BHARAT SANCHAR NIGAM LIMITED

(A Government of Enterprise)

Bid Document

E-Tenders for Maintenance of External Plant in Fourteen Clusters of Business Area

Tender No. OP-1/MLP/Tender/Outsourcing of EPM/2019-20/6 dated 06-01-2020

O/o General Manager Telecom, BSNL, Malappuram

Page 2 of 56 Tender for EPM of Malappuram BA

TABLE OF CONTENTS

SECTION TITLE PAGE NO

1 NIT 3

2 Instructions to bidders for online bidding 5

3 Instruction to bidders 9

4 List of Documents to be uploaded 17

5 Terms and conditions of the work contract (Annexure I) 18

6 Scope of Work (Annexure II) 24

7 Bidder’s Profile (Annexure III) 26

8 Declaration of No Near Relatives (Annexure IV) 27

9 Conditions and Agreement (Annexure V) 28

10 Financial Schedule (Annexure VI) 30

11 Bid Form (Annexure VII) 31

12 Bid Security (Annexure VIII) 32

13 Performance Bank Guarantee (Annexure IX) 34

14 Letter of Authorisation Annexure X) 36 15 Agreement-Draft (Annexure XI) 37

16 E-Payment Mandate Form (Annexure XII) 40

17 Check List (Annexure XIII) 41

18 E-Tender Technical Bid (Annexure XIV) 42

19 E-Tender Financial Bid (Annexure XV) 43

20 Vendor information updation form(Annexure XVI) 45

21 Details of Clusters and Exchanges (Annexure XVII) 48

22 Invoice Performa(Annexure XVIII) 51

23 Penalty calculation (Annexure XIX) 52

24 Declaration regarding GST payment and filing (Annexure XX) 53

25 Undertaking and Declaration (Annexure XXI) 54

26 Clarification on FAQs (Annexure XXII) 55

Signature of the bidder Page 3 of 56 Tender for EPM of Malappuram BA

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprises ) Office of the General Manager Telecom, BSNL DPO Road, Up Hill, Malappuram – 676 505 SECTION 1

NOTICE INVITING TENDER

OP-1/MLP/Tender/Outsourcing of EPM/2019-20/6 dated 06-01-2020

For and on behalf of Bharat Sanchar Nigam Limited, The General Manager Telecom, Malappuram BA invites digitally sealed tenders from Indian Registered Companies/ LLPs/ Registered Firms for the Maintenance of External Plant in various clusters of Malappuram Business Area for two years. The bidder can participate in any number of clusters but the contract to one bidder will not exceed 70% of the total working lines of the BA. The Estimated cost, the Tender Fee and the cost of EMD for each Cluster are given in the table below. If the bidder has MSME/NSIC registration, the bidder is exempted from the payment of the cost of tender form and EMD. The geographical boundaries and exchange areas of Clusters are as defined by the Business Area as on 31.12.19. The number of lines shown is indicative and exact count will be given at the time of issue of APO/work order. Wkng No. of Wkng ISDN Conns Total Cost of Sl. Xges Conns & Estimate Cluster Id Cluster Name (LL Wkng EMD Bid No. in the (LL Lease Cost in Rs. with Conns Document Cluster Only) Circuit BB)

1 KLMRX001 13 5333 3171 105 8609 9513084 190300 1180

2 KLMRX002 8 7395 2365 50 9810 10257000 205200 1180

3 KLMRX003 KUTTIPPURAM 9 5816 2210 48 8074 8498136 170000 1180

4 KLMRX004 MALAPPURAM 7 6611 2881 76 9568 10280040 205700 1180

5 KLMRX005 NORTH 6 7378 2023 16 9417 9654372 193100 1180

6 KLMRX006 TIRUR SOUTH 5 6832 2706 76 9614 10220904 204500 1180

7 KLMRX007 4 5208 2243 43 7494 8010120 160300 1180

8 KLMRX008 8 4878 2128 86 7092 7643832 152900 1180

9 KLMRX009 MAKKARAPARAMBA 8 5419 1981 33 7433 7782180 155700 1180

10 KLMRX010 EDAKKARA 8 2315 1391 28 3734 4147944 83000 590

11 KLMRX011 7 2692 1772 50 4514 5063592 101300 1180

12 KLMRX012 4 6282 2135 48 8465 8846460 177000 1180

13 KLMRX013 CHELARI 4 5641 1747 39 7427 7718964 154400 1180

14 KLMRX014 EDAPPAL 2 4632 1848 34 6514 6893040 137900 1180

Tender document can be obtained by downloading it from the website

Page 4 of 56 Tender for EPM of Malappuram BA https://etender.bsnl.co.in/irj/portal or following the Tender’s link of the BSNL Corporate website bsnl.co.in and then clicking on “ BSNL’s ERP E-tender Portal ” link. The bidders shall furnish a declaration that “No addition/deletion/ modification have been made in the downloaded tender document being submitted and it is identical to the tender document appearing on Website”. In case of any correction/ addition/ alteration/ omission in the tender document the tender bid shall be treated as non responsive and shall be rejected summarily. The intending bidder should pay EMD and Cost of tender form for all the clusters for which he is participating. The DD/Banker’s cheque shall be drawn from any Nationalized / Scheduled Bank in favour of AO (Cash), O/o GMT, BSNL Malappuram and payable at Malappuram. Cost of tender form in crossed DD for the above said amount drawn in favour of Accounts Officer (Cash), O/o.GM, BSNL, Malappuram issued by any Nationalized Bank/Scheduled Bank, Requisition received by post /by courier service for sending Tender Form will not be accepted. Near relatives of the BSNL employees are prohibited from participation in tender execution of works in BSNL units in Malappuram BA. Tender forms can be downloaded from website : 10:00 Hrs of 06.01.2020

Total Estimated Cost : Cluster wise as above.

Last Date/Time of Submission : 11: 00 hrs of 20.01.2020

Last Date/Time of opening of Tender : 11:30 hrs of 20.01.2020

Tender which is not accompanied by the DD for cost of Tender document and EMD shall be summarily rejected. However bidders having valid NSIC/MSME registration are exempted from the payment of Cost of Tender document / EMD. 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. a) 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. b) 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. The intending bidder can apply for registration through the BSNL e-tendering portal by clicking on link “New Bidder? Apply for Access Authorization” and following the procedures. BSNL reserves the right to reject any or all tenders without assigning any reason what so ever. The rate quoted should be inclusive of any levies and taxes but exclusive of GST.

Assistant General Manager (Admin) O/o GMT, BSNL, Malappuram

Signature of the bidder Page 5 of 56 Tender for EPM of Malappuram BA

SECTION II E-TENDERING ( THROUGH ERP ) INSTRUCTIONS TO BIDDERS

Note: Please refer to Bidders Manual, Guidelines to bidders & FAQ available at https://etender .bsnl.co.in/irj/portal. General: These Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, as mentioned in the tender documents.

BSNL has decided to use process of E-tendering for inviting this tender and thus the physical copy of the tender would not be sold. Submission of Bids through online process is mandatory for this Tender. For conducting electronic tendering, BSNL, Telecom Circle, Malappuram (BA) is using the portal (https://etender .bsnl.co.in/irj/portal) of BSNL, a Government of India Undertaking. 1. TENDER BIDDING METHODOLOGY: Sealed Bid System – ‘Two Stage’ – Using Two Envelopes’, Financial & Techno-commercial bids shall be uploaded by the bidder at the same time. 2. BROAD OUTLINE OF ACTIVITIES FROM BIDDERS PROSPECTIVE: a) Procure a Digital Signing Certificate (DSC) (Class-3).

b) Register on Electronic Tendering System ® (BSNL ERP TENDER PORTAL). c) Create users and assign roles on BSNL ERP TENDER PORTAL. d) View Notice Inviting Tender (NIT) on BSNL ERP TENDER PORTAL. e) Download Official Copy of Tender Documents from BSNL ERP TENDER PORTAL. f) Clarification to Tender Documents on BSNL ERP TENDER PORTAL.

• Query to BSNL (Optional).

• View response to queries posted by BSNL, as addenda. g) Bid-Submission on BSNL ERP TENDER PORTAL. h) Attend Public Online Tender Opening Event (TOE) on BSNL ERP TENDER PORTAL Opening of Financial /Techno-commercial Part. i) View Post-TOE Clarification posted by BSNL on BSNL ERP TENDER PORTAL (Optional) Respond to BSNL’s Post-TOE queries. j) Participate in e-Reverse Auction on BSNL ERP TENDER PORTAL. 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 BSNL ERP TENDER PORTAL.

Note 1: It is advised that all the documents to be submitted are kept scanned or converted to PDF format in a separate folder on your computer before starting online submission.

Note 2: While uploading the documents, it should be ensured that the file name should be the name of the document itself

Signature of the bidder Page 6 of 56 Tender for EPM of Malappuram BA

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]. 4. REGISTRATION: Tender document can be downloaded from the website: https://etender .bsnl.co.in/irj/portal and to be submitted in the e-format.

Amendments, if any, to the tender document will be notified in the above website as and when such amendments are notified. It is the responsibility of the bidders who have downloaded the tender document from the website to keep themselves abreast of such amendments before submitting the tender document.

Intending bidders are requested to register themselves with BSNL Tender Portal through https://etender.bsnl.co.in/irj/portal for obtaining user-id, Digital Signature etc., by paying Vendor registration fee. Tender processing fee payment should be done during requisition of tender on line.

BSNL has decided to use process of e-tendering for inviting this tender and thus the physical copy of the tender would not be sold.

Note: After successful submission of Registration details and Vendor registration fee and processing fee (as applicable). Please contact BSNL ERP TENDER HELP DESK (as given below), to get your registration accepted/activated.

Sl. Type of Query Contact Person No. Please write Email to agm.srm@bsnl .co.in

For User ID/Registration related Landline: 1 assistance to bidders/vendors. 0120-2755008 0120-2755002 0120-2755042 Contact the person mentioned in the 2 For bid specific query tender document or the unit by whom tender is invited. Neelesh Bansal AM, ERP -MM Email: neelesh.bansal@gmail .com

Amit Kumar Sharma For any other assistance to bidders/ AM, ERP-MM 3 vendors viz. query/ suggestions/ Email: [email protected] feedback Rajiv Verma AGM, ERP-MM Email: [email protected]

Signature of the bidder Page 7 of 56 Tender for EPM of Malappuram BA

BSNL Contact-1

BSNL’s Contact Person AGM(Admin), O/o GMT, BSNL, Malappuram- 676 505

0483-2733000 Telephone/ Mobile [between 9:30 hrs to 17:00 hrs on working days]

E-mail ID [email protected]

BSNL Contact-2

BSNL’s Contact Person SDE(OP), O/o GMT, BSNL, Malappuram -676 505

0483-2733290 Telephone/ Mobile [between 9:30 hrs to 17:00 hrs on working days]

E-mail ID [email protected]

5. SOME BIDDING RELATED INFORMATION FOR THIS TENDER: The entire bid-submission can be online on ETS. Broad outline of submissions are as follows: a) Submission of Bid Security/ Earnest Money Deposit (EMD) b) Submission of digitally signed copy of Tender Documents/ Addendum/addenda c) Eligibility proof d) Techno-commercial /Financial bid in electronic form. 6. OFFLINE SUBMISSIONS: The bidder is requested to submit the all the below documents offline to AGM (admin), O/o GMT, BSNL, Malappuram 676505 in a sealed envelope. The envelope shall bear Name of the work, the tender number and the words ‘DO NOT OPEN BEFORE’ (due date & time). a) EMD : as mentioned in NIT b) Tender fee in the form of DD. c) Power of Attorney, if applicable.

