1

E-TENDER for Providing maintenance of EA sets in various BTS Sites under EKM BA for a period of 1 year. (2020-2021)

Tender No. PLG/ENK/BTS-EA MTCE/2020-21/1, Dated at EKM the 30/09/2020

BHARAT SANCHAR NIGAM LIMITED ERNAKULAM BA

Signature of the Bidder 2

BHARAT SANCHAR NIGAM LIMITED (A Government of Enterprise) OFFICE OF THE PRINCIPAL GENERAL MANAGER TELECOM ERNAKULAM 682016 TENDER DOCUMENT ANNEXURE A

E-TENDER for Providing maintenance of EA sets in various BTS Sites under EKM BA for a period of 1 year. (2020-2021) Sl.No Subject Details PLG/ENK/BTS-EA MTCE/2020-21/1 1 Tender No Dated 30/09/2020 2 Cost of tender document Rs.590/- 3 EMD Rs.75,982/- 4 Total Estimated Cost Rs.37,99,095/- From 10:00 Hrs of 09/10/2020 Availability of tender document for 4 onwards up to 14:00 Hrs of downloading 21/10/2020 Last date and time for online 5 14:00 hrs of 21 / 10 /2020 submission of tender Last date and time for offline submission of tender document, 6 12:00 hrs of 22 / 10 /2020 EMD, Cost of tender document in original Date and time of opening sealed 7 envelope containing tender 14:00 hrs of 22/ 10/2020 documented, Bid document Cost 8 Date and time of online bid opening 15:00 hrs of 22 / 10/2020 The tender will remain open for 9 Period of bid validity acceptance up to 150 days of opening of the tender Email: [email protected] 10 Tender help desk [Please mark CC:[email protected]

Asst. General Manager(Planning) O/o the Principal General Manager Telecom, BSNL, Ernakulam 682016

Note: Kindly see all clarifications/corrigendum on website from time to time and read Bid Document Carefully before submission and ensure that all documents are fully authenticated by the Authorized signatory.

Signature of the Bidder 3

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise) OFFICE OF THE PRINCIPAL GENERAL MANAGER TELECOM ERNAKULAM - 682016

Sub: E-TENDER for Providing maintenance of EA sets in various BTS Sites under EKM BA for a period of 1 year. (2020-2021).

CONTENTS

Sl. Title Page. No No 1 Notice Inviting Tender 4-7 2 E-Tendering Instructions to bidders 8-18 3 Tender information 19-20 4 Terms & Conditions 21-36 5 Special conditions of contract 37-42 6 Scope of work and Specifications 43-56 7 Price Schedule 57-61 8 Annexure I– No near relative certificate 63 Annexure-II- Letter of Authorization for 9 64 attending Bid opening 10 Annexure III – Agreement 65-75 Annexure IV –Bank Guarantee Bond Form for 11 76-77 Performance Security. Annexure V – Mandate form for transfer of payment 12 78 through electronic clearance / electronic fund transfer Annexure VI – Certificate (for Bid Document 13 79 downloaded from website 14 Annexure VII – E-Tender (Undertaking) 80 15 Tenderer’s Profile 81 16 Annexure IX-List of stations 82-90 17 Vendor Master Form 91-92

Signature of the Bidder 4

BHARAT SANCHAR NIGAM LIMITED (A Govt of India Enterprise) Office of the Principal General Manager, Telecom, BSNL, ERNAKULAM BA 682016

NOTICE INVITING TENDER

E- Tenders in the prescribed form are invited by The Principal General Manager, BSNL, ERNAKULAM BA from reputed and Experienced eligible contractors for the work: Providing maintenance of EA sets in various Base Transceiver Stations(BTSs) in Ernakulam, Idukki & Lakshadweep under EKM BA for a period of 1 year.

Sl.No Details Reference 1. Tender Enquiry No 0484-2378500 Last date for obtaining the tender 2. 14:00 Hrs on 21/10/2020 application Last date for submission of 3. 12:00 Hrs on 22/10/2020 Sealed Tender 4. Bid Validity 150 days 5. Time & Date of Opening Tender 14:00 Hrs on 22/10/2020 AGM(Planning), O/o the PGMT, 6. Venue for Tender Opening BSNL, Ernakulam, Kochi-682016.

Sd/-

`Asst. General Manager (Planning) Office of the PGMT,BSNL, ERNAKULAM BA, ERNAKULAM, 682016.

Tender document can be obtained/downloaded from the following websites https://etenders.gov.in/eprocure/app OR www.kerala.bsnl.co.in . The bidders downloading the tender document are required to submit the tender fee amount through DD along with their tender bid failing which the tender bid shall be left archived unopened/ rejected. The DD shall be drawn from any Nationalized/ Scheduled Bank in favour of “AO (Cash), O/o PGMT, BSNL, ERNAKULAM and payable at “ERNAKULAM”.

Signature of the Bidder 5

Specification to Bidders for E-Tendering

1.Tender No: PLG/ENK/BTS-EA MTCE/2020-21/1, Dated at EKM the 30/09/2020

1. COST OF TENDER DOCUMENT Rs.590/- (RS.500/- PLUS GST 18%).

2. Accessibility of Tender Document: BSNL is inviting E-Tender for the Providing maintenance of EA sets in various BTS locations in Ernakulam, Idukki & Lakshadweep under EKM BA for a period of 1 year and thus physical/hard copy of E-Tender forms not available for sale. Viewing and Bidding of the Tender can be done only on the following website: https://etenders.gov.in/eprocure/app.The last date and time for downloading/submission of tender shall be 14:00 Hrs of 21/10/2020 and beyond which the Tender document shall not be available for download / submission 3. Registration on e-Tender portal: Intending bidders are requested to register themselves with CPPP through https://etenders.gov.in/eprocure/app for obtaining user-id, Digital Signature etc, by paying vendor registration fee. Tender processing fee payment should be done during requisition of tender online. BSNL has decided to use process of e-tendering for inviting this tender and thus the physical copy of the tender would not be sold...

4. Date and Time of online submission of E-Tender: Last date and time for online submission of tender shall be 14.00 Hrs of 21/10/2020 and Last date and time for offline submission of tender document, EMD, Cost of tender document in original shall be 12.00 Hrs of 22/10/2019. In case the date of submission/opening of bid is declared to be a holiday, the same will get shifted to next working day at the same scheduled time. Any change in bid opening date due to any other unavoidable reason, the same will be intimated online.

5. Submission of EMD and Cost of bid document: The cost of bid document is Rs 590/-. Cost of Bid document should be paid in the form of DD, drawn from any Nationalized/Scheduled Bank in favour of AO (Cash), O/o PGMT, BSNL, ERNAKULAM-682016 payable at ERNAKULAM. The bidder shall furnish the bid EMD in one of the following ways:- (a) Demand Draft drawn in favour of Accounts officer(cash),O/o PGMT,BSNL, Ernakulam” and payable at Ernakulam (b) Bank Guarantee from a scheduled bank drawn in favour of The Accounts officer (cash), O/o PGMT,BSNL,Ernakulam which should be valid for 180 days (i.e. one month above the offer validity period subject to maximum of 180 days) from the tender opening date. DD’s drawn towards tender fee and EMD should be submitted along with the Technical bid failing which the tender bid will be

Signature of the Bidder 6 rejected. (c) Fixed Deposit receipt(FDR) lien created against BSNL issued by a scheduled Bank The MSE units registered with the designated MSME bodies, like National Small Industries Corporation (NSIC) etc. shall be given exemption from payment of Bid Security deposit, provided the tendered item is listed in the registration certificate of MSE. The MSE bidder has to submit the UAM number. The bidders who fail to submit the UAM number shall not be able to avail the benefits available to MSEs as contained in Public Procurement Policy for MSEs order 2012 issued by MSME.

Proof regarding current registration with the designated MSME bodies, like District Industries Centers or with National Small Industries Corporation (NSIC) for the tendered items will have to be attached along with the bid. The enlistment certificate issued by bodies registered under MSME like District Industries Centers or National Small Industries Corporation (NSIC) should be current and valid on the date of opening of bid. 6. On-line Opening of Technical Bids: The Technical Bids will be opened on 15:00 Hrs of 22/10/2020 7. Process of opening of Technical Bids: BSNL has adopted E-tendering process which offers a unique facility for Public Online “Tender Opening Event” (TOE). Bidders can attend the public online TOE from the comfort of their offices. However, if required, Bidders/authorized representative of bidders (Service Provider) can attend the TOE at the O/o AGM (Planning), BSNL, ERNAKULAM 682016. Tender opening officers would be conducting the public online TOE.

8. Tender bids received after due date & time will not be accepted.

9. Incomplete, ambiguous, Conditional, Unsealed tender bids are liable to be rejected.

10. BSNL reserves the right to accept or reject any or all tender bids without assigning any reason.

11. BSNL is not bound to accept the lowest tender.

12. E-Tender documents can be downloaded from E-Tender portal from 10.00 Hrs of 09/10/2020

13. The bidder shall furnish a declaration under his digital signature that no addition/deletion/corrections have been made in the downloaded tender document being submitted and it is identical to the tender document uploaded

Signature of the Bidder 7

in the E-Tender portal. In case if any correction/addition/deletion are made and found in the later days, the tender bid shall be treated as non-responsive and shall be rejected summarily in addition to forfeiting the security deposit deposited in this connection and legal action will be initiated against the defaulting E-Tenderer for the losses to BSNL if any.

14. All documents submitted in the bid should be preferably in English. In case the certificate viz. experience, registration etc. are issued in any other language other than English, the bidder shall attach an English translation of the same duly attested by the bidder as “Certified Translation of the original document”.

15. All computer generated documents should be duly attested/signed by the issuing authority.

16. Cost of Tender form(DD), EMD (in the form of DD/Bank Guarantee/FDR) and Power of Attorney if any have to be submitted along with the Tender, otherwise the bid will not be considered.

17. Hard copies of all required documents as per clause 3.1 of Tender information along with tender document (duly attested by the bidder/authorized signatory) to be submitted to AGM (Planning) before the scheduled date and time.

18. Before submitting the bid, it should be ensured to view all the corrigendum/clarification if any issued in this matter on the E-Tender website.

19. Duration of Contract: One year from the date of award of contract or specifically mentioned date with an option of extension for one more year or part thereof or till the finalization of new tender, whichever is earlier, at the same rate, terms and conditions.

Signature of the Bidder 8

SECTION-I

E-tendering Instructions to Bidders

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

Special Instructions:

1. Tender Bidding Methodology: Sealed Bid System –‘Single Stage Bidding using Two stage opening using Two electronic envelopes”(Techno Commercial Bid & Financial Bid) Financial & Techno-commercial bids shall be submitted 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 Clarification to Tender Documents on CPPP • Query to BSNL (Optional) • View response to queries posted by BSNL, as addenda. 6. Bid-Submission on CPP 7. Attend Public Online Tender Opening Event (TOE) on CPP Opening of Techno- commercial Part 8. View Post-TOE Clarification posted by BSNL on CPPP (Optional) Respond to BSNL’s Post-TOE queries 9. Attend Public Online Tender Opening Event (TOE) on CPPP Opening of Financial- Part (Only for Technical Responsive Bidders) 10. Participate in e-Reverse Auction on CPPP, wherever applicable 11. Please take care to scan documents that total size of documents, to be uploaded remains minimum. If required, documents may be scanned at lower resolutions say

Signature of the Bidder 9 at 150 dpi. However it shall be sole responsibility of bidder that the uploaded documents remain legible. 12. Utmost care may be taken to name the file/documents to be uploaded on CPPP. There should be no special character or space in the name of file. Only underscores are allowed. The illustrative examples are given below:

File name Allowed or not Reason for allowed /Not allowed in CPPP allowed QA not allowed Space in between words / Certificate characters not allowed QA not allowed Special characters not Certificate(1) allowed QA allowed Under score allowed Certificate between words /characters QA allowed Upper & lower cases Certificate allowed

13. It is advised that all the documents to be submitted (See clause 4 of Section 4 Part C) are kept scanned or converted to PDF format in a separate folder on your computer before starting online submission. Price schedule (BOQ) as per Section-7 (Excel Format) may be downloaded and rates may be filled appropriately. This file may also be saved in a secret folder on your computer. The names & total size of documents (Preferably below 50 MB) may be checked

For participating in this tender online, the following instructions need to be read carefully. These instructions are supplemented with more detailed guidelines on the relevant screens of the CPPP. Note 1: It is advised that all the documents to be submitted (See clause 5 of Section 4 Part C) are kept scanned or converted to PDF format in a separate folder on your computer before starting online submission. Price schedule (BOQ) as per Section-7 (Excel Format) may be downloaded and rates may be filled appropriately. This file may also be saved in a secret folder on your computer. The names & total size of documents (Preferably below 50 MB) may be checked The BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevant columns, else the bidder is liable to be rejected for that tender. Bidders are allowed to enter the Bidder Name and Values only Note 2: While uploading the documents ,it should be ensured that the file name should be the name of the document itself 3. Digital Certificates

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

Signature of the Bidder 10 4. Registration To use the Central Public Procurement Portal (https://etenders.gov.in/eprocure/app) Vendor need to register on the portal. The vendor should visit the home-page of the CPPP portal (https://etenders.gov.in/eprocure/app) and go to the e-procure link then select Bidders Manual Kit. Intending bidders are requested to register themselves with CPPP through https://etenders.gov.in/eprocure/app for obtaining user-id, Digital Signature etc., Tender processing fee payment (if applicable) should be done during requisition of tender online. BSNL has decided to use process of e-tendering for inviting this tender and thus the physical copy of the tender would not be sold. Note: After successful submission of Registration details and Vendor registration fee and processing fee ( as applicable). please contact NIC Helpdesk (as given below), to get your registration accepted/activated.

CPPP Helpdesk Telephone/Mobile 0120-4001002,0120-4001005, 0120-4200462,

Nos. 0120-6277 787 [email protected] E-mail ID [Please mark CC: [email protected]] As a first step kindly refer the User Manual. For any technical related queries please call the Helpdesk. The 24 x 7 Help Desk Number 0120- 4200462, 0120-4001002. A mail can be sent to [email protected] and [email protected] For all technical issues. A mail can be sent to [email protected] for any policy / domain issues. If some problem is faced during publishing of Tender / Corrigendum / AOC, users may kindly send a mail to [email protected] along with the screen shot of the page. BSNL Contact-1 BSNL’s Contact Person AGM.(PLG), O/o PGMT,BSNL,Ernakulam-16 Telephone/ 0484- 2378500 [between 10:00 hrs to 17:00 hrs on Mobile working days] E-mail ID [email protected]

BSNL Contact-2 BSNL’s Contact Person JTO(MP) O/o PGMT,BSNL,Ernakulam-16 Telephone/ Mobile 9400558854 [between 10:00 hrs to 17:00 hrs on working days] E-mail ID [email protected]

Signature of the Bidder 11 Amendments, if any, to the tender document will be notified in the above website as and when such amendments are notified. It is the responsibility of the bidders who have downloaded the tender document from the website to keep themselves abreast of such amendments before submitting the tender document. 5 Some Bidding related Information for this Tender In this tender the bidder has to participate in e-tender online. Some documents are to be submitted physically offline. For details please see clause 3.1 of Tender Information Broad outline of submissions are as follows: 1. Submission of Bid Security/ Earnest Money Deposit (EMD) 2. Submission of digitally signed copy of Tender Documents/ Addendum/addenda 3. Eligibility proof 4. Two Envelopes ▪ Techno-commercial -Part ▪ Financial-Part 6. Offline Submissions: The bidder is requested to submit the all the below documents offline to AGM (PLG),O/o PGMT, BSNL ,Ernakulam -16, in a sealed envelope before due date(12.00 Hrs of 22/10/2020). The envelope shall bear (name of the work), the tender number and the words ‘DO NOT OPEN BEFORE’ (due date & time). 1. EMD-Bid Security in Original. 2. DD/ Bankers cheque against payment of tender fee. 3. Power of attorney (if applicable) 4. Integrity Pact.( If applicable) 5. MSE registration certificate if the bidder is claiming concession for Tender fee & Bid Security Note: The Bidder has to upload the Scanned copy of all above said documents during Online Bid submission also. 6.1 Online submission: The following documents must be uploaded in CPPP portal

1 Scanned copy of Cost of tender document 2 Scanned copy of EMD 3 Certificates proving Eligibility as prescribed 4 Attested copy of ESI registration certificate 5 Attested copy of EPF registration certificate. 6 Attested copy of GST Registration 7 No Near Relative Certificate In case of MSE bidders, valid certification from MSME with UAM number for the type of service to be rendered (valid on the 8 date of opening tender). Such bidders are exempted from submission of cost of Tender form and EMD. Signature of the Bidder 12 9 Attested copy of PAN card. 10 Letter of authorization if any Attested copy of Registration of the firm or authenticated copy 11 of Partnership deed in case of Partnership firms. Attested copy of Memorandum of association & 12 articles of association in case of company. Attested copy of “Power of Attorney” in case person 13 other than the tenderer has signed the tender documents. The authorization of the competent authority for signing the 14 tender document 15 Mandate form for ECS/EFT 16 Certificate regarding tender form downloaded from internet 17 Price schedule/BOQ 18 Any other supporting documents asked for in bid document

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

6.2 Price schedule / BOQ Utmost care may kindly be taken to upload price schedule / BOQ. Any change in the format of price Schedule / BOQ file shall render it unfit for bidding. Following steps may be followed i) Down load price schedule / BOQ part ii) Fill rates in down loaded price schedule / BOQ iii) Save filled copy of downloaded price schedule / BOQ file in your computer and remember its Name & location for uploading correct file (duly filled in) when required. iv) Download price schedule / BOQ Section-7 in Excel format . Fill up required information and save in your computer for uploading it while submitting the bid 7. Special Note on Security of Bids Security related functionality has been rigorously implemented in CPPP in a multi- dimensional manner. Starting with 'Acceptance of Registration by the Service Provider', provision for security has been made at various stages in Electronic Tender's software. Specifically for Bid Submission, some security related aspects are outlined below: 8. Public Online Tender Opening Event (TOE)

CPPP offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. Tender Signature of the Bidder 13 Opening Officers as well as authorized representatives of bidders can attend the Public Online Tender Opening Event (TOE) from the comfort of their offices. For this purpose, representatives of bidders (i.e. Supplier organization) dully authorized are requested to carry a Laptop and Wireless Connectivity to Internet. Every legal requirement for a transparent and secure ‘Public Online Tender Opening Event (TOE)’ has been implemented on CPPP.

