Beawer Z2AJBEAP7SCT001 Z3AJBEAP7UBE016 High Revenue_Nr. Exchange 143 BEAWAR Z2AJBEAP7TDG001 Z3AJBEAP7XAJ111 Tadgarh 144 BEAWAR Baghmal Z2AJBEAP7U65001

145 BEAWAR Vill. Kotada, Beawer Z2AJBEAP7ZAJ040 Z3AJBEAP8XAJ245 146 BEAWAR Shergarh Z2AJBEAP7ZAJ061 Z3AJBEAP8XAJ271 Telephone Exchange Bada Khera Z2AJBEAP7ZAJ083/Z2AJBEA 147 BEAWAR Distt- Ajmer P7ZAJX83 Near Krishi 148 BEAWAR Z3AJBEAP8UBJ005 Mandi_Bijainagar(3G)(IP) New Mayur 149 BEAWAR Z3AJBEAP8UBJ007 Motors,Bijaynagar(3G)(IP) 150 BEAWAR Near BOB Masooda(IP)(3G) Z3AJBEAP8UMS003

151 BEAWAR High Revenue_ Main T E Beawer Z2AJBEAP7BEA001 Z3AJBEAP7UBE001 152 BEAWAR High Revenue_P_T Colony Beawer Z2AJBEAP7BEA002 Z3AJBEAP7UBE002 High Revenue_T E 153 BEAWAR Z2AJBEAP7BEA003 Z3AJBEAP7UBE003 RIICO(RSU)Beawar High Revenue_Mahavir Market 154 BEAWAR Z2AJBEAP7BEA004 Z3AJBEAP7UBE004 Beawer High Revenue_Pratap 155 BEAWAR Z2AJBEAP7BEA005 Z3AJBEAP7UBE005 ColonyBeawar 156 BEAWAR High Revenue_Chand Gate Beawer Z2AJBEAP7BEA006 Z3AJBEAP7UBE006 157 BEAWAR High Revenue_Chhawani Beawer Z2AJBEAP7BEA007 Z3AJBEAP7UBE007 158 BEAWAR High Revenue_IOC colonyBeawar Z2AJBEAP7BEA008 Z3AJBEAP7UBE008 159 BEAWAR High Revenue_Nanak Tower Z2AJBEAP7BEA009 Z3AJBEAP7UBE009 160 BEAWAR High Revenue_Surajpole Z2AJBEAP7BEA010 Z3AJBEAP7UBE010 High Revenue_Gayatri nagar (Near 161 BEAWAR Z2AJBEAP7BEA011 Z3AJBEAP7UBE011 RSEB) 162 BEAWAR Near Udaipur Bypass, Beawer Z2AJBEAP7BEA018 Z3AJBEAP7UBE018 Beawer-II (Nr. Nehru 163 BEAWAR Z2AJBEAP7BEA023 Z3AJBEAP7UBE023 Gate)_IP_Viom 164 BEAWAR RSEB Colony BWR_IP_Viom Z2AJBEAP7BEA025 Z3AJBEAP7UBE025 165 BEAWAR Moti nagar Z2AJBEAP7BEA026 Z3AJBEAP8UBE026 166 BEAWAR Nr.Vardhman College,beawar_3G Z3AJBEAP8UBE012

Page 89 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

167 BEAWAR Near Jagdamba Texcot (IP)(3G) Z3AJBEAP8UBE027

Near Satyam Group of 168 BEAWAR Z3AJBEAP8UBE035 institutions,Beawar(IP)(3G) 169 BHINAY T.E. CHAPANERI Z2AJBNYP7CPN001 Z3AJBNYP8XAJ225 170 BHINAY T E Devliyakala Z2AJBNYP7DLK001 Z3AJBNYP7XAJ181 171 BHINAY High Revenue_TE Bandanwara Z2AJBNYP7HKC002 Z3AJBNYP7UHW027 172 BHINAY M/W Stn Karanti Z2AJBNYP7HKC006 Z3AJBNYP8XAJ241 173 BHINAY Jetpura Z2AJBNYP7U65006