7. PUBLIC ONLINE TENDER OPENING EVENT (TOE): BSNL ERP TENDER PORTAL offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. Tender Opening Officers as well as authorized representatives of bidders can attend the Public Online Tender Opening Event (TOE) from the comfort of their offices. For this purpose, representatives of bidders, duly authorized are requested to carry a Laptop and Wireless Connectivity to Internet. Every legal requirement for a transparent and secure ‘Public Online Tender Opening Event (TOE)’ has been implemented on BSNL ERP TENDER PORTAL. BSNL ERP TENDER PORTAL has a unique facility of ‘Online Comparison Chart’ which is dynamically updated as each online bid is opened. The format of the chart is based on inputs provided by the Buyer for each Tender. The information in the Comparison Chart is based on the data submitted by the Bidders in electronic forms. A detailed Technical and/ or Financial

Signature of the bidder Page 8 of 56 Tender for EPM of Malappuram BA

Comparison Chart enhances Transparency. Detailed instructions are given on relevant screens. NOTE: In case of internet related problem at a bidder’s end, especially during ‘critical events’ such as – a short period before bid-submission deadline, during online public tender opening event, during e-auction, it is the bidder’s responsibility to have backup internet connections. In case there is a problem at the e-procurement/ e-auction service-provider’s end (in the server, leased line, etc) due to which all the bidders face a problem during critical events, and this is brought to the notice of BSNL by the bidders in time, then BSNL will promptly re-schedule the affected event(s). 8. OTHER INSTRUCTIONS: For further instructions, the vendor should visit the home page of the portal (https://etender .bsnl.co.in/irj/portal). Important Note: It is strongly recommended that all authorized users of Supplier organizations should thoroughly peruse the information provided under the relevant links, and take appropriate action. This will prevent hiccups, and minimize teething problems during the use of BSNL ERP TENDER PORTAL.

The following ‘SIX KEY INSTRUCTIONS for BIDDERS’ must be assiduously adhered to: I. Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender submission deadline on BSNL ERP TENDER PORTAL. II. Register your organization on BSNL ERP TENDER PORTAL well in advance of your first tender submission deadline on BSNL ERP TENDER PORTAL. III. Get your organization’s concerned executives trained on BSNL ERP TENDER PORTAL well in advance of your first tender submission deadline on BSNL ERP TENDER PORTAL. IV. Submit your bids well in advance of tender submission deadline on BSNL ERP TENDER PORTAL (There could be last minute problems due to internet timeout, breakdown, etc While the first three instructions mentioned above are especially relevant to first-time users of BSNL ERP TENDER PORTAL, the fourth instruction is relevant at all times. V. 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. VI. The time that is displayed from the server clock at the top of the tender Portal, will be valid for all actions of requesting bid submission, bid opening etc., in the e-Procurement portal. The Time followed in this portal is as per Indian Standard Time (IST) which is GMT+5:30. The bidders should adhere to this time during bid submission. 9. MINIMUM REQUIREMENTS AT BIDDERS END:  Computer System with good configuration (Min P IV, 1 GB RAM, Windows XP)  Broadband connectivity.  Microsoft Internet Explorer 6.0 or above  Digital Certificate(s) 10. VENDORS TRAINING PROGRAM: Vendors may contact the BSNL ERP TENDER HELP DESK personnel given in clause 4 of Section 2 for any type of training/help, which they may require while uploading the bids.

Signature of the bidder Page 9 of 56 Tender for EPM of Malappuram BA

SECTION III INSTURCTIONS TO BIDDER

For and on behalf of the BSNL, digitally signed Tenders for the Maintenance of External Plant in Malappuram Business Area for two years which can be extended up-to one more year are hereby invited by The General Manager Telecom, BSNL, Malappuram. This includes maintenance and provisioning of land line and broadband network from last pillar to customer premises with all materials like UG cable, drop wire, jumper wire, CLIP Instruments, LJU & Splitter etc . (50 pair and above UG cable as well as BSNL owned Broadband CPE repairing/replacement will be provided by BSNL to bidder) The tender must be submitted only in the prescribed Tender Form along with the other documents required.

1. EARNEST MONEY DEPOSIT: Completed Tender forms should be accompanied with Demand Draft as per Annexure-I drawn on any Registered / Nationalised bank in favour of Accounts Officer (Cash), O/o GMT, BSNL, Malappuram-towards EMD or EMD can also be paid as Bank Guarantee issued by a Nationalized/Scheduled bank.

The EMD will not carry any interest.

The EMD will be refunded to the unsuccessful bidders after finalization of tender on production of advance stamped receipt, which is enclosed in this tender document.

The EMD will be forfeited if a successful bidder does not pay the security deposit in time and execute the agreement and opting to withdraw from the tender obligation after the submission of rates.

If any bidder withdraws the Tender at any stage before or after finalization of the Tender, the Earnest Money Deposit amount remitted by the bidder will be forfeited by BSNL. No separate notification will be given to the bidder and the bidder will be black listed and he will not be permitted to participate in the Tender again. Tender Rates should be quoted un-ambiguously in the Performa attached. Tender forms have to be signed in all pages by the bidder. Tender Forms incomplete in any respect or with any ambiguity will be liable for rejection

2. SUBMISSION OF TENDER (E-TENDER): For e-tendering, the following documents are required to be submitted offline, in a sealed envelope (i.e. offline submissions) to AGM(admin),O/o GMT,BSNL Malappuram, 676505on or before the last date & time of submission of bids (locking time). The envelope shall bear the tender number, name of work and the phrase: “Do Not Open Before (due date & time of opening of tender). i) EMD – Bid security (original copy) ii) DD/ Banker’s cheque of Tender fee iii) Power of Attorney, if applicable.

Signature of the bidder Page 10 of 56 Tender for EPM of Malappuram BA

(a) Technical Bid shall contain:  Attested copy of Certificate of Registration of the firm or Attested copy of partnership deed in case of partnership firms or Attested copy of Certificate of incorporation in case of Ltd., company.  Valid MSME or NSIC registration certificate if applicable  Proof for Cost of Application form if applicable  Proof for EMD as per NIT if applicable  Valid Labour License issued by the labour Enforcement office/Ministry of labour if available or declaration for submission of the same within one month from the date of award of work if applicable.  EPF Registration certificate with EPF code number and Latest EPF payment challans copy in respect of previous work if applicable(If the workers are less, only certificate related to total workers to be submitted by the bidder)or declaration for submission of the same within one month from the date of award of work if applicable.  ESI Registration certificate with ESI code number and Latest ESI payment challans copy in respect of previous work if applicable or declaration for submission of the same within one month from the date of award of work if applicable.  GST Registration Certificate.  No Near relative certificate  Letter of authorization  Bidder’s profile  Experience certificate  Self-declaration stating that the bidder is not blacklisted by GST authorities.  Pan card/ Latest IT Return  BID form  Electronic payment mandate form.

(b) Financial Bid shall contain:

Electronic Form- financial quote along with Price Schedule as per tender document.

Completed Tender Forms should be uploaded in E-Tender not later than as mentioned in NIT. Tenders received after the due date and time will not be considered. The Tenders will be opened as mentioned in NIT on the same day in the presence of those bidders or their Agents who may be present at the time of opening. The tender will be for a period of Two years , extendable for a period of one more year at the sole discretion of GMT, BSNL, Malappuram or up to the date of finalization of new Tender whichever is earlier on the same terms and condition.

3. ELIGIBILITY CRITERIA: 3.1 General Qualification

Signature of the bidder Page 11 of 56 Tender for EPM of Malappuram BA

3.1.1 The Bidder must be Indian registered Companies under Companies Act 1956/2013 or a LLP or a Firm registered under applicable Acts. 3.1.2 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.

3.1.3 The Bidder must have a valid PAN & valid registration under GST Act, EPF and ESI in India.

3.2 Technical Qualification 3.2.1 The Bidder must have an experience of executing works related to provisioning new connection or construction/maintenance of underground telecom cables/telecom outdoor network/BTS maintenance of any Telecom Service Providers (holding service license) in the last two financial years i.e. 2017-18, 2018-19. OR 3.2.2 BSNL Franchisee associated with BSNL for more than 5 years. (Bidders will be required to support claims of their required experience, through certificates issued by any executive with approval of AGM rank officer, in case of PSUs or with approval of Circle Head, in case of private TSPs.)

3.3 Financial Qualification: 3.3.1 The Bidder must have minimum annual turnover of 50% of estimated cost of tender, during each of the consecutive financial years 2017-18 and 2018-19 from telecom business as mentioned in 3.2.1 in Technical Qualification. OR 3.3.2 For BSNL Franchise, Business with BSNL in (FY 2017-18) + (FY 2018-19) shall be Cluster Size 3k – 5k 1 Cr. 5k – 10k 2 Cr. 10k+ 3 Cr.

Bidders will be required to support claims of their financial qualification through their audited financial statements duly certified by their CA.

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

4. TENDER DOCUMENTS : 4.1 E-Tender document can be downloaded/uploaded from the E-Portal website of BSNL i.e. https://etender.bsnl.co.in/irj/portal . As tenders are invited through E- tendering process, physical copy of the tender document would not be available for sale. The bidder should submit the cost of the tender document. The cost of Tender document and EMD may be submitted in the form of Demand Draft drawn in favour of Accounts Officer (Cash), O/o the General Manager, BSNL, Malappuram. EMD can also be paid as Bank Guarantee issued by a Nationalized/Scheduled bank.

4.2 All the mandatory / eligibility documents mentioned in the tender document should be Signature of the bidder Page 12 of 56 Tender for EPM of Malappuram BA

scanned and uploaded in the e-tender portal and non-receipt of any of the mandatory documents is liable for rejection. The hard copies of Mandatory/eligibility documents envisaged along with DD for the cost of the document and DD for EMD in original as explained in this BID elsewhere and should be submitted to AGM (admin), O/o GMT, BSNL, Malappuram 676505 on or before locking time. 4.3 Late and delayed tenders will not be considered. 4.4 If the tender opening day happens to be a holiday, the tender will be opened at the same time on the next working day. 4.5 The bidder will be bound by all terms, conditions and specifications as detailed in this tender document. 4.6 The cost of tender document is neither refundable nor transferable. This office is not responsible for any postal delay. The Bidders are requested to go through the tender. 4.7 MSME/NSIC Certificate holders who are having MSME/NSIC Registration are exempted from paying the required Cost of Tender form &EMD. 4.8 Mandatory offline documents should be submitted in sealed (Wax/PVC tape) covers super scribed as “Qualifying Bid of Tender for Maintenance of External Plant in Malappuram BA”

5. SECURITY DEPOSIT: a) The successful bidder has to deposit an amount equal to 5% Plus GST as applicable of the estimated cost of the concerned Cluster towards Security Deposit at the time of signing of the contract, by cash or by crossed DD drawn in favour of Accounts Officer (Cash), O/o GM, BSNL, Malappuram. Obtained from Nationalized /Scheduled Bank .The security deposit can also be given in the form of Bank Guarantee for a period of 24 (Twenty four) months, obtained from a Nationalized Bank in favour of Accounts Officer(Cash),O/o GMT, BSNL, Malappuram. The amount together with EMD paid will be treated as Security Deposit. The EMD/Security Deposit will not carry any interest during the period they are in the custody of BSNL. b) If the successful bidder fails to deposit the Security Deposit within 15 days, his Tender will automatically be treated as lapsed and the EMD amount will be forfeited by BSNL Account. No separate notification will be given to the bidder in this regard. In case of MSME registered bidders, the security deposit to be paid shall be as per the MSME guidelines issued from time to time. c) The bid security of the successful bidder will be converted into part of security deposit. d) The Security Deposit of the successful bidder will be forfeited by the BSNL if after acceptance of the tender the bidder violates or fails to carry out the job in accordance with the terms and conditions of the tender. 6. GENERAL: 6.1 The right to accept any Tender rests with The General Manager Telecom, BSNL, Malappuram BA, who does not bind himself to accept the Lowest Tender, and GM, BSNL, Malappuram reserves the right to reject any or all the Tenders without assigning any reason thereof. 6.2 The General Manager Telecom, BSNL, Malappuram, also reserves the right to offer the contract to any other bidder or any other agency in case of unsatisfactory work. The General Manager Telecom, BSNL, Malappuram has the right to call the Lowest bidder and conduct

Signature of the bidder Page 13 of 56 Tender for EPM of Malappuram BA

negotiations if felt necessary. 6.3 The EMD will be refundable to the unsuccessful bidders only after the finalization of the Tender and the EMD will not bear any interest. 6.4 The terms and conditions for the work contract are enclosed as Annexure–I. 6.5 The specification of contract work is enclosed as Annexure–II. 6.6 The bidder should carry out the contract work to the satisfaction of the BSNL Officer-in- charge and in the event of his/their failure, the contract work will be got done through some other agency at the cost of the bidder and the payment will be settled on pro rate basis.

