T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

BHARAT SANCHAR NIGAM LIMITED (A Govt. of Enterprise)

E-TENDER DOCUMENT

FOR

HOUSE KEEPING SERVICES IN

GM WEST, GM EAST AND GM GANDHINAGAR ZONE IN

AHMEDABAD TELECOM DISTRICT

TENDER No.: - ATD/MM/T-1826 to T-1828/17-18 Dated: 16-12-2017

AGM MM SECTION

O/o The Assistant General Manager (MM), 10th floor Navrangpura Telephone Bhavan, C.G.Road, Navrangpura, -06. PH.26480077/ 24. Fax NO.26480059 Visit us at: www..bsnl.co.inor http://tender.bsnl.co.in

1 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

SECTION-I BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise) Office of the General Manager (CFA NWP) AHMEDABAD TELECOM DISTRICT

No: ATD/MM/T-1826 to 1828/17-18 Dated: 16-12-2017

Please find enclosed the tender document in respect of above mentioned tender which contains the following.

Section No. Item Page No. TECHNICAL BID 1 Part A Detailed NIT 3-5 1 Part B Newspaper NIT 6 2 Tender Information 7-8 3 Schedule of Requirements &Scope of work 9-29 4 Part A General Instructions to Bidders(GIB) 30-47 4 Part B E-tendering instructions to bidders 48-52 5 Part A General (Commercial) Conditions of Contract (GCC) 53-56 5 Part B Special (Commercial) Conditions of Contract (SCC) 57-61 6 Part A to B Part A :Declaration Regarding No Relative Working In BSNL 62-64 Part B : Undertaking & Declarations 7 Part A Bid Security Form 65 7 Part B Performance Security Guarantee Bond 66-67 7 Part C Letter Of Authorisation For Attending Bid Opening 68 7 Part D Specimen Of Agreement 69-70 8 Agency Details 71 9 Part A Bid form 72 Check List 73 FINANCIAL BID 9 Part B Rate Sheet 74 - 75

If interested, kindly submit your offers by means of online bids only for Electronic E- Tendering at the portal detailed in ‘Special Instructions to Bidders for E-Tendering’ on or before date & time specified in Clause 6 of Detailed NIT.

Assistant General Manager (MM) Ahmedabad Telecom District. Ph. No. (079) 26480024 Fax No. (079) 26480059 Email: [email protected]

2 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

SECTION – I (Part A) No: ATD/MM/T-1826 to 1828/17-18 Dated: 16-12-2017

Detailed Notice Inviting Tender Sealed Tender (Digitally) is invited by Pr. General Manager, Ahmedabad, on behalf of BHARAT SANCHAR NIGAM LIMITED from prospective bidders for providing House Keeping services in Ahmedabad Telecom District for a period of one year.

Subject House Keeping Services in Areas under GM West, GM East and GM Gandhinagar zones of Ahmedabad Telecom District as per details mentioned in the tender document Bidders Eligibility As per details given in document Duration of contract One year from date of award Security Deposit 5 % of total cost of tender Time & last date of Up to 14.30 Hrs. on 09-01-2018 submission of Bid Time of Bid opening At 15.00 Hrs. on 09-01-2018 Place of opening of O/o The Assistant General Manager (MM), Tender at 10th Floor, Telephone Bhavan, C.G.Road, Navrangpura, Ahmedabad-380006 Sr.N Tender No. Name of Zone Estimated Bid Security Cost of Tender o Tender Cost in in Rs. Document in Rs. Rs. inclusive of GST

1 T-1826/17-18 West& North 14,82,640 29,653 590

2 T-1827/17-18 East & Central 25,05,818 50,116 590

3 T-1828/17-18 GNR 7,45,934 14,919 590

The area & quantity are approximate, tentative and indicative only. There might be changes in areas & quantity depending on work situations. New locations may be added or existing locations may be deleted depending on prevalent situation at that time.

 The bidder can participate in one zone or for all zones with tender form fee & Bid security (EMD) separately zone wise. They should submit only one Technical Bid with required document for eligibility even after participated in one or for all zones by indicating on main cover for which zones they participated. Moreover, they should submit the financial bid zone wise (on-line) separately for each zone for which they participated in the tender.

2. Purchase of Tender Document: Tender document can be obtained by downloading it from the website “www.gujarat.bsnl.co.in” or http://tender.bsnl.co.in. The official copy of tender document for participating in E-tender shall be available for downloading from https://eprocurement.synise.com/bsnl1/gujarat 2.1 The bidders downloading the tender document are required to submit the tender fee amount through DD/ Banker’s Cheque along with their tender bid failing which the tender bid shall be left archived unopened/ rejected.

3 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

The DD/ banker’s cheque shall be drawn from any Nationalized/ Scheduled Bank in favour of AO (Cash) HQ, BSNL, PGM ATD, Ahmedabad and payable at Ahmedabad.

2.2 The tender documents shall be issued free of cost to MSE bidders on production of requisite proof in respect of valid certification from MSME for the tendered item.

3. Availability of Tender Document: The tender document shall be available for downloading from 00.00.2017 17:00 Hrs onwards up to 00-00-2017 14:25 Hrs on all working days of this office

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

3. Note 3: The Tender document shall not be available for download on its submission / closing date.

4. Eligibility Criteria: -

4.1 The bidder should have (a) Registered office or one of the branch offices of the bidders should be located in Ahmedabad /Gandhinagar (b) Previous experience for providing House Keeping Services to any Central / State Govt. / PSU/ any other reputed Organisation / Private Limited firms. (c) Minimum turnover of Rs. Two Lakhs in one year. Experience Certificate should be issued by an officer not below the rank of Divisional Engineer / Chief Account Officer or equivalent in case of BSNL / MTNL / Central / State Govt. / PSU and by authorized signatory in case of any Private operator / Reputed Private firm. (d) Registration Certificate of EPF and ESI

4.2 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.