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

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

Sl Parameter Value No 1. Date and Time of reverse Will be intimated to Auction bidding event Technically Responsive bidders after the opening of financial part 2 Duration of Reverse –Auction ……………(typically 1 to 2) bidding event hours. 3 Automatic extension of the Yes Reverse –Auction Closing Time, if last bid received is within a pre- defined Time Duration before the Reverse Auction closing Time 3.1 Pre defined Time Duration …………xx Minutes (typically 05 minutes) 3.2 Time Duration of Automatic ………….yy Minutes extension (Typically 10 minutes) 3.3 Maximum number of Auto ……….nn Automatic Extensions Exensions (Typically 04 to 06 extensions) 4 Criteria of bid acceptance Beat on starting last quoted price as well as Beat on Rank-1 Bid Value 5 Entity start price Unit/total package/net cost to BSNL ( To be decided by planning cell)

Signature of the Bidder 14 6 Minimum bid decrement …………..(Value in currency) to be decided by planning cell 7 Display of Pseudo identity of Tot all Bidders, as well as bidders during bidding period BSNL’s officers 8 Display of Bidder’s own current Yes Rank

Note: Parameters at Sl No. 5 and 6 shall be confirmed after opening & evaluation of Financial bid parts. 10. Other Instructions For further instructions, the vendor should visit the home-page of the portal (www.eprocure.gov.in), and go to the Bidders Manual Kit. The compatible support software (PDF Converter, Java, etc) for online bid submission may be downloaded from CPP Portal. The help information provided through ‘CPPP User-Guidance Center’ is available in three categories –Users intending to Register / First-Time Users, Logged-in users of Buyer organizations, and Logged-in users of Supplier organizations. Various links are provided under each of the three categories. Important Note: It is strongly recommended that all authorized users of Supplier organizations should thoroughly peruse the information provided under the relevant links, and take appropriate action. This will prevent hiccups, and minimize teething problems during the use of CPPP. The following ‘ FOUR KEY INSTRUCTIONS for BIDDERS’ must be assiduously adhered to: 1. Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender submission deadline on CPPP. 2. Register your organization on CPPP well in advance of your first tender submission deadline on CPPP 3. Get your organization’s concerned executives trained on CPPP using online training module well in advance of your tender submission deadline on CPPP. 4. Submit your bids well in advance of tender submission deadline on CPPP (BSNL should not be responsible any problem arising out of internet connectivity issues).

Important Note: 1. .The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders due to local issues. 2. The time that is displayed from the server clock at the top of the tender Portal, will be valid for all actions of requesting bid submission, bid opening etc., in the e- Procurement portal. The Time followed in this portal is as per Indian Standard Time (IST) which is GMT+5:30. The bidders should adhere to this time during bid submission.

For further instructions, the vendor should visit the home -page of the portal (https://www.eprocure.gov.in

Signature of the Bidder 15 11.Minimum Requirements at Bidders end

Computer System with good configuration ( 1 GB RAM, OS Windows 7 or higher version) ,Broadband connectivity. Microsoft Internet Explorer 8.0 /Mozilla Fire Fox ,Digital Certificate(s) and latest version of Java installed 12. Vendors Training Program Vendors may contact the CPPP Helpdesk personnel given in clause 4 of Section 4 Part C ,for any type of training/help, which they may require while uploading the bids.

Instructions for Online Bid Submission

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

REGISTRATION

1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL: https://etenders.gov.in/eprocure/app) by clicking on the link “Online bidder Enrollment” on the CPP Portal which is free of charge.

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

SEARCHING FOR TENDER DOCUMENTS

1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID,

Signature of the Bidder 16 Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP Portal.

2) Once the bidders have selected the tenders they are interested in, they may download the required documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender document. 3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk.

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

Note: My Documents space is only a repository given to the Bidders to ease the uploading process. If Bidder has uploaded his Documents in My Documents space, this does not automatically ensure these Documents being part of Technical Bid.

SUBMISSION OF BIDS

1) Bidder should log into the site well in advance for bid submission so that they can upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.

2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document. 3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as Signature of the Bidder 17 applicable and enter details of the instrument. 4) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted/couriered/given in person to the concerned official, latest by the last date of bid submission or as specified in the tender documents. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected. 5) Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BoQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BoQ file, open it and complete the white coloured (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the BoQ file is found to be modified by the bidder, the bid will be rejected. 6) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission. 7) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid opener’s public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers.

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

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

Signature of the Bidder 18

Signature of the Bidder 19

TENDER INFORMATION

1. Type of Tender: Single Stage bidding and two stage opening using Two Electronic Envelopes system. (Techno commercial bid & Financial Bid). Note: The bids will be evaluated techno-commercially and financial bids of techno-Commercially compliant bidders only shall be opening. 2. Bid Validity Period: 150 days from the date of tender opening. 3. Bid Document: 1. Techno-Commercial part of bid shall contain one set of the following documents. i) Tender documents in original duly filled in and signed by the tenderer on each page ii) DD for EMD in original or Bank Guarantee/ FDR. iii) Cost of Tender Documents in form of Demand Draft (if applicable) iv) Check-list v) Tenderer’s profile and vendor master form. vi) Certificates proving Eligibility as prescribed vii) Attested copy of ESI registration certificate. viii) Attested copy of EPF registration certificate. ix) Attested copy of GST Registration. x) Those service provider having near relatives working as Executives / Non- executives in any BA in Kerala including Circle Office are not entitled to submit Tender documents for which each Tenderer should submit a “No Near-Relative Certificate”. The near relatives are Father, Mother, Father-in-law, Mother-in- law, Son, Son-in-law, Daughter, Daughter-in-law, Wife, Brother, Brother-in-law etc. If at a later date after awarding the work to successful Tenderer, it is found that near relatives are working as mentioned in this clause, the work awarded will be cancelled and security deposit paid in cash or Bank Guarantee will be encashed and credited to BSNL, ERNAKULAM 682016. The decision of PGMT, BSNL, ERNAKULAM BA is final in this regard. xi) Attested copy of PAN card. xii) Letter of authorization if any. xiii) Attested copy of Registration of the firm or authenticated copy of Partnership deed in case of Partnership firms. xiv) Attested copy of Memorandum of association & articles of association in case of company. xv) Attested copy of “Power of Attorney” in case person other than the tenderer has signed the tender documents. xvi) The authorization of the competent authority for signing the tender document xvii) Mandate form for ECS/EFT. xviii) Attested copy of Chartered Accountant certificate in respect of Turnover (If applicable) xix) Certificate regarding tender form downloaded from internet

Signature of the Bidder 20 In case of MSE bidders, valid certification from MSME with UAM number for the type of service to be rendered (valid on the date of opening tender). Such bidders are exempted from submission of cost of Tender form and EMD.

NOTE: SUBMISSION OF BIDS THROUGH ONLINE IS MANDATORY.

The financial part of bid shall contain one set of the complete price schedule.

Note: In case of e-tendering the following documents are required to be submitted off- line to AGM (Planning) O/o PGMT, BSNL, ERNAKULAM BA, PIN- 682016 on or before the date and time of submission of bids in a sealed envelope.

1) EMD-Bid Security (Original Copy) 2) DD of Tender Fee. 3) All documents as specified in clause 3.1 of Tender information. 4) Tender Document in Original.

Note: For detailed instructions, please refer clause 6 in special instructions to bidders. Payment Terms: As per clause under terms and conditions. Note: All statutory taxes as applicable/deduction due to price variation etc will be deducted at source before payment.

Signature of the Bidder 21

BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise) O/o THE PRINCIPAL GENERAL MANAGER, ERNAKULAM BA, ERNAKULAM – 682016.

E-TENDER for Providing maintenance of EA sets in various BTS Sites under EKM BA for a period of 1 year. (2020-2021).

TERMS AND CONDITIONS FOR THE CONTRACT

PREAMBLE

E- Tenders in the prescribed form are invited by The Principal General Manager, BSNL, ERNAKULAM BA from reputed and Experienced eligible contractors for : Providing maintenance of EA sets in various BTS Sites under EKM BA for a period of 1 year. (2020-2021).

1.ELIGIBILITY

1.1General Qualification

i. The Bidder must be Indian registered Companies under Companies Act 1956/2013 or a LLP or a Firm registered under applicable Acts. ii. The Bidder must not be black-listed for Telecom business by any Central/ State Governments/ PSUs in India at the time of submission of bid. An undertaking must be submitted in this regard. iii. The Bidder must have a valid PAN & valid registration under GST Act, EPF and ESI in India. Bidder registered as a Composition dealer under GST Act is not eligible to participate in the tender

(The Contractor shall strictly abide by the provisions of various Acts of the State in force, in connection with the employment of the contract labour viz. Contract Labour R&A Act 1970, Workmen Compensation Act, EPF/ESI Act etc and all other regulation covered under Labour Act at present and in the currency of contract in force.)

Signature of the Bidder 22

1.2 Average annual turnover during the last 3 years, ending 31st March of the previous financial year, should be at least 30% of the estimated cost put to tender. 1.3 Experience of having successfully completed similar works (Maintenance work of EA sets) in Central Government / State Government/ Central Autonomous body/Central Public Sector Undertaking/State PSUs/Private Organisations during last 7 years ending last day of month previous to the one in which applications are invited, should be either of the following:

➢ Three similar successfully completed works costing not less than the amount equal to 40% of the estimated cost put to tender. OR ➢ Two similar successfully completed works costing not less than the amount equal to 60% of the estimated cost put to tender . OR ➢ One similar successfully completed work costing not less than the amount equal to 80% of the estimated cost put to tender

2 EARNEST MONEY DEPOSIT

2.1 EMD amount of Rs. 75982/- (Rupees Seventy Five Thousand Nine hundred and Eighty Two only) can be deposited in the form of an “Account Payee” Crossed Demand Draft drawn on any Nationalized Bank /Scheduled Bank, payable to the AO (Cash), O/o PGMT, BSNL, ERNAKULAM 682016 OR Fixed Deposit receipt(FDR) lien created against AO(CASH), O/o PGMT BSNL Ernakulam 682016 issued by a Nationalized/scheduled Bank OR a BG issued by a Nationalized/Scheduled Bank.

2.2 The Demand Draft/BG/FDR for the EMD amount should be attached along with the Tender. No other mode of payment for EMD will be accepted. Any tender received without the payment of EMD will be rejected. 2.3 The EMD will not carry any interest, while in the custody of BSNL. 2.4 The EMD will be refunded/returned to the unsuccessful tenderers after finalization of the tender on production of Advanced Stamped Receipt. 3.Application of various provisions under Goods & Service Tax Act (GST) 2017.

a) Tax Clause – All taxes except CGST, SGST, UTGST & IGST if any, required to be paid on the invoices shall be borne by the supplier. TDS/TCS shall be deducted at the prescribed rate , if any ( as the case may be). b) Payment terms – BSNL will make payment to supplier only after the invoice is uploaded by supplier in GST outward return i.e. GSTR-1 and credit of GST is available (reflected in GSTR-2A) to BSNL. c) Supplier hereby agrees that it will be solely responsible for performing all compliances and making payments of GST, Cesses, interest, penalties or any other tax/duty/amount/charge/liability arising either out of laws/regulations

Signature of the Bidder 23 applicable in India and overseas or because of a demand/recovery initiated by any revenue authority under laws/regulations applicable in India or overseas. d) GST Invoice – It shall be the responsibility of supplier to raise appropriate tax invoice as per the provisions of GST Act. BSNL reserves the right to be indemnified for the credit loss in case BSNL is unable to claim the input tax credit for any non-compliance/default in raising appropriate invoice by supplier. Further all invoices should be sent to BSNL Promptly. BSNL can adjust/forfeit Bank Guarantee obtained from the supplier against any loss of input tax credit to BSNL on account of supplier’s default. e) Further the supplier is required to comply following requirements w.r.t. issuance of invoice:- *All the details of contractor (name, address, GSTIN/unregistered vendor, place of supply, SAC/HSN code etc.) and other mandatory details shall be mentioned on the invoice. *Invoice/DN/CN need to be issued timely within the time prescribed under GST law; *In case of any deficient supply, BSNL shall convey the same in a reasonable time to enable the supplier to issue credit note and take tax adjustment; *It would be the responsibility of the supplier to declare correct information on invoice and GST portal viz the amount, the place of supply, rate of tax etc. In case, the eligibility of input tax credit is questioned or denied to BSNL on account of default by the supplier, the same would be recovered by BSNL from the supplier. *Registered location of both the parties i.e. BSNL and supplier should be mentioned in the agreement with GSTIN No. Further, supplier should raise invoices at the registered premise of BSNL for availment of credit and ensure that the place of supply as per GST law is same as registered premise; *It shall be the responsibility of supplier to raise invoice within the prescribed timelines; *E-way bill number should be mentioned on the invoices; f) Indemnity – It is the responsibility of the supplier to ensure that outward supply return (GSTR-1) is filed correctly and to declare correct information on the invoice and GST portal. In case of mismatch because of vendor’s fault, prompt amendments must be make by the supplier else supplier shall be required to indemnify BSNL of the loss of credit due to mismatch and BSNL shall recover the said amount from vendor. The compliances to be adhered by supplier includes (but is not limited to) the following: (i) Uploading appropriate invoice details on the GSTN (Goods and Service Tax Network) within the stipulated time; (ii) Issuing GST complaint invoice/CN/DN. PO issued by BSNL should be referred by supplier for capturing information on the invoice; (iii) Acceptance of changes made by BSNL on GSTN on account of non-upload or incorrect upload of details on GSTN. Such changes w.r.t. the mismatch are required to be accepted by supplier within the time limit prescribed under the GST law. It must be noted that in case supplier does not accept such changes within the time limit prescribed under GST law, the loss of input tax credit (if any) would be recovered from the supplier. Signature of the Bidder 24

BSNL reserves the right to be indemnified for the credit loss and recover the said amount from the supplier in case BSNL is unable to claim the input tax credit for any on-compliance or default or due to lack of diligence on the part of the supplier. Further, in case any credit is not received or short credit is received or in case of any error because of which no credit is received then such equivalent amount is not liable to be paid by BSNL. Where, however the amount has already been paid by BSNL the same is liable to be recoverable or adjustable against subsequent payments. GST on account of liquidated damages, if any, would be borne by the contractor. 4 Debit/Credit Note - The supplier acknowledges and agrees to issue appropriate debit note/credit note as prescribed under GST Act and send to BSNL within the prescribed time. All documents should be received well in advance so as to enable BSNL to claim proper credit. Further it shall be the responsibility of the supplier to declare the details of such credit note in the return for the month during which such credit note has been issued but not later than September following the end of the financial year in which such supply was made, or the date of furnishing of the relevant annual return. BSNL reserves the right to be indemnified for the credit loss by supplier in case BSNL is unable to claim the input tax credit for any non- compliance or default or due to lack of diligence on the part of the supplier, whichever is earlier.

5 After acceptance of the contract if any or all the terms and condition(s) of the contract is / are violated, the BSNL reserves the right to terminate the contract with the forfeiture of SECURITY DEPOSIT to BSNL by giving 15 days’ notice. The decision of PGMT, BSNL, Ernakulam-682016 is final in this respect.

5.1 The EMD of the successful tenderer will be treated as part of Security Deposit if he wishes so and the Security Deposit will not carry any interest. 5.2 The EMD will be forfeited if a successful tenderer does not pay the Security Deposit in time and execute the Agreement. 5.3 The EMD will be forfeited if the tenderer withdraws the tender before finalization of the tender.

TENDER SUBMISSION

5.4 The cover, containing the Technical bid shall be wax-sealed and sent (only by Registered Post or Speed Post.) to Asst. General Manager (Planning), Office of the Principal General Manager, BSNL, Ernakulam 682016 so as to reach the office on or before 12:00 hours of 22/10/2020. The tender may also be deposited in the tender box available in the O/o AGM (Planning), BSNL, Ernakulam– 682016. Any tender received after the stipulated time and date for closing of tender shall be rejected and returned unopened to the bidder.

5.5 The completed tender forms should be addressed to: AGM(Planning), O/o PGMT, BSNL ERNAKULAM 682016

Signature of the Bidder 25

5.6 The envelope can be sent by Registered Post/Speed Post or can be directly dropped in the tender box provided in this office for this purpose on or before the due date and due time. Delay in postal transit will not be accepted as a valid reason for condoning the delay in submission of the tender.

5.7 a. All the pages duly signed by the tenderer as a token of acceptance of the terms and conditions of the tender form is to be submitted. b. No sheet is to be detached. 5.8 The tenderers should strictly adhere to the statutory regulations viz., Minimum wages Act, EPF Act ESI scheme, Contract Labour (R&A) Act 1970, workman compensation act, and rules 1971, any other regulation covered under Labour Act. Etc

5.9 The Tenderer should submit the copies of the following mandatory Documents / Certificates along with the Bid document and its annexures. i) Tender documents in original duly filled in and signed by the tenderer on each page. ii) DD for EMD in original. iii) Cost of Tender Documents in form of Demand Draft iv) Check-list v) Tenderer’s profile and vendor master form. vi) Certifictes proving Eligibility as prescribed. vii) Attested copy of ESI registration certificate. viii) Attested copy of EPF registration certificate. ix) Attested copy of GST Registration. x) Those service provider having near relatives working as Executives / Non- executives in any BA in Kerala including Circle Office are not entitled to submit Tender documents for which each Tenderer should submit a “No Near-Relative Certificate”. The near relatives are Father, Mother, Father-in-law, Mother-in- law, Son, Son-in-law, Daughter, Daughter-in-law, Wife, Brother, Brother-in-law etc. If at a later date after awarding the work to successful Tenderer, it is found that near relatives are working as mentioned in this clause, the work awarded will be cancelled and security deposit paid in cash or Bank Guarantee will be encashed and credited to BSNL, ERNAKULAM. The decision of PGMT, BSNL, , ERNAKULAM is final in this regard. xi) Copy of PAN card. xii) Letter of authorization if any. xiii) Attested copy of Registration of the firm or authenticated copy of Partnership deed in case of Partnership firms. xiv) Attested copy of Memorandum of association & articles of association in case of company. xv) Attested copy of “Power of Attorney” in case person other than the tenderer has signed the tender documents. xvi) The authorization of the competent authority for signing the tender document Signature of the Bidder 26 xvii) Mandate form for ECS/EFT. xviii) Attested copy of Chartered Accountant certificate in respect of Turnover (If applicable) xix) Certificate regarding tender form downloaded from internet. xx) In case of MSE bidders, Valid certification from MSME with UAM number for the type of service to be rendered (valid on the date of opening tender). Such bidders are exempted from submission of cost of Tender form and EMD.