6.7 The bidder should submit the bill before 15 th of each month for the completed work of the previous month. Only one bill must be submitted for all the completed works in a month. Each claim bill for completion of work must be showing the details of work done. 6.8 Belated submission of bill and submission of bill without the above documents will not be considered for payment. Payment will be made through Electronic mode. 6.9 The bidder should have persons with proven integrity to carry out the contract work. The bidder shall be solely responsible for payment and compensation under W C Act 1923 as in force from time to time applicable in the event of accidents causing injury/death to his/their workers and the GM,BSNL, Malappuram, shall not involve in any manner. 6.10 The bidder should produce the valid Labour License for carrying out the Contract in the assigned area if applicable. In case the bidder is not having the valid license, he shall produce the same within one month of award of contract if applicable. 6.11 The bidder should quote the rate both in figures and in words without ambiguity. Corrections and erasures shall have to be attested by the bidder. 6.12 The GM, BSNL, Malappuram reserves the right to (a) reject any or all tenders without assigning any reasons, (b) select one or more bidders, (c) cancel this tender at anytime, (d) have a separate bidder apart from this tender. 6.13 The decision of GM, BSNL, Malappuram, on any matter connected to this Tender is final, binding and his decision shall not be questioned in any court of law. 6.14 The GM, BSNL, Malappuram reserves the right to terminate this contract by giving 15 days time without assigning any reasons and this cannot be questioned in any court of law. If the bidder is found to be a benami of any other person at a later date, this contract will be immediately terminated. 6.15 The bidder is responsible for any loss/damage caused to the BSNL properties by him/them or his/their workers and he/they shall have to make good such loss. His/their workers should vacate premises immediately after completion of the contract work. 6.16 BSNL will be absolved of all legal or labour issues related to workers. 6.17 The security deposit shall be refundable after payment of final bill provided there are no recoveries to be made and satisfactory performance of work and strict compliance of statuary Act/Regulations, during the contract period. 6.18 It is the sole duty and responsibility of the bidder to pay the mandatory EPF contributions of his/her workers and BSNL will be absolved of all legal or labour issues related to workers.

Signature of the bidder Page 14 of 56 Tender for EPM of Malappuram BA

6.19 If no bid is received for any cluster, the successful bidders of similar tender of nearby cluster will be given an offer to provide the service for the lowest approved rate of that nearby cluster.

7. EVALUATION: The evaluation of the lowest L1 Tender shall be based on the lowest rate quoted for all the items mentioned in Annexure-XV combined together for each Cluster individually subject to eligibility. The tender for each cluster shall be awarded separately. The rates finalized for each Cluster may vary based on the rates quoted by the bidders .

8. DISPUTES / ARBITRATIONS: 8.1 (Applicable in case of supply orders/ contracts with firms, other than Public sector Enterprise) (Not applicable in cases valuing less than Rs. 5Lakhs)

Except as otherwise provided elsewhere in the contract, if any dispute, difference, question or disagreement arises between the parties hereto or their respective representatives or assignees, in connection with construction, meaning, operation, effect, interpretation of the contract or breach thereof which parties unable to settle mutually, the same shall be referred to Arbitration as provided hereunder: 8.1.1 A party wishing to commence arbitration proceeding shall revoke Arbitration clause by giving 60 days notice to the designated officer of the other party. The notice invoking arbitration shall specify all the points of disputes with details of the amount claimed to be referred to arbitration at the time of invocation of arbitration and not thereafter. If the claim is in foreign currency, the claimant shall indicate its value in Indian Rupee for the purpose of constitution of the arbitral tribunal. 8.1.2 The number of the arbitrators and the appointing authority will be as under: Claim amount Number of (excluding claim for Appointing Authority arbitrator counter claim, if any) BSNL Sole Arbitrator to be (Note: BSNL will forward a list containing Above Rs. 5 Lakhs to appointed from a names of three empanelled arbitrators to the Rs.5 Crores. panel of arbitrators other party for selecting one from the list who of BSNL. will be appointed as sole arbitrator by BSNL) One arbitrator by each party and the 3 rd arbitrator, who shall be the presiding arbitrator, Above Rs. 5 Crores 3 Arbitrators by the two arbitrators. BSNL will appoint its arbitrator from its panel.

8.1.3 Neither party shall appoint its serving employee as arbitrator. 8.1.4 If any of the Arbitrators so appointed dies, resigns, becomes incapacitated or withdraws for any reason from the proceedings, it shall be lawful for the concerned party/arbitrators to appoint another person in his place in the same manner as aforesaid. Such person shall proceed with the reference from the stage where his predecessor had left it both parties consent for the same; otherwise, he shall proceed de novo. 8.1.5 Parties agree that neither party shall be entitled for any pre-reference or pendente lite interest on its claims. Parties agree that any claim for such interest made by any party shall be void.

Signature of the bidder Page 15 of 56 Tender for EPM of Malappuram BA

8.1.6 Unless otherwise decided by the parties, Fast Track procedure as prescribed in section 29 B of the Arbitration conciliation Act, 1996 for resolution of all disputes shall be followed, where the claim amount is Rs.5 Crores.

29B. Fast track procedure: 1) Notwithstanding anything contained in this Act, the parties to an arbitration agreement, may, at any stage either before or at the time of appointment of the arbitral tribunal, agree in writing to have their dispute resolved by fast track procedure specified in sub-section (3). 2) The parties to the arbitration agreement, while agreeing for resolution of dispute by fast track procedure, may agree that the arbitral tribunal shall consist of a sole arbitrator who shall be chosen by the parties. 3) The arbitral tribunal shall follow the following procedure while conducting arbitration proceedings under sub-section (1):

a. The arbitral tribunal shall decide the dispute on the basis of written pleadings, documents and submissions filed by the parties without oral hearing; b. The arbitral tribunal shall have power to call for any further information or clarification from the parties in addition to the pleadings and documents filed by them; c. An oral hearing may be held only, if , all the parties make a request or if the arbitral tribunal considers it necessary to have oral hearing for clarifying certain issues; d. The arbitral tribunal may dispense with any technical formalities, if an oral hearing is held, and adopt such procedure as deemed appropriate for expeditious disposal of the case. 4) The award under this section shall be made within a period of six months from the date the arbitral tribunal enters upon the reference. 5) If the award is not made within the period specified in sub-section (4), the provision of sub- section (3) to (9) of section 29 A shall apply to the proceedings. 6) The fees payable to the arbitrator and the manner of payment of the fees shall be such as may be agreed between the arbitrator and the parties.

8.1.7 The arbitral tribunal shall make publish the award within time stipulated as under: Period for making and publishing of the Amount of claims and counter award (counted from the date the arbitral claims tribunal enters upon the reference) Upto Rs. 5crores Within 6 months (Fast Track procedure) Above Rs. 5Crores Within 12 months

However, the above time limit can be extended by the arbitrator for reasons to be recorded in writing with the consent of parties and in terms of provisions of the Act. 8.1.8 In case of arbitral tribunal of 3 arbitrators, each party shall be responsible to make arrangements for the travel and stay, etc. of the arbitrator appointed by it. Claimant shall also be responsible for making arrangements for travel/stay arrangements for the presiding arbitrator and the expenses incurred shall be shared equally by the parties. In case of sole arbitrator, BSNL shall make all necessary arrangements for his travel/stay and the expenses incurred shall be shared equally by the parties.

Signature of the bidder Page 16 of 56 Tender for EPM of Malappuram BA

8.1.9 The Arbitration proceeding shall be held at New Delhi or Circle or SSA Headquarter (as the case may be) 8.1.10 Subject to the aforesaid conditions, provisions of the Arbitration and Conciliation Act, 1996 and any statutory modifications or re-enactment thereof shall apply to the arbitration proceedings under this clause. 8.2 (applicable in case of supply orders/ contracts with Central/State Government (s) as the case may be in terms of DPE guidelines for settlement of commercial disputes between Public Sector Enterprises inter-se and Public Sector Enterprise(s) and Government Department(s) through Permanent Machinery of Arbitrators (PMA) in the Department of Public Enterprises).

In the event of any dispute or difference relating to the interpretation and application of the provisions of the contracts, such dispute or difference shall be referred by either party for Arbitration to the sole Arbitrator in the Department of Public Enterprises to be nominated by the Secretary to the Government of India in charge of the Department of Public Enterprises. The arbitration and conciliation Act 1996 shall not be applicable to arbitration under this clause. The award of the arbitrator shall be binding upon the parties to the dispute, provided, however, any party aggrieved by such award may make a further reference for setting aside or revision of the award to the Law Secretary, department of Legal Affairs, ministry of Law & Justice, Government of India. Upon such reference the dispute shall be decided by the Law secretary or the Special Secretary/Additional secretary, when so authorized by the Law Secretary, whose decision shall bind the parties finally and conclusively. The parties to the dispute will share equally the cost of arbitration as intimated by the Arbitrator.

Further, with regard to already signed/existing contracts, existing arbitration clause for sole arbitrator can be invoked in case the parties waive, subsequent to disputes having arisen between them, the applicability of sub-section (5) of section 12 by an express agreement in writing.

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

8.4 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 CGMT, BSNL, Kerala Circle or the said officer 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.

8.5 The arbitrator may from time to time with the consent of both the parties enlarge the time frame for making and publishing the award. Subject to the aforesaid, Arbitration and Conciliation Act, 1996 and the rules made there under, any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this clause.

8.6 The venue of arbitration shall be Office of the GMT, BSNL, Malappuram.

Signature of the bidder Page 17 of 56 Tender for EPM of Malappuram BA

9. LIST OF DOCUMENTS TO BE UPLOADED: I. SELF ATTESTED COPIES OF: 1) Attested copy of Certificate of Registration of the firm or Attested copy of partnership deed in case of partnership firms or Attested copy of Certificate of incorporation in case of Ltd., company. 2) Valid MSME or NSIC registration certificate if applicable. 3) Proof for Cost of Application form if applicable. 4) Proof for EMD as per NIT Page No.1 if applicable. 5) Valid Labour License issued by the Labour Enforcement office/Ministry of labour if available or declaration for submission of the same within one month from the date of award of work if applicable. 6) EPF Registration certificate with EPF code number and Latest EPF payment challans copy in respect of previous work, if applicable (If the workers are less than the prescribed limit as per EPFO, only certificate related to total workers to be submitted by the bidder) or declaration for submission of the same within one month from the date of award of work if applicable. 7) ESI Registration certificate with ESI code number and Latest ESI payment challans copy in respect of previous work if applicable or declaration for submission of the same within one month from the date of award of work if applicable. 8) GST Registration Certificate if applicable. 9) No Near Relative certificate. 10) Letter of authorization. 11) Bidder’s profile. 12) Experience certificate. 13) Self-declaration stating that the bidder is not blacklisted by GST authorities. 14) Pan card/ Latest IT Return. 15) BID form. 16) Electronic payment mandate form. 17) All pages of the Tender Document to signed by the bidder(Off line only enough) II. ORIGINAL: DD taken for EMD and Tender cost drawn in favour of AO(Cash),O/o GMT BSNL, Malappuram payable at Malappuram, obtained from any Nationalized /scheduled Bank (or) cash receipt obtained by remitting cash at cash counter O/o GMT BSNL, Malappuram if applicable.