5. Bid Security/EMD:

5.1 The bidder shall furnish the bid EMD in one of the following ways:-

(a) Demand Draft/ Banker’s cheque drawn in favour of AO (Cash) HQ, BSNL, PGM ATD, Ahmedabad and payable at Ahmedabad.

(b) Bank Guarantee from a Nationalized/scheduled bank drawn in favour of AO (Cash) HQ, BSNL, PGM ATD, Ahmedabad which should be valid for 180 days from the tender opening date.

5.2 The MSE units shall be exempted from submission of Bid Security deposit on production of requisite proof in respect of valid certification from MSME for the tendered item.

6. Date & Time of Submission of Tender bids: As above in table.

4 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

Note 4: In case the date of submission (opening) of bid is declared to be a holiday, the date of submission (opening) of bid will get shifted automatically to next working day at the same scheduled time. Any change in bid opening date due to any other unavoidable reason will be intimated to all the bidders separately.

7. Opening of Tender Bids: As above in table.

8. Place of opening of Tender bids:

8.1 In case of tenders invited through e-tendering process, the tenders shall be opened through ‘Public Online Tender Opening Event (POTOE)’. BSNL’s Tender Opening Officers as well as authorized representatives of bidders can attend the Public Online Tender Opening vent (TOE) from the comfort of their offices. Kindly refer clause 8 of Section-4 of Tender document for further instructions.

8.2 In addition & in case of tenders invited through manual bidding process, authorized representatives of bidders (i.e. vendor organization) can attend the TOE at the office of AGM (MM), 10th Floor, Telephone Bhawan, C.G. Road, Navrangpura AHMEDABAD – 380 006., where BSNL’s Tender Opening Officers would be conducting Public Online Tender Opening Event (TOE).

9. Tender bids received after due time & date will not be accepted by the system or physically.

10. Incomplete, ambiguous, Conditional, unsealed tender bids are liable to be rejected.

11. PGM, ATD Ahmedabad reserves the right to accept or reject any or all tender bids without assigning any reason. He is not bound to accept the lowest tender.

12. The official copy of tender document for e-bidding process of E-tender shall be available for downloading from https://eprocurement.synise.com/bsnl1/gujaratfrom 16.12.2017 17:00 Hrs onwards. This will, however, be same as available on BSNL website.

12.1 The bidder shall furnish a declaration that no addition / deletion / corrections have been made in the downloaded tender document being submitted and it is identical to the tender document appearing on E-tender Portal https://eprocurement.synise.com/bsnl1/gujarat,

12.2 In case of any correction/ addition/ alteration/ omission in the tender document, the tender bid shall be treated as non responsive and shall be rejected summarily.

13. The bidder shall furnish a declaration in his tender bid that his firm has not black listed by any SSA/ Circle of BSNL/ MTNL

Note 5: All documents submitted in the bid offer should be preferably in English. In case the certificate viz. experience, registration etc. is issued in any other language other than English, the bidder shall attach an English translation of the same duly attested by the bidder & the translator to be true copy in addition to the relevant certificate.

Note 6: All computer generated documents should be duly signed/ attested by the bidder/ vendor organization.

5 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

SECTION – 1 (Part- B)

NEWS PAPER N.I.T. (NNIT)

BHARAT SANCHAR NIGAM LIMITED Office of the General Manager (CFA NWP) AHMEDABAD TELECOM DISTRICT

NOTICE INVITING E-TENDER No.T-1826 to 1828/17-18

E-Tenders are invited from the prospective bidders for “House Keeping Services for GM West, GM East and GM Gandhinagar area in Ahmedabad Telecom District.” Last date of receipt of tender is 09.01.2018 Up to 14:30 Hrs.

For further detailed information, kindly visit our website www.gujarat.bsnl.co.in and follow “Link for E-tenders” or http://tender.bsnl.co.in/

Assistant General Manager (MM) Ahmedabad Telecom District. PH.26480024 Fax No.26480059

6 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

SECTION –2

Tender Information

1. Type of Tender :

a) No. of Bid Submission Stages for tender: Single Stage.

b) No. of Envelopes for submission of Bids: Two Nos. (The bidders shall submit Techno- commercial & financial bid simultaneously) (Opening stages)

c) E-reverse auction: if required by Business Unit / Planning cell after opening of the Financial bids

Note 1: In case of 1(b) above, the bidder shall submit Techno-commercial & Financial bid simultaneously. The bids will be evaluated techno-commercially first and thereafter financial bids of techno commercially compliant bidders only shall be opened.

2. Bid Validity Period / validity of Bid offer:

150 days from the tender opening date and Validity of bid Offer for acceptance by BSNL can be extended.