The Tender which does not contain the above documents will be summarily rejected.

5.10 . GST

All invoices must be GST compliant and should indicate separately the CGST and SGST component for availing of ITC by BSNL. No bill will be entertained without GST details.

The agency has obligation to file GSTR-1 on a monthly/quarterly basis as the case may be and shall include all the invoices raised to BSNL.

5.11 The Successful contractor should arrange to pay the GST received from BSNL into the appropriate Accounts of the Government and enclose proof of such payment along with the Bill for the next month for scrutiny and acceptance. Failure to enclose the proof for payment will render the successful tenderer for such action as deemed fit in consultation with GST Authorities. The payment of bills will be withheld till such time proof of payment of GST is produced.

5.12 After acceptance of the contract if any or all the terms and condition(s) of the contract is / are violated, the BSNL reserves the right to terminate the contract with the forfeiture of SECURITY DEPOSIT to BSNL by giving 15 days notice. The decision of PGMT, BSNL, ERNAKULAM is final in this respect. Debit /credit note to be issued wherever there is a change in the original Tax invoice issued already

5.10.1 THE AGENCIES AND THEIR RESPONSIBILITIES: a) No child labour will be permitted. b) Persons below 18 years of age shall not be engaged. c) Persons above 55 years of age should not be engaged for any reason. However, this is subject to the outcome of the litigation pending before the Hon’ble High Court of Kerala. d) The Contractor should replace its persons when it is found by the designed officer that they are not discharging their duties as provided herein above. e) The contractor should strictly adhere to the Statutory Regulations viz. Wages, EPF, ESI etc as per schedule rate and adhere relevant Acts in force in respect of

Signature of the Bidder 27

each item. The contractor should also make payments/contributions under the above enactments and produce proof of payment of wages, ESI & PF contributions every month with specific reference to the workers engaged by him under this tender, failing which the payments due to the contractor will be retained by BSNL. The Contractor shall supervise and control his employees and take disciplinary action against his employees whenever found necessary. f) In case it is found by BSNL that any property or material of the BSNL is lost or put to loss/damage due to the negligence of the persons engaged by the contractor, the contractor will be held fully responsible and should reimburse the cost of loss/ damage so incurred. The decision of Principal General Manager, BSNL, Ernakulam as to the quantum of loss/damage and negligence is final. g) In case any workman of the Contractor suffers injury/damage or meets with an accident during the discharge of duty, the entire cost of compensation should be borne by the contractor and the BSNL shall stand fully indemnified against any claim/damage/Compensation. h) The contractor shall supervise his employees and ensure that the work is executed by his workers in accordance with the requirement and should maintain a Register for recording the progress of the work from each station and the officials of BSNL shall inspect the work and issue necessary certificates if any regarding the progress of the work and quality of work executed. i) Minimum wages applicable and as fixed by the Central/ State Government/ BSNL should be arranged to be paid with pay slips (Pay Slips should contain the amount of EPF/ESI amount deducted and EPF/ESI (Numbers) periodically to the persons engaged by the contractor not later than the 7th of every month. If the rate quoted by the contractor is not sufficient to meet the payment of minimum wages and other statutory payments like ESI, PF etc, such tender(s) will be summarily rejected as non- responsive. j) All records as envisaged under Contract Labour Acts should be maintained and these records are subject to scrutiny by competent authorities. These records may be submitted for scrutiny of Asst. General Manager (Planning) by 15th of every month. k) The Contractor should ensure that the work awarded will not fall into the hands of outsiders, such as sub-letting etc under any circumstances and sub contract if any will not be permitted and in such cases the contract awarded to the successful tenderer will be terminated and security deposit will be forfeited and Bank Guarantee will be encashed. l) The contractor shall be responsible for maintaining of the following register/ records required to be maintained under various labour laws. 1) Register of Attendance. 2) Register of Wages. 3) Register of Fines 4) Register of wage slips 5) Register of leave/Absentees.

Signature of the Bidder 28 m) The contractor shall ensure to meet their obligations arising out of the employees Provident fund and Miscellaneous Provisions Act 1952 by making regular deductions of employee’s contribution and payment of both employee’s and employer’s contribution for the persons engaged by them to the respective EPF Authorities . A copy of the challan showing deposit of the monthly contribution along with list of labourers engaged for this work covered under this tender to whom payment is made(ECR), shall invariably be provided to the Principal Employer every month. It is the responsibility of the Contractor to obtain annual EPF Balance Sheet and distribute them among all the persons engaged by them under proper acquittance under intimation to Assistant General Manager (Planning), O/o PGMT, BSNL, ERNAKULAM.

Each claim bill of the contractors must accompany the (i) amount of EPF contributions (Both employer’s & Employees’ contribution) for the duration of engagement in question, paid to the EPF Authorities, (ii) copies of authenticated documents of payments of such contribution to EPF/ESI Authorities (iii) a declaration from the contractors regarding compliance of the conditions of EPF Act, 1952 and (iv) copies of authenticated documents of payment of GST to the concerned Authorities. Necessary certificate regarding actual remittance of EPF/ESI pertaining to ERNAKULAM BA should be certified by the contractor along with EPF/ESI challan. The rates approved are inclusive of all taxes, the payment will be subject to availability of funds after sanction of bill by the competent authority through Cheques/RTGS/NEFT and deduction of Income Tax & all statuary/Govt. Taxes, for which information regarding Bank A/C No , IFS Code , Name of the Branch etc may be furnished. n) The contractor while submitting the Bill, the following details are to be enclosed along with the bill: 1. Amount of EPF contribution for the duration of engagement in question paid to the EPF Authorities mentioning the amount separately. 2. Copies of authenticated documents of payments of such contribution to EPF authorities and a declaration from the contractor regarding compliance of the conditions EPF Act.1952. 3. The amount of ESI Contribution for each person engaged for the work covered under this tender along with details of ESI Identity Card, ESI Number etc. The allotment of ESI number and authorization for treatment from the ESI authorities may be produced. 4. The Tenderer should adhere all the administrative rules of the contract labour (Central) Rules and their instructions issued by that office from time to time with respect to the establishment of the organisation and the persons engaged by them in relation to the welfare and financial activities of the persons under the contractor. 5. The engagement of the persons should be done after verifying the antecedents. 6. If any person is absent for more than one month and he/she is not likely to resume duty, the contractor should delete the names of such person and information in this regard to be given to PGMT, BSNL, ERNAKULAM and also shown furnish the name of the person added due to replacement. The EPF/ESI rules should also be applied for left out and replaced persons. Signature of the Bidder 29

5.13 Last date of submission of Tender offer is 10:00 hrs on 18/10/2020. 6. DATE OF OPENING 6.1 The tenders will be opened at 14:00Hrs on 22/10/2020 in the O/o AGM (Planning) BSNL, ERNAKULAM 682016 in the presence of the tenderers or their representatives present at that time and members of the committee duly nominated by PGMT, BSNL, ERNAKULAM If the office remains closed or is not able to function due to unexpected reasons, the tender will be opened at the same time of the next following working day. 6.2 Any tender received after the deadline for submission of bids prescribed by BSNL ERNAKULAM shall be rejected and returned unopened to the tenderer. 6.3 If representative/authorized persons of the bidder is to attend the bid opening an authorization letter to this effect must be produced by him before he is allowed to participate in the bid opening. 6.4 PGMT, BSNL, ERNAKULAM – 682016 reserves the right to disqualify such tenderers who have a record of not meeting contractual obligations against earlier contracts entered into with the BSNL. 6.5 The contract awarded to the selected tenderer is NOT TRANSFERABLE.

7 IMPROPERLY PREPARED OFFER 7.1 All tenders in which any of the prescribed conditions are not fulfilled or incomplete in any respect are liable to be rejected. 7.2 If any clause is found added or altered the tender will be rejected. 8 RATE QUOTING METHOD

8.1 The rates should be quoted in figures and words. Any ambiguity in rates shall make the tender invalid. No clause should be added or altered in BID documents. 8.2 The contractor should strictly abide by the provisions of various acts of the state in force in connection with the employment of the contract labour. It is the responsibility of the contractor to ensure payment of wages as per Minimum Wages Act concerned, to the persons employed and EPF, ESI etc as applicable. 8.3 The tenderers are requested to contact the AGM (Planning) concerned to ascertain the quantum of work before quoting the service charge. If desired, the bidder may visit the premises on any working day between 11:00 AM & 4:00 PM by fixing appointment with the AGM(Planning) before submission of bid. 8.4 In case if there is any difference in amount written in figure and amount written in words, then the amount written in words will be treated as amount quoted. 8.5 Income Tax at appropriate rates will be deducted at source from the monthly payment of all the bills.

Signature of the Bidder 30

9 EVALUATION CLAUSE

Evaluation of tender will be done on the basis of the lowest rates quoted in terms with the conditions prescribed above.

9.1 A bid determined as substantially non-responsive will be rejected by the “BSNL” and shall not subsequent to the bid opening to be made responsive by the bidder by correction of non-conformity.

9.2 The BSNL may waive any minor infirmity and 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.

10 SECURITY DEPOSIT. The tenderer whose rate is accepted has to deposit an amount of Rs.1,89,955 /- (Rupees One Lakh Eighty nine Thousand Nine hundred and Fifty Five only). as Security Deposit within Seven days from the date of acceptance of the tender, which bears no interest and refundable on expiry of the period of contract after adjusting dues if any of the contractor under any head. In the event of failure to deposit within the time allowed, the tender will be rejected and the EMD forfeited, in such a situation, the second lowest tender will be accepted subject to the fulfilment of tender conditions. This security deposit is payable in the following forms also: a) By crossed Demand Draft obtained from any Nationalised/Scheduled Bank Payable to the Accounts Officer (Cash), O/o PGMT, BSNL, ERNAKULAM 682016 b) A receipt for the deposit from a Nationalised Bank, receipt being made in the name of The Accounts Officer (Cash), O/o PGMT, BSNL, ERNAKULAM 682016 c) The Security Deposit can also be given in the form of Bank Guarantee obtained from a Nationalised/Scheduled Bank valid for a period of 30 months from the date of execution of agreement. The Bank Guarantee should be extended further as and when demanded by BSNL on extension of tender period. d) The security deposit may alternatively be adjusted in the first bill instead of PBG, if desired by the first party. In such case, EMD will be treated as part of security deposit and balance only will be adjusted from first bill. i) Failure to pay the Security Deposit within the specified time will entail the forfeiture of EMD and also rejection of tender. ii) If the tenderer withdraws the tender during the currency of the tender period, the Security Deposit will be forfeited. iii) Security Deposit of the successful tenderer will be forfeited to BSNL in the following cases.

Signature of the Bidder 31

a) If after acceptance of the tender, the tenderer fails to carry out the job in accordance with the terms and conditions of the tender as mentioned in the Schedule of Works. b) If any damage is caused to any of the property of the BSNL or delay in carrying out the works. c) If any of the conditions indicated in the Tender is not carried out which results in loss / damage to BSNL. d) If any of the statutory payments (ESI/EPF/GST etc) are found not remitted/paid.

10.1 The tenderer shall be fully responsible for the compliance of all the provisions applicable under labour laws like: a) Payment of Wages Act 1936 b) Minimum wages Act 1948 as applicable c) The Contract Labour (R & A) Act 1970 d) The employees Provident Fund and Miscellaneous Provisions Act 1952. e) Employees state Insurance Act 1948 f) Workmen Compensation Act 1923. g) All other acts and statutes applicable from time to time. h) The tenderer should comply with the provisions of all the above Acts without any omission.

11 AGREEMENT The successful tenderer will be required to execute an agreement in a Non- Judicial stamp paper of Rs.200/- (Rupees Two hundred only) within the time frame stipulated by PGM Telecom, BSNL, ERNAKULAM 682016. The cost of stamp paper is to be borne by the successful tenderer. 12 CAUTION 12.1 The tenderer should execute the whole and every part of the work in the most substantial and workman like manner both as regards materials and otherwise in every respect in strict accordance with the specification. 12.2 In the event of any failure to comply with any of the clause of this tender notice or the agreement, the tender is liable to be cancelled and the Security Deposit is liable to be forfeited. 12.3 If the service of the tenderer is not satisfactory on any count, BSNL has the right to terminate the tender by giving 30 days notice. 13. RESPONSIBILITY OF THE CONTRACTOR

13.1. The Contractor should strictly adhere to the statutory regulation viz., Minimum wages Act, EPF Act, ESI Scheme, etc and any other regulations. Covering Labour contract in

Signature of the Bidder 32

respect of Labourers/Employees by the contractor individuals should be supplied with details of EPF/ESI payments. All Labourers/Employees should be supplied with ESI cards to enable them to get treatment. In Nutshell all the labourers employed should be provided with all facilities as per the provision of Contract Labour R& A Act 1971. BSNL shall have no responsibility in this.

13.2 The Contractor shall be responsible for the discipline of the persons employed by him and he shall be responsible for the supervision of such employees and their control. If at any time, it is found that any person engaged by the contractor is indulging in misbehaviour or misconduct etc., the unit officer shall have the right to inform the contractor to replace him and any such demand shall be binding on the Contractor.

13.3 The Contractor shall maintain complete personal data of persons employed by him such as, name, fathers name, permanent address, village/Taluk/district, Police station concerned, signature etc. and provide them to BSNL wherever asked for.

13.4 The Contractor should be responsible for the welfare of his employees as per the various State/Central Government Acts and Regulations. BSNL will not have any responsibility in this aspect.

13.5 No child labour will be permitted.

13.6. The Contractor will be solely responsible for the payment of salaries, allowances and other benefits to his employees and BSNL shall in no way responsible for the same. He should not wait for the BSNL’s payment to pay to his staff. He should make payment on or before 7th of the following month without fail. In case the contractor habitually delay the payment beyond 7th of every month his contract shall become liable for termination with 30 days notice.

13.7 In case of additional requirements the contractor should be in a position to supply them at the approved rate without delay.

13.8 In case of any workman of the contractor suffers injury/damage or meets with an accident during the discharge of duties, the entire cost of compensation should be borne by the tenderer and BSNL will stand indemnified against any claim for compensation.

13.9 Cooking/ halt after duty hours by the labourers of the contractors inside the building is not permitted. 13.10. The tenderer should provide First Aid Facilities for the contract labourer. 13.11 Any communications to the last known address will be sufficient for any purpose of written communications. Any plea of absence from Headquarters or change of address will not be accepted to establish the non-receipt of communication on the part of the tenderer.

Signature of the Bidder 33

For this purpose it is desirable that the tenderer has a local office at ERNAKULAM with contact phone numbers, which should be mentioned in the tender form. 14. DAMAGES AND LOSSES

14.1 The successful tenderer will be engaged as “WORK CONTRACTOR” on “WORK CONTRACT BASIS” which is purely a work contract based on the principles of Law of Contract.

14.2 The tenderer getting the work order will be entirely responsible for all losses and damages caused during execution of work by his party to men, material and properties belonging to not only BSNL but also to other departments, organizations and individuals. BSNL shall have no liability whatsoever.

14.3 Any legal or financial implications while executing the work would vest with the tenderer only. BSNL shall have no liability whatsoever. 15 TERMINATION

15.1 PGMT BSNL, ERNAKULAM may without prejudice to any other remedy for breach of contract, may terminate the contract in whole or in parts by giving 30days notice. • If the contractor fails to abide by any of the terms and conditions under the contract. • PGMT, BSNL, ERNAKULAM may without prejudice to other rights and remedies available to him under the applicable law get the work under this contract done by making alternate arrangement at the risk and cost of the tenderer in above circumstances.

15.2 PGMT, BSNL, ERNAKULAM may also by giving written notice and without compensation to the Contractor terminate the contract if the Contractor becomes unwilling, bankrupt or otherwise insolvent without affecting its right of action for remedy, as deemed fit.

15.3 BSNL shall not be responsible for any loss or damage incurred to the contractor as a result of the termination of the contract. BSNL shall be free to take due action for the appointment of a new contractor during the period under notice thereafter. The contractor/the company will be debarred for further participation in the tender floated by this office.

15.4 The successful tenderer shall under no circumstances sublet the contract and if he does so, the PGMT, BSNL, ERNAKULAM whereupon by notice in writing rescind the contract.

Signature of the Bidder 34

16. ARBITRATION

16.1 In the event of any question, dispute of difference arising under this tender or in any connection there-with except as to matter the decision of which is specifically provided under this tender, the same shall be referred to the sole arbitration of Principal General Manager Telecom, ERNAKULAM or some other person appointed by the Principal General Manager Telecom, ERNAKULAM.

16.2 There will be no objection to any such appointment that the Arbitrator is Government servant or that he has to deal with the matter to which the agreement relates or that in the course of his duties as Government 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 reason, whatsoever, Principal General Manager Telecom, BSNL ERNAKULAM 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.

16.3 The arbitrator may from time to time with the consent of parties enlarge the time for making and publishing the award. Subject to the aforesaid Indian Arbitration Act 1940 and the Rules made there under, any modification thereof for the time being in force shall be deemed to supply to the arbitration proceeding under this clause. The venue of the arbitration proceeding shall be the Office of the Principal General Manager Telecom, ERNAKULAM or such other places as the arbitrator may decide.