Signature of the bidder Page 18 of 56 Tender for EPM of Malappuram BA

ANNEXURE I I. TERMS AND CONDITIONS FOR THE WORK CONTRACT 1. The BSNL reserves the right to reject / accept any/ part or whole tender without assigning any reasons whatsoever. 2. The BSNL reserves the right to change the award of work to deserving party either in full or parts thereof. The decision of the BSNL is final and binding. 3. The BSNL reserves the right to change the Terms and Conditions at any stage before commencement of the said work. 4. The EMD may be submitted in the form of DD drawn in favour of Accounts Officer (Cash) O/o GM, BSNL Malappuram obtained from any Nationalized /scheduled Bank(or) cash receipt obtained by remitting cash at cash counter O/o AO(cash),BSNL, Malappuram. The DD/Receipt should be attached to the tender. EMD can also be paid as Bank Guarantee issued by a Nationalized/Scheduled bank. Any tender received without the payment of EMD will be rejected. However bidders having NSIC/MSME registration are exempted from payment of cost of tender form/EMD. 5. The EMD of the unsuccessful bidders will be refunded after the finalization of the tender. The EMD shall not carry any interest. 6. The EMD of the successful bidder will form part of the proposed Security deposit and the remaining amount of security deposit has to be paid by the bidder. The Security deposit will not carry any interest. The security deposit to be paid by the successful bidder having MSME registration shall be as per MSME guidelines. 7. SD amount of successful bidders will be forfeited by BSNL on the following grounds: a. If the successful bidder fails to carry out the work after acceptance of the Tender in accordance with the terms and Conditions of the tender as mentioned in the schedule of works. b. If the bidder withdraws the tender during the currency of the tender period. c. Any damages caused to any of the property of the BSNL and delay in carrying out the work as per Tender terms. d. If the bidder fails to remit Security Deposit within the due date from the date of intimation, the EMD will be forfeited. e. If he fails to execute the agreement, within stipulated time, the EMD will be forfeited. This may further warrant imposition of liquidated damages and / or terminating contract. 8. SLA (Service Level Agreement): Key Performance Indicator (KPI): SLA is defined as under: 8.1 Repeat fault - Fault booked for a connection, more than once in a calendar month will be counted as repeat fault. The % of numbers out of total numbers in the fault list appearing as repeat fault shall not exceed 12% in first three months & 10% in onward months. 8.2 Mean Time to Repair the Fault (MTTR) should be as under: ISDN PRI/SIP Trunk/ FMC in Rs. 0-300 301-600 601-800 and 800+ Leased circuit MTTR in Hrs 12 Hrs 8 Hrs 4 Hrs 3 Hrs

Signature of the bidder Page 19 of 56 Tender for EPM of Malappuram BA

8.3 % Fault Clearance in 24 hours : More than 95% of the faults booked shall be cleared within 24hrs. 8.4 Provisioning of New LL or New BB : All booked connections shall be provided within 3 days of receiving OB for execution. However bidder shall attempt 75% provisioning within 2 days. 8.5 Provisioning of new BB on existing LL : All booked connection shall be provided within 2 days of receiving OB for execution. 8.6 Provisioning of new ISDN PRI/SIP Trunk/Leased Circuits : All booked connection shall be provided within 3 days of receiving OB for execution. 8.7 If Telephone/CPE arranged by customer resulting in delay then such delay will be excluded from the total time taken for provisioning. However, maximum 7 days will be excluded. 8.8 In case of delay due to cable fault (between MDF & Pillar) to the extent that alternate pair could not be arranged, such faults/provisioning will not form part of list considered for adherence of SLAs (MTTR for fault & provisioning time for new LL/BB). Incentive: Monthly Incentive for high FMC working numbers ( having different MTTR ) .

FMC - Rs. 301-600 : Rs.17 per customer of FMC Rs.301 to 600 FMC - Rs. 601-800 : Rs.27 per customer of FMC Rs.601 to 800 FMC - Rs. 800+ : Rs.35 per customer of FMC Rs.800+ PRI/SIP Trunk/Leased Circuits : Rs.70 per customer of PRI/SIP Trunk/Leased ckts Plan up-gradation : 50% of difference of upgraded plan FMC with existing plan FMC (one time to be given as incentive as per FMS entry). No further incentive will be given for the same LL/BB number.

Penalty: a) Penalties will be levied on monthly KPIs KPI SLA Penalty 95% in 0.2% of invoice value for each 1% of Fault Clearance 24 hrs. slippage. 0.3% of invoice value for each hour of MTTR 12 Hrs. slippage ( rounded off) 0.5% of invoice value for each hour of MTTR 8Hrs. slippage ( rounded off) 1.0 % of invoice value for each hour of MTTR 4 Hrs. slippage ( rounded off) 1.33% of invoice value for each hour of MTTR 3 Hrs. slippage ( rounded off) 0.5% of invoice value for each 1% of Repeat fault 10% slippage (pro-rata basis). New connection provisioning Rs.25/- per day delay (max.Rs.100/-for 3 days LL or BB each connection) for each connection. Provisioning BB on existing Rs.25/- per day delay (max.Rs.100/-for 2 days LL each connection) for each connection. Provisioning of new ISDN PRI/SIP Trunk/Leased Rs.50/- per day delay (max.Rs.200/-for 3 days Circuits or any other services each connection) for each connection. on customer Access NW

Signature of the bidder Page 20 of 56 Tender for EPM of Malappuram BA

b) The contract will be terminated with PBG forfeiture for consecutive 3 months non- performance on failure to meet all the SLAs i.e. MTTR, Provisioning, fault clearance and repeat faults parameters. Notice to be served for non-performance in 1 st month, 2 nd month and 3 rd month before final termination. c) In case partial SLAs are met then also it is liable for termination. However, EOI/Tender accepting authority reserves the right to grant any relief in action for termination considering the circumstances/nature on the appeal made by the bidder if one or more parameters are met. d) Total penalties for network maintenance shall be capped at 15% of invoice value of maintenance work. However penalty for delay in new provisioning will be levied as per actuals and shall be in addition to penalties for network maintenance. e) However, the BA Head Malappuram reserves the right to grant any relief off the penalty considering the circumstances/nature on the appeal made by the bidder. 9. A Security Deposit of 5% of the tender cost plus applicable GST in the form of performance guarantee is to be deposited with the BSNL within the stipulated period. This Security Deposit will be refunded interest free on expiry of the contract through proper application. The Security Deposit can also be given in the form of Bank Guarantee obtained for 24 months from a Nationalized Bank in favour of the Accounts Officer (Cash), O/o GM, BSNL Malappuram. The security deposit to be paid by the successful bidder having MSME registration shall be as per MSME guidelines. 10. After acceptance of the contract if any / all the terms and conditions of the contract is / are violated, the BSNL, Malappuram reserves the right to terminate the contract. In such cases the Security Deposit amount will be forfeited by BSNL. BSNL has the legal right to invoke Performance guarantee in the event of repudiation of contractual obligation and action will be initiated to BLACKLIST the bidder. 11. The BSNL reserves the right to terminate the contract by giving 15 days’ notice and without assigning any reason whatsoever. 12. The period of contract will be for two years with effect from the date of execution of tender agreement and shall be extended by One year in steps of six months on satisfactory performance at the approved rate and on the same terms and condition. Successful bidder will enter into an agreement on a Non-judicial Rs.200/-worth Stamp Paper. Performance Bank guarantee shall be extended accordingly. 13. The rates for each work exclude GST. 14. Rates sanctioned shall remain fixed during the period of contract and will not be increased at any cost due to increase in labour rates etc. 15. The bidder should sign in all the pages (Schedule of works and Annexure) and submit the same along with EMD to this office. 16. Tenders of agencies whose performance and paying habits are not up to the mark will be rejected. 17. In case of any dispute before and after awarding the tender the decision of The General Manager Telecom, BSNL, Malappuram will be the final. 18. BSNL reserves the right to terminate the Contracts without notice in the event of any

Signature of the bidder Page 21 of 56 Tender for EPM of Malappuram BA

prohibition notified by appropriate Government 19. The bills submitted by the bidders must accompany the following documents. Bills without the documents mentioned below shall not be paid. a. List showing the details of the works b. The invoice should contain GSTIN number of BSNL along with the vendors GSTIN number. c. Bills should be submitted in triplicate. d. Bills should be accompanied by Log register/Fault register copy duly attested by the officer in-charge. II. GENERAL CONDITIONS FOR WORK AND LABOUR: 1. The Bidder must have an experience as per the eligibility criteria mentioned in section III.3 2. No labour below the age of 18 years shall be employed for the work. 3. If in any case by virtue of the provisions of section (1) of the workmen compensation Act 1923, it becomes liable to pay compensation to a workman employed by the bidder in execution of the work, the bidder will be responsible to pay such compensation to the workman for injuries or disability or death caused to him in the process of executing the work without prejudice to the rights of the Department under section 12 sub section of the said act, BSNL shall be at liberty to recover such amount or any part thereof by deducting it from the security deposit or any due by BSNL to the bidder whether under this contract or otherwise. 4. BSNL shall not bind to contest any claim made by the bidder against it under section 2 Subsection 1 of the said Act. 5. The bidder shall at all times hold the BSNL harmless and indemnified against all claims cost, charges and expenses for which the BSNL may be held liable or may incur or pay on account of the negligence or misconduct of the bidder or his workman or any of them of any person under his control whether in respect of injury to the persons or damage to the property of any member of the public or any other concern on account of any defect or want of repair in such works, or in the equipment used by the bidder in connection with or otherwise and against all claims and demands in respect of damage is caused to persons or assets of private parties or the properties of other utility organizations such as electricity gas or water supply authorities, Municipal Corporations , Highways Department, during the course of work, the damage shall be made good by the bidder at his own cost. 6. The bidder will also be responsible to comply with relevant rules and laws including those relating to the labour etc in force from time to time. 7. A log book will be maintained by the officer in charge of the work and all observations and instructions will be recorded therein. The bidder is required to note all such remarks etc and take necessary action to remedy defects instructions and comply with instructions. Faults not booked in CDR may be recorded by the Officer in Charge in the logbook and the same may be cleared by the bidder in the prescribed time frame. 8. The bidder is not eligible for travelling and overtime allowances. The department will not undertake payment of travelling or expenses or overtime allowances etc for workman or any of his employees who are employed in the line construction work under contract. The bidder is responsible to stock sufficient medicines in the First Aid Boxes to treat the workman in the case of any injury /damage.

Signature of the bidder Page 22 of 56 Tender for EPM of Malappuram BA

9. All materials and relevant tools required for provision of new connections or attending faults shall be procured by the bidder. 10. A Cluster is defined as part of group of exchanges with landline connections consists of around 3000 to 10000 lines 11. All network elements are to be maintained as per telecom standards. 12. The bidder or his/her workers should not misuse the LL/BB connections of BSNL by any means. 13. The telephone instrument may be purchased by the Customer from open market or from BSNL counters, subject to availability. 14. The un-executed work shall be got executed through the qualified bidder from amongst the bidders, who participated in the bidding process, by giving them offers in their order or ranking (L2, L3---) at their quoted rates. If the work was awarded on single tender basis then the department shall get the unexecuted work completed through any other bidder at the approved rates of that particular section or to execute the work departmentally, as is convenient or expedient to the Department at the risk and cost of the bidder. In such an event no compensation shall be payable by the BSNL to the bidder towards any inconvenience/loss that he may be subjected to as a result or such as action by the BSNL. In all these cases, expenses which may be incurred in excess of the sum which would have been paid to the original bidder if the whole work had been executed by him shall be borne and paid by the original bidder and shall be deducted from any money due to him by the BSNL under the contract or any other account what so ever anywhere in the department or from a security deposit 15. FORCE MAJEURE: Neither BSNL nor the Bidder shall be liable to the other for any delay in or failure of performance of their respective obligation under the agreement caused by occurrences beyond the control of BSNL or the Bidder including but not limited to fire (including failure or reductions), acts of God, acts of the public enemy, wars, insurrections, riots, strikes, lockouts, sabotage, any law, status or ordinance, thereof of any other local authority, or any compliance therewith or any other causes, contingencies of circumstances similar to the above. Either party shall promptly but not later than 20 days thereafter notify the other of the commencement and cessation of such contingencies and if such contingencies continue beyond three months. Both parties agree upon the equitable solution for termination of this agreement or otherwise decide the course of action to be adopted. III. THE AGENCIES AND ITS RESPONSIBLITIES The bidder should possess valid License to take up the work in accordance with contract Labour (R & A) Act 1970 & Rules1971. 1) No child Labour will be permitted. 2) The bidder should replace its staff when it is found by the designated officer that they are not discharging their duties well. 3) The bidder will have access to the BSNL premises like MDF/Test positions for the clearing of faults. However, while accessing such locations, in case if it is found by the BSNL that any property or materials of the BSNL is lost or put to loss / damage due to the negligence of the workman the bidder will be held fully responsible and should reimburse the cost of loss / damage so incurred. The decision of the BSNL as to the quantum of loss and negligence is

Signature of the bidder Page 23 of 56 Tender for EPM of Malappuram BA

final. 4) In case any workman suffers injury / damage or meets with an accident during the discharge of duty the entire cost of compensation should be borne by the Bidder and the BSNL will not stand indemnified against any claims/damage/Compensation. 5) External plant and MDF with test facility and clarity access terminal will be made over to the bidder. Any major changes or recovery of any material or item cannot be done without the approval of competent authority. Any damage to any item by the vendor to be rectified or replaced by the vendor.