3. In case of tenders invited under two envelopes system, the first envelope will be named as techno commercial & will contain documents of bidder’s satisfying the eligibility / Technical & commercial conditions and 2nd envelope will be named as financial envelope containing financial quote.

a)Techno-commercial part of the bid shall contain one set of the following documents only:-

i) EMD for zones for which bidder has participated ii) Cost of the tender documents i.e. tender fee for zones for which bidder had participated. iii) Certificate(s) showing fulfilment of the eligibility criteria(s) stated in Clause 4 of the DNIT iv) Power of Attorney & authorization for executing the power of Attorney in accordance with clause 14.3 of Section -4 Part A v) Clause by clause compliance vi) Agency Details duly filled & signed. vii) Non-Relation Certificate duly filled & signed. viii) Undertaking & declaration duly filled & signed ix) Documents stated in clause 10 of Section -4 Part A x) Tender documents duly signed at the end of each section for having read it & accepted it. xi) Tender/ Bid form- Section 9 Part A duly filled & signed xii) Electronic Form- Technical (in case of tenders invited through e-tendering process)

Note 2: Deleted b) Financial envelope shall contain Electronic Form- financial along with Price Schedule (Section 9 Part-B with all relevant bid annexure (in case of tenders invited through e-tendering process)

7 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

Note 3: Bid must be submitted by bidder through E-tendering mode only. Manual (OFFLINE) submission of bids should not be considered. In case of e-tendering, the following documents are required to be submitted offline (i.e. offline submissions) AGM (MM), 10th Floor, Telephone Bhavan, C.G.Road, Navrangpura, and Ahmedabad-380006 on or before the date & time of submission of bids in a sealed envelope. 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 in accordance with clause 14.3 of section 4 Part A and authorization for executing the power of Attorney. iv) Latest and valid MSME / NSIC Certificate duly certified by NSIC if applicable The purchaser shall not be responsible if the envelop is delivered elsewhere or late.

4. Deleted

5. Payment terms: As detailed in clause 12 of section-5 part B of the tender document.

6. Deleted

8 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

SECTION – 3 SCOPE OF WORK 1 Quantum of work:- 1.1 O/o. Pr.General Manager Telecom, Bharat Sanchar Nigam Limited (BSNL), Ahmedabad, intends to appoint a reputed agency for providing Housekeeping services at the location detailed below:

Daily Frequency : (Annexure – I)

Sl Tender No Zone Carpet Open Toilet Block No* Overhead/ No area sq Space* (Including Toilet, Underground meter * Tank No* (Daily Urinal and Wash (Daily Frequen Basin) Frequen cy) cy)

1 T-1826/17-18 GM West 10672.05 13245.08 82 57

2 T-1827/17-18 GM East 20714.50 19266.52 124 84

3 T-1828/17-18 GM GNR 6765.33 1334 46 35

Monthly / Quarterly Frequency : (Annexure – II)

Sl No Tender No Zone Carpet area sq Open meter * Space* (Monthly / (Monthly / Quarterly Quarterly Frequency) Frequency) 1 T-1826/17-18 GM West 0 6214.27 2 T-1827/17-18 GM East 956.82 8616.39 3 T-1828/17-18 GM GNR 0 16173.46

* The area & quantity are approximate, tentative and indicative only. There might be changes in areas & quantity depending on work situations. New locations may be added or existing locations may be deleted depending on prevalent situation at that time.

Kindly refer Notes at the end of Annexure-I (Daily Cleaning Frequency) and Annexure - II(Monthly / Quarterly / As and when required Cleaning) for each Area,regarding cleaning to be required.

2 Services The works of House Keeping stipulated under this contract include broadly the following nature of work:-

Keeping the inside premises clean daily of residues/used materials and maintenance of floors, rooms, offices, in the respective buildings and cleaning of toilets/lavatory blocks with toilet cleaner, phenyle, liquid soaps, neptha balls etc. including removing cobwebs, birds net etc. and disposal of garbage, wastes or any other sweeping garbage with all

9 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

unskilled manpower, materials, tools and tackles etc as per details specifications and directions of the officer incharge on all the working days. The following procedure shall be adopted.

1) Sweeping, Cleaning and wiping of closed and open area in entire Telephone Exchange Complex which consists of technical, administrative and residential blocks. This however excludes the work of sweeping and cleaning inside the residential quarters but includes Sweeping & Cleaning of staircases in residential quarters also as per prescribed periodicity. 2) Dusting of furniture, office equipment, lightweight partitions, attachments and fixtures like fans, tubes, fire extinguishers, first aid boxes, fire alarm panels, notice boards as per periodicity prescribed. 3) Cleaning of water tanks (both underground as well as overhead) and well as per periodicity prescribed. 4) Daily removing waste/garbage and dumping it at the place earmarked by the Local municipal authority for the purpose at the contracors costs. The agency shall not dump it inside the BSNL premises. 5) Washing of tiles/concreted portion in the compound, sweeping and of all the buildings weekly. 6) Agency will also keep suitable supervisor as per industry norms to monitor the work. 7) Each floor / building/office will have designated officer from BSNL side who will inspect the cleaning daily and will sign the diary. The diary will be given by agency to its worker. The AM or GM or local DE incharge of the building can designate the officer for this puprpose.

2.1 SPECIFICATION AND PERIODICITY OF CARRYING OUT THE ACTIVITIES ; 1. Cleaning of Toilets & Bathrooms:

a. Toilet, Urinal & Bathrooms shall be cleaned twice daily for Kankaria, Bhadra, Railwaypura, Bpunagar, Vasna, Gulbai Tekra, and Gandhingar Sec-11 exchange buildings and for remaining buildings it is to be cleaned once a day as specified by building in charge. b. For cleaning Toilet and urinals, the agency worker would sprinkle toilet and urinal cleaning material & then brush. c. Bathroom and Urinal surface should be cleaned using Phenyl. d. Agency should ensure that the Toilet and Urinal pots are stain free. e. Agency should also ensure that bathroom, toilets and urinals are free from any bad/foul smell f. Agency will keep a chart at suitable location and the agency supervisor will sign with date time on it after every cleaning. 2. Cleaning of Floor:

a) Floor Without carpet: (i)Floor /Corridors will be cleaned daily before 9.30 AMor as specified by building in charge. (ii)The cleaning would be done first by brooming and then the floor would be mopped by Water mixed with Phenyl in 1:30 (one bucket of 20 litre with 100ml phenyle using rubber/cloth scrabber with bar type handle. b).Floor with Carpet: Such floors are to be cleaned daily with Vacuum Cleaner.