17 PAYMENT OF BILLS

17.1 The Contractor shall submit all bills in bi monthly basis in triplicate with the GST Registration Number to the AGM(Planning), O/o PGMT, BSNL, ERNAKULAM 682016 after getting the bill duly certified by the SDE & DE concerned, along with an advance stamped receipt for processing for payment. Such bills must be submitted to AGM(Planning) within one month from the actual bill date. The contractor shall enclose the payment copies of the previous months EPF, ESI statement contribution, GST etc., paid to the concerned authorities and all other statutory liabilities applicable. The contractor shall submit a certificate that he had paid the wages completely for the previous months with proof of payment. Necessary deductions towards income tax and surcharge and any other tax levied by State/Central Government /Local Administration shall be made from the bills at the time of payment as per rules in existence at that time. The Payment will be made only through RTGS/NEFT mode.

Signature of the Bidder 35

17.2 In case of absence/Non-performing of work, pro-rata deductions will be made in the bills. 18 RIGHTS RESERVED FOR BSNL

18.1 PGMT, BSNL, ERNAKULAM reserves the right to blacklist a tenderer for a suitable period in case he fails to honour his tender without sufficient grounds. 18.2 BSNL reserves the right to reject any or all tenders without assigning any reason.

18.3 This award of work contract does not confer any right on the contractors employees for appointment/absorption in BSNL. 18.4 In case of any dispute before entering into contract, the decision of the PGMT, BSNL, ERNAKULAM shall be final. 18.5 The PGMT, BSNL, ERNAKULAM shall be the final authority for deciding the successful tenderer and his decision will be final.

19 VALIDITY

The period of contract shall normally be one year from the date of awarding of tender but can be extended for a further period of one year or till such time a fresh tender is finalized whichever is earlier at the same rate with the same terms and conditions. 20 RESTRICTIONS

Any attempt for negotiations direct or indirect or any attempt to secure any interest for actual prospective tenderer or influence by any means for the acceptance of particular tender will render the concerned tenderer liable for exclusion from consideration. 21 FORCE MAJEURE

21.1 If at 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– FORCE MAJEURE conditions – neither party shall, subject to other conditions of the contract, by reasons of such events be entitled to claim for damages against the other in respect of such non performance or delay in performance. 21.2 The Force-Majeure shall include war or hostility, or acts of the public enemy, or civil commotion, or sabotage or fire, or floods or explosions, or epidemics or quarantine or restrictions or strikes or lockouts or acts of God (herein after referred to as eventuality).

Signature of the Bidder 36

21.3 Provided such Force-Majeure provisions apply only if notice of happening of any such eventuality is given by either party claiming concession to the other within 21 days from the date of occurrence thereof.

21.4 Provided activities under the contract that were interrupted under the FORCE- MAJEURE event are resumed as soon as practicable after such event comes to an end, or cease to exist, and the decision of the PGMT, BSNL, ERNAKULAM as to whether the activities have been so resumed or not, shall be final and conclusive. 21.5 Provided further that if the performance in whole or part of, any obligation under this contract is prevented or delayed by reasons, for any such events for a period exceeding 60 days, either party may at his option terminate the contract. 22 COMPLIANCE WITH LAWS AND REGULATION 23.1 All the successful tenderers are bound by the labour laws as amended from time to time and also bound by the various provisions of the said laws. 23.2 All payments of salaries, leave, EPF, ESI Contribution etc for the labourers engaged by the tenderer for the execution of the tender work and all other liabilities imposed by the Contract Labour (R & A) Act 1970 and the EPF and ESI organizations wherever applicable will be the sole responsibility of the tenderer and the BSNL shall stand indemnified in this regard. 23 SET OFF

Any sum of money due and payable to the tenderer (including Security Deposit refundable to him) under this contract may be appropriated by the PGMT, BSNL, ERNAKULAM and set off against any claim of the BSNL for payment of a sum of money arising out of this contract or under any other contract made by the contractor with the BSNL.

Sd/-

Assistant General Manager (Planning) O/o the PGMT, BSNL, ERNAKULAM BA, ERNAKULAM 682016

Signature of the Bidder 37

SCHEDULE - F

SPECIAL CONDITIONS OF CONTRACT

SCOPE OF MAINTENANCE

1.1 The work includes the Periodical Maintenance of EA Sets in Telephone Exchanges/Administrative Buildings included in the schedule of work as per site list attached in a clean and healthy working condition. Periodic preventive maintenance site visit shall be done once in two months. Also, all the breakdowns shall be promptly attended. Payment for replacement of faulty components shall be made as per actuals on production of documents and shall be verified and certified by the BSS in charge concerned. 1.2 Specific details of Maintenance activities are spelt out separately. In case of minor additions, like replacement of belt, diesel fuel pipe ( flexible) , water rubber hose upto 63KVA , glass fuse the same shall be done by the firm without any cost adjustment. 1.3 Any defect, shortcoming brought to the notice of BSNL within the first 15 days of taking over of work by the vendor and confirmed by BSNL shall be the responsibility of BSNL. However, installation is to be taken over for maintenance immediately after award of work. 1.4 After the contract period is over the installation has to be duly handed over to BSNL in proper working condition. The contractor shall be responsible for any discrepancies in the status of installation which were available at the beginning of work and also any modification carried out during the currency of the contract. 1.5 The contractor shall not sublet the work or part thereof; however, services of specialized agencies for specific work can be obtained. 1.6 The contractor has to make necessary arrangements in consultation with the E-in-C for displaying the maintenance schedule performed and to be performed in all sites as per the scope of work. 2.0 METHODOLOGY AND STAFF 2.1 It is mandatory that contractor will provide minimum qualified staff at the site who will be able to perform prescribed AMC functions. Since the firm will be doing the maintenance and/or operation of critical services, responsible and trained persons should be placed round the clock for attending maintenance/breakdown who could take immediate steps under emergency situation. 2.2 For optimum and efficient utilization one person can be responsible for number of services. Also Maintenance staff has to be available round the clock round the year including all holidays at BA HQ. 2.3 However, staff strength may vary during day and night shift. Scheme for staff employed shall be got approved from the Engineer-in-charge. 2.4 In case of faults beyond the handling capacity of the staff provided as above, contractor shall immediately provide extra specialized work force so as to attend to the fault in minimum reasonable time. 2.5 The agency has to supply details of all the workers ( Name, educational qualification and address, mobile no. etc) engaged by him and get it approved by the Sub-Divisional Engineer. 2.6 Firm should also supply three passport size photographs of staff for issue of identity cards along with particulars of the workers. 2.7 The staff engaged by the firm shall bear IdentitySignatu cardre on of theduty. Bidder

38 2.8 The workers engaged by firm shall maintain proper discipline and good behaviour with occupants. The firm shall remove such workers from the site whose behaviour is found improper. Divisional Engineer’s decision in this regard shall be final.

2.09 Firm should have round the clock contact telephone number (Mobile and land line). In case of emergency, contractor or authorized engineer/ supervisor shall be made available at site on short notice from Engineer in charge and make all efforts to bring the situation to normal at the earliest. 2.10 Shut down for maintenance shall be taken with prior approval of the department. 2.11 Any damage or loss to the installation/building during the maintenance period due to the carelessness on the part of maintenance staff shall be the responsibility of the firm and be replaced / rectified without any extra cost. 2.12 The agency will provide the workers with necessary tools & plant, testing & safety equipment. 2.13 Any accident or damage during maintenance / operation will be the responsibility of the agency. BSNL will not entertain any claim, compensation, penalty etc. on this account or on account of non-observation of any other requirement of law relevant to his nature of work 2.14 The contractor shall at all times indemnify BSNL against all claims for compensation under the provisions of any law in force or in respect of any claim made by any person employed by the contractor in carrying out the contract. Further, such staff shall have no right to claim employment from BSNL. 2.15 Agency has to observe all the labour rules & regulations including EPF, ESI etc., in force and cover the employees with accident insurance and BSNL will not entertain any claim on this account during the contract period and afterwards. 2.16 Agency has to observe all the statutory tax rules as applicable in the state of Kerala. 2.17 The Contractor has to keep the EA set and engine room neat and clean to avoid any accidents or fire hazards. The maintenance contract shall aim for optimum diesel consumption with minimum downtime of Equipment / network. The maintenance cost shall also include contribution towards ESI, EPF etc. in addition to minimum wages approved by the statutory authorities. Handing / taking over between the contractors shall be carried out within 15 days after the closure of contract to the entire satisfaction of the Engineer In-charge, failing which works shall be carried out at risk and cost by the department and the decision of the Engineer In- charge shall be final and binding on the contractors. The activities shall be completed by engineer in charge within 03 months.

3.0 QUALIFICATIONS OF MAINTENANCE STAFF

3.1 Persons deployed at site & In-charge of Maintenance should possess certificates of competency issued / recognized by the State Govt. for carrying out required tasks. Electrical workman permit/workman’s competency certificate/Electrical workman’s license (Certificate of competency class II) OR any other equivalent certificate with at-least two years’ experience is compulsory (for handling electrical related works). For Engine maintenance the person(s) should have the following Qualifications/Motor Mechanic Vehicle approved by state or central Government. Pass in certificate course in Diesel Mechanic with one year experience in the field.

Signature of the Bidder

39 TOOLS AND PLANTS 4.1 All T&P required for carrying out various tasks pertaining to operation and maintenance have to be arranged by the agency at his own cost. The following minimum T&P are required to be kept by the agency. Sl Description of item Qty. S.N Description of item Qty. . o N o 1 Crimping tool suitable 1 13. Hand gloves, 1 set for 6 Sqmm. to 300 no. Hammer,. sqmm. Cable 2 Ring and box spanner 1Set 1 4. Multimeter (VAR). each 1000 V AC, 250V 1 No. DC, 1 Mega ohm 3 Pipe wrench 1 15. Milli Ohm Meter. 1 No. set. 4 Emergency light 2 16 Hammer 1 No. no. 5 Torch, Test lamp and 1no. 17. Soldering gun 1 No. Line Tester each 6 Tong Tester for 1 18. Torque Wrench. 1 No. measuring current No. . and voltage. 7 Fuse puller, Cutting 1no. 19 Blower 1 No. pliers and Nose pliers each 8 Frequency Meter 1 20 Combination pliers 1 No. No. 9 Industrial Boots 1 21 Set of screw drivers 1 No. pair per/ work er. 1 Meggar for insulation 1 22 Adjustable spanner 1 No. 0 resistance. (500 / no. 5000 V ) 1 Earth tester for earth 1 23 Set of Allen keys 1 No. 1 resistance no. 1 Required size ladder 1 24. Drilling Machine 1 No. 2 no.

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

5.0 MATERIALS

5.1 Replacement of defective/damaged material shall be on type by type / approved make basis. 5.2 Dismantled materials shall be returned to the Department except those items for which the replacement is supplied by the agency. 5.3 Any material required for proper maintenanceSignatu of there EA of the Set Bidder as decided by Engineer-

40 in-charge in consultation with the vendor shall be kept as spare. 6.0 DAMAGES TO BSNL INSTALLATION

6.1 Any damage to the installations/building during the contract period due to the carelessness on the part of maintenance staff shall be the responsibility of the firm and shall be replaced /rectified by him without any extra cost to BSNL.

7.0 TERMINATION OF CONTRACT

7.1 Right is reserved by BSNL for terminating the contract by giving one week notice in case of serious default. This includes major break down of the EA set installations or accident due to negligence on the part of firm, failure to attend breakdown, disobedience and abandoning the site etc. In such a case full performance guarantee shall be forfeited by BSNL. The decision of DGM in this regard shall be final and binding.

7.2 Right is reserved by BSNL for closure of the contract at any time by giving one month’s notice for reasons not attributed to the firm for which BSNL shall not entertain any claim.

7.3 BSNL reserves the right to carry out any work at risk and cost of the agency, if the agency fails to perform any duty within the time frame as mentioned in the agreement without further notice.

8.0 COMPENSATION FOR DEFICIENCY IN SERVICE

8.1 In case of power failure from Supply Company, the EA set shall work as per requirements specified and the decision of Executive/Divisional Engineer in this regard shall be final and binding and in any case the total penalty imposed shall not exceed 50 % of the total AMC cost of that particular service for the contract period.

8.2 After intimating the EA set fault, the rectification shall be done within the time mentioned below. The mechanic/ electrician should attend the site within 4 hours and minor faults may be cleared then and there. All faults except (c) , (d) and (e) below shall be cleared within 12 hours. c. For alternator rewinding and re-conditioning of engines when the engine seizes shall not take more than 15 days d. In case of starting motor failure possible alternate arrangement shall be made to start the engine alternator within 24 hours. e. AMF Controller faults shall be attended within 5 days Radiator, turbo charger within 5 days.

All the EA set faults should be rectified within the time mentioned above. If the agency does not rectify the faults within the stipulated time a penalty of Rs 500/- per day or part thereof will be levied for three days and Rs. 1000/- per day will be levied after 3 days till the fault is rectified. However, the decision of the Engineer-in-Charge shall be final and binding and in any case the total penalty imposed during the contract period shall not exceed 25 % of the total AMC cost derived out of Part – A of price bid. NOTE :- 1. Notwithstanding the above compensation clause described above, the department shall take steps for repair etc. of faulty equipmentSignatu at riskre of & the cost Bidder of firm without further

41 notice if the service rendered by the firm is found to be unsatisfactory and because of this the normal functioning of the Telephone Exchange and connected installations or Administrative Office are affected. 2. In case of spares,consumables & skilled man power required from mainland, penalty will be decided by considering the transport of shipping, which will be decided by TDM Lakshadweep .

However, the PGMT, BSNL, Ernakulam reserves the right to grant any relief off the penalty considering the circumstances/nature on the appeal made by the contractor.

9 DETAILS TO BE SUPPLIED BY THE CONTRACTOR BEFORE STARTING THE WORK.

Details of Organization:

1. Name of the Agency (With Office Address) 2. Name of the Proprietor

3. Telephone No. (s) of the firm 4. Name & Address of the supervisor 5. 24 Hours contact Telephone No. 6. Particulars of the License / Registration…..

Details of staff to be deputed to site: The details such as EPF, ESI, qualification, and identity and address proof of staff shall be furnished before commencement of contract.

Sl.no. Name & Address Qualification Designation & Responsibilities 1. 2. 3 4

LABOUR RULES & REGULATIONS.

The agency shall ensure that the minimum wages applicable as per the existing rules are paid and ESI, EPF provisions are fully complied with in respect of the maintenance staff engaged by them and necessary documentary proof shall be produced and the employees shall be covered with accident insurance. Signature of the Bidder INCREASE/ DECREASE OF TENDERED QUANTITY :-

42 BSNL will have the right to add or delete Items during the contract period. Newly installed units after warrantee period will automatically be included in the maintenance contract, without any change in the unit price or other terms and conditions at the time of award of contract.

Complaint Register

A complaint register shall be kept up to date by the firm and the same shall be available for checking and verification. The complaint register shall be maintained in each Sub Division and entry shall be made in this register as and when the complaint is reported from the end users. If JTO is not available in the office, other officials whoever available in the office should record the complaint in the register. It shall be the responsibility of the firm to verify the details of complaint & take corrective action.

Conditions to be followed on successful completion of Contract

The EA sets and other accessories shall be handed over in satisfactory working condition on completion of the comprehensive maintenance period, failing which, the necessary rectification works shall be carried out by BSNL and suitable recovery on this account as deemed fit will be made on the final bill. The copy of the Handing over notes shall be attached along with the Final bill. Handing over notes shall be made even in change of Contract/Agreement.

PERIOD OF CONTRACT:

The contract is for a period of 12 months.

Signature of the Bidder

43

ANNEXURE B SCOPE OF WORK AND SPECIFICATIONS

AMC of EA SETS

PART-I SCOPE OF MAINTENANCE:

The contractor shall keep all the EA sets and control panel including associated electrical connection and accessories in clean and healthy working condition. Attending day to day routine complaints in a prompt and satisfactory manner. Ensuring that no breakdown in power supply takes place and in case it happens, to take all required steps including contacting Supply Co. for earliest restoration. Ensuring that there is no wastage of electrical energy. Details of steps to be taken in this regard to be worked out in consultation with the maintenance-in-charge. The contractor shall carry out maintenance tasks as mentioned in the maintenance Schedule and maintain the register and service report. The same shall be made available for inspection as and when required. Alternator to control panel UG cable shall be supplied from store if replacement is required. However charges for laying cable, termination and transportation charges from store will not be paid. Proper workings of the fuel pump of EA sets may be ensured for maximum fuel efficiency. The EA Sets and accessories shall be thoroughly checked for proper working of the safety features provided in order to avoid accidents and fire hazards. Make, capacity and quantity of EA sets are included in the schedule of work and inventory. Firm shall also undertake maintenance of additional sets in the same station if included at a later date during the currency of the agreement. The faults if any reported shall be carried out immediately. Ensure that all equipment are properly earthed and proper earth values are maintained i.e., there will not be any loose joints. In case of major failure of EA set, it shall be the responsibility of the agency to shift the trolley mounted EA set available within the jurisdiction of the SSA to the required site free of cost including giving necessary connections and running the set. In case no trolley EA set is available, the agency has to make arrangements to provide hired trolley EA set locally on rental basis as per the directions of the E-in-C or his subordinates and rental amount shall be paid by BSNL subjected to the stipulated time allowed for carrying the rectification work of EA set as per section special conditions of contract - clause 8, including giving necessary connections and running of the set. All these activities are to be completed within 24 hours of reporting the failure of EA set. If the agency fails to provide trolley EA set on rental basis within 24 hours of reporting the failure of EA set, BSNL will take necessary steps to arrange trolley EA set and loss on this account shall be recovered from the bills of the agency without further notice. The decision of the Engineer-in- charge will be final in this regard. For claiming any damage due to force majeure clause, where other telecom equipment is also damaged a certificate to this effect shall be obtained from the SDE {E} or SDE BSS in charge of the unit. Necessary photo graph proof for the damage shall be submitted by the firm for verification of claim.

PART – II TASKS TO BE PERFORMED WITHIN 15 DSignatuAYS: re of the Bidder

44

Inspect all the EA Set installation for proper Electrical connection & Installation and shortcoming to be recorded and brought to the notice of the Engineer-in-Charge and the following verification and tests to be conducted.