174 BHINAY Barli, Teh Bhinay_IP_GTL Z2AJBNYP7ZAJ006 Z3AJBNYP8XAJ207 175 BHINAY TE Binay Z2AJBNYP7BNY001 Z3AJBNYP7XAJ051 176 KEKRI Vill Devgaon Z2AJAJMP7ZAJ023 Z3AJKEIP8XAJ231 177 KEKRI Ajgara Z2AJKEIP7AJA001

178 KEKRI Baghera Z2AJKEIP7BGH001 Z3AJKEIP7XAJ091 179 KEKRI Junia Z2AJKEIP7JNA001 Z3AJKEIP7XAJ131 180 KEKRI TE Kadera Z2AJKEIP7KAD001 Z3AJKEIP7XAJ141 181 KEKRI Pranhera Z2AJKEIP7PRN001 Z3AJKEIP8XAJ259 182 KEKRI TE Sawar Z2AJKEIP7SWR001 Z3AJKEIP7XAJ061 183 KEKRI Vill Ghatiyali_IP_GTL Z2AJKEIP7ZAJ027

184 KEKRI Sawar-II (IP)(3G) Z3AJSARP8XAJ062

High Revenue_Microwave tower 185 KEKRI Z2AJKEIP7KEI001 Z3AJKEIP7UKE001 Kekri High Revenue_Near Om 186 KEKRI Z2AJKEIP7KEI002 Z3AJKEIP7UKE002 Dharamkanta Ajmer roadKekri 187 KEKRI Surajpol Gate Z2AJKEIP7KEI003 Z3AJKEIP7UKE003 188 KEKRI High Revenue_Kekri Z2AJKEIP7KEI004 Z3AJKEIP7UKE004 189 KEKRI Kekri-5 Z3AJKEIP7UKE005

Near Ram Krishan Dharm 190 KEKRI Z3AJKEIP8UKE010 Kanta(IP)(3G) 191 KISHANGARH Central Univ (IBS) Kishangarh Z2AJKGHP7AJM201

192 KISHANGARH Arain Z2AJKGHP7ARA001 Z3AJKGHP7UAA001 193 KISHANGARH Barna Z2AJKGHP7BAA001 Z3AJKGHP8XAJ209 194 KISHANGARH TE Bandar Seendri Z2AJKGHP7HDH010 Z3AJKGHP7UHW023 195 KISHANGARH T E Tiloniya Z2AJKGHP7RDA009 Z3AJKGHP8XAJ275 196 KISHANGARH USO site Bhambholao Z2AJKGHP7U65003 Z3AJKGHP8XAJ213 197 KISHANGARH Ankauriya Z2AJKGHP7ZAJ001 Z3AJKGHP8XAJ201 198 KISHANGARH Dadiya Z2AJKGHP7ZAJ017 Z3AJKGHP8XAJ227 199 KISHANGARH Lamba Z2AJKGHP7ZAJ042 Z3AJKGHP8XAJ249 200 KISHANGARH Central University_Rajasthan_2G Z2AJKGHP8ZAJ085 Z3AJKGHP8XAJ085 201 KISHANGARH Patan(AJ-JP Highway)_3G Z3AJKGHP8XAJ277

202 KISHANGARH High Revenue_TE Kishangarh Z2AJKGHP7MDG001 Z3AJKGHP7UKG001 203 KISHANGARH RIICO TE Kishangarh Z2AJKGHP7MDG002 Z3AJKGHP7UKG002 204 KISHANGARH T E Housing Board(RSU) Kishangarh Z2AJKGHP7MDG003 Z3AJKGHP7UKG003 High Revenue_Gandhi Nagar 205 KISHANGARH Z2AJKGHP7MDG004 Z3AJKGHP7UKG004 Kishangarh 206 KISHANGARH Dhan Mandi Kishangarh Z2AJKGHP7MDG005 Z3AJKGHP7UKG005 High Revenue_P_T Colony 207 KISHANGARH Z2AJKGHP7MDG006 Z3AJKGHP7UKG006 Kishangarh 208 KISHANGARH Ind Area Kishangarh Z2AJKGHP7MDG007 Z3AJKGHP8UKG007