3. Inside Office: a. Dusting of entire furniture and office equipment with appropriate dusting cloths to be cleaned daily before 9.30 A.Mor as specified by buidling in charge.

10 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

b. Floor without carpet will be cleaned daily first by broom and then will be mopped by water mixed with phenyl. c. Carpet, sofa, curtains and file racks the same will be cleaned by vaccum cleaner every Monday, Wednesday, Friday. d. Toilet inside the office shall be clean like mentioned in toilet and urinals.

General: applicable to all

4. The entire floor area of including stair cases, has to be swept daily before 9.30A.Mor as specified by building in charge.

5. Dusting of light weight partitons, ceiling, fans, tubes and other fixtures, weekly preferably on Saturdays with wiping cloth.

6. Dusting of Windows cleaning Glass Pannel accessible both side by opening of windows. Window have not accessible ordinary but required ladder such glass panel to be cleaned once in a Month.

7. Washing of tiles in open/covered areas weekly once.

8. Wiping the area of Customer interface like, Customer Service Centre, etc. daily (before 9.30 am)with suitable detergent as directed above.

9. All passages, staircase should be swept and mopped out withwater daily.

10. Attachment on the walls like fire extinguishers, first aid boxes, notice boards should be cleaned daily.

11. Cleaning of overhead/under ground water tanks once in Quatrter.

12. Sweeping and Cleaning of terrace of Technical, Administrative Buildings thrice in a year.

13. Removal of garbage/ packing material from the entire rooms / halls /pantries/ staircase daily.

14. Cleaning of washbasins daily (with detergent/cleaner and put naphthalene balls).

15. Cleaning of Windows/doors/ balconies/roof once in a week/as and when required.

16. Cleaning of water coolers, dustbins, water flasks, and buckets with detergent at least once in a week as and when required during the week.

17. Cleaning of sofa sets and curtains and file racks with vacuum cleaner thrice a week.

18. Proper cleaning of brass doors knobs and name plates with brass – once in a week.

19. Cleaning/sweeping of open area i.e. compound, basement, staircase, passages And toilets also to be carried out on Sunday and Holidays also as per requirement given by concerned authority. 20. Cutting of grass, herbs & shrubs from open plot / space – Quarterly. 21. Toiletries and other cleaning materials including vacuum cleaner to be provided should be of high quality and branded one.

2.2 Contractor shall provide all materials/consumables required for the work at his own expenses and nothing extra shall be paid by BSNL.

11 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

ANNEXURE-I (For Daily Cleaning) I/ We have inspected the sites and surroundings of the works specified in the tender document and assessed the scope of works thoroughly and have also gone through the tender document and understood the terms and conditions stipulated therein before quoting the rates hereunder.

(A) GM West Area:

DGM CFA -West -AREA (T-1826/17-18) Large Buildings Sr.No Name of Floor Approxima Nos. of Toilet /Urinal/ Nos.of Water Building te floor Washbasin Tank area in sq. undergroun mtrs.includ d/ Overhead Toilet * Toilet ing area of Block Toilet Urinal Blocks Wash Basin 1 T-02 Ground Floor 02 O/H-01 U-03 343.76 W-02 U/G-01 T-02 First Floor 285.95 02 U-02

Vasna W-03

T-02 Second Floor 112.78 02 U-02

W-03 T-02 Third Floor 02 112.78 U-02

W-03

T-02 Fourth Floor 112.78 02 U-02

W-03

Ground Open Space 2033.81

2 T-04 O/H-08 Ground Floor

244.55 02 U-03 U/G-01

GBT-EXCH W-04 Bldg T-04

First Floor 186.59 02 U-03 W-04 T-04 Second Floor 252.01 02 U-03 W-04

12 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

Third Floor 211.27 02 T-04 All Stair 161.35 Basement-(Carpet Area) 181.16 Parking at GF ramp CSC- 138 (Carpet Area) Ground Open -3952+ 1010 4962 Garden Open Space 3 Inspection Ground Floor 186.04 05 O/H-02 Quarter of GulbaiTekra First Floor 152.99 04 ExchBldg DGM CFA -West -AREA (T-1826/17-18) Small Buildings

1 Ground Floor 24.44 First Floor 33.75 E/A Room 13.76 BRH Staircase 7.76 2 Ground Floor 24.44 First Floor 33.75 GBG E/A Room 13.76 Staircase 7.76 3 T-02 U-01 Ground Floor 35.4 First Floor 128.7 01 W-01 Parking (Basement)for Carpet Area 18 SKJ Ground Open Space 9.45 4 T-01 U-01 Ground Floor 292 01 W-01 VJL Ground Open Space 135 5 T-01 U-01 PNT Ground Floor 106.50 01 W-01 6 Ground Floor 41 SSNL Ground Open Space 211 7 T-02 O/H-01 BDK U-01 U/G-01 Ground Floor 110.82 02 W-01

13 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

Parking (Basement ) 18 Carpet Area 8 Ground Floor 42.52 O/H-01 JDH First Floor 54.51 U/G-01 OTTA Around T.E.Bldg 85.62 Carpet Area 9 T-04 CSC- Ground 390 02 U-02 W-04 Open Space 46

DGM CFA -North -AREA (T-1826/17-18) Large Building

Sr.No Name of Floor Approxima Nos. of Toilet /Urinal/ Nos. of Building te floor Washbasin Water area in sq. Tank mtrs.includ Undergroun Toilet * Toilet ing area of d/ Overhead Block Toilet Urinal Blocks Wash Basin 1 Ground Floor 594.44 02 T-04 O/H -02 Naranpura Main U-03 Exchange W-04 Building First Floor ( Cos, AO(TR), 350.24 02 T-04 CSC etc U-02 W-04 First Floor (NGN Exch) 78.32 Second Floor 76.41 01 T-02 U-03 W-02 Third Floor 345.80 02 T-04