TEST SHEET FOR ENGINE ALTERNATOR:-

PHYSICAL VERIFICATION

Item Remarks (a) Verify level of bed (b) check firmness of mounting (c) Check for verticality (d)Verify tightness of bolts and nuts and other fittings. (e) Check whether room hot air exhaust pipe (f) Check whether exhaust pipe is properly lead out andThermal insulation provided for exhaust line is intact. (g) Check for the alignment of the Engine, Alternator and couplings. (h) Check safety devices as well as operating switches for proper functioning. (i) Check for the loads being supplied and capacity of E/A set and ensure that the load is matching with the capacity of the EA.

LOAD TEST The Engine shall be given a test run with the alternator on full rated load/connected load. During the load test, record the following observations:

ITEM DESCRIPTION Remarks

Speed in RPM ( as on panel meter)

Lubricating oil pressure Colour of exhaust gas ( by visual inspection) Output current (as on panel meter)

Output voltage ( as on panel meter)

Output frequency ( as on panel meter)

TEMPERATURE RISE TEST FOR ALTERNATOR

Run the alternator at full rated load / load of the station and record the readings of the stationary coil temperature. Signature of the Bidder

45 AMBIENT TEMPERATURE TIME TEMPERATURE OF STATOR

NOTE: Temperature rise can be taken by thermometer from the alternator body and recorded.

4. CHECK OF FUEL CONSUMPTION After steady conditions have been obtained, the fuel consumption at full load / load of the station for half-an hour shall be checked. During this test, the load shall be maintained as stable as possible.

5. INSULATION TEST Immediately after the load test, take insulation test. The insulation resistance between the starter coil and the frame when tested with 500 V insulation testers shall not be less than one Mega-Ohm.

PART – III MAINTENANCE/OPERATION SCHEDULE The AMC of the E/A Sets shall be carried out as per the Maintenance Schedule attached below and to be signed by Exchange in charge.

MAINTENANCE SCHEDULE - EA SET

SL. REMARK NO DESCRIPTION OF ITEM WORK DONE S .

1 BEFORE STARTING THE ENGINE (a) Check and correct cooling water level (b) Check and correct belt tensions (c) Clean radiator fins by blowing air in the opposite direction (d) Check and correct lub. oil level (e) Check oil level and clean air cleaner as reqd. (f) Check and correct loose clamps, if any. (g) Drain 200ml. of diesel from bottom of fuel tank. (h) Check for sufficient quantity of fuel in tank, if short, report to JTO(T),SDE(T) (i) Check battery terminals and connections for proper tightness & apply petroleum jelly on terminals. Check battery condition and top up electrolyte/recharge if required. (j) Check battery charger Signature of the Bidder

46 (k) Check EA room lights and ventilation (l) Check tools (m) Check earths- watering equipment (n) Check and clean control panel (o) Clean engine alternator and premises. 2 AFTER STARTING THE ENGINE:- (a) Check lub.oil pressure and take corrective action if required. (b) Check and correct leakages, if any (especially fuel line, exhaust pipes). (c) Check engine noise etc. and correct abnormalities if any. (d) Check engine protection systems/indicating lamps/meters etc., and rectify if any defects are there (e) Check voltage/frequency and correct to

the normal values if required. (f) Check water temperature in case of water cooled engines. Operating temperature of water- 75 to 85 deg. centigrade and take corrective action if required (g) Check the functioning of AMF logic in case of AMF panel

MAINTENANCE SCHEDULE - EA SET

SL. NO description of item REMARKS .

Engine

1 Change engine oil (As per instruction of E-in- C) 2 Clean air filter 3 Check tightness of all nuts and bolts 4 Replace engine oil and diesel filter cartridges with new ones 5 Check rubber sleeves and hose piping 6 Check zinc protective plugs 7 Check coupling disc of fuel pump drive 8 a) Check v belts b) Lubricate raw water pump 9 check and reset valve clearances 10 check speed governor and engine shut down for proper functioning Signature of the Bidder

47

ALTERNATOR 11 grease generator ( as applicable) 12 Check insulation of windings and improve if necessary. 13 Check for excessive overheating of bearings (bearing temperature over 80 deg. centigrade with or without abnormal noise) and replace if required. Replace bearings for 20,000 working hours or three years whichever is less. 14 Check for excessive overheating of alternator frame (more than 40 deg. centigrade above ambient) and take corrective action. 15 Check for excessive vibration and noise and take corrective action. 16 check smoke, sparks or flames from the alternator with humming and vibration and rectify faults if any 17 Check for high voltage/ voltage oscillation and voltage collapse-take corrective action. 18 check mounting bolts,couplings and for free cooling air circulation 19 Ensure that the alternator is properly grounded. 20 Ensure the tightness of terminal studs. MAINTENANCE SCHEDULE - EA SET

REMARKS SL. NO DESCRIPTION OF ITEM .

Engine 1 Change engine oil 2 Clean air filter 3 Check tightness of all nuts and bolts 4 Replace engine oil and diesel filter catridges with new ones 5 Check rubber sleeves and hose pipings

6 Check zinc protective plugs

7 Check coupling disc of fuel pump drive

8 a) Check v belts b) Lubricate raw water pump

9 Check and reset valve clearances Signature of the Bidder

48

10 Check speed governor and engine shut down for proper functioning 11 Lubricate starter as recommended

Alternator 12 Grease generator ( as applicable) 13 Check insulation of windings and improve if necessary.

14 Check for excessive overheating of bearings(bearing temperature over 80 deg. centigrade with or without abnormal noise) and replace if required. replace bearings for 20,000 working hours or three years whichever is less.

15 Check for excessive overheating of alternator frame (more than 40 deg. centigrade above ambient) and take corrective action.

16 Check for excessive vibration and noise and take corrective action. 17 Check smoke, sparks or flames from the alternator with humming and vibration and rectify faults if any 18 Check for high voltage/ voltage oscillation and voltage collapse-take corrective action. 19 Check mounting bolts, couplings and for free cooling air circulation. 20 Ensure that the alternator is properly grounded. 21 Ensure the tightness of terminal studs. 22 Ensure proper crimping of lead wires. 23 Check fuses. 24 Ensure proper neutral and body earthing of alternator. Control panel 25 ENSURE THAT CONTROL PANEL PROTECTION EQUIPMENTS ARE CORRECTLY SET AND IN WORKING CONDITION. 25 Check the MCCB /control switches for their proper switching. replace worn out contacts etc., if required. check overheating of control switches and replace if required. 26 Check backup protection fuses. 27 Check all cable terminations/lugs and check Signature of the Bidder for excessive heating at the terminals.

49 28 Check all meters and indication lamps and control fuses. 29 Check the functioning of amf logic 30 Check battery charger. 31 Check the insulation value of all lead in/lead out cables

Engine instrument panel and general items 31 Check all the instruments in panel are in working condition. 32 Check battery 33 Check functioning of engine safety devices. 34 Record engine alternator parameters (lop,lot, wt, amps, volts, kw, f)

MAINTENANCE SCHEDULE - EA SET

SL. NO DESCRIPTION OF ITEM REMARKS .

1 Check fuel pump and camshaft gear cap screws

SL. NO DESCRIPTION OF ITEM REMARKS .

1 Check turbocharger bearing clearances 2 Remove injector, check spray, pressure, adjust if necessary and replace if required. 3 If engine shows signs of loss of power examine valves and rectify if necessary.

MAINTENANCE SCHEDULE - EA SET

SL. NO DESCRIPTION OF ITEM REMARKS .

Change engine oil (AS per instruction of E-in- 1 C) Signature of the Bidder 2 Clean air filter 50 3 Check tightness of all nuts and bolts 4 Grease generator ( as applicable) Replace engine oil and diesel filter catridges 5 with new ones 6 Check rubber sleeves and hose piping 7 Check zinc protective plugs 8 Check coupling disc of fuel pump drive 9 A) check v belts B) lubricate raw water pump 10 Check and reset valve clearances Check speed governor and engine shut down 11 for proper functioning 12 Check battery 13 Check functioning of engine safety devices

Record engine parameters ( lop, lot, wt, amps, 14 volts, kw)

SL. DESCRIPTION OF ITEM WORK DONE REMARKS NO.

1 Change engine oil 2 Clean air filter 3 Check tightness of all nuts and bolts 4 Grease generator ( as applicable) 5 Replace engine oil and diesel filter cartridges with new ones 6 Check rubber sleeves and hose piping 7 Check zinc protective plugs 8 Check coupling disc of fuel pump drive

9 A) check v belts B) lubricate raw water pump 10 Check and reset valve clearances 11 Check speed governor and engine shut down for proper functioning 12 Check battery 13 Check functioning of engine safety devices 14 Record engine parameters ( lop, lot, wt, amps, volts, kw) 15 Lubricate starter as recommended MAINTENANCE SCHEDULE - EA SET

Signature of the Bidder

51

SL. WORK DESCRIPTION OF ITEM REMARKS NO. DONE

Repeat all items as given for every 250 , 500, 750 , 1000, 1250, 1500 hours and additional items as given below 1 Check ball bearings on cooling water pump. Take up pulleys, replace v belts 2 Check flexible coupling 3 Clean crankcase ventilation(2000 hours) 4 Check and clean inlet ducts(2000 hours) 5 Remove and clean exhaust pipes(2000 hours) 6 Check Thermostat 7 Clean Heat exchanger

SL. WORK DESCRIPTION OF ITEM REMARKS NO. DONE

Repeat all items as given for every 250 , 500, 750 , 1000, 1250, 1500 hours and additional items as given below 1 Remove cylinder head and piston, decarbonise and grind in valves and adjust tappet gaps

IMPORTANT NOTES:-

The oil servicing required at specified interval, is excluded from the above maintenance schedule (A to I ) and is included in the schedule of work for which payment shall be made at the quoted rates.

PART – IV MATERIALS

All materials shall be of approved make, model and capacity and shall be matching to the EA sets. Invoice shall be produced in case of all major spares/components etc. as a proof of genuine spares. All the faulty / worn out existing equipment shall be replaced by energy efficient items. Top up oil, Coolant top up, distilled water for battery, varnish and minor accessories for servicing shall be in the scope of the contractor.

PART -V MAINTENANCE OF LOG BOOK

The firm shall maintain a log book at Electrical Sub Division recording all the operational details of the EA sets including details of all maintenance works / break downs occurred and attended as per the Pro forma: Signature of the Bidder

52

Abstract Details of EA sets

Sl. No Sub RP ID Name of Division Date of Commissioning division No Site of EA set

Maintenance Log Book

Slno Name of Date of Nature of Date of Parts Remarks/ BTS/ occurrence complaint rectification replaced Details of Exchange with work invoice done details

ENGINE RUN DETAILS (To be submitted along with Bill) E.A. SET - Capacity …… KVA EngineMake…….. ………HP Alternator Make………..…..….KVA

HOUR METER READING(HMR) : DATE:……………………………………..

SIGNATURE:………………………………………….

LOAD

Stop

in in

of of

n

REQUENCY REQUENCY

Date &Time of of &Time Date Maintenance Visit Hour & RPM Ru F (HZ) LOP temp Water Level Fuel Ltrs. and start At REMARKS Details ( Maintenance ) out carried Stop Run Amps VOLTS KW KWH PF Start time Signature of the Bidder

53 R Y B RY YB BR

(READINGS SHALL BE RECORDED ON EVERY VISIT – PREVENTIVE, BREAKDOWN AND OIL SERVICE VISITS.)

CERTIFICATE (To be submitted along with Bill)

FOR THE BIMONTH OF ...... Name of Buildinge ......

Agency:...... Certified that the E/A set of ...... kVA capacity having engine make ...... model ...... Sl.No...... BHP...... coupled with an alternator of ...... kVA make...... Model...... Sl.No...... was serviced/ attended break down on ...... The set has been maintained as per the Schedule and agreement and tested with the available TE or Admin Building load and found working satisfactorily.

Contractor JTO/SDE(BSS in charge)

Annexure -C COMPLAINT REGISTER

Date & Officer / Nature of Date & Name of Acknowledgement Remarks Time of Section complaint Time of staff of rectification by complaint lodging Redressal attended complainant complaint of the complaint. complaint& signature

Annexure -D

INVENTORY LIST Name of Telecom Building Agency Name of Person The following EA Set in the TE/Admin. Building site was inspected and found generally in working condition. All the meters, safety and control devices are also found intact. 1.EA set Signature of the Bidder

54 Engine Alternator Make Model Sl.No. BHP/KVA Date of commissioning Control panel details Details of AMF Controller Details of S/W gears:MCCB/Switch/MCB Details of Meters Other details/Remarks Handed over by Taken over by

Name & Dated sig.of BSS in charge. Name & Dated sig.of Agency

LIST OF APPROVED MAKES- BSNL (AS ON 29.02.2016)

Sl. Item Makes No. 1 Engine Ashok Leyland /Cummins/ Cater pillar /KOEL/ Volvo Penta / Mahindra & Mahindra (up to 200 KVA) /Escorts (up to 30 KVA)/ Eicher (up to 35 KVA) 2 Alternator(Brushless) Crompton Greaves (AL. series) / KEC /Leroy Somer / Stamford / Jyoti Ltd 3 Battery (Lead Acid / Amara Raja / AMCO / Farukawa / Hitachi Mntc. Free) / Exide / Prestolite / Standard 4 HV Switchgear (Vacuum Biecco Lawrie / Crompton / Kirloskar / Circuit Breaker/SF6 ) MEI / Jyoti Ltd 5 Transformer (Oil filled ABB / Schneider Electric /Andrew Yule / Dry type) /Bharat Bijlee / Crompton / EMCO / a) Above 400 KVA Kirloskar / Siemens b) Up to 400 KVA In addition to above makes, Uttam/Patson / Rajasthan Transformer andSwitchgear 6 Air Circuit Breaker L&T/ Schneider Electric / Siemens 7 MCCB(Ics=Icu) L&T/ Schneider Electric / Siemens 8 SDF units L&T/ Schneider Electric / Siemens/ HPL/Havells 9 Power Contactors L&T/ Schneider Electric / Siemens/ Lakshmi(LECS)/Signatu re of the Bidder 10 Change Over Switch HPL / Havells / H-H Elcon 11 Intelligent APFC Relay L&T/EPCOS(Siemens)/ Schneider Electric / Neptune Ducati/Syntron/ABB 12 Bus Bar Trunking/ Moeller/L&T/Schneider 55 Sandwiched Bus Duct Electric/ABB/Legrand/Zeta 13 Power Capacitors L&T/EPCOS(Siemens)/ABB/Crompton/ (MPP/APP) Schneider Electric/Neptune Ducati 14 Digital/ KWHr meter Schneider Electric/ AE/ Digitron / IMP/ Meco / Rishabh / Universal / HPL / L&T / ABB/Yokins 15 Cold shrink HT/LT Denson / 3M(M-Seal )/ Raychem Cable Joint 16 Rubber Matting ISI mark 17 MCB/ isolator / ELCB / Crompton / Havells / lndokopp / MDS RCCB/Distribution Board Legrand/ L&T / Schneider Electric/ Siemens / Standard/ABB/HPL 18 MS/ PVC Conduit ISI mark 19 Cable Tray MEM/Bharti/Ratan/Slotco/Profab 20 HT/LT Cables ISI mark 21 PVC insulated ISI mark copper conductor wire 22 Centrifugal Pump Amrut / BE / Beacon / Batliboi / Crompton / Jyoti / Kirloskar / KSB / Mather & platt / WASP/Grundfos 23 Submersible Pump Crompton/Amrut / BE / Calama / Kirloskar / KSB 24 Motors ABB/ Bharat Bijlee / Crompton Greaves /Schneider Electric / HBB / KEC / Siemens/Jyoti Ltd 25 Fresh Air Fans GE / Khaitan/Almonard/Crompton 26 Starter ABB / BCH / Schneider Electric / L&T / Siemens / 27 Single Phase Preventer L&T / Minilec / Siemens / Zerotrip 28 GI/MS Pipe ATC / ATL / BST / GSI / ITC / ITS / IIA /JST / Jindal /TTA / Tata/Zenith 29 Foot Valve ISI mark 30 Gate Valve Advance/Audco/Johnson Controls /Zoloto/Annapurna / Fountain / Kirloskar / Leader / Sant / Trishul 31 Compressors Carrier/Emerson cope land / York / Danfoss (for chillers only) 32 Resin Bonded Glass Fibre Glass / Pilkingston / UP Twiga wool 33 Expanded Polystyrene BASF(India) Ltd. 34 Gauge Feibig / H.Guru / Pricol 35 Controls FLICA / Honeywell / Indfoss / Penn- Danfoss / Ranco / Ranutrol / Sporland 36 Fine Filters Anfiltra Effluent / ARW / Athlete/ Airtake/ Dyna / Kirsloskar/ Puromatic/ Purafill/ Purolator / Tenacity 37 GI Sheet HSU Jindal / National / Nippon Denro / Sail / Tata 38 Heat Detector Appollo / Chemtron/ Edward / Fenwal/ Hochiki / NittonSignatu /Systemre of Sensor/the Bidder

56 Wormald/Honeywell Essar/Notifier 39 Ionization Detector Appollo / Cerebrus / Edward/ /Fenwal /Hochiki / Nitton / System Sensor / Wormald 40 Photo Electric Smoke Appollo / Cerebrus / Edward / Fenwal/ Detector Hochiki / Nitton / Wormald /System Sensor 41 Fire Panel (Microprocessor Agni Instruments / Agni Devices/ Aruna based) Agencies/ Carmel Sensor / Ravel Elect./Honeywell Essar/Notifier/Navin Systems 42 Sprinkler/ Hose Reel & ISI mark Hose Pipe 43 Fire Extinguisher ISI mark 44 Lift OTIS, Kone, Mitsubishi , Schindler, Johnson, Thyssenkrupp Elevator(India)