Page 90 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

209 KISHANGARH Harmada Road Kishangarh Z2AJKGHP7MDG008 Z3AJKGHP7UKG008 210 KISHANGARH Azad Nagar Kishangarh Z2AJKGHP7MDG009 Z3AJKGHP7UKG009 211 KISHANGARH I A Tunkra Roadkishangarh Z2AJKGHP7MDG010 Z3AJKGHP7UKG010 212 KISHANGARH SHIVAJI NAGAR Z2AJKGHP7MDG013 Z3AJKGHP7UKG013 213 KISHANGARH Kishangarh Z2AJKGHP7MDG017 Z3AJKGHP7UKG017 214 KISHANGARH Indira Nagar Z2AJKGHP7MDG018 Z3AJKGHP8UKG018 215 KISHANGARH MAIN CHOWK Kishangarh Z3AJKGHP7UKG011

216 KISHANGARH Bihari Pol_IP_Viom Z3AJKGHP7UKG012

217 KISHANGARH CHAMRA GHAR Kishangarh Z3AJKGHP7UKG014

218 KISHANGARH SUMER NAGAR Kishangarh Z3AJKGHP7UKG015

MAIN ROAD SANVATSAR 219 KISHANGARH Z3AJKGHP7UKG016 Kishangarh 220 KISHANGARH Gurjar Ki Dhani Kishangarh (IPG))(3 Z3AJKGHP8UKG021

Mirza Bawadi Road 221 KISHANGARH Z3AJKGHP8UKG029 Kishangarh(IP)(3G) 222 KISHANGARH Chamadaghar-II Madanganj(IP)(3G) Z3AJKGHP8UKG035

223 KISHANGARH Sarana Road,Kishangarh(IP)(3G) Z3AJKGHP8UKG038

224 NASIRABAD TE Bhatiyani Z2AJNSBP7BTY001 Z3AJNSBP8XAJ217 225 NASIRABAD TE Bhawanikhera Z2AJNSBP7BWK001 Z3AJNSBP8XAJ219 226 NASIRABAD TE Srinagar Z2AJNSBP7HKC001 Z3AJNSBP8UHW026 227 NASIRABAD Rajosi(IP) Z2AJNSBP7RJI001 Z3AJAJMP8XAJ261 228 NASIRABAD Ramsar Z2AJNSBP7RMS001 Z3AJNSBP7XAJ071 229 NASIRABAD USO site Bagsuri Z2AJNSBP7U65002 Z3AJNSBP8XAJ205 230 NASIRABAD USO site Nawab Z2AJNSBP7U65007

231 NASIRABAD Vill Kanpura, Nasirabad_IP_GTL Z2AJNSBP7ZAJ036

232 NASIRABAD High Revenue_TE Nasirabad Z2AJNSBP7NSB001 Z3AJNSBP7UNB001 233 NASIRABAD High Revenue_Dilwara Z2AJNSBP7NSB002 Z3AJNSBP7UNB002 234 NASIRABAD High Revenue_Derathu Nasirabad Z2AJNSBP7NSB003 Z3AJNSBP7UNB003 235 NASIRABAD Gandhi Chowk Nasirabad Z2AJNSBP7NSB004 Z3AJNSBP7UNB004 236 NASIRABAD Suthar Khana_IP_ATC Z2AJNSBP7NSB006 Z3AJNSBP7UNB006 237 NASIRABAD DILWARA BYEPASS(IP)(3G) Z3AJNSBP8UNB010

Behind Reliance Petrol 238 NASIRABAD Z3AJNSBP8UNB011 pump,Nasirabad (3G) 239 ROOPANGARH Harmara M/W Stn Z2AJRPNP7HAR001

240 ROOPANGARH Kerkeri Z2AJRPNP7KKR001 Z3AJRPNP7XAJ151 241 ROOPANGARH TE Salemabad Z2AJRPNP7SLM001 Z3AJRPNP8XAJ267 242 ROOPANGARH TE (Rented) Sursura Z2AJRPNP7SUS001 Z3AJRPNP7XAJ171 243 ROOPANGARH Bhadoon Z2AJRPNP7ZAJ009