U-03

W-04 Fourth Floor 88.95 02 T-04 U-03 W-04 Fifth Floor 71.25 02 T-04 U-03 W-04

14 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

Ground open Space 1551.37 2 Naranpura Ground Floor 74.66 02 T-02 O/H-02 Staff Quarters B -02 U/G-03 74.66 02 T-02 First Floor B -02 Second Floor 37.33 01 T-01 B -01 Ground Open Space 648.13 3 Ground Floor 214.11 01 T-01 O/H-01 U-01 W-01 Ground Open Space 359.18 4 SAB Ground Floor 373.15 01 T-01 O/H-02 U/G-01 U-02 W-01 183.01 01 T-01 U-01 First Floor W-01 Ground Open Space 675.82 U-01 W-01 5 SDE(Store) Ground Floor 169.25 02 T-02 O/H-03 Ranip

Basement (Carpet Area) 450 Ground Open Space 1000

Buildings under North AREA (T-1826/17-18: Small Buildings) Sr.No Name of Floor Approxima Nos. of Toilet /Urinal/ Nos. of Building te floor Washbasin Water area in sq. Tank mtrs.includ Undergroun Toilet * Toilet ing area of d/ Overhead Block Toilet Urinal Blocks Wash Basin 1 01 T-01 O/H-01 U/G-01 MEM U-01

Ground Floor 118 W-01 Ground Open Space 324

15 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

2 01 T-01 O/H-01 U/G-01 Ground Floor 33.11 W-01 First Floor 38.66 SPT Ground Open Space 45.36 3 01 T-01 O/H-01 Basement 160 W-01 01 T-01 U-01 First Floor 104 W-01 ASM Ground Open Space 85 4 01 T-01 O/H-01 U/G-01 Ground Floor 51 W-01 CLK Ground Open Space 51 5 01 T-01

SRC Ground Floor 145 W-01 6 MAM(R3- Ground Floor 89.42 MALL) 7 01 T-01 O/H-01 U/G-01 GHT Ground Floor 51 W-01 First Floor W-01 53.11

Ground Open Space 12 8 01 T-01 O/H-01 U/G-01 U-01 136 Ground Floor W-01 01 T-01 First Floor 99.31 CHD W-01

Ground Open Space 20.57 9 01 T-01 SCI Ground Floor 134 W-01 10 JGP Ground Floor 186 01 T-02 O/H-01 U/G-01 U-02 W-02 11 02 T-01 O/H-01 SBB U/G-01

Ground Floor 209.72 U-02

16 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

Ground Open Space 210.83 12 NWJ Ground Floor 35.52 01 T-01 O/H-01 U/G-01

First Floor 34.22

Ground Open Space 49

13 NRN 01 T-01 O/H-01 Ground Floor 88.40 U/G-01

Ground Open Space 52.15 14 KAL Ground Floor 61.60 01 T-01 O/H-01

15 IOC Ground Floor 62.35 01 T-01 O/H-01

W-01 First Floor 49.88 01 T-01

W-01 119.52 01 T-01 Ground Open Space W-01 16 ONGC Ground Floor 74.74 01 T-01 O/H-01

U-01 W-01 First Floor-OD 74.74 01 T-01 U-01 W-01 First Floor-CSC 38.76 01 T-01 U-01 W-01 17 MOT Ground Floor 80.58

Ground Open Space 14.10 18 INFO Bldg. Ground Floor 213 02 T-02 W-01 19 First Floor (Including OD T-02 TLJ Bldg. office &CSC) 296 02 U-01

20 Bopal Old Ground Floor 91 01 T-01

U-01

17 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

Ground Open Space 39.39 21 Bopal DOM Ground Floor 199.85 02 T-02 O/H-01 U/G-01 U-02 W-02 Ground Open Space 540.40 22 KGPS Ground Floor 192 01 T-03 O/H-01 U/G-01 Rented Bldg U-02 W-01 Second Floor 125 01 T-02 U-03 W-01 Ground Open Space- 50 Parking

(B) GM East Area (T-1827/17-18)

Buildings under DGM CFA EAST Area (T-1827/17-18: Large Buildings)

Sr.No Name of Floor Approxima Nos. of Toilet /Urinal/ Nos.of Water Building te floor Washbasin Tank area in sq. undergroun mtrs.includ d/ Overhead Toilet Toilet ing area of Block Toilet Urinal Blocks Wash Basin 1 RLP-Exchbldg Ground Floor 609.14 02 T-03 O/H-05 U/G-02 U-04 W-03 First Floor 541.18 03 T-04 U-03 W-05 Second Floor 854.29 02 T-03 U-03 W-03 Third Floor 269.4 02 T-03 U-03 W-02 Ground Open-Space 1177.32 Staircase 289.67 2 Cantonment Ground Floor 469.23 01 T-03 O/H-04

18 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

U--05 U/G-01 W-02 First Floor 220.18 01 T-03 U-04 W-01 Ground Open-Space 163.58 3 Ground Floor +CSC 500.84 02 T-04 O/H-05 U/G-01 U-02

W-04 First Floor 310.94 02 T-04 U-02 W-04 Second Floor 274.7 02 T-04 U-02 W-04 Third Floor 215.03 02 T-04 U-02 W-04 Staircase 102.19 Ground Open -Space 2282.55 4 Ground Floor 318.56