Signature of the bidder Page 24 of 56 Tender for EPM of Malappuram BA

ANNEXURE II SCOPE OF WORK

1) Maintenance of Customer Access Network includes: a) Attending all types of faults in Customer Access Network such as drop-wire break and drop cable breakdown, overhead cable break, foreign voltage faults, cleaning the joints in overhead lines and changing the wires, cables, DP Tag blocks faults etc. b) Attending all types of cable faults from 5 pair cable to higher size such as Underground cable break, foreign voltage, earth fault set, faults at pillar and end to end testing. c) Testing/ jumpering at the MDF for fault repair, pair change, new LL/BB connections. d) Clearing of fault dockets in the system after clearing of the faults. e) Attending the Broadband fault at the customer premises including configuration of CPE related issues. f) Attending ISDN PRI/Leased Circuits/SIP Trunk copper cable faults and all other services running on Customer Access Network 2) Provision of new Landline connections to the customers. 3) Provision of New Broadband connections on existing Landline 4) Provision of New Broadband connections with new Landline 5) Shifting of landline and broadband connection 6) Provisioning of New ISDN PRI/Leased Circuits/SIP Trunk on copper media 7) All stores shall be supplied and installed by bidder at own cost except 50 pair and above UG cables. These cost will be borne by bidder and BSNL will not make any payment for these stores items. 8) All stores related to the Maintenance of telecom external plant from the last pillar/cabinet to the customer terminal viz. Drop-wire, 5 pair cable, 10 pair cable, 20 pair cable, jointing kits and its Accessories, Jumper wires, DP Tag blocks and other subscriber end line materials be supplied by the bidder. 9) Storing Packing and transportation of materials shall be done by the bidder. 10) Packing and freight charges if any for taking out and return of BSNL provided items like 50 Pair cable etc. shall be borne by the bidder. 11) The cluster shall be formed in such a way that min. 3000 working lines shall be in one cluster, however for bigger cities the cluster size can go upto 10k working lines. For metro cities the cluster size shall be 10k to 20k working lines. The cluster shall be formed considering contiguous geographical area covering the complete exchange location in such a way that no exchange shall be part of two clusters. 12) Material used/provided by the outsourced agency for maintenance and provisioning shall become the Property of BSNL 13) Bill Calculation and Submission: The bidder should submit the bill before 15 th of each month for the completed work of the previous month. Only one bill must be submitted for all the completed works in a month.

Signature of the bidder Page 25 of 56 Tender for EPM of Malappuram BA

Separate bills for maintenance and new provision (in triplicate) must be submitted for all the completed works in a month per one cluster. AMC is being calculated irrespective of the number of line/cable faults attended. The charges for provision of new Landline/Leased line shall be based on the number of new landline/leased line provision during the month. Payment Terms 1. The bidder should submit the invoice to the officer in-charge of the cluster on receipt of performa Invoice generated from BSNL IT System. 2. The charges for provision of new Landline shall be based on the number of new landline provision during the month. Maintenance charges for the new connections shall be payable from the new calendar month after 90 days of date of installation (for connections provided in January’2020 month will be counted from 1-5-2020 for maintenance calculation). 3. For the purpose of invoice preparation, Number of working connections in a cluster shall be calculated taking the average of working connections on the first and last day of the month. 4. Two performa Invoices will be generated i.e. IV-1: Invoice Performa for Maintenance Charges and IV-2 : Invoice Performa for Provisioning Charges 5. 90% of the payment of the monthly invoices shall be processed on submission of Invoices by the bidder and Balance 10% after 30 days from the payment of 90% of Invoice. 6. The bills submitted by the bidders must accompany the following documents. Bills without the documents mentioned below shall not be paid a. List showing the details of the works b. The invoice should contain GSTIN number of BSNL along with the vendors GSTIN number. c. Bills should be submitted in triplicate. d. Bills should be accompanied by Log register/Fault register copy duly attested by the officer in-charge. e. Certificate from the respective unit officer regarding the works claimed in the bill, countersigned by the Officer in charge should be attached with each bill f. The proof of GST Tax having been remitted to State and Central agencies should have been furnished in respect of remittance made in previous month. Belated submission of bill and submission of bill without the above documents will not be considered for payment. Payment will be made through Electronic mode. g. Self declaration of GST Payment and Filing (Annexure XX). h. Paid challan copy of EPF, ESI, or any other statutory payment in respect of previous month if applicable. Sample Calculation: The maintenance charges shall be paid for a cluster per month based on the number of average working Lines for the month (working lines on 1st and last day of the month added and divided by 2) for which maintenance charges is being calculated irrespective of the number of line/cable faults attended. For example: Cluster 1 having 2000 Landlines without BB, 1000 Broadband with LL, 100 PRI/SIP Trunk/Leased circuits on Copper network Calculation sheet is attached as Annexure XVIII and Annexure XIX

Signature of the bidder Page 26 of 56 Tender for EPM of Malappuram BA

ANNEXURE III

BIDDERS PROFILE (To be filled in and submitted by the bidder)

Passport size photograph of the tender/ authorized signatory 1. Name of the Individual/Firm: holding power of Attorney 2. Present Correspondence Address:

Telephone No…………………………….. Mobile No.………………………... FAX No.

3. Address of place of Works ……….…………….………………………………………………. ……… ………………….………………………………………………………………………

Telephone No. ..……………………….. Mobile No. …………………………… 4. State the Type of Firm: Sole proprietor-ship/partnership firm / (Tick the correct choice): Private limited company. 5. Name of the sole proprietor/ partners/ Director(s) of Pvt. Ltd Co.:

Sl No. Name Father’s name Designation

6. Name of the person authorized to enter into and execute contract/ agreement and the capacity in which he is authorized (in case of partnership/private Ltd company): ……………………………………………………………………………………………………………… …………………..……………………… ………………………. 7. Permanent Account No.:

Signature of bidder ……………………… Date …………………. Name of bidder …………………………

Signature of the bidder Page 27 of 56 Tender for EPM of Malappuram BA

ANNEXURE IV DECLARATION OF NO NEAR RELATIVES OF BSNL EMPLOYEES

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

{ The near relatives are members of a Hindu undivided family/husband and wife / the one related to the other in the manner as father, mother, son(s) and sun’s wife daughter in laws) ,daughter(s), daughter’s husband (son in law), brother(s) and brother’s wife, sister(s) & sister’s husband( brother in law)}

Place:

Date: Signature of the bidder:

Name in block letters: Address :

Signature of the bidder Page 28 of 56 Tender for EPM of Malappuram BA

ANNEXURE V CONDITIONS AND AGREEMENT

1) I/We execute the agreement with GMT, BSNL, Malappuram, for the work as specified in the tender on work contract basis and in accordance with the specifications, terms and conditions and instructions annexed hitherto or that may be given by on behalf of the General Manager, Telecom, BSNL, Malappuram Telecom District or by his representative in consideration of the payment that will be made at the rate quoted by me/us in Annexure-XV. 2) I/We agree to abide by the terms and conditions if the Tender is accepted 3) I/We do hereby abide by the conditions that the Earnest Money Deposit already remitted will be forfeited, if I/We withdraw the Tender at any stage before or after finalization of the Tender. 4) I/We will not claim any interest on the Earnest Money Deposit or Security Deposit while it is in the control of BSNL, Malappuram. 5) I/We agree that the decision of the GM, BSNL, Malappuram, regarding the meaning and effects of this Tender and the Agreement and also on the disputes that may arise out of the execution of the works and settlements of my/our claims, shall be final and legally binding 6) I/We have personally visited and assessed the area and other particulars of the Exchanges/Offices before quoting the rates. 7) I/We are accepting that the accepted rates will be valid for a period of two years commencing from the date of awarding the tender. We agree for the extension of one year or up to the finalization of New Tender on the same rates and conditions 8) I/We agree that we will be held fully responsible to reimburse the cost of the loss / damages incurred due to the negligence of our staff and the decision of the BSNL to the loss and negligence is final. 9) I/We agree to provide any feedback information as and when required by the BSNL at our cost. 10) I/We agree to undertake the work within the stipulated time mentioned in Annexure II. 11) I/We agree to submit the License from the concerned Labour authority within one month from the date of award of the work. 12) I/We agree that if the services are found to be unsatisfactory or if we are unable to fulfill the agreement, the BSNL reserves the right to terminate the contract giving 15 days’ notice, with the forfeiture of Security Deposit besides blacklisting. 13) I/We understand that Tender will be terminated for violation of any of the above condition. 14) I/We agree to the following SERVICECONDITIONS. i. The agency should be capable of providing all the services mentioned in the schedule of works. ii. The actual nature and quantum of work will be assigned by the controlling officer of the place. 15) I/We agree that in case of any dispute, the decision of the General Manger Telecom, BSNL, Malappuram regarding meaning and effects of this tender and agreement and also on the disputes arising out of the execution of the work and settlement of claims shall be final and legally binding.

Signature of the bidder Page 29 of 56 Tender for EPM of Malappuram BA

16) I/We agree that to settle the disputes, the matter should be referred to an Arbitrator so appointed by the BSNL for the purpose and the decision of the arbitrator will be final and binding on both the parties. 17) Any Legal litigation is to be restricted to Malappuram District jurisdiction.

18) I/We agree to submit the bills within 15 th days of every month for the previous month completed work. 19) The period of contract will be for TWO YEAR with effect from the date of award of contract and GMT Malappuram reserves the right for further extension of one year in steps of six months if necessary.

Signature(s) of the Bidder(s) NAME (in block letters) : ADDRESS :

Witness(s) 1.

2.

Signature of the bidder Page 30 of 56 Tender for EPM of Malappuram BA

ANNEXURE-VI

FINANCIAL SCHEDULE FOR MAINTENANCE OF EXTERNAL PLANT

Quote % w r t Base Quote % w r t Base price Base Price Per Unit * price per unit In per unit In words Rs.35(Rs. Thirty Five figures Only)

*Excluding GST

Basic Rate Sl. Type of maintenance work equivalent to No (Units) 1 Monthly maintenance charges for each working LL without BB 1 unit

2 Monthly maintenance charges for each working LL with BB 1 unit +Rs.17/-

Monthly maintenance charges for each working ISDN PRI/Leased 3 1 unit +Rs.70/- Circuits/SIP Trunk 4 MDF related work for each working lines (for cluster size <10K lines) 0.1

5 MDF related work for each working lines (for cluster size >10K lines) 0.07

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

*Rate should be quoted in the E-Tender Financial Bid rate sheet enclosed to the Tender schedule only excluding GST. GST shall be paid extra as per prevailing rate and rules subject to the condition that

1. GSTIN number should be indicated on bills/invoices /documents etc. 2. GSTIN number of BSNL should be distinctly mentioned in the bill 3. The proof of GST Tax having been remitted to State and Central agencies should have been furnished in respect of remittance made in previous month. Note: The rate shall be quoted in words and figures. If there is a difference between words and figures the amount in words shall prevail. The over writings/corrections/ erasures in the bid made by the bidder shall be signed by the persons signing the bid.

Signature of the bidder Page 31 of 56 Tender for EPM of Malappuram BA

ANNEXURE-VII BID FORM

To

The General Manager Telecom, BSNL, Malappuram.

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

Ref: Your Tender No. ………………………………… dated …………………

Dear Sir,

1) Having examined the Terms and conditions of contract and specifications including addenda, the receipt of which is hereby duly acknowledged, we, undersigned, offer to execute the work of “Maintenance of External Plant at fourteen Clusters in Malappuram Business Area”, in conformity with said conditions of contract and specifications as may be ascertained in accordance with the schedule of prices attached herewith and made part of this bid. In conformity with said conditions of contract and specifications as may be ascertained in accordance with the schedule of prices attached herewith and made part of this bid. 2) Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and replacement. 3) We agree to abide by this Bid for a period of 150 days from the date fixed for Bid opening or for subsequently extended period, if any, agreed to by us. This bid shall remain binding upon us up to the aforesaid period. 4) We understand that you are not bound to accept the lowest or any bid, you may receive. 5) If our Bid is accepted, we will submit the securities as per the conditions mentioned in the contract. 6) We undertake, if our Bid is accepted, to execute the work in accordance with specifications time limits &terms and conditions stipulated in the tender document/ Agreement/Work orders. 7) 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.

Dated: ...... day of ………... 2020 Signature …………………….……………. Witness: Name…………………...…………………..

Signature…………………………. In the capacity of………………………….

Name…………………………….. Duly authorized to sign the bid for

Address ...... and on behalf of...

Signature of the bidder Page 32 of 56 Tender for EPM of Malappuram BA

ANNEXURE-VIII BID SECURITY (To be typed on Rs.200/- non-judicial stamp paper)

Sub: Bid Security/EMD guarantee.

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

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

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

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

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

Signature of the bidder Page 33 of 56 Tender for EPM of Malappuram BA

reason of any such variation, or extension being granted to the said Bidder(s) or for any forbearance, act or omission on the part of the BSNL or any indulgence by the BSNL to the said bidder(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

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

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

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

Place: …………………… Signature of the Bank Officer Date: ……………………

Rubber stamp of the bank

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

Name of the Bank officer: ………………….……..………..