244 ROOPANGARH Kucheel Z2AJRPNP7ZAJ041 Z3AJRPNP8XAJ247 245 ROOPANGARH Paner Z2AJRPNP7ZAJ051 Z3AJRPNP8XAJ255 246 ROOPANGARH Ralawatan Z2AJRPNP7ZAJ058 Z3AJRPNP8XAJ265 247 ROOPANGARH Sinodia Z2AJRPNP7ZAJ078

Telephone Exchange Nosal Distt- Z2AJRPNP7ZAJ084/Z2AJRPN 248 ROOPANGARH Ajmer P7ZAJX84 249 ROOPANGARH TE Roopangarh Z2AJRPNP7RPN001 Z3AJRPNP7URP001 250 SARWAR HARPURA Z2AJKEIP7U65005

251 SARWAR Ajm Kota HW Sarana Z2AJSARP7HAK001

Page 91 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

252 SARWAR T E Sampla Z2AJSARP7SPL001 Z3AJSARP8XAJ269 253 SARWAR TE Tantoti Z2AJSARP7TNT001 Z3AJSARP8XAJ273 254 SARWAR Satolao Z2AJSARP7U65008

255 SARWAR T.E. Borada Z2AJSARP7ZAJ015 Z3AJSARP8XAJ223 256 SARWAR Fatehgarh Z2AJSARP7ZAJ024 Z3AJSARP8XAJ233 257 SARWAR TE Sarwar Z2AJSARP7SAR001 Z3AJSARP7XAJ041 258 SARWAR Sarwar IP Z2AJSARP7SAR002 Z3AJSARP7XAJ042

Page 92 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Annexure-6 Working Connection Details as on 01.02.2020 No of lease Line/ISDN No. of PRI/SIP on MORE Total no Landline Name of TE copper 0- 301- 601- THAN of Land Grand with S.No. Exchanges / RSUs network 300 600 800 800 Line Total Broadband a b c d e f=b+c+d+e g=a+f h 1 TE Arain 25 23 0 6 6 35 60 12 2 TE Badakhera 1 9 1 3 2 15 16 9 3 TE Bandanwara 1 41 5 3 4 53 54 12 4 TE Bhadoon 2 5 1 0 0 6 8 3 5 TE Bandarsindri 3 57 3 1 6 67 70 9 6 TE Begliawas 1 11 1 0 0 12 13 3 7 TE Baghera 1 9 2 1 2 14 15 9 8 TE Bhinay 25 19 1 4 16 40 65 23 9 TE Bijainagar 1 522 89 47 86 744 745 235 10 TE Borada 1 15 5 3 1 24 25 11 11 TE Bangar Ngr SCL 1 55 9 3 5 72 73 15 12 TE Bhatiyani 1 1 0 0 0 1 2 0 13 TE Bhawanikhera 1 21 4 1 2 28 29 9 14 TE Chachiawas 1 15 1 2 3 21 22 6 15 TE Chapaneri 1 3 1 1 1 6 7 3 16 TE Devliakalan 2 7 0 0 1 8 10 1 17 TE Fatehgarh 2 5 0 1 2 8 10 5 18 TE Gegal 2 36 6 2 10 54 56 17 19 TE Ghooghra 3 111 16 20 39 186 189 74 20 TE Govindgarh 0 26 0 4 2 32 32 8 21 TE Harmada 1 13 0 1 3 17 18 5 22 TE Hatundi 1 35 4 2 5 46 47 12 23 TE Jalia-II 1 14 6 0 4 24 25 13 24 TE Jamola 1 15 0 0 3 18 19 4 25 TE Junia 1 7 4 4 2 17 18 12 26 TE Jawaja 23 13 7 4 6 30 53 20 27 TE Kadel 1 9 4 0 3 16 17 9 28 TE Kadera 1 7 1 1 2 11 12 7 29 TE Kekri 42 390 97 36 72 595 637 282 30 TE Kirap 1 2 2 1 0 5 6 3 31 TE Kharwa 1 20 3 1 2 26 27 11 32 TE Mangliawas 2 47 0 3 7 57 59 12 33 TE Madanganj AGN 0 42 6 4 7 59 59 20 34 TE Madanganj 40 868 69 48 96 1081 1121 247 35 TE Madanganj ia 2 64 6 2 11 83 85 20 36 TE Masooda 28 54 2 8 19 83 111 37 37 TE Nagelao 1 23 3 1 8 35 36 15