Signature of the Bidder

57 SCHEDULE OF QUANTITIES(Price Bid) Name of work:- Providing maintenance of EA sets in various Base Transceiver Stations in Ernakulam,Idukki & Lakshadweep under EKM BA for a period of 1 year. (2020-2021) Sl.No Description QTY RATE UNIT (excluding AMOUNT GST) PART A 1 Providing periodical preventive maintenance of E/A sets of following capacities as per the BSNL standard maintenance scope & conditions including topping up of battery and providing coolant top up, checking of panel including tightening of terminals, insulation checking of alternator, servicing of starting motor & charging alternator etc and applying varnish if required, oil quality and level checking including topping up etc. as reqd. (Periodic preventive maintenance site visit shall be done once in two months. However, breakdown maintenance shall be promptly attended as per the terms and conditions of the agreement) a Above 10 KVA and up to 15 KVA (per site once in two months) 2 Nos Each 0.00 b Above 15 KVA and up to 30 KVA (per site once in two months) 2 Nos Each 0.00 c Above 30 KVA and up to 40 KVA (per site once in two months) 1 Nos Each 0.00 2 Providing preventive maintenance of E/A sets of following capacities as per the BSNL standard maintenance scope & conditions including topping up of battery and providing coolant top up, checking of AMF panel including tightening of terminals, insulation checking of alternator, Servicing of starting motor & charging alternator etc and applying varnish,if required, oil quality and level checking including topping up etc. as reqd. (Periodic preventive maintenance site visit shall be done once in two months. However, breakdown maintenance shall be promptly attended as per the terms and conditions of the agreement) 0.00 a up to 10 KVA (per site once in two months) 22 Nos Each 0.00 b Above 10 KVA and up to 15 KVA (per site once in two months) 313 Nos Each 0.00 c Above 15 KVA and up to 30 KVA (per site once in two months) 2 Nos Each 0.00 Total for two months 0.00 Signature of the Bidder Total for 12 Months (Part A) 0.00

58 PART B 3 Carrying out oil servicing of following capacity EA set i/c draining the existing lub oil and supplying and filling of superior quality and suitable grade for the engine lub oil (15 W 40), replacing of fuel filters, lub oil filters etc complete as per the maintenance schedule, terms and conditions and specifications attached. a up to 10 KVA 22 Jobs Job 0.00 b Above 10 KVA and up to 15 KVA 315 Jobs Job 0.00 c Above 15 KVA and up to 30 KVA 4 Jobs Job 0.00 d Above 30 KVA and up to 40 KVA 1 Jobs Job 0.00 Note :The oil servicing of the EA sets has to be done once in a year or 500 hours or as per direction of Engineer in charge. 4 Replacement of faulty batteries which are life expired with new fully charged conventional/semi sealed battery of automotive duty of the following capacities (On buy back basis).with 3 year replacement warranty a 88 AH 15 Nos Each 0.00 b 130 AH 50 Nos Each 0.00 c 150 AH 1 Nos Each 0.00 NOTE:Faulty Batteries whose life has exceeded 3 years only are included in the scope of the above item. Faulty battery of less than 3 years shall be replaced by the maintenance contractor free of cost.

Total for Part B 0.00

Signature of the Bidder

59

0 Part C Consumable items 5 Replacement of faulty Microprocessor based AMF Controller with new one suitable for required capacity single/ three phase EA set compatible for Water/Air cooled Engine in the existing AMF control panel including disconnecting and dismantling the faulty one, including providing and fixing all accessories , making necessary wiring arrangements including functional testing and commissioning as per site conditions and specifications attached.(Make:SIAS /Deep sea/Bernini/C&S ) 30 Jobs Job 0.00 6 Replacement of faulty contactor coil of suitable voltage for the existing Contactor of up to 63KVA i/c dismantling the item, interconnections with suitable Copper cable including testing and commissioning as reqd.(Make:M/s L& T / Schneider Electric/ Siemens/Telemecanique) 50 Jobs Job 0.00 7 Rewinding of faulty starting motor with enameled copper wire including dismantling, baking / heating, varnishing , refixing testing etc of EA sets upto 63 KVA etc as reqd ( scrap copper value to be reduced for quoting ) 20 Jobs Job 0.00 8 Replacement of faulty Battery charger unit with new one, SMPS based ,Horizontal mounting type, input voltage 170-260 V AC,50 Hz ,Output 12 V DC @ 10 A suitable forstarting battery including mounting, making connections ,testing and commissioning as required.(with 1 year replacement warranty) 25 Nos Each 0.00 9 S/F of the following spares for the E/A set for the smooth functioning of the system i/c checking the items and replacing the faulty one. pdg necessary connections testing and commissioning etc as reqd. 0.00 a Electronic AVR suitable for EA set up to 63KVA 25 Nos Each 0.00 b Electronic LVM 20 Nos Each 0.00 c 4 Pole , 415 V , 40 A Power contactor 4 Nos Each 0.00 d 4 Pole , 415 V ,63 A Power contactor 6 Nos Each 0.00 e 4 Pole , 415 V , 100 A Power contactor 2 Nos Each 0.00 f Engine Safety Unit 2 Nos Each 0.00 g LLOP sensor 15 job job 0.00 h HCT sensor 15 job job 0.00 i Start/Stop push button 10 Nos Each 0.00 j Start/Stop Relay 20 Nos Each 0.00 Signature of the Bidder k Electronic Hour Meter 30 Nos Each 0.00

60 l Selector Switch, 3 way(Auto/Manual) 10 Nos Each 0.00 m Fuel Guage 5 Nos Each 0.00 n V belt 10 Nos Each 0.00 o 12 V, Stop solenoid 25 Nos Each 0.00 p 32 Amps, "c" series, TP, MCB 2 Nos Each 0.00 q 32 Amps, "c" series, 4P, MCB 2 Nos Each 0.00 r 32 Amps, "c" series, DP, MCB 2 Nos Each 0.00 s 10 Amps, "c" series, DP, MCB 2 Nos Each 0.00 t 63A,4P,2 way+off,Changeover switch 2 Nos Each 0.00 u Add on block(2NO+2NC) 10 Nos Each 0.00 v Diesel metallic braided pipe length above 1mtr and 20 up to 2mtr Nos Each 0.00 w copper sockets of battery cable 15 Nos Each 0.00 x 12V/24V OEN/ply relay plug in type 1 Nos Each 0.00 y 63A,4P,MCCB,30KA breaking capacity(make 20 L&T,C&S) Nos Each 0.00 z Blower fan bearing 10 Nos Each 0.00 aa Mechanical interlock for 2 No.s,32A/63A,4 Pole 10 contactors Nos Each 0.00 ab Arresting the exhaust leakage from the flanges at the top of the canopy by replacing packin,providing 5 suitable nut and bolt etc. complete as required job job 0.00 ac Arresting exhaust leakage of the exhaust line i/c dismantling the same from flange, welding,re-fixing 15 etc. complete as required job job 0.00 ad S/F residential type silencer suitable for 7.5 KVA/15 KVA M/s Eicher make engine i/c providing new 2 brackets for fixing,welding,dismantling the existing faulty one etc. complete as required job job 0.00 ae supplying and fixing 65mm dia 30 cm length metallic 5 flexible i/c welding, fixing etc. complete as required job job 0.00 af Supplying and fixing rubber type AVM pad suitable 25 for 7.5KVA/15 KVA Nos Each 0.00 ag Supplying and fixing rubber type EA coupling i/c 5 dismantling the faulty one as required Nos Each 0.00 ah Repairing of existing AMF controller with the help of respective OEM, to and fro transportation,giving 25 connection,testing etc. as required Nos Each 0.00

Signature of the Bidder

61 ai repairing of existing 12V/24V battery charger as 25 required Nos Each 0.00 aj Repairing of fuel injector of fuel injection pump as 5 required(Rate is for servicing of each injector) Nos Each 0.00 ak Dismantling of existing 88/130/150AH lead acid battery, recharging the battery by replacing the acid, to and fro transportation,re fixing the same as 50 required Nos Each 0.00 al Supplying and fixing 380mm sweep heavy duty fresh air fan in the existing7.5 KVA dg set canopy i/c providing necessary clamping 5 arrangement,nuts,bolts,giving connection etc complete as required(make Almonard/ s s make) Nos Each 0.00 am Rewinding of 250/380mm sweep heavy duty fresh air fan/exhaust fan in the existing 7.5/15KVA DG Set canopy i/c to and fro transportation,fixing etc. as 15 required Nos Each 0.00 an Supplying and filling 15w 40 engine oil suitable for 100 various capacity engine as required Ltr 0.00

Total for Part C

Total for Part A + Part B +Part C

Signature of the Bidder

62

Declaration by the Contractor

I ……………………………………………………………………., the undersigned, have read out and understood the terms and conditions and description of works as available in the Tender Document mentioned above and I am agreeable to all the terms and conditions, in case my quotation for the above said work is accepted.

Place: Date: Signature of the Contractor

Signature of the Bidder

63

ANNEXURE -I

NO NEAR-RELATIVE CERTIFICATE

I…………………………………………………………….. S/o …………………………….…………………………

………………………………………………… resident of ……………………………………………………………………

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

Dat e (Signature of Tenderer)

Name & Seal

Signature of the Bidder 64

Annexure II

Letter of Authorisation for attending Bid opening

(To be submitted before Tender Opening)

Subject: Authorisation for attending bid opening on _ (date) for the tender of ______

Following person is/are hereby authorized to attend the bid opening for the tender mentioned above on behalf of ______(Bidder) in order of preference given below.

Order of Name Specimen signature Preference 1 2

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

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

Signature of Bidder

Signature of the Bidder 65

Annexure III

AGREEMENT

This agreement is made at ERNAKULAM on this__ _(year) between M/s. ______day of___ _(month)_ (thereinafter called the first party) and Assistant General Manager (Planning), Office of the Principal General Manager, Telecom, BSNL Ernakulam on behalf of the Principal General Manager, BSNL, Ernakulam BA, Ernakulam (hereafter called the second party) where as the contractor has offered to enter into contract with the said BSNL for Infrastructure Maintenance in BSNL Ernakulam BA on the terms and conditions and herein contained and at the rates of (service charges) approved by

BSNL have been duly accepted and where as the necessary security deposits have been furnished in accordance with the provisions of the tender document ……………………………………………...... (Tender No) 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. This agreement is effective from the ...... for a period of one year from the date of effect.

2. The tenderer whose rate is accepted has to deposit Security Deposit within Seven days from the date of acceptance of the tender, which bears no interest and refundable on expiry of the period of contract after adjusting dues if any of the contractor under any head. The security deposit may alternatively be adjusted in the first bill instead of PBG, if desired by the first party. In such case, EMD will be treated as part of security deposit and balance only will be adjusted from first bill. 3. The first party shall arrange for the works as detailed in scope of maintenance (para 1.0 of Terms and conditions of contract) Schedule of quantities and Scope of work and specifications as mentioned in the NIT.

a) The persons engaged undertaken by the first party (__ ) shall be their employees and they shall have no right for regular employment and any other benefit from BSNL on the basis of the contract service.

b) BSNL shall have the right to request the first party (______) at any time to replace any or all the persons engaged by the contractor for the work at the BSNL office without assigning any reason.

Signature of the Bidder 66

c) The first party (______) shall be responsible for any loss or damage of BSNL property caused by the negligence of the persons engaged by him in the performance of his work. They shall have no future claim/right other than those specified in this agreement.

d) The first party (______) will be responsible for all the statutory benefits like ESI, EPF, Uniform and medical facility, accident claim etc., and the pay of the persons employed by the first party. Any type of claims/disputes by the employees will be settled by the contractor.

e) The contractor should ensure that all applicable labour legislation including are complied with. f) Compensation for deficiency in service will be as per para 8.0 of Terms and conditions of contract of NIT is applicable.

g) The period of contract shall be for a period of one year from the date of awarding of contract and the same can be extended further for a period of one year with a break on satisfactory performance or till a fresh tender is finalized whichever is earlier, under the same terms and conditions.

h) The first party hereby agrees that during the tenure of this agreement it shall not misuse or allow any other person to misuse the premises of BSNL.

The contractor is fully aware of the terms and conditions of the tender given in the above said tender documents. The contractor shall abide by the terms and conditions, rules, guidelines, safety precautions etc. stipulated in the tender document including any correspondence issued by the BSNL to the contractor having bearing on execution of work and payments of work to be done under the contract.

4. The NIT(notice inviting tender), Bid Documents(qualifying and financial), letter of intent, approved rates and such other additional particulars instructions 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.

5. The contractor here by declares that nobody connected with or in the employment of the Bharat Sanchar Nigam Ltd is not/ shall ever be admitted as partner in the contract.

6. The contractor shall abide by the terms and conditions, rules/regulations/laws/ Government instructions/ Statutes etc that are applicable/will be made applicable and/or aimed to protect the interest of workers/employees employed by me/us in the past and during the course of execution of the said contract with BSNL. Signature of the Bidder 67

7. The contractor shall fully protect, indemnify and hold harmless BSNL and its employees , officers, directors, agents, or representatives from and against any/all liabilities, losses, actions, judgements, damages, fines, penalties and costs (including legal costs and disbursements) arising from or relating to Any breach/ violation of any directions, order from any Government Authority, any provisions of labour laws or any other laws, statute or regulations, that area or will be aimed to protect the interest of orders/labourers engaged by the contractor in the past and during the course of this contract with BSNL.

OR

Any other payments, claims or liabilities that may arise from ensuring complainer or the provisions of any of the labour laws or any other laws etc.

OR

Any other claim made by any third party in connection with any violation of any of the laws the laws, guidelines, instructions etc.

NOW THEREFORE IN CONSIDERATION OF MUTUAL COVENANTS PREMISES MADE HERE IN AFTER PARTIES AGREE AS FOLLOWS:

Signature of the Bidder 68

2.1 Securities;

2.1.1 The First party undertakes to abide by the rules and regulation as decided by the parties for the physical protection of information, infrastructure and other related things.

2.2 Code of conduct

First party undertakes to ensure that the all staff and employee adhere to the standard code of conduct followed by the industry and to ensure this the second party appoints suitable and responsible person to supervise the proper implementation of such code, revised and amended up to date.

2.3 Additional activities

The First party undertakes to organize such additional activities which may be decided mutually from time to time which would contributes towards improvements of work culture and agrees to accept the terms and conditions as decided by the parties .

2.4 The first party shall engage on his own expenses the requisite number of representatives with means & materials as well as tools, appliances, machines, implements, vehicles for transportation, cartage etc. required for the proper execution of work within the link prescribed in the work orders.

2.5 The first party hereby declares that nobody connected with or in the employment of the Bharat Sanchar Nigam Limited/DOT/DTS is not/shall not ever be achieved as partner in the contract.

2.6 The rates approved are inclusive of all taxes the payment will be subject to availability of funds after sanction of bill by the competent authority through Cheques/RTGS/NEFT and deduction of Income Tax & all statuary/Govt. Taxes. The first party shall submit the copy of GST paid details and EPF/ESI paid challan for the previous month along with the bill. While preparing the bill the second party shall bifurcate the amount of GSTS in bill submitted. The first party shall submit the monthly bill monthly duly signed and verified by the officer’s in-charge for satisfactory work execution. Payment will be made through RTGS/NEFT for which information regarding Bank A/C No, IFS Code, Name of the Branch etc may be furnished.

3. CONSIDERATIONS 3.1 Taxes duties

Any taxes or duties, imposed or assessed by the central government or any other authorized local bodies in respect of payment or dues paid by Second party after signing this agreement, will be borne by the First party.

Signature of the Bidder 69

4. LIMITATION OF AGREEMENT

4.1 Trademarks, trade names and trade secrets

4.1.1 The First party shall not claim any ownership right in trade mark, trade name, design, copyright, goodwill which is not the subject matter of this agreement but property of Second party. It shall derive its power to use from the provision and clauses of this agreement only.

4.1.2 The First party shall not claim any ownership right on premises as it shall be property of Second party. after complying all the mandatory provisions of applicable laws and contractual obligations. It shall derive its power to use from the provision and clauses of this agreement only.

4.1.3 The first party shall not incorporate any word or design deceptively and confusingly similar to Second party’s trade-mark, trade-name, design in its trade-mark, trade-name and trade-style other then the subject matter of the agreement.

4.1.4 The First party agrees not to divulge any trade secrets that may be made available to it, in confidence. The First party further agrees to ensure fidelity of information imparted to or available to them.

4.1.5 All the liabilities of the second party related to their business prior to the date of execution of this agreement shall be liabilities of the party of second part. 4.2 No ‘Agency’ 4.2.1 The parties here to agree that the First party is an independent entity. Nothing here in contain shall constitute the First party as an agent, legal representative, partner, subsidiary, joint venture or employee of the Second party. The First party shall have no right or power to and shall not bind or obligate the Second party in any way, manner or title whatsoever, nor represent, it has any right to do so. 4.2.2 The parties here to agrees that all the litigation-disputes/claims arising or taking place with the third parties after signing this agreement shall be contested/or settle by the First party itself. The Second party shall not be responsible for the same in any circumstances. 5. INSURANCE The First party takes appropriate policies for new insurances w.e.f this agreement to cover it against losses /damages and renew such policies up to the period of this agreement. Evidence of policies having being renewed shall be made available to the Second party, in case it requires it, in any compliance issue.

Signature of the Bidder 70 6. TENURE AND RENEWAL OF THE AGREEMENT

6.1 Tenure

The tenure of this MOU shall expire only under the circumstances until unless specifically agreed and in written form accepted by parties, though this MOU ceased to exists if

6.1.1 Both the parties shall execute a new agreement in case if it is required to achieve the purpose stipulated in this agreement as per the modified law, statutory provisions, rules and regulation issued or changes by the competent authorities.

6.1.2 The parties shall not have any automatic right of termination under any of the clause and it shall be not discretions of the parties to terminate the present agreement, except as specifically provided under this agreement.

6.2 Disbursement of dues ;Both the parties agree to initiate all the necessary activities to settle pending dues as per the scheme enumerated in other agreements, which comprehensively deals with this issue. Any such disbursement shall strictly as per the scheme.