First Floor 376.72 02 T-03 O/H-04 U/G-03 U-02 W-02 Second Floor 144.83 02 T-03

U-03

W-03

Third Floor 210.23 02 T-03 U-02 W-03 Ground Open-Space 3988.51 5 Old Bldg Ground 179.71 2 U-02 O/H-01 W-02 Ground Open Space 163.10 6 Odhav –New Ground +First Floor 656.61 06 U-04 O/H-02 Bldg

19 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

Staircase 171.75 Ground Open Space 806.31 7 Ground Floor 709.51 02 T-04 Tele.Exch O/H-03 U-05 U/G-02 W-03 First Floor 795.35 02 T-04 U-04 W-04 Second Floor 38.55 T-04 U-04 W-02 Ground Open -Space 1743.70 Garden Open -Space 531.84 CSC-Naroda 181.7 02 T-02 U-02 W-02 8 Inspection Second Floor IQ-(B) 348.28 07 T-07 Quarter of Third Floor -IQ 361.93 08 T-08 RailwaypuraExc hBldg

Buildings under EAST Zone (T-1827/17-18s: Small Buildings) Sr.No Name of Floor Approxima Nos. of Toilet /Urinal/ Nos.of Water Building te floor Washbasin Tank area in sq. undergroun mtrs.includ d/ Overhead Toilet Toilet ing area of Block Toilet Urinal Blocks Wash Basin 1 GMT Ground Floor 31.48 01 T-01 O/H-01 U/G-01 First Floor 48.94 W-01 Staircase 10 2 MHV Ground Floor 86.77 01 T-01 O/H-01 U/G-01 3 Ground Floor 31.48 01 T-01 O/H-01 U/G-01 First Floor 48.94

Staircase 10

4 Chamunda Ground Floor 106.5 O/H-01 U/G-01

20 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

First Floor 74.12 01 T-01

5 Hudco- Exch Ground Floor 124.11 02 T-02 O/H-02 U/G-01 W-01 6 Hudco-CSC Ground Floor 70.36 01 T-02 O/H-01 U/G-01 W-01 First Floor 100.96 02 T-02 W-02 Second Floor 100.96 02 T-02

W-02 Staircase 48.5 Ground Open -Space 477 7 Khokhara-Exch Ground Floor 108.51 01 T-01 O/H-01`

U-01 U/G-01 W-01 8 Ground Floor 108.69 9 Kathawada-Exch Ground Floor 78.03 10 GVMM Ground Floor 157.55 01 T-01 O/H-01 U/G-01 11 -Exch Ground Floor 94.30 01 12 Nikol Office 97.29 O/H-01 U/G-01 Compound Open 25.87 01 Space 13 Nava Ground Floor 131.62 02 T-02 Naroda Ground Open -Space 213.97 DGM CFA-Central Zone (T-182717-18) Large Building

Sr.No Name of Floor Approxima Nos. of Toilet /Urinal/ Nos.of Water Building te floor Washbasin Tank area in sq. undergroun mtrs.includ d/ Overhead Toilet* Toilet ing area of Block Toilet Urinal Blocks Wash Basin 1 RPG Exch Ground Floor 404.94 03 T-03 O/H-02 U/G-01 U-01 W-02 First Floor 242.05 01 T-01 U-03 W-01

21 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

Open Space 555.59 2 KKR Exch Ground Floor with 879.01 03 T-03 O/H-03 CSC U/G-04 U-02 W-04 First Floor 661.58 03 T-03 U-02 W-04 Second Floor 493.31 03 T-03 U-02 W-04 Third Floor 216.43 03 T-03 U-02 W-04 Open Space 3530 3 VATVA Exch Ground Floor 726 02 T-02 O/H-03 U/G-03 U-03 W-04 First Floor 782 01 T-01 U-03 W-02 Ground Open Space 320 4 CTM Ground Floor 529 01 T-01 O/H-01 U/G-01 Ground Open Space 97 U-01 5 JAMALPUR Basement 109 O/H-01 Exch U/G-02 Ground Floor 559.40 02 T-02 U-02 W-02 Ground Open Space 980 First Floor 102.71 01 T-01 U-02 W-01 Second Floor+ Tech 393.39 03 T-03 floor switch room U-02 W-03 Third Floor 30.10 01 T-01 U-02 W-01

22 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

Fourth Floor 30.10 01 T-01 U-02 W-01 Fifth Floor 21.50 01 T-01 U-02 W-01 Sixth Floor - Staircase 21.50 6 CENTRAL - Ground Floor 272.04 01 T-01 Exch O/H-01 U-02 U/G-01 W-01 Open Space 325.71

First Floor 338.71 01 T-01 U-02 W-01 Second Floor 5.00 01 T-01 W-01 7 Basement 23.59 O/H-01 BHADRA U/G-01 Ground Open Space 688.75 Exch Ground Floor 173.37 01 T-02 U-02 W-02 First Floor 254.08 01 T-02 U-02 W-02 Second Floor 223.19 01 T-03 U-02 Third Floor 286.76 01 T-02 U-03 W-01 Fourth Floor 390.59 W-01 Fifth Floor 282.46 01 T-02 U-02 W-02 Sixth Floor 246.77 02 T-07 U-02 W-04