Page 93 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

38 TE Nasirabad 19 446 77 105 146 774 793 367 39 TE Piplaj 2 15 6 1 2 24 26 18 40 TE Pisagaon 27 73 20 7 21 121 148 54 41 TE Pushkar 18 355 150 46 132 683 701 219 42 TE Rajgarh 0 13 2 0 4 19 19 8 43 TE Rajiawas 2 10 2 1 1 14 16 5 44 TE Ramgarh 1 10 1 0 2 13 14 3 45 TE Ramsar 1 16 2 2 2 22 23 8 46 TE Roopangarh 4 31 11 7 10 59 63 34 47 TE Sawar 2 14 4 7 6 31 33 18 48 TE Saradhana 4 25 6 3 11 45 49 16 49 TE Salemabad 1 7 2 1 2 12 13 5 50 TE Srinagar 13 12 1 1 4 18 31 6 51 TE Sursura 1 10 1 0 1 12 13 4 52 TE Sarwar 6 45 22 4 12 83 89 56 53 TE Todgarh 2 19 6 4 2 31 33 21 54 TE Tilonia 2 11 13 3 13 40 42 28 55 TE Tantoti 1 4 0 0 1 5 6 1 Total 328 3730 685 410 810 5635 5963 2064

Page 94 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

SECTION- IX PERFORMANCE SECURITY BANK GUARANTEE BOND (To be executed by any National/scheduled bank on non-judicial stamp paper)

Whereas………………………………….. (hereafter called “the Vendor”) has been awarded the contract for Outsourcing of Upkeep and Maintenance of BTS & Rural Exchanges Telecom Infrastructure in BSNL AJMER SSA work with allied activities in …………………………….as per tender number ……………………………………………………………………… and BSNL has asked him to submit a performance guarantee in favour of GMTD,BSNL AJMER Telecom District of Rs…………………(hereinafter referred to as performance Security Deposit amount) valid upto……/……/20…….(hereinafter referred to as validity date).

Now at the request of the bidder, we………………………… Bank …………………. Branch … …………………..having registered office address as…………………………………….(hereinafter called the bank) agreed to give this guarantee as hereinafter contained:-

2. We “the Bank” do hereby undertake and assure to the BSNL that if in the opinion of the BSNL, the Bidder has in any way failed to observe or perform the terms and conditions of the said agreement or has committed any breach of its obligations there-under, the Bank shall on demand and without any objection or demur pay to the BSNL the said sum limited to P.S.D. Amount or such lesser amount as BSNL may demand without requiring BSNL to recourse to any legal remedy that may be available to it to compel the Bank to pay the same.

3. Any such demand from the BSNL shall be conclusive as regards the liability of Bidder to pay to BSNL or as regards the amount payable by the Bank under this guarantee. The Bank shall not be entitled to withhold payment on the ground that the Bidder had disputed its liability to pay or has disputed the quantum of the amount or that any arbitration proceeding or legal proceeding is pending between Bidder and BSNL regarding the claim.

4. We, the Bank further agree that the guarantee shall come into force from the date of its issue and shall remain in full force and effect up to its Validity date.

5. The Bank further agrees that the BSNL shall have the fullest liberty without the consent of the Bank and without affecting in any way the obligations hereunder to vary any of the terms and conditions of the said agreement or to extend the time for performance of the said agreement from any of the powers exercisable by BSNL against the Bidder and to forebear to enforce any of the terms and conditions relating to the said agreement and the Bank shall not be relieved from its liability by reason of such failure or extension being granted to Bidder or through any forbearance, act or omission on the part of BSNL or any indulgence by BSNL to Bidder or any other matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of relieving or discharging the guarantor.