Designation: ……………………..……………………………

Complete Postal address of Bank: ………………….………

Telephone Numbers ……………………………………..…..

Fax numbers: ………………………………………………….

Signature of the bidder Page 34 of 56 Tender for EPM of Malappuram BA

ANNEXURE-IX PERFORMANCE BANK GUARANTEE (To be typed on Rs.200/- Non-judicial stamp paper)

Dated:……………..

Sub: Performance guarantee.

1...... Whereas the General Manager Telecom, BSNL, Malappuram, (hereafter referred to as BSNL) has issued an APO no. …………..………. Dated ……/……/20….. awarding the work of ………………………………………….. to M/s …………………..…………………………… R/o………………………………………(hereafter referred to as “Bidder”) and BSNL has asked him to submit a performance guarantee in favour of the General Manager Telecom, BSNL, Malappuram of Rs. …………………… /- hereafter referred to as “P.G. Amount”) valid up to ………….……..…….. (hereafter referred to as “Validity Date”). Now at the request of the Bidder, We ……………………………………… Bank ………………………… Branch having ……………………...……………..…………………………………………………. .…………………………… (Address) and Regd. office address as …………..…………… ……… ………………………… …………… (Hereinafter called ‘the Bank”) agreed to give this guarantee as hereinafter contained: 2. We, “the Bank” do hereby undertake and assure to the BSNL that if in the opinion of the General Manager Telecom, BSNL, Malappuram, the Bidder has in any way failed to observe or perform the terms and conditions of the said agreement or has committed any breach of its obligations there under, the Bank shall on demand and without any objection or demur pay to the BSNL the said sum limited to P.G. Amount or such lesser amount as BSNL may demand without requiring BSNL to have recourse to any legal remedy that may be available to it to compel the Bank to pay the same. 3. Any such demand from the General Manager Telecom, BSNL, Malappuram shall be conclusive as regards the liability of Bidder to pay to the General Manager Telecom, BSNL, Malappuram or as regards the amount payable by the Bank under this guarantee. The Bank shall not be entitled to withhold payment on the ground that the Bidder had disputed its liability to pay or has disputed the quantum of the amount or that any arbitration proceeding or legal proceeding is pending between Bidder and GM Telecom, BSNL, Malappuram regarding the claim. 4. We, the Bank further agree that the guarantee shall come into force from the date of its issue and shall remain in full force and effect up to its Validity date. 5. The Bank further agrees that the General Manager Telecom, BSNL, Malappuram, shall have the fullest liberty without the consent of the Bank and without affecting in any way the obligations hereunder to vary any of the terms and conditions of the said agreement or to extend the time for performance of the said agreement from any of the powers exercisable by the General Manager, BSNL, Malappuram, against the Bidder and to forebear to enforce any of the terms and conditions relating to the said agreement and the Bank shall not be relieved from its liability by reason of such failure or extension being granted to Bidder or through any forbearance, act or omission on the part of the General Manager, BSNL, Malappuram or any indulgence by BSNL to Bidder or any other matter or thing whatsoever which under the law relating to sureties would but for this provision have

Signature of the bidder Page 35 of 56 Tender for EPM of Malappuram BA

the effect of relieving or discharging the guarantor. 6. Notwithstanding anything herein contained; (a) The liability of the Bank under this guarantee is restricted to the P.G. Amount and it will remain in force up to its Validity date. (b) The guarantee shall stand completely discharged and all rights of The General Manager Telecom, BSNL, Malappuram under this Guarantee shall be extinguished if no claim or demand is made on us in writing on or before its validity date. 7. In case the General Manager, BSNL, demands for any money under this bank guarantee, the same shall be paid through banker’s Cheque in favour of “AO (Cash),O/o the General Manager, BSNL, Malappuram payable at Malappuram. 8. The Bank guarantees that the below mentioned officer who have signed it on behalf of the Bank have authority to give this guarantee under its delegated power.

Place: …………………… Signature of the Bank Officer Date: ……………………

Rubber stamp of the bank

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

Name of the Bank officer: ………………….……..………..

Designation: ……………………..……………………………

Complete Postal address of Bank: ………………….………

Telephone Numbers ……………………………………..…..

Fax numbers: ………………………………………………….

Signature of the bidder Page 36 of 56 Tender for EPM of Malappuram BA

ANNEXURE-X LETTER OF AUTHERISATION (To be typed preferably on letter head of the company)

Subject: Authorization for attending Bid opening

I/ We Mr. /Ms. …………………………………………………………...….. have submitted our bid for the tender no. ……………………………..…….……… in respect of (Item of work) ……………………………………………………………………… which is due to open on …………………………….. (date) in the Meeting Room, O/o GMT, BSNL, Malappuram.

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

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

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

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

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

Signature of Bidder/ Officer authorized to sign on behalf of the Bidder

Above Signatures Attested Note: 1. Only one representative will be permitted to attend the Bid opening

2. Permission for entry to the hall where bids are opened may be refused in case authorization as prescribed above is not received.

Signature of the bidder Page 37 of 56 Tender for EPM of Malappuram BA

ANNEXURE-XI AGREEMENT [DRAFT]

This Deed of Agreement is made on this day of …………. Year…………. between Principal General Manager B S NL in charge of Malappuram Business Area on behalf of Bharat Sanchar Nigam Limited , Hereinafter called the "BSNL"which expression shall, unless excluded by or repugnant to context, include his successors and assignees or any other officer nominated by him or by the Chief General Manager Telecom, Kerala Circle, B S N L of the first part and M/S………………………………………. represented by ...... having the registered office at...... herein after called the " Contractor" or Successful tenderer/vender [Which ] expression shall wherever the context so admits include their successors and assignees also of the second part Whereas the BHARAT SANCHAR NIGAM LIMITED is desirous of appointing the said contractor for the Maintenance & provisioning of External Plant in fourteen Clusters of Malappuram BA for two years which may get extended for another one more year or up to the date of finalization of new Tender whichever is earlier on the same terms and conditions, at the sole discretion of GMT, BSNL, Malappuram.

1. Now, therefore, the BSNL and the said contractor have entered into this agreement on remittance of Rs… as Security Deposit vide Cash/DD/PBG No………………… after adjusting EMD of Rs………………… vide Receipt No. ------dated…………….. 2. The Tender notice, general instructions and guidelines to the tender, terms and conditions of the tender, tender schedule and all other particulars and instructions of the Tender notice No. Tender No:OP-1/MLP/Tender/Outsourcing of EPM/2019-20/1 Dated at 31.12.2019 forms part of this agreement and the contractor agrees to comply with all the tender conditions. 3. The contractor is responsible to do the work of Provision and Maintenance of Land line and Broad band for External Plant of Copper Network in Malappuram BA in Cluster. 4. The contractor is responsible to do the maintenance and provisioning of landline and Broadband network from last Pillar to the customer premises, including Inner Zone, with all materials like UG cable, drop wire, jumper wire, clip instruments, LJU & Splitter etc. a) Maintenance of external plant includes i) Attending all types of faults in Customer Access Network such as drop wire break and drop cable break down, overhead cable break, foreign voltage faults, cleaning the joints in overhead lines and changing the wires, cable, DP Tag blocks faults etc. ii) Attending all types of cable faults from 5pair cable to higher size such as Underground cable break, foreign voltage, earth fault set, fault at Pillar and end to end testing. iii) Testing/ Jumpering at the MDF for fault repair/pair change, new landline/Broadband connections. iv) Collection of booked fault & Clearing of fault dockets in the system after clearing of the faults. v) Attending the faults intimated by the Officer in charge. vi) Attending the Broadband fault at the customer premises including configuration of CPE related issues. vii) Attending ISDN PRI/Leased Circuits/SIP Trunk on Copper Cable faults and all other services running on Customer Access Network.

Signature of the bidder Page 38 of 56 Tender for EPM of Malappuram BA

b) Provision of New Landline connections to the customers c) Provision of New Broadband connections on existing Landline d) Provision of New Broadband connections with new Landline e) Shifting of landline and broadband connection f) Provision of new ISDN/Leased circuits/SIP Trunk on copper media. g) All stores shall be supplied and installed by bidder at own cost except 50 pair and above UG Cables. These cost will be borne by bidder and BSNL will not make any payment for these store items. h) All stores related to maintenance of telecom external plant from the last pillar/cabinet/Inner zone to the customer terminal viz. Drop wire, 5 pair cable, 10 pair cable, 20 pair cable, jointing kits and its accessories, Jumper wire, DP Tag block and other subscriber end line materials shall be supplied by the bidder. i) Storing, Packing and transportation of materials shall be done by the bidder. j) Packing and freight charges if any for taking out and return of BSNL provided items like 50 pair cables etc shall be borne by the contractor. k) Materials used / provided by the outsourced agency for maintenance and provisioning shall become the property of BSNL.

l) All the faults made over to contractor (through APP) after 17.00 hrs, the time beyond 8 pm to next morning 8 am will not be counted in MTTR for first 24 hours. In all other cases MTTR will be counted between the time, fault made over to bidder and the time, fault is cleared by bidder. m) MDF to Pillar UG cable fault will not be counted in MTTR. n) The delay due to natural calamity or other un controllable reason shall be excluded by ITPC after receiving the approval of BA Head prior to generation of performance invoice, as a force majeure case. o) No extension of UG copper cable Network to be done. But if the contractor is finding such case as commercially feasible for them, then the contractor can lay UG copper cable on their own cost. Any material will not be given by BSNL for such cases. p) If any theft of materials happens, then it will be the responsibility according to deliverables of material, as per policy (i.e. Bidder for everything except 50 pair and above copper cable) 5. During the contract period the BSNL has every right to terminate the contract at any time with 15 days of notice. 6. Faults register should be maintained and get signature from the officer/official for attending the faults who will order the faults. 7. Reinstatement work should be done properly after completing the cable Faults. 8. Necessary identity cards should be issued by the contractor to the servicing personnel for getting entries to the concerned Telephone exchanges / offices/sub premises.

9. Packing and freight charges if any for taking out and return shall be borne by the contractor 10. Bill for service rendered shall be prepared in Triplicate duly indicating the GSTIN Number.

Signature of the bidder Page 39 of 56 Tender for EPM of Malappuram BA

11. Penalties will be levied on monthly KPIs as given in the Penalty clause of the Tender. 12. The contract will be terminated with PBG forfeiture for consecutive 3 months non-performance on failure to meet all the SLAs i.e. MTTR, Provisioning , fault clearance and repeat faults parameters. Notice to be served for non performance in 1st month, 2nd month and 3rd month before final termination. 13. In case partial SLAs are met then also it is liable for termination. However, Tender accepting authority reserves the right to grant any relief in action for termination considering the circumstances/nature on the appeal made by the bidder if one or more parameters are met. 14. Total penalties for network maintenance shall be capped at 15% of invoice value of maintenance work. However penalty for delay in new provisioning will be levied as per actuals and shall be in addition to penalties for network maintenance. 15. The contract will be terminated at any time by written notice stating reasons for such cancellation/termination to the Contractor, in which event the Contractor shall be entitled to payment for the work done up to the time of such cancellation. In all such cases, the written notice shall be served to the Contractor 15 days in advance from the probable date of cancellation/termination. No compensation shall be payable to the Contractor towards purchases and hire of manpower and other material for use in respect of the work. 16. If the ‘BSNL’ shall not require the whole work or part thereof to be carried out as specified in the Tender Document at any time, after the commencement of the work, the contractor shall have no claim to any payment of compensation whatsoever on account of any profit or advantage which he might have derived from the execution of work in full, but which he did not derive in consequence of the full amount of the work not having been carried out. 17. Without prejudice to any of the rights or remedies under this contract, if the Contractor expires, the contract will be terminated without forfeiting the Security Deposit to the ‘BSNL’ or any compensation to the Contractor, which does not amount to Breach of the contract. Any amount payable to the ‘BSNL’ under this contract shall be recoverable from any payment due to him or from the Security Deposit. 18. Contractor’s legal heirs/representatives shall not without the consent in writing of the Officer- in-Charge, have the right to continue to perform the duties or engagements of the Contractor or under the contract, in case of his death. In all cases proof of death and other relevant documents to this effect shall be submitted to the Officer-in-charge in writing. 19. 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 GMT, BSNL Malappuram 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

SIGNED BY THE SAID BIDDER IN THE PRESENCE OF WITNESS

Witness: 1.

2.