23 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

Seventh Floor 151.13 01 T-03 W-02

Buildings under Central Zone (T-1827/17-18: Small Buildings) Sr.No Name of Floor Approxima Nos. of Toilet /Urinal/ Nos.of Water Building te floor Washbasin Tank area in sq. undergroun mtrs.includ d/ Overhead Toilet* Toilet ing area of Block Toilet Urinal Blocks Wash Basin 1 IsanpurExch Ground-Open 116 First Floor 79.4 01 W-01 Second Floor 79.24 Third Floor 86.81 01 W-01 2 ManinagarExc Basement-(Carpet 115.79 h Area) Ground Floor-CSC 38.40 01 W-01 3 RTSD VATVA Ground Floor 87 01 T-01 O/H-01 Exch U/G-01 U-01 Ground Open Space 288 4 ASLALI Exch Ground Floor 174.5 01 T-01 O/H-01 U/G-01 U-01 Open Space 17 5 Narol -Exch Ground Floor 142.02 02 T-02 O/H-02 U/G-01 First Floor 135.50 Ground Open Space 331.14 6 Khanpur-RLU Ground Floor 106.50 01 T-01

W-01

Ground Open Space 443.58

(C) GM Gandhinagar -AREA (T-1828/17-18) : Large Buildings)

Sr.No Name of Floor Approximat Nos. of Toilet Nos.of Building e floor area /Urinal/ Water in sq. Washbasin Tank mtrs.includi undergrou ng area of nd/ Toilet * Toilet Toilet Overhead Block Urinal

24 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

Blocks. Wash Basin 04 T-04 O/H-03 1 1354 U-07 Telephone Ground U/G-01 ExgeBldg,Sector W-02 11,Gandhinagar 03 T-03 U-05 First 1354 W-02

2 Sector -17 06 T-02 O/H-02 Ground+Stair case U/G-01 ,Block-No.147 U-04 (246+48) 294 O/o SDOT-GNR, W-01 Kudasan, SDE First+Stair case 288 SDOP-III GNR (240+48)

Ground (Open Space) 372

3 Ground 261.23 Dehgam First 295.38

Ground (Open Space) 962

Buildings under Gandhinagar (T-1828/17-18: Small Buildings)

Sr.No Name of Floor Approximat Nos. of Toilet Nos.of Building e floor area /Urinal/ Water in sq. Washbasin Tank mtrs.includi undergrou ng area of nd/ Toilet * Toilet Toilet Overhead Block Blocks. Urinal Wash Basin 1 O/o SDE T-01 (Broadband) 01 U-01 Block-No.9 Old Ground 112 Sachivalay Sector-10 Gandhinagar

2 02 T-02 O/H-01 Kudasan Ground 216.75 U/G-01 3 Ground 01 T-01 O/H-01 94.90 U/G-01

25 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

01 T-01 O/H-01

4 Ground 94.90 UG-01

01 T-01 O/H01

5 Chhala Ground 94.90 U/G-01

01 T-01 O/H-01 6 Jakhora Ground 94.90 U/G-01 01 T-01 O/H-01 Lavarpur 7 Ground 94.90 U/G-01 01 T-01 O/H-01 Piplaj 8 Ground 94.90 U/G-01 01 T-01 O/H-01 Bhat 9 Ground 81.36 U/G-01 01 T-01 O/H-01 Adalaj 10 Ground 81.36 U/G-01 01 T-01 O/H-01 11 Randheja Ground 81.36 U/G-01 12 01 T-01 O/H-01 Sardhav Ground 81.36 U/G-01 Ground 81.36 01 T-01 O/H-01 13 SiholiMoti U/G-01 01 T-01 O/H-01 14 Sadra Ground 81.36 U/G-01 15 Galudan Ground 81.36 01 T-01 O/H-01 U/G-01 16 Vavol Rented Ground 53.45 01 T-01 Bldg 17 Sertha Rented Ground 60 01 T-01

18 NKD Rented Ground 111 01 T-01 W-01 19 DVKM First 84 T-01 20 Jindva First 86 T-01

26 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

21 Halisa First 86 T-01 22 First 86 T-01

23 Rakhial First 84 T-01 24 Lihoda First 84 T-01

25 Patlakuva First 61 T-01 26 Jalundramota First 100 T-01

27 Chandrala First 40 T-01 DTO CSC Ground 92.09 Sector -10 Old 28 Sachivalaya Old sachivalay Ground 69.99 29 Block 6 & 9 30 BSF Ground 29.29 31 Infocity First 57.37 32 Sector -3 TE Ground 17.50 33 Sector -6 TE Ground 17.50 34 GEB TE Ground 49.81 T-01 35 Sector 20 TE Ground 55.82 T-01 36 Sector 28 TE Ground 55.97 T-01 Sector 24 Block Ground 70.26 T-01 37 A1

27 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

ANNEXURE-II (For Monthly / Quarterly / As and when required Cleaning) I/ We have inspected the sites and surroundings of the works specified in the tender document and assessed the scope of works thoroughly and have also gone through the tender document and understood the terms and conditions stipulated therein before quoting the rates hereunder.

T-1826 /17-18 GM West Area Sr.No Name of Floor Approximate area Building in sq. mtrs. 1 Vasna Terrace Open Space(Quarterly) 719.56 Garden Open Space (Monthly) 678.21 2 GBT-EXCH 1760 Bldg Terrace Open Space(Quarterly) 3 Inspection Quarter of Gulbai Terrace Open Space(Quarterly) 190 Tekra Exch Bldg 4 BDK Ground Open Space 827 (TE-395+Store-432) (Quarterly) 5 JDH Ground Open Space(Quarterly) 1904.50 Terrace Open Space(Quarterly) 48.02