6. Notwithstanding anything herein contained ;

(a) The liability of the Bank under this guarantee is restricted to the P.S.D Amount and it will remain in force up to its Validity date.

(b) The guarantee shall stand completely discharged and all rights of the BSNL under this Guarantee shall be extinguished if no claim or demand is made on us in writing on or before its validity date.

7. In case BSNL demands for any money under this bank guarantee, the same shall be paid through Banker’s Cheque in favour of “AO (cash) BSNL O/o GMTD, AJMER” payable at AJMER.

Page 95 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

8. The Bank guarantees that the below mentioned officer who have signed it on behalf of the Bank have authority to give this guarantee under its delegated power.

Place………………..

Dated……………….

(Signature of the Bank Officer)

Rubber stamp of the bank

Authorized Power of Attorney Number: ……………….

Name of the Bank officer: …………………………….. Designation: …………………………………… Complete Postal address of Bank: …………………… ……………………………………………………………… Telephone Numbers …………………………….. Fax numbers ………………………………

Page 96 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Annexure-1 PROFORMAS

7(A) For the BIDSECURITY/EMD Guarantee (To be typed on Rs.100/- non-judicial stamp paper)

Sub: Bid Security/EMD inform of Bank Guarantee (EMBG).

Whereas M/s …………………………… having registered office at ……………… ………… ……………………………………… (Hereafter referred to as Bidder) has approached us for giving Bank Guarantee of Rs. ……………………/- (hereafter known as the “B. G. Amount”) valid up to …../……/ 20….. (hereafter known as the “Validity date”) in favour of ………………………………….. (Hereafter referred to as BSNL) for participation in the tender of work of …………………………………………….. vide tender no. …………………………………. Now at the request of the Bidder, We ……………………………………… Bank …………………………Branch having ………………………………………… ………. .……………………………………. (Address) and Regd. office address as ……… ………...……………………………………………………………………… ……… ……… …………… (Hereinafter called ‘the Bank”) agrees to give this guarantee as hereinafter contained:

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

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

4. We the Bank further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the BSNL under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till BSNL Certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said bidder(s) and accordingly discharge this guarantee. Unless a demand or claim under this guarantee is made on us in writing or before the expiry of Validity date from the date hereof, we shall be discharged from all liability under this guarantee thereafter.

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

Page 97 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

the BSNL or any indulgence by the BSNL to the said bidder(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. Notwithstanding anything herein contained ;

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

7. In case BSNL demands for any money under this bank guarantee, the same shall be paid through banker’s Cheque in favour of “AO (Cash) BSNL ………..” payable at ……………...

8. The Bank guarantees that the below mentioned officer who have signed it on behalf of the Bank have authority to give this guarantee under its delegated power.

Place: ……………………………

Date: ………………………….. (Signature of the Bank Officer)

Rubber stamp of the bank Authorized Power of Attorney Number: ……………….

Name of the Bank officer: …………………………….. Designation: …………………………………… Complete Postal address of Bank: …………………… ……………………………………………………………… Telephone Numbers …………………………….. Fax numbers ………………………………

Page 98 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Section X Draft of AGREEMENT The successful tenderer shall have to execute the following agreement. (Separate Agreement should be prepared & submit for each Cluster)

This agreement made on this …. day of (month) … (year) …… between M/s . ……………………………a firm under Prop/Directorship……….. registered under…………………having it’s office…………………and represented thorough Sh………………………………who is duly authorized herein after called “ The Vendor” ( which expression shall unless executed by or repugnant to the context , include its successors, heir, executors, administrative representative and assignee ) of the one part & Bharat Sanchar Nigam Limited a company incorporated under the companies act 1956 having it’s registered office at Bharat Sanchar Bhawan HCM Lane Janpath New Delhi hereinafter referred to as the BSNL, of other part.