Signature of the bidder Page 40 of 56 Tender for EPM of Malappuram BA

ANNEXURE-XII E- PAYMENT MANDATE FORM

To General Manager, BSNL Malappuram

Sir, Kindly pay any amount due to me/us to our Bank Account as detailed below either by Electronic Clearance/Electronic Fund Transfer mode and the payments shall continue to be made in my /our below mentioned account till a change is requested by me/us. The Service Charges, if any, levied by the bank will be borne by me/us. I/We also declare that the particulars given below are correct and complete. If the transaction is delayed or not effected at all for incomplete information, I/we would not hold BSNL responsible.

Date: Name &Signature of the Authorised signatory with seal

1 Name of the bidder/Company/Firm

2 Address

3. Name of the Bank & Branch

4 Name of Account Holder

5 Branch Code

6 Bank’s IFSC Code

7 Type of Account

8 Account Number

9 Bank Address

10 Bank Telephone Number(& Code)

(To be filled in by the Bank Authorities)

Certified that the particulars furnished above are correct as per our records.

Bank Seal Signature of the Manager/Authorised Officer. Date:

Signature of the bidder Page 41 of 56 Tender for EPM of Malappuram BA

ANNEXURE-XIII

CHECK LIST

Sl . No Documents to be enclosed Yes/No Attested copy of Certificate of Registration of the firm or Attested

copy of partnership deed in case of partnership firms or Attested 1 copy of Certificate of incorporation in case of Ltd., company. 2 Valid MSME or NSIC registration certificate 3 Proof for Cost of Application form if applicable 4 Proof for EMD as per NIT if applicable

Labour License issued by the labour Enforcement office/Ministry of labour if available or declaration for submission of the same within 5 one month from the date of award of work if applicable. EPF Registration certificate with EPF code number and Latest EPF payment challans copy in respect of previous work if applicable or

6 declaration for submission of the same within one month from the date of award of work if applicable ESI Registration certificate with ESI code number and Latest ESI

payment challans copy in respect of previous work if applicable or 7 declaration for submission of the same within one month from the date of award of work if applicable 8 GST Registration Certificate 9 No Near relative certificate 10 Letter of authorization 11 Bidder’s profile

Experience certificate as per Technical Qualification 12 Self declaration stating that the tenderer is not blacklisted by GST 13 authorities. 14 Pan card/ Latest IT Return 15 BID form

16 E-Payment mandate form

17 All pages of the Tender Document to signed by the bidder(Off line only enough) 18 Audited Annual Turnover Certificate as per the Eligibility criteria mentioned in section 3.3.2

Signature of the bidder Page 42 of 56 Tender for EPM of Malappuram BA

ANNEXURE-XIV

https://etender.bsnl.co.in/irj/portal BHARAT SANCHAR NIGAM LIMITED Office of the General Manager Telecom, BSNL, Malappuram Technical Bid Tender No. OP-1/MLP/Tender/Outsourcing of EPM/2019-20/6 Dated at 06.01.2020

Tender for Maintenance of External Plant in Fourteen Cluster of Malappuram Business Area Name of the Company Sl. No Documents to be enclosed Yes/No 1 Attested copy of Certificate of Registration of the firm or Attested copy of partnership deed in case of partnership firms or Attested copy of Certificate of incorporation in case of Ltd., company. 2 Valid MSME or NSIC registration certificate 3 Proof for Cost of Application form Rs ------/- if applicable 4 Proof for EMD as per NIT Page No.1 i f applicable 5 Labour License issued by the labour Enforcement office/Ministry of labour if available or declaration for submission of the same within one month from the date of award of work if applicable. 6 EPF Registration certificate with EPF cod e number and Latest EPF payment challans copy in respect of previous work if applicable or declaration for submission of the same within one month from the date of award of work if applicable. 7 ESI Registration certificate with ESI code number and Latest ESI payment challans copy in respect of previous work if applicable or declaration for submission of the same within one month from the date of award of work if applicable 8 GST Registration Certificate if applicable 9 No Near relative certificate 10 Letter of authorization 11 Bidder’s profile 12 Experience certificate as per Technical Qualification. 13 Self declaration stating that the bidder is not blacklisted by GST authorities. 14 Pan card/ Latest IT Return 15 BID form 16 E-Payment manda te form 17 All pages of the Tender Document to signed by the bidder(Off line only enough) 18 Audited Annual Turnover Certificate as per the Eligibility criteria mentioned in section 3.3.2

Signature of the bidder Page 43 of 56 Tender for EPM of Malappuram BA

ANNEXURE-XV

FINANCIAL BID OP-1/MLP/Tender/Outsourcing of EPM/2019-20/6 dated 06-01-2020 Maintenance of External Plant in Fourteen Clusters of Malappuram Business Area Name of the Bidder Item A: Provision and Maintenance of Land Line Broad Band and ISDN Quote % w.r.t. Base price per Unit (within + or – 20% of the defined base rate Base Price i.e. Rs: 35/-) Per Unit Sl. Cluster ID Cluster Name (excluding No. Below Above GST) (in At Par Rs.) in in in in figures words figures words

1 KLMRX001 MANJERI 35

2 KLMRX002 KONDOTTY 35

3 KLMRX003 KUTTIPPURAM 35

4 KLMRX004 MALAPPURAM 35

5 KLMRX005 TIRUR NORTH 35

6 KLMRX006 TIRUR SOUTH 35

7 KLMRX007 PONNANI 35

8 KLMRX008 PERINTHALMANNA 35

MAKKARAPARAMB

9 KLMRX009 A 35

10 KLMRX010 EDAKKARA 35

11 KLMRX011 NILAMBUR 35

12 KLMRX012 PARAPPANANGADI 35

13 KLMRX013 CHELARI 35

14 KLMRX014 EDAPPAL 35

Item B: Infra maintenance (Optional) Rate quoted per Exchange per month (in Rs) For Exchange having Description For Exchanges having capacity capacity less than or equal more than 1000 line to 1000 lines Manual assistance for operating DG( diesel generator), Power plant, Battery and KSEB supply round the clock

Signature of the bidder Page 44 of 56 Tender for EPM of Malappuram BA

Basic Rate SI equivalent to Type of maintenance work No (Units)

1 Monthly maintenance charges for each working LL without BB 1 unit

2 Monthly maintenance charges for each working LL with BB 1 unit +Rs.17/- Monthly maintenance charges for each working ISDN PRI/Leased 3 1 unit +Rs.70/- Circuits/SIP Trunk 4 MDF related work for each working lines (for cluster size <10K lines) 0.1

5 MDF related work for each working lines (for cluster size >10K lines) 0.07

Signature of the bidder Page 45 of 56 Tender for EPM of Malappuram BA

ANNEXURE-XVI

Vendor Information Updation form Vendor name (Legal Entity Name) Others( Constitution of business please spec ify) Communication Address State PAN If Others Vendor Type (please specify ) GST registration Status Registration migration status(GST) Existing Tax registration number (Please specify) Contact person Designation Tel ephone Number Fax No E Mail ID Bank Details Name of Bank Name of Branch Branch Address Swift Code Account Number Account Name In case if registered, provide the following information for all the registrations: Total no of GST registrati on(PAN India) For each of the registrations, kindly provide the following information Registration for state 1 GSTIN/UN Date of registration number Registered Address PIN Code State Name State Code Composition scheme availed Declaration by Name Designation Date: Registration for State2 ( if applicable) (Please add field for other states in the form if applicable) Date of Registration GSTIN/UN Registered Address

Signature of the bidder Page 46 of 56 Tender for EPM of Malappuram BA

State PIN Code Name State Code Composition scheme availed Decl aration by Name Designation Date: Declaration by Name Designation Date: Note: Please provide a copy of document evidencing provisional GSTIN ID issued by GSTN Note:In case you have multiple registration, please copy row 34 to 41 and insert the details

Signature of the bidder Page 47 of 56 Tender for EPM of Malappuram BA

VENDOR FORM

Sl. No Particulars 1. Vendor Code 2 Vendor Name 3 Type of Vendor ie. Whether registered or unregistered

Statewise registration addresses of the Vendor (in case 4 vendor has multiple state operation)

5 State of registration along with Pincode 6 PAN No. of Vendor GSTIN No. of the registered vendors (if registered in 7 multiple state, listing of all GSTINS under which invoices are raised by vendors) Status of Vendor, ie. Whether SEZ, EOU, 8 DTA, Government, Local Authority

9 List of Goods and Services provided by Vendor

HSN Code for goods/ SAC for services supplied by 10 each vendor 11 GST Compliance rating (optional) 12 Whether supply is exempt/ non taxable 13 Whether reverse charge scheme applicable (Yes or No) Whether compounding scheme applicable (Yes or No) In case purchase is from dealers under composition 14 scheme GST Cost will be inbuilt in supply and vendor will not charge GST Separately

15 Whether TDS applicable (Yes/ No) 16 Email address of vendor 17 Phone no. of vendor 18 Mobile no. of vendor

Signature of the bidder Page 48 of 56 Tender for EPM of Malappuram BA

ANNEXURE-XVII DETAILS OF CLUSTERS AND EXCHANGES UNDER MALAPPURAM BA

ISDN Land LandLine Sl. & Cluster Exchange Name Line & No. Lease Only Broadband Ckt 1 CHELARI CHELARI 1694 607 20 2 CHELARI PARAMBILPEEDIKA 363 110 3 3 CHELARI 2434 775 14 4 CHELARI VALLIKUNNU 888 301 4 5 EDAKKARA AKAMPADAM 130 86 1 6 EDAKKARA CHUNGATHARA 417 262 8 7 EDAKKARA EDAKKARA 754 413 7 8 EDAKKARA ERUMAMUNDA 38 36 1 9 EDAKKARA KARULAI 289 126 4 10 EDAKKARA MAMPAD 128 62 1 11 EDAKKARA MARUTHA 107 60 1 12 EDAKKARA POOKKOTTUMPADAM 436 308 4 13 EDAKKARA UPPADA 144 100 2 14 EDAPPAL CHANGARAMKULAM 2512 864 6 15 EDAPPAL EDAPPAL 2120 984 28 16 KONDOTTY CHELEMBRA 425 150 0 17 KONDOTTY EDAVANNAPARA 1044 385 3 18 KONDOTTY KIZHISSERI 530 234 2 19 KONDOTTY KONDOTTY 2105 662 26 20 KONDOTTY PULICKAL 967 288 4 21 KONDOTTY TRIPPANACHI 234 80 2 22 KONDOTTY VALLUVAMBRAM 1133 290 6 23 KONDOTTY VAZHAYUR 957 276 7 24 KUTTIPPURAM ATHAVANAD 561 260 2 25 KUTTIPPURAM EDAYUR 165 44 2 26 KUTTIPPURAM IRIMBILIYAM 290 173 3 27 KUTTIPPURAM KADAMPUZHA 526 162 4 28 KUTTIPPURAM KUTTIPPURAM 807 316 10 29 KUTTIPPURAM NADAKKAVU 430 163 5 30 KUTTIPPURAM RANDATHANI 488 185 2 31 KUTTIPPURAM TIRUNAVAYA 1400 446 3 32 KUTTIPPURAM VALANCHERI 1149 461 17 33 MAKKARAPARAMBA ANGADIPURAM 672 323 7 34 MAKKARAPARAMBA KOLATHUR 544 183 5 35 MAKKARAPARAMBA MAKKARAPARAMBA 1519 414 11 36 MAKKARAPARAMBA 1030 567 7 37 MAKKARAPARAMBA MOORKANAD 189 56 0 38 MAKKARAPARAMBA PANG 547 144 2 39 MAKKARAPARAMBA PUZHAKKATTIRI 472 130 1