6.3 Notwithstanding anything elsewhere herein provided and in addition to any other right or remedy of the BSNL under the Contract or otherwise, the BSNL shall be entitled to terminate the Contract by written notice at any time during the currency on or after the occurrence of any one or more of the following events or contingencies, namely:

6.3.1 Default or failure by the first party of any of the obligations of the first party under the Contract, including but not limited to:

(a) Negligence in carrying out the works or carrying out of work found to be unsatisfactory by the competent authority in BSNL

(b) Abandonment of the works or any part thereof;

(c) Suspension of the entire works or any part thereof, for a period of 14 (fourteen) days or more without due authority from the BSNL (d) Commission, permission or sufferance of any other breach of any of the terms, conditions or provisions of the Contract on the part of the first party to be paid, performed and/ or observed; (e) Failure to deposit the Initial Security Deposit within 10 (ten) days of receipt by the first party of Acceptance of Tender (in case applicable). (f) Failure to execute the Contract in terms of the Form of Contract forming part of the Tender Documents within 10(ten) days of notice in this behalf from the BSNL

Signature of the Bidder 71

6.3.2 If the first party is incapable of carrying out the work;

6.3.3 If the first party misconducts himself in any manner;

6.3.4 If there is any change in the constitution of the first party or in the circumstances or organization of the first party, which is detrimental to the interests of the work or the BSNL;

6.3.5 Dissolution of the first party or commencement of liquidation or winding up (whether voluntary or compulsory) of the first party or appointment of a receiver or manager of any of the first party's assets and/ or insolvency of the first party or any Partner of the first party;

6.3.6 Distress, execution, or other legal process being levied on or upon any of the party of first party's goods and/ or assets;

6.3.7 Death of the first party;

6.3.8 If upon any change in the Partnership/constitution of a first party 's organization (if a Partnership), the BSNL shall refuse to continue the contract with the re-constituted firm;

6.3.9 If the first party or any person employed by him shall make or offer for any purpose connected with the Contract any gift, gratuity, royalty, commission, gratification or other inducement (whether money or in any other form) to any employee or agent of the BSNL;

6.3.10 If the first party shall sub-contract the whole or any part of the work in contravention of the provisions of the Contract

6.3.11 The decision of the Principal General Manager, ERNAKULAM BA, as to whether any of the events/contingencies mentioned in above Clauses, entitling the BSNL to terminate the Contract, has occurred or not, shall be final and binding upon the party of first part. However, before invoking action under this clause, BSNL shall give prior written notice to the first party to rectify the problem areas within maximum two weeks of time.

6.3.12. In all cases where the contract is terminated on the ground of unsatisfactory performance or on account of violation of any of the terms and conditions of the contract, the amount of performance guarantee furnished by the contractor irrespective of the manner in which it is held by BSNL, shall be forfeited fully in favour of BSNL. This shall be without prejudice to the right of BSNL to initiate any other action as deems fit to recover the loss or damages it has suffered on account of such termination of the contract. Whether the termination of the contract shall attract the provisions under this clause shall be decided solely by the Principal General Manager, ERNAKULAM BA and this decision shall be final and binding on the contractor

Signature of the Bidder 72

.

6.4 The authority of premises shall stand terminated in the following events

6.4.1 Upon the expiry of the contracted period

6.4.2 Upon occurrences of instances mentioned in clause above

6.4.3 In the event of BSNL deciding at its discretion that such termination is required in its interest.

7. EFFECT OF NON- RENEWAL

Both the parties shall ensure and work to clear all the dues, liabilities and make such arrangements, so to avoid inconvenience to both parties.

8. INDEMINIFICATION

8.1 Loses and damages

8.1.1 The first Party and the indemnifiers are jointly and severally responsible for all losses to damages to third person, originating in or connected with the conduct of the First Party for all claims demand for damages to properties or for injury, illness, or death of persons directly or indirectly resulting there from.

8.1.2 The agency and indemnifier agree to defend, Indemnifies and save the second party from any harm with respect to any such claims, losses, all damages result from the willful negligence of the First party, its employees or agents. The first party and the indemnifier shall be obliged to immediately intimate to the second party in the event of any unlawful use of either the second Party’s trade mark, trade name, design, copyright, patent by any third party. If it is established that such activity is the act of either the first Party itself or any of or all of its directors Party of First Party officers Key personnel employees etc the indemnifier here by indemnifies the second party in respect all expense that may be incurred by the second Party in stopping such activity. The First Party agrees to assist the second Party in taking appropriate action and further agrees to commence such action if legal requirement so dictate.

Signature of the Bidder 73

8.1.3 Personnel indemnification;

(a) The indemnifier here by personally indemnifies the First party in respect of every claim, which the First party may have against the Second Party under this agreement and further personnel guarantees payment of the same to the First party. This shall not affect any right of the First party to proceed against the Second party in respect of such claim or claims.

(b) The indemnifier here by personally indemnifies the Second party in respect of every claim, which the Second party may have against the First party under this agreement and further personnel guarantees payment of the same to the Second party. This shall not affect any right of the Second party to proceed against the First party in respect of such claim or claims.

9. DIRECT SUPERVISION

Both Parties agrees that in the event of Non-compliance of any clause due from

the Parties Or

For any other reason as may be mentioned in the agreement or against the law of this land, Both the Parties may in their discretion, act any or the entire procedure in following manner:

(a) Direct to take appropriate measures with respect to all its activities.

(b) Call arbitrator to Assume direct supervision over the operations.

(c) The Parties reserve the right to withdraw or report to the arbitrator at its discretion during the currency of the agreement if the condition so demand.

(d) The Parties shall further agree that such arrangement shall continue till the Parties are fully satisfied that the things are in order in respect of the breaches and defaults mentioned above after which the Parties shall handover the operation to the arbitrator.

10. DEFAULTS

10.1 The occurrence of the following events / acts shall constitute good and sufficient cause for the second party at its options and without prejudice to any other rights or remedies provided for hereunder or by law or equity to redressal of the issues, this agreement without any compensation by notice in writing to the First Party such notice to redressal of the issues at such date as the second Party in their discretion determine and cancel the contract.

Signature of the Bidder 74

10.1.1 In case of appointment of Sub- ‘Agency’ by First Party, in contravention of the spirit and intention of the MOU, it excludes the agencies appointed to carry out delegated works and tasks.

10.1.2 Using the recourses dedicated under this agreement for the purpose outside the purview of this agreement.

10.1.3 In case any of the condition and requirements mentioned in the expression of interest (EOI) application given to the second party by the first party is found to be misleading, false and incorrect, the second party reserves the right to cancel the agreement at any time.

10.2 In case of the following non-performance by the first party the penalty enumerated therein will be imposed by the second party.

10.2.1 The first party shall be responsible for calling the concerned officer In- charge at the work site (i.e. Telephone Exchange, BTS etc.) at the time of starting as well as end of duty. If at any of time the first party fails to do so, 5% of the monthly contract amount will be deducted from the payment of the first party for every such instance of such negligence on their part.

10.2.2 The second party also reserves the right to monitor the provisions of services at the work site at any time through visit to the site. In case the first party is not found at the time of the duty, 10% of the monthly contract amount will be deducted from their payment for every such instance of such negligence on the part of the first party. 11 Miscellaneous/General conditions 11.1 Applicable laws This agreement including any mater relating thereto arising after its expiry or termination shall be governed by the laws of Indian union. 11.2 Severability If any provision of this agreement is held invalid by the court decree the remainder of this agreement shall not be invalidated. 11.3 Registration In case of any delay in registration of this agreement or non-registration due to any reason the effect and strength of this agreement shall have same as of a registered document and neither party shall raise any objection before any competent authority in this regard. 12. Arbitration and jurisdiction 12.1 In the event of any question, dispute or difference arising under this agreement or in connection therewith, the same shall be referred to the sole arbitrator of the second party. The agreement to appoint an arbitrator will be in accordance with the Arbitration and conciliation Act, 1996. There will be no objection to any such appointment on the ground that the arbitrator is a Government Servant or that he has to deal with the matter to which

Signature of the Bidder 75 the agreement relates or that in the course of his duties as a Government Servant he has expressed his views on all or any of the matters in dispute. The award of the arbitrator shall be final and binding on both the parties to the agreement. In the event of such an arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reason whatsoever, the second party shall appoint another person to act as an 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.

12.2 The arbitrator may from time to time with the consent of both the parties enlarge the time frame from making and publishing the award. Subject to the aforesaid, Arbitrator 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.

12.3 The venue of the arbitration proceeding shall be at such places as the arbitrator may decide. This agreement consisting …. articles and running into pages (excluding the copies of resolution) carefully read, and after understanding the contents, was signed by the second Party and the First Party on the……………………… day of 2019 at……………………………..………

In witness whereof to the parties, to those presents have here into set their respective hands and seals the day……………… month ...... of 2020.

Signed sealed & Delivered by the above named contractor

In the presence of Witness:

1. 2.

Signed sealed & Delivered on behalf of BSNL by in the presence of

Signature of the Witness Name and address of Witness Witness:

1. 2.

Signature of the Bidder 76

Annexure IV BANK GUARANTEE BOND FORM for SECURITY DEPOSIT

Whereas ……………………………………………………………………………………………………………… ……..…. ( hereinafter called “the Contractor”) has been awarded the contract for providing Maintenance works of EA sets in BSNL Ernakulam under ERNAKULAM BA as per tender number ……………………………………………………………………………………………………. KNOW ALL MEN by these Presents that WE ………………………….of ……………………………….. having our registered office at ……………………..……………… (hereinafter called the “the surety” ) are bound unto Bharat Sanchar Nigam Ltd (hereinafter called “BSNL” ) in the sum of .. for which payment will and truly to be made of the said Department, the Bank binds itself, its successors and assigns by these presents.

THE CONDITIONS of the obligation are:

1. Security Deposit of the successful tenderer will be forfeited to BSNL in the following cases.

a) If after acceptance of the tender, the tenderer fails to carry out the job in accordance with the terms and conditions of the tender as mentioned in the schedule of works. b) If any damage is caused to any of the property of the BSNL or state/central Govt. property or public property or other private operators property or delay in carrying out the works. c) If any of the conditions indicated in the Tender is not carried out which results in loss/damage to BSNL. d) If any of the statutory payments (EPF/ESI/Service Tax) are found not remitted/paid.

2. The Security Deposit will not bear any interest.

3. Security deposit will be released after fulfilling the contractual obligations during the contract period and after getting necessary “No due and satisfactory completion certificate” from the Controlling officers of the attached units concerned.

We undertake to pay to BSNL up to the above amount upon receipt of its first written demand without BSNL having to substantiate its demand, provided that

Signature of the Bidder 77 in its demand, BSNL will note that the amount claimed by it is due to it owing to the occurrence of one or two or all of three conditions specifying the occurred condition or conditions. This guarantee will remain in force up to and including One hundred and eighty (180) days after the Period of Contract validity, including the extended period if any and any demand in respect thereof should reach the Bank not later than the above date.

Validity period from ……………….…. to …..………………. Extended period upto …………………

Signature of the Bank with office seal

Signature of the Witness Name and address of Witness

Signature of the Bidder 78

ANNEXURE V

MANDATE FORM FOR TRANSFER OF PAYMENT THROUGH ELECTRONIC CLEARANCE / ELECTRONIC FUND TRANSFER.

To The Asst. General Manager (Planning), O/o PGMT, BSNL, ERNAKULAM

Sir,

Kindly pay any amount due to me/us to my/ our Bank account as detailed below either by Electronic Clearance / Electronic Fund transfer mode and oblige.

1. Name of the Bidder : 2. Name of the Bank : 3. Name of the Branch : 4. Nature of Account : 5. Account Number : 6. Bank Code (IFS Code) : 7. Address :

Date: Signature of Bidder

(To be filled in by the Bank Authorities) The information furnished above is correct as per our records. Date: Signature of Manager with Bank Seal (Tel no ) Signed and understood by me/us

Signature of contractor

Note : Please attach a copy of Front page of Bank pass book or a cancelled cheque leaf.

Signature of the Bidder

79

Annexure – VI

CERTIFICATE

(FOR BID DOCUMENT DOWN LOADED FROM WEBSITE)

I, …………………………………………(bidder/ authorised signatory) hereby declare that the tender document submitted has been downloaded from the website https://etender.bsnl.co.in/irj/portal and no addition/ deletion/correction has been made in the downloaded tender document. I also declare that I have enclosed DD for Rs ……………… towards the cost of tender document.

Signature of bidder/ Authorised Signatory Place: Date:

Name of bidder

Seal of the bidder

Signature of the Bidder

80

Annexure VII

BID FORM E TENDER: UNDERTAKING

Tender . No: PLG/ENK/EA MTCE/2020-21/1, Dated at EKM the 29/09/2020

To The Asst. General Manager (Planning) O/o PGMT, BSNL, ERNAKULAM 682016

Dear Sir,

Having examined the conditions of contract and specifications including addenda, the receipt of which is hereby duly acknowledged, we, undersigned, offer to execute the work in conformity with said conditions of contract and specifications as maybe ascertained in accordance with the schedule of prices attached herewith and made part of this bid.

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

We agree to abide by this Bid for a period of 150 days from the date fixed for Bid opening and it shall remain binding upon us and may be accepted at any time before the expiry of that period. Until a formal 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.

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

Dated this ...... day of2020

Signature of Authorised signatory ………………………….. in capacity of …………………………………………………

Duly authorised to sign the bid for and on behalf of ……….. Witness...... Address...... Signature......

Signature of the Bidder

81

TENDERER’S PROFILE

Ref: Tender No. PLG/ENK/BTS-EA MNTCE/2020-21/1, Dated at EKM the 30/09/2020

1 Name of bidder

Postal Address 2 3 Contact telephone number (Land & Mobile) 4 FAX Number

5 e-mail Address

6 Labour Registration No Income Tax permanent account 7 number (PAN) 8 GST Registration number, if available. 9 Details of ESI Registration

10 Details of EPF Registration

11 Bank Account No.

12 Name of Bank

13 Name of Branch

14 IFSC Code Details of experience in providing 15 similar services in BSNL 16 Details of social security schemes if any. Details of providing similar services 17 in any other organizations The bidder may enclose attested copy documents by a Gazetted officer in proof to support above items.

Signature of tenderer Name and full address

Dated this day of 2020

Signature of the Bidder

82

ANNEXURE IX List of Stations & EA set details -Ernakulam Division SI NO SITE NAME SUBDIVISION EA CAPACITY DG SETS WITH AMF PANEL 1 RP-00265 Paipra MPZ II 30 KVA 2 Jos Co EKM 1 15 KVA 3 Ravipuram west EKM 1 15 KVA 4 Atlantis EKM 1 15 KVA 5 Ravipuram. EKM 1 15 KVA 6 Chaawra EKM 1 15 KVA 7 Chamini EKM 1 15 KVA 8 Kathrikadavu EKM 1 15 KVA 9 Kaloor Bus Stand EKM 1 15 KVA 10 Madhav Pharmacy EKM 1 15 KVA 11 Kompara EKM 1 15 KVA 12 Ponnurini EKM 1 15 KVA 13 Palarivattom west EKM 1 15 KVA 14 Pulleppady Jn EKM 1 15 KVA 15 Broadway EKM 1 15 KVA 16 Thammanam Pallipady EKM 1 15 KVA 17 Thammanam EKM 1 15 KVA 18 KSRTC EKM 1 15 KVA 19 Mulavukkad North EKM 1 15 KVA 20 Ochanthuruthu EKM 1 15 KVA 21 Nayarambalam EKM 1 15 KVA 22 Malipuram EKM 1 15 KVA 23 Wellington old xge EKM 1 15 KVA 24 Karnakodam EKM 1 15 KVA 25 Kadavanthra JN EKM 1 15 KVA 26 RP-04549-EmcS EKM 2 15 KVA 27 RP-02818-Valliyapadam EKM 2 15 KVA 28 RP-03335-Anjumana EKM 2 15 KVA 29 RP-03823-Marottichuvad EKM 2 15 KVA 30 RP-04546-PottakuzhiSouth EKM 2 15 KVA 31 RP-00410-Cheranallur EKM 2 15 KVA 32 RP-01065-Edayar EKM 2 15 KVA 33 RP-02044-Eloorfact EKM 2 15 KVA 34 RP-02061-Kunnumpuram EKM 2 15 KVA 35 RP-02111-Kongorpally EKM 2 15 KVA Signature of the Bidder

83 36 RP-02801-Alupuram EKM 2 15 KVA 37 RP-02805-Varapuzharoad EKM 2 15 KVA 38 RP-03320-Edayakkunnam EKM 2 15 KVA 39 RP-03326-Pathalam EKM 2 15 KVA 40 RP-04547-CheranellurNrth EKM 2 15 KVA 41 RP-00433-Vennala EKM 2 15 KVA 42 RP-02085-Vazhakala EKM 2 15 KVA 43 RP-02802-Navodaya EKM 2 15 KVA 44 RP-03313-PalachuvadJn EKM 2 15 KVA 45 RP-05783-KsebBrahmapuram EKM 2 15 KVA 46 RP-00413-Elamakara EKM 2 15 KVA 47 RP-00425-PachalamEkm EKM 2 15 KVA 48 RP-02066-Keerthinagar EKM 2 15 KVA 49 RP-02076-NGOquarters EKM 2 15 KVA 50 RP-02051-KalamaserrySuth EKM 2 15 KVA 51 RP-02069-Nad EKM 2 15 KVA 52 RP-02075-Pathadipalam EKM 2 15 KVA 53 RP-02803-CochinUniversty EKM 2 15 KVA 54 RP-02804-Trikkakara2 EKM 2 15 KVA 55 RP-04769-Santhinagar EKM 2 15 KVA RP-07861 KINFRA HIGHTECH 56 PARK EKM 2 15 KVA 57 RP-00426 Puthiakav TPN 15 KVA 58 RP-00430 Thiruvankulam TPN 15 KVA 59 RP-00431 Chambakkara TPN 15 KVA 60 RP-02049 Irumpanam TPN 15 KVA 61 RP-02055 Kannankulangara TPN 15 KVA 62 RP-02083 TripunithuraSta TPN 15 KVA 63 RP-02812 Manakkapadi TPN 15 KVA 64 RP-03306 TpnNorthFort TPN 15 KVA 65 RP-04542 RailwayStnTPRA TPN 15 KVA 66 RP-04726 GandhiSquare TPN 15 KVA 67 RP-00020 Edakochi TPN 15 KVA 68 RP-00424 Pandikudi TPN 15 KVA 69 RP-02042 Edakochisouth TPN 15 KVA 70 RP-02054 Kannamali TPN 15 KVA 71 RP-02054 KumbalangiSouth TPN 15 KVA 72 RP-02072 PalluruthyVeli TPN 15 KVA