Where as the Vendor has offered to enter into contract with the said BSNL for Upkeep and Maintenance of BTS & Rural Exchanges Telecom Infrastructure in BSNL AJMER SSA other associated works in the area of ……………………………..GMTD AJMER on the terms and conditions herein contained in the tender no ……………….and the rates approved by the 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 presents witness and it is hereby agreed and declared by and between the parties to these presents as follows:

1) The Vendor shall, during the period of this contract that is to say from ……………to ……………………………………or completion of work for Rs………………………….. ….(in words)……………………………whichever is earlier or until this contact shall be determined by such notice as is herein after mentioned, safely carryout, by means of labours, employed at his own expenses and by means of tolls, implements and equipment etc. to be supplied by him to his labour at his own expenses, all works as described in tender documents ( annexed to the agreement), when The GMTD AJMER or any other persons authorized by The GMTD AJMER in that behalf require. It is understood by the Vendor that the quantity of work mentioned on the schedule is likely to change as per actual requirements as demanded by exigencies of service.

2) The NIT (notice inviting tender), Bid documents (Qualifying and Financial), letter of intent, approved rates, annexed hereto and such other additional particulars, instructions, drawing, work orders as may be found requisite to be given during execution of the work shall be 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 Vendor shall also supply the requisite number of workmen with means & materials as well as tools, appliances, machine, implements, vehicles for transportation, cartage etc. required for the proper execution of work within the time prescribed in the work orders.

4) The Vendor hereby declares that nobody connected with or in the employment of the DOT / DTS/ BSNL is not/ shall not ever be admitted as partner in the contract.

5) The Vendor shall abide by the terms and conditions, rules, guidelines, construction practices, safety precautions,Labour Laws etc. stipulated in the tender document including any correspondence between the Vendor and the BSNL having bearing on execution of work and payments of work to be done under the contract.

6) This contract is subject to jurisdiction of court at AJMER.

Page 99 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

In witness whereof the parties present here into set their respective hands and seals the day and year in______Above written: Signed sealed & delivered by the above named Vendor in the presence of Witness:

1 2 Signed & Delivered on behalf of BSNL by the GMTD Ajmer Witness : 1

Page 100 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

SECTION XI

LETTER OF AUTHORISATION FOR ATTENDING BID OPENING

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

Following persons are hereby authorized to attend the bid opening for the tender mentioned above on behalf of(bidder)______in order of preference given below:-

Order of Preference Name Specimen Signature

I

II

Alternate Representative

Signature of bidder or Officer authorized to sign the bid Documents on behalf of the bidder

Note:- 1. Maximum of two representatives will be permitted to attend bid opening. In cases where it is restricted to one, first preference will be allowed. Alternate representative will be permitted when regular representatives are not able to attend. 2. Permission for entry to the hall where bids are opened may be refused in case authorization as prescribed above is not recovered.

Page 101 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

SECTION – XII (A)

UNDER TAKING/ DECLEARATION NO ADDITION/DELETION IN TENDER DOCUMENT

To The GMTD, AJMER

Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21:

I/We……………Prop/authorized signatory of M/s………… …… hereby declared that: -

1. No addition/deletion/correction has been made in the downloaded tender document being submitted and it is identical to the tender document appearing on the web site. 2. In case of any correction/addition/alteration /omission in the tender document, the tender bid shall be treated as non responsive and shall be rejected summarily. 3. In case it comes to the notice that the declaration/ documents/ information given by me/ us against this Tender are false, the GMTD, AJMER BSNL, is fully empowered to forfeit my SD/EMD/bill amount pending with BSNL without prior intimation. In addition, BSNL may debar the Vendor from participation in its future tenders.

Signature of Tenderer

(Name……………………….)

Address…………………………….

Page 102 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

SECTION – XII (B)

To The GMTD, AJMER

Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21:

UNDER TAKING/ DECLEARATION REGARDING NEVER BLACK LISTED

I / We______(Name of Prop/ Part/Dir.)

______(Name of firm/ Company)

______(Address)

Here by give the under taking that the documents submitted by me for tender in BSNL are genuine.

I/We also declare that my firm as stated above or the partner/ proprietor therein have never been black listed by BSNL or any other organization/ firm in which I/We were/ are partner/ proprietor.

Signature of Tenderer (Name Tenderer ………………………………)

Address……………………………………..