Signature of the bidder Page 49 of 56 Tender for EPM of Malappuram BA

40 MAKKARAPARAMBA VALLIKKAPATTA 446 164 0 41 MALAPPURAM CHAPPANANGADI 573 154 1 42 MALAPPURAM EDARIKODE 743 343 3 43 MALAPPURAM KODUR 804 224 10 44 MALAPPURAM 1858 841 55 45 MALAPPURAM MALAPPURAM 1982 1053 4 46 MALAPPURAM OTHUKKUNGAL 512 199 2 47 MALAPPURAM PANAKKAD 139 67 1 48 MANJERI ANAKKAYAM 69 66 0 49 MANJERI AREACODE 727 421 11 50 MANJERI CHENGARA 354 211 2 51 MANJERI EDAVANNA 582 277 7 52 MANJERI ELAMKUR 90 76 2 53 MANJERI KEEZHUPARAMBA 328 260 1 54 MANJERI MANJERI 1740 1071 66 55 MANJERI PANDALLUR 155 94 2 56 MANJERI PANDIKKAD 508 253 6 57 MANJERI THOTTUMUKKOM 278 125 3 58 MANJERI TIRUVALI 156 111 4 59 MANJERI TRIKKALANGODE 208 123 1 60 MANJERI URNGATTIRI 138 83 0 61 NILAMBUR 203 225 4 62 NILAMBUR 158 184 4 63 NILAMBUR NILAMBUR 1286 614 22 64 NILAMBUR THUVUR 114 129 2 65 NILAMBUR VANIYAMBALAM 246 151 2 66 NILAMBUR 557 407 15 67 PARAPPANANGADI KUNNUMPURAM 1113 348 13 68 PARAPPANANGADI PARAPPANANGADI 1619 647 19 69 PARAPPANANGADI VELIMUKKU 1150 255 2 70 PARAPPANANGADI VENGARA 2662 839 12 71 PERINTHALMANNA ANAMANGAD 455 133 3 72 PERINTHALMANNA ELAMKULAM 266 135 1 73 PERINTHALMANNA KEEZATTUR 166 80 2 74 PERINTHALMANNA MELATTUR 551 210 6 75 PERINTHALMANNA PERINTHALMANNA 1707 782 59 76 PERINTHALMANNA PULAMANTHOL 579 370 5 77 PERINTHALMANNA THAZHEKODE 832 348 8 78 PERINTHALMANNA VETTATHUR 322 70 2 79 PONNANI MARANCHERI 2132 859 9 80 PONNANI PALAPPETTY 646 322 3 81 PONNANI PONNANI 1580 731 27 82 PONNANI TAVANUR 850 331 4 83 TIRUR NORTH KALPAKANCHERI 1908 401 6 84 TIRUR NORTH KARINGAPPARA 997 279 2 85 TIRUR NORTH KUNDOOR 908 278 3

Signature of the bidder Page 50 of 56 Tender for EPM of Malappuram BA

86 TIRUR NORTH TANALUR 1317 406 5 87 TIRUR NORTH THEKKANKUTTOOR 656 265 0 88 TIRUR NORTH VYLATHUR 1592 394 0 89 TIRUR SOUTH KAVILAKKAD 503 229 7 90 TIRUR SOUTH MANGALAM 1123 321 0 91 TIRUR SOUTH TANUR 1077 463 9 92 TIRUR SOUTH TIRUR 3694 1538 58 93 TIRUR SOUTH VETTOM 435 155 2

Signature of the bidder Page 51 of 56 Tender for EPM of Malappuram BA

ANNEXURE XVIII

(All the calculation is exclusive of GST) IV-1 : Invoice performa for Maintenance charges with unit rate Rs.35/- Cluster No Type of work Units Rate Amount ……… A B C D=A*B*C Monthly maintenance charges for each 1 1 35 2000 70000 working LL without BB Monthly maintenance charges for each 1+ 2 52 1000 52000 working LL with BB Rs.17 Monthly maintenance charges for each 3 1+Rs.70 105 100 10500 working ISDN PRI/Leased Circuits/SIP Trunk MDF related work for each working lines (for 4 0.1 3.5 3100 10850 cluster size <10K lines) Monthly Incentive for MTTR adherance for higher FMC customers 5 FMC Rs.301-600 17 500 8500 6 FMC Rs.601-800 27 300 8100 7 FMC 800+ 35 200 7000 8 PRI/SIP Trunk/Leased circuits 70 100 7000 Total Maintenance charges 173950

IV-2 : Invoice performa for Provisioning charges 1 Provision of New Land Line 210 30 6300 2 Provision of BB only (on existing Landline) 105 20 2100 3 Provision of New Broadband including new Landline 280 10 2800 Provisioning of ISDN PRI/Leased circuits/SIP Trunk on 4 350 5 copper 1750 Total Provisioning charges 12950

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

Signature of the bidder Page 52 of 56 Tender for EPM of Malappuram BA

ANNEXURE XIX (All the calculation is exclusive of GST) Penalty calculation for Maintenance Invoice of Rs.173950 Slippage Sl. SLA % of parameters Penalty SLA in % or Amount No. achd Invoice hr Fault 0.2% of invoice value for 1 95% 90% 0.2 5% 1739.5 Clearance(95%) each 1% of slippage 0.3% of invoice value for 12 2 MTTR 12hrs each hour of slippage ( 18 0.3 6 3131.1 hrs rounded off) 0.5% of invoice value for 3 MTTR 8hrs each hour of slippage ( 8 hrs 9 0.5 1 869.75 rounded off) 1.0 % of invoice value 4 MTTR 4hrs for each hour of 4 hrs 4 1 0 0 slippage ( rounded off) 1.33 % of invoice value 5 MTTR 3hrs for each hour of 3 hrs 4 1.33 1 2313.535 slippage ( rounded off) Repeat 0.5% of invoice value for 6 10% 16% 0.5 6% 5218.5 fault(10%) each 1% of slippage Total Penalty for ( max . 15% ie Rs 13272.39 Maintenance 26092/- ) Payable Maintenance charges after Penalty 160677.6 calculation

Penalty Calculation for Provisioning Sl. SLA Parameters Penalty SLA Prov Delay Penalty Amount No Achd 1 New LL or BB Rs.25/- per day delay 3 days 10 4 1 25 250 2 New LL or BB (max.Rs.100/-for each 3 days 10 5 2 25 500 3 New LL or BB connection) for each 3 days 10 6 3 25 750 4 New LL or BB connection. 3 days 10 10 7 25 1000 6 BB on existing LL Rs.25/- per day delay 2 days 5 1 0 25 0 7 BB on existing LL (max.Rs.100/-for each 2 days 5 2 0 25 0 8 BB on existing LL connection) for each 2 days 5 4 2 25 250 9 BB on existing LL connection. 2 days 5 8 6 25 500 Rs.50/- per day delay New ISDN PRI/SIP (max.Rs.200/-for each 10 Trunk/Leased 3 days 5 2 0 50 0 connection) for each Circuits connection. Total Penalty for

Provisioning 3250 Payable Provisioning charges after Penalty

calculation 9700.0

Total Payable Maintenance and Provisioning Charges after penalty: 170377.6

Signature of the bidder Page 53 of 56 Tender for EPM of Malappuram BA

ANNEXURE XX DECLARATION REGARDING GST PAYMENT AND FILING (To be attached with each bill)

To

General Manager Telecom BSNL, Malappuram Sir,

Sub: Declaration regarding GST payment and uploading of tax invoice in GSTR1 to GSTN portal

Ref: Tax invoice No...... dated......

I/We hereby declare that,

1. GST amount claimed in the tax invoice No...... dated...... issued to BSNL, Malappuram will be paid to the Government in time, so as to avail input credit by BSNL. In case, the eligibility of input tax credit for BSNL is questioned or denied by the GST Department on account of default on my/our part, the same may be recovered from me/us.

2. The invoice No……..… has uploaded in GSTN portal in GSTR1 on …………..(date) / will be uploaded in the GSTN Portal in GSTR1 return within the due date fixed in this regard by Govt. from time to time.

Signature Name & Address of the Bidder

Place Date (Seal)

Signature of the bidder Page 54 of 56 Tender for EPM of Malappuram BA

ANNEXURE XXI

UNDERTAKING & DECLARATION

For understanding the terms & conditions of Tender & Specification of work. a) Certified that 1. I/We ……………………………………. Have read, understood and agree with all the terms and conditions, specifications included in the tender documents & offer to execute the work at the rates quoted by us in the tender form. 2. If I/We fail to enter into the agreement & commence the work in time, the EMD/SD deposited by us will stand forfeited to the BSNL. b) The bidder hereby covenants and declares that: 1. All the information, Documents, Photocopies of the Documents/Certificates enclosed along with the Tender offer are correct. 2. If anything is found false and/or incorrect and/or reveals any suppression of fact at any time, BSNL reserves the right to debar our tender offer/cancel the LOA/Purchase/work order if issued and forfeit the EMD/SD/Bill amount pending with BSNL. In addition, BSNL may debar the contractor from participation in its future tenders. 3. No addition/deletion/corrections have been made in the downloaded tender document being submitted and it is identical to the tender document appearing on the website. In case of any correction/addition/alteration/omission in the tender document, the tender bid shall be treated as non responsive and shall be rejected summarily.

Date:------Signature of Bidder

Place------Name of Bidder------Along with date & seal.

Signature of the bidder Page 55 of 56 Tender for EPM of Malappuram BA

ANNEXURE XXII

Clarification on FAQs for policy on outsourcing model issued vide Lr. No- 77-1/2019/ Outsorcing model-GEN/19 dated 20.12.2019 FAQs on outsourcing policy by circles/SSAs are mentioned below with detailed clarifications. 1. Who will take permission of road cutting from local body and who will pay Demand for road cutting? Clarification : RoW permission, payment and coordination with local body will be dealt by BSNL, as being done for maintenance of External Plant Cable Network. 2. What about already damaged underground network? Clarification : No working connections will be available on already damaged UG Network, for cases, which are commercially viable can be revived by BSNL as approved by BA Head/Circle Head on case to case basis before handing over to outsourcing agency.

3. What is the time period to repair fault in case of underground cable fault? Clarification : MTTR is already given for faults between last pillar and customer premise i.e. Customer Access Network, however Local Access(MDF to Pillar UG cable) UG cable fault will not be counted in MTTR.

4. What about MTTR and repeat fault penalty in case of DSLAM failure or Cable fault from MDF to Pillar or other departmental reason, Clarification : It will be excluded from the successful bidder scope.

5. Whether Zero reading case booked by ITPC will be counted for repeat fault penalty and MTTR calculation? Clarification : No, it will not be included. This will be taken care by APP(developed by ITPC)

6. What will be calculation for night hour 8 PM to 10 AM for MTTR hour calculations? Clarification : All the faults made over to bidder(through APP) after 17:00hrs, the time beyond 8 pm to next morning 8 am will not be counted in MTTR for first 24 hours. In allother cases, MTTR will be counted between the time, fault made over to bidder and the time, fault is cleared by bidder.

7. What about delay due to natural calamity or other uncontrollable reason? Clarification : The delay due to natural calamity or other uncontrollable reason shall be excluded by ITPC after receiving the approval of BA Head prior to generation of performa Invoice, as a force majeure case.

8. Who will do if extension of network is required? For example- presently network is 200meter from pillar but colony expanded up to 400 meter then who will lay cable and create/ extend new network. Clarification : No extension of UG copper cable network to be done under this outsourcing policy.

9. What is the limit of cable laying should be defined? like if cable laying is required up to 5 meter than it will lay by vendor but if cable length is more than 5 meter that extra charge @ _ to be paid by BSNL. Clarification : If bidder is finding such case as commercially feasible for them then bidder can lay UG copper cable on their own cost. Any materials will be not be given by BSNL for such case.

Signature of the bidder Page 56 of 56 Tender for EPM of Malappuram BA

10 . Who will bear cost of Modem/Telephone instrument:? Clarification :The cost of Modem/Telephone instrument will be borne by customer whether it is purchased from market or purchased through bidder or BSNL owned.

11. Who will bear cost if theft of materials happens? Clarification : If any theft of materials happens then it will be the responsibility accordingly to deliverables of materials, as per policy{ i.e. Bidder for everything except 50 pair and above copper cable).

12. Whether Rural area with more number of customers can be included in cluster? Clarification : The demarcation of rural and urban area shall be based on the working numbers on copper cable per cluster so that there is a financial viability of the outsourced model and external plant network by making a cluster size of minimum;3000 lines i.e. it may so happen that in some SSA, 4-5 adjoining village exchanges(within 10km) are included in urban outsourcing model, while SDCA towns, below 100 working numbers may not qualify for urban fixed line outsourcing model and may have to be maintained through rural outsourcing model(which will be given separately). 13. How communication (for maintenance of network and new, provisioning) will be done between BSNL team and Bidder team? Clarification : The communication (for maintenance of network and new provisioning) between BSNL and the outsourcing agency shall be through mobile app / desktop software, in order to minimize the down time for customer complaints and eliminate the manual interactions. 14 . Whether any changes can be done on eligibility criteria? Clarification: The Eligibility criteria may be modified to make more stringent with the approval of Circle head, in case Circle has confident of fitting suitable bidders for its clusters. 15. Whether tender cost and EMD can be exempted to MSME bidder? Clarification: The guidelines issued by MM unit of BSNL Corporate Office time to time shall be followed.

Signature of the bidder