Signature of the Bidder

84 73 RP-02073 PalluruthyWL TPN 15 KVA 74 RP-02080 Rivera TPN 15 KVA 75 RP-02807 Mundanvelli TPN 15 KVA 76 RP-02808 Edakochinorth TPN 15 KVA 77 RP-02810 Kumbalanginorth TPN 15 KVA 78 RP-00414 Eroor TPN 15 KVA 79 RP-02053 Kannadikad TPN 15 KVA 80 RP-02056 Kpvroad TPN 15 KVA 81 RP-02058 Kumbalam TPN 15 KVA 82 RP-02060 Kundennoor TPN 15 KVA 83 RP-02809 NettoorNorth TPN 15 KVA 84 RP-02811 MaraduAyininada TPN 15 KVA 85 RP-02813 Eroorsouth TPN 15 KVA 86 RP-02819 ManoramaJnEKM TPN 15 KVA 87 RP-02820 Elamkulam TPN 15 KVA 88 RP-02821 Kaniyampuzhard TPN 15 KVA 89 RP-0032 Thevera TPN 15 KVA 90 RP-00401 ALW-Companypadi ALY 15 KVA 91 RP-00402 ALW-PumpJunction ALY 15 KVA 92 RP-01059 CHEMBERAKEY ALY 15 KVA 93 RP-01062 Chunagamvely ALY 15 KVA 94 RP-01105 OKKAL ALY 15 KVA 95 RP-01129 THOTTUVA ALY 15 KVA 96 RP-02025 UCCollege ALY 15 KVA 97 RP-02028 Aluvamarket ALY 15 KVA 98 RP-02087 Neeleswaram ALY 15 KVA 99 RP-02106 Vallam ALY 15 KVA 100 RP-03016 Mattoor ALY 15 KVA 101 RP-03626 SouthVazhakulam ALY 15 KVA 102 RP-04173 Mudickal ALY 15 KVA 103 RP-04197 Manikamangalam ALY 15 KVA 104 RP-05748 Mulamkuzhy ALY 15 KVA 105 RP-05817 Pazhanganad ALY 15 KVA 106 RP-07643 Ambatukavu ALY 15 KVA 107 RP-03551 Angamali South ALY 15 KVA 108 RP-03609 NEERIKODE PRR 15 KVA 109 RP-03021 PERUVARAM PRR 15 KVA 110 RP-02103 CHERIYAPALLY PRR 15 KVA 111 RP-02112 KOTTUVALLY PRR 15 KVA 112 RP-03775 PERUMPADANNA PRR 15 KVA 113 RP-02032 KUZHUPALLY PRR 15 KVA Signature of the Bidder

85 114 RP-02104 MANNAM PRR 15 KVA 115 RP-07704 MANJALI PRR 15 KVA 116 RP-04176 THATTAMPADI PRR 15 KVA 117 RP-04260 VADAKKUMPURAM PRR 15 KVA 118 RP-02031 MUNAMBAMKAVALA PRR 15 KVA 119 RP-02030 VENGOORANKMLYRP PRR 15 KVA 120 RP-03550 KARAYAMPARAMBU PRR 15 KVA 121 RP-07791 PULIYANAMNORTH PRR 15 KVA 122 RP-04261 MOONNAMPARAMBU PRR 15 KVA 123 RP-04183 POOTHAMKUTT PRR 15 KVA 124 RP-01091 KUTIATHODE PRR 15 KVA 125 RP-07821 ELAVOORWES PRR 15 KVA 126 RP-07842 CHULLI PRR 15 KVA 127 RP-08089 AMALAPURAM PRR 15 KVA 128 RP-07857 ELENTHIKKARA PRR 15 KVA 129 RP-02033 PALLIPURAM PRR 15 KVA 130 Angami det PRR 15 KVA 131 Mekkad PRR 15 KVA 132 Alangad south PRR 15 KVA 133 RP-00263-Kurupumpaddy PBVR 15 KVA 134 RP-00444-Pulluvazhy PBVR 15 KVA 135 RP-00443-PBVR-Allapra PBVR 15 KVA 136 RP-00442-Pattimattom PBVR 15 KVA 137 RP-01050-Arakkapady PBVR 15 KVA 138 RP-02105-Thandekkad PBVR 15 KVA 139 RP-01096-Thattammughal PBVR 15 KVA 140 RP-04181-Mudakkuzha PBVR 15 KVA 141 RP-04188-Pazhamthottam PBVR 15 KVA 142 RP-04174-Vaikkara PBVR 15 KVA 143 RP-03022-PattimattomJn PBVR 15 KVA 144 RP-05956-Njaralloor PBVR 15 KVA 145 RP-05967-Pangode PBVR 15 KVA 146 RP-05968-Panichayam PBVR 15 KVA 147 RP-05695-Morakkala PBVR 15 KVA 148 RP-03616-Paruthivayal PBVR 15 KVA 149 RP-04186-Kadakkanad PBVR 15 KVA 150 RP-07822-Valamboor PBVR 15 KVA 151 RP-04254-ThuruthiEkm PBVR 15 KVA 152 RP-07756-Perumany PBVR 15 KVA 153 RP-05749-Paniely PBVR 15 KVA 154 RP-02089-Pallikarajn PBVR 15 KVA

Signature of the Bidder

86 155 RP-02029-Karimughal PBVR 15 KVA 156 RP-05729-Kunnakkurudy PBVR 15 KVA 157 RP-04252-Kummanode PBVR 15 KVA 158 RP-03630-Vilangu PBVR 15 KVA 159 RP-03025-Pattal PBVR 15 KVA 160 RP-03553 Kandanadu MPZ I 15 KVA 161 RP-05860 Mananthadam MPZ I 15 KVA 162 RP-05930 Memuri MPZ I 15 KVA 163 RP-03780 Vennikkulam MPZ I 15 KVA 164 RP-00406 Arayankav MPZ I 15 KVA 165 RP-01106 Anchalpetty MPZ I 15 KVA 166 RP-3277 Mulanthuruthy East MPZ I 15 KVA 167 RP-03868 Mpz ksrtc MPZ I 15 KVA 168 RP-03865 Amballur MPZ I 15 KVA RP-05689 KOOTHATTUKULAM 15 KVA 169 PVT STAND MPZ I 170 RP-02505 Piravom Hospital Jn MPZ I 15 KVA 171 RP-04192 Thalakode MPZ I 15 KVA 172 RP-00434 Kanjiramatom MPZ I 15 KVA 173 RP-04771 Piramadam MPZ I 15 KVA 174 RP-03018 Ambalamkunnu MPZ I 15 KVA 175 RP-03866 Kizhumuri MPZ I 15 KVA 176 RP-04191 Mamalassery MPZ I 15 KVA 177 RP-02090 VADAKARA_ENK MPZ I 15 KVA 178 RP-01127 THIRUMARADY MPZ I 15 KVA 179 RP-05659 BsnlSatelliteQtrs MPZ I 15 KVA 180 RP-03625 Vadavucode MPZ I 15 KVA 181 RP-04184 Edakkattuvayal MPZ I 15 KVA 182 RP-03608 Mutholapuram MPZ I 15 KVA 183 RP-03613 Kakkur MPZ I 15 KVA 184 RP-03029 Valakam MPZ I 15 KVA 185 RP-02107 ILLIKKAMUKKADA MPZ I 15 KVA 186 RP-04272 Perumbadavom MPZ I 15 KVA 187 RP-01113 PEPPATHIJN MPZ I 15 KVA 188 RP-02097 MARADY MPZ I 15 KVA 189 RP-01136 Varikkoli MPZ I 15 KVA 190 RP-03017 NPalakuzha MPZ I 15 KVA 191 RP-01051 ARAKUNNAM MPZ I 15 KVA 192 RP-04189 PATHAM MILE MPZ I 15 KVA 193 RP-01068 PALAKUZHA MPZ I 15 KVA RP-00451 Revnue twr 15 KVA 194 Kothamangalam MPZ II Signature of the Bidder

87 RP- 15 KVA 195 02091KOTHAMANGALAM_QTRS MPZ II 196 RP-03020 MpzNehruPark MPZ II 15 KVA 197 RP-05880 Erumalapady MPZ II 15 KVA 198 RP-01103 NELLIKUZHY MPZ II 15 KVA 199 RP-05974 PARAMBANCHERRY MPZ II 15 KVA 200 RP-06029 Vengachuvadu MPZ II 15 KVA 201 RP-01101 NEENDAPARA MPZ II 15 KVA 202 RP-05989 Pooyamkutty MPZ II 15 KVA 203 RP-04196 Thrikalathur MPZ II 15 KVA 204 RP-01079 KARUKADOM MPZ II 15 KVA 205 RP-03864 Pulinthanam MPZ II 15 KVA 206 RP-06012 Uppukulam MPZ II 15 KVA 207 RP-03620 Mudavoor MPZ II 15 KVA 208 RP-03607 ADIVAD MPZ II 15 KVA 209 RP-01109 PAINGOTTOOR MPZ II 15 KVA 210 RP-00051 NERIAMANGALAM MPZ II 15 KVA 211 RP-06014 Uppukuzhy MPZ II 15 KVA 212 RP-05657 KADUMPIDY MPZ II 15 KVA 213 RP-05658 Vazhakkulam2 MPZ II 15 KVA 214 RP-01053 AYAKKAD MPZ II 15 KVA 215 RP-01083 KOTTAPPADY MPZ II 15 KVA 216 RP-00266 Mekadambu MPZ II 15 KVA 217 RP-08077 Kuttianchal MPZ II 15 KVA 218 RP-01052 Avoly MPZ II 15 KVA 219 RP-01054 AYAVANA MPZ II 15 KVA 220 RP-01112 Pareekanny MPZ II 15 KVA 221 RP-05692 Puthuppady MPZ II 15 KVA 222 RP-02096 ARAKUZHA MPZ II 15 KVA 223 RP-03619 Malippara MPZ II 15 KVA 224 RP-01121 PUNNEKKAD MPZ II 15 KVA 225 RP-04616 Palamattom MPZ II 15 KVA 226 RP-01076 Kanjur ALY 7.5KVA 227 RP-01089 KUTTAMASSERY ALY 7.5KVA 228 RP-07860 PANTHAKKAL PRR 7.5 KVA 229 RP-03012 AYIROOR PRR 7.5 KVA 230 RP-01119 PULIYANAM PRR 7.5 KVA 231 RP-01138 VATTAPARAMBU PRR 7.5 KVA 232 RP-07848 THAVALAPPARA PRR 7.5 KVA 233 RP-01055 AYYAMPUZHA PRR 7.5 KVA 234 RP-02108 Kakkad MPZ I 7.5 KVA

Signature of the Bidder

88 235 RP-05896 Kayanad MPZ I 7.5 KVA 236 RP-05945 Navolimattom MPZ I 7.5 KVA 237 RP-01117 Poothotta MPZ I 7.5 KVA 238 RP-02095 Thuruthikara MPZ I 7.5 KVA 239 RP-02094 Thuppampady MPZ I 7.5 KVA 240 RP-02109 Meempara MPZ I 7.5 KVA 241 RP-01128 Thiruvaniyoor MPZ I 7.5 KVA 242 RP-05879 Erappankuzhi MPZ I 7.5 KVA 243 RP-04195 Neerampuzha Kavala MPZ II 7.5 KVA 244 RP-05943 Nagappuzha MPZ II 7.5 KVA EA DETAILS—IDUKKI DIVISION SI.NO NAME OF STATION subdivision EA CAPACITY DG SETS WITHOUT AMF PANEL 1 RP-00460 Prakash 25 KVA 2 RP-07922 Pazhayarikkandam 15 KVA 3 RP-03627 old TE 30 KVA 4 RP-00056-PATTUMALA 40 KVA 5 RP-02088-KattappanaMW 12.5 KVA DG SETS WITH AMF PANEL 1 RP-00059 Idukki M/W IDK 30 KVA 2 RP-00015-Valarakuthu ADM 15 KVA 3 RP-00045-CHITHIRAPURAM ADM 15 KVA 4 RP-00047-Suryanelli ADM 15 KVA 5 RP-01073-Kathippara ADM 15 KVA 6 RP-01084-KOVILOOR ADM 15 KVA 7 RP-01093-MAMKULAM ADM 15 KVA 8 RP-01126-THALAYAR ADM 15 KVA 9 RP-03856-Machiplavu ADM 15 KVA 10 RP-03857-Irumpupalam ADM 15 KVA 11 RP-03858-AdimalyTown ADM 15 KVA 12 RP-04274-MunnarKsrtc ADM 15 KVA 13 RP-04610-200Acre ADM 15 KVA 14 RP-04777-SilentValley ADM 15 KVA 15 RP-05083-Plamala ADM 15 KVA 16 RP-05084-Anakulam ADM 15 KVA 17 RP-05723-Pallivasal ADM 15 KVA 18 RP-05736-Kurisupara ADM 15 KVA 19 RP-05785- ADM 15 KVA 20 RP-06032-LetchmiEstate ADM 15 KVA 21 RP-06033-ViriparaJn ADM 15 KVA 22 RP-08191-Pazhathottam ADM 15 KVA

Signature of the Bidder

89 23 RP-08516-MunnarEnggClg ADM 15 KVA 24 RP-08529-BLram ADM 15 KVA 25 RP-00052- KTP 15 KVA 26 RP-00055- KTP 15 KVA 27 RP-00058-VANDIPERIYAR KTP 15 KVA 28 RP-00463-ANAKKARA KTP 15 KVA 29 RP-03624-NedumkandomTown KTP 15 KVA 30 RP-03862-Kumilystaffqtrs KTP 15 KVA 31 RP-04268-UdumbancholaTwn KTP 15 KVA 32 RP-04278-Pambanar KTP 15 KVA 33 RP-04611-Pushpakandom KTP 15 KVA 34 RP-04618-Vellayamkudy KTP 15 KVA 35 RP-05864-Charalmedu KTP 15 KVA 36 RP-07832-Kallupalam KTP 15 KVA 37 RP-08546-NedumkandamPoly KTP 15 KVA 38 RP-02099-Pampadumpara KTP 15 KVA 39 RP-03802-Anchumala KTP 15 KVA 40 RP-04283-Kottamala KTP 15 KVA 41 RP-04601-Marykulam KTP 15 KVA 42 RP-04604- KTP 15 KVA 43 RP-05976-Pathumuri KTP 15 KVA 44 RP-06174-Pulinkatta KTP 15 KVA 45 RP-06965-Kurisumala KTP 15 KVA 46 RP-07448-Mariyagiri KTP 15 KVA 47 RP-08790-Parunthumpara KTP 15 KVA 48 RP-04600-KChappath KTP 15 KVA 49 RP-01085 EDAVETTY TDP 15 KVA 50 RP-03861 Kadalikkad TDP 15 KVA 51 RP-01048 KALAYANTHANI TDP 15 KVA 52 RP-00468 MUTHALAKODAM TDP 15 KVA 53 RP-04500 Nadukandam TDP 15 KVA 54 RP-01099 NEDIYASALA TDP 15 KVA 55 RP-04596 Purapuzha TDP 15 KVA RP-05750 Thodupuzha staff 15 KVA 56 qtrs TDP 57 RP-03860 Kumaramangalam TDP 15 KVA 58 RP-02110 Thodpuzha pvt stand TDP 15 KVA 59 RP-04598 Keerikode TDP 15 KVA 60 RP-04593 Vanadamattom TDP 15 KVA 61 RP-04271 Thudanganadu TDP 15 KVA 62 RP-04594 Missionkunnu TDP 15 KVA

Signature of the Bidder

90 63 RP-05872 Chittoor TDPA TDP 15 KVA 64 RP-05973 Parakkadavu TDPA TDP 15 KVA 65 RP-06013 Uppukunnu TDP 15 KVA 66 RP-05977 Kallippara TDP 15 KVA 67 RP-05993 Puthuperiyaram TDP 15 KVA 68 RP-00270 Vazhathoppu IDK 15 KVA 69 RP-01078 Karimban IDK 15 KVA 70 RP-01057 Chelachuvadu IDK 15 KVA 71 RP-05881 Ezhukumvayal WLL IDK 15 KVA 72 RP-07922 Pazhayarikkandam IDK 15 KVA 73 RP-07728 Kuthunkal IDK 15 KVA 74 RP-05755 Narakakkanam IDK 15 KVA 75 RP-04612 Pathinaramkandam IDK 15 KVA 76 RP-07825 Pandipparappally IDK 15 KVA 77 RP-07843 Nalukambi IDK 15 KVA 78 RP-07552 Vathikudy IDK 15 KVA 79 RP-07852 Josepuram IDK 15 KVA 80 RP-05752-Kovilkkadavu ADM 7.5 KVA 81 RP-05952-NemakkaduEstate ADM 7.5 KVA 82 RP-08541-Gundumala ADM 7.5 KVA

EA Details – Lakshadweep TD

SI.NO SITE NAME Subdivision DG CAPACITY

1 AGATTI NORTH LKD-AGATTI 15 KVA

2 KAVARATTI LKD-KAVARATTI 15 KVA

3 KAVARATTI SOUTH LKD-KAVARATTI 15 KVA

4 ANDROTT SOUTH LKD-ANDROTT 15 KVA

5 ANDROTT WEST LKD-ANDROTT 15 KVA

6 MINICOY NORTH LKD-MINICOY 15 KVA

7 MINICOY SOUTH LKD-MINICOY 15 KVA

8 KALPENI SOUTH LKD-KALPENI 15 KVA

9 KILTAN NORTH LKD-KILTAN 15 KVA

10 AMINI EASTERN JETTY LKD-AMINI 15 KVA

11 KADAMAT SOUTH LKD-KADAMAT 15 KVA Signature of the Bidder

91

Signature of the Bidder

92

Signature of the Bidder