Page 103 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

SECTION – XII (C)

NEAR RELATIONSHIP CERTIFICATE

To The GMTD, AJMER

Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21:

I …………………………S/o ………………………….resident of ……………………hereby certify that none of my relatives as define in the tender documents are employed in BSNL unit as per details given in the tender documents. 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.

The near relatives for this purpose are defined as:-

(i) Member of 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)

To be signed by:-

(a) Signature of Proprietor in case of Proprietorship Firm. ……………………………………………………………..

(b) Signature of all partners in case of Partnership Firm.

(i) ………………………………………………………….

(ii) ………………………………………………………….

(c) Signature of all Directors of Company in case of Ltd. or pvt. Ltd. Company.

(i) ………………………………………………………….

(ii) ………………………………………………………….

Page 104 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Section XIII Financial Bid/ BOQ

1. Financial Bid of the tender is to be filled and rate to be quoted on line only in the prescribed BOQ. 2. Rate to be quoted against Base unit price only without GST in % of above/below (Including Material as per Section-VIII Scope of Work). 3. Rate quoted against base rate will be fixed throughout the tender period. 4. The rates of Fixed-Incentives are additional in Type-6 Activity to the ‘Rates quoted by the bidder in the Financial Bid/BOQ as already defined in the tender (Sample calculation is given at Section-V Clause-8).

Format of Financial BID/BOQ is as below.

1.GST will be paid extra as applicable. 2.PRICE IS TO BE SUBMITTED THROUGH ONLINE MODE{E-TENDERING} ONLY

ONLINE FINANCIAL BID FORMAT (PRICE IS TO BE SUBMITTED THROUGH ONLINE MODE{E-TENDERING} ONLY)

Page 105 of 106 Read, understood & complied {signature of bidder…….) Tender No: Eng-15/MM-Tender-760/Outsourcing/BTS & Rural Exch Mtce/2020-21

Section XIV FAQ Note: The above Clarifications (as per FAQs) will be part of tender.

Note: The above Clarifications (as per FAQs) will be part of tender. FAQ on Outsourcing Policy

(i) The rigger works as defined in Annexure-V are to be alloted on per site basis and not on per technology basis. For example - If a site is having both 2G and 3G technologies (either 2G & 3G being standalone on the site or being a combo site), it would be taken as one instance of ’RF Optimization and Rigger Activities’ only as defined at Annexure-V .

(ii). The mobile site maintenance & upkeep works as defined at Annexure-II and III are to be alloted on per sites bais and not on per technology basis. For example - If a site is having having both 2G and 3G technologies (either 2G & 3G being standalone on the site or being a combo site), it would be taken as one isntance of ’Mobile Site Maintenance and Upkeep’ as defined at Annexure-II. Similarly, if a site is having one or both 2G and/or 3G technologies AND Rural Telephone exchange, it would be taken as one instance of ’Mobile Site colocated with Rural Telephone Exchange Maintenance and Upkeep’ only as defined at Annexure-III.

(iii). The mobile site maintenance & upkeep works as defined at Annexure-II and III are to be carried out for NBSNL and BSNL sites respectively. No IP sites are to be included for outsourcing of works as defined in Annexure II and III. Only ’RF Optimization and Rigger Activities’ as defined at Annexure-V are permitted for IP sites. The works related to Alarms extension, card replacements, air filter cleaining & media testing etc for IP leased in sites is to be carried out by BSNL staff only.

(iv). The BAs / SSAs have to ensure necessarily that works related to site maintenance & upkeep works as defined in Annexure-II ,III and IV are to be given only for those sites where no ’Watch and Ward’ agreement or any upkeep arrangement is in place so as to avoid duplicaton of payment for similar works. The SSAs / BAs are encouraged to close their ’Watch and Ward’ arrangements and shift to this new site maintenance & upkeep works regime. However, it is on SSA/BA to decide as to which sites are to be included in the proposed outsource tender. However, it is to be ensured at all times that a site is not covered under ’Watch and ward’ or any other upkeep related works arrangement simeltaneously with the site maintenance & upkeep works proposed in the new tender.

Page 106 of 106 Read, understood & complied {signature of bidder…….)