T-1827 /17-18 GM East Area Sr.No Name of Building Floor Approximate area in sq. mtrs. 1 RLP Parking (Basement ) for Carpet 821.05 Area Fortnightly Terrace Open-Space (Quarterly) 1847.60 2 CNT Terrace Open-Space (Quarterly) 60.9 3 Shahibaug Terrace Open-Space (Quarterly) 811.52 4 Bapunagar Terrace Open-Space (Quarterly) 1668.89 5 Odhav Old Bldg Terrace Open-Space (Quarterly) 185.90 6 Odhav New Bldg Terrace Open-Space (Quarterly) 303.99 7 Naroda Terrace Open-Space (Quarterly) 913.51 8 Hudco CSC Terrace Open-Space (Quarterly) 144.4 9 RPG Terrace-Open Space (Quarterly) 216.15 10 Kankaria Terrace-Open Space (Quarterly) 518.07 11 Jamalpur Third Floor – Carpet (Monthly) 20.01 Fourth Floor – Carpet(Monthly) 83.99 Fifth Floor- Carpet(Monthly) 31.77 Terrace –Open Space (Quarterly) 888.94 + 24.62 12 Central Terrace Open Space (Quarterly) 128.84 13 Bhadra Terrace-Open Space (Quarterly) 903.06

28 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

T-1828 /17-18 GM GNR Area Sr.No Name of Building Floor Approximate area in sq. mtrs. 1 Telephone ExgeBldg,Sector11,Gandh inagar Ground (Open Space) Quarterly 2799 2 Sector -17 ,Block-No.147 O/o SDOT-GNR, Kudasan, SDE SDOP-III GNR Terrace(Open Space) Quarterly 288 3 Kudasan Ground (Open Space) Quarterly 1745 4 Isanpur Ground (Open Space) Quarterly 879 5 Dabhoda Ground (Open Space) Quarterly 591 6 Chhala Grou7nd (Open Space) Quarterly 634 7 Jakhora Groun9d (Open Space) Quarterly 634 8 Lavarpur Ground (Open Space) Quarterly 784 9 Piplaj Ground (Open Space) Quarterly 634 10 Bhat Ground (Open Space) Quarterly 902 11 Adalaj Ground (Open Space) Quarterly 706 12 Randheja Ground (Open Space) Quarterly 848 13 Sardhav Ground (Open Space) Quarterly 902

14 Siholi Moti Ground (Open Space) Quarterly 727 15 Sadra Ground (Open Space) Quarterly 920 16 Galudan Ground (Open Space) Quarterly 862 17 Sector 3 Ground (Open Space) Quarterly 57.42 18 Sector 6 Ground (Open Space) Quarterly 96.99 19 GEB TE Ground (Open Space) Quarterly 142.71 20 Sector 20 Ground (Open Space) Quarterly 150.42 21 Sector 28 Ground (Open Space) Quarterly 159.20 22 Sector 24 Ground (Open Space) Quarterly 711.72

29 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

SECTION –4 Part-A GENERAL INSTRUCTION TO BIDDERS (GIB)

1. DEFINITIONS:

(a) "The User" means the Bharat Sanchar Nigam Limited, Ahmedabad Telecom District.

(b) "The Bidder" means the individual or firm who participates in this tender and submits its bid.

(c) "The Contractor" or “The Vendor” means the individual or firm providing services under the contract.

(d) “The Services” means all House Keeping Services with materials which the Contractor is required to provide to the User under the contract.

(e) "The Contract Price" means the price payable to the Contractor under the Work order for the full and proper performance of its contractual obligations.

(f) "The Advance Work Order"(AWO) means the intention of BSNL to place the Work Order on the bidder.

(g) “The FAT.” means the Final Acceptance of Tender placed by the purchaser on the Contractor signed by the Userincludingallattachments and appendices thereto and all documents incorporate by reference therein. The F.A.T. shall be deemed as “Contract” appearing in the document.

2. ELIGIBLE BIDDERS: Kindly refer to clause 4 of Section – 1 i.e. Detailed NIT

3. COST OF BIDDING: The bidder shall bear all costs associated with the preparation and submission of the bid. The BSNL, will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

4. BID DOCUMENTS: 4.1 The goods/services required, bidding procedures and contract terms are prescribed in the Bid Documents. The contents of the Bid documents are specified in the covering letter. 4.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid Documents. Failure to furnish all information required as per the Bid Documents or submission of bids not substantially responsive to the Bid Documents in every respect will be at the bidder's risk and may result in rejection of the bid.

5. CLARIFICATION OF BID DOCUMENTS: 5.1 A prospective bidder, requiring any clarification on the Bid Documents shall notify the User in writing by FAX or by Email of the User as indicated in the invitation of Bid. The User shall respond in writing to any request for the clarification of the Bid Documents, which it receives 7days prior to the date of opening of the Tenders. Copies of the query (without identifying the source) and clarifications by the User shall be uploaded on BSNL website as ‘Clarifications’ on e-procurement portal of Ahmedabad Telecom District portal, clarification shall be available as ‘Addendum’, for all the prospective bidders who have downloaded the official copy of tender documents from e- procurement portal of Ahmedabad Telecom District 30 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

5.2 Any clarification issued by BSNL in response to query raised by prospective bidders shall form an integral part of bid documents and it may amount to an amendment of relevant clauses of the bid documents. 6. AMENDMENT OF BID DOCUMENTS: 6.1 TheBSNL may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify bid documents by amendmentsprior to the date of submission of Bids with due notification to prospective Bidders.

6.2 The amendments shall be notified in writing or by Fax or by Addendum through e- tendering portal to all prospective bidders on the address intimated at the time of purchase of bid document from the BSNL and these amendments will be binding on them.

6.3 In order to afford prospective bidders reasonable time in which to take the amendments into account in preparing their bids, the BSNL may, at its discretion, extend the deadline for the submission of bids suitably.

7. DOCUMENTS COMPRISING THE BID: The bid prepared by the bidder shall comprise the following components:

(a) Documentary evidence established in accordance with Clause 2 and 10 that the bidder is eligible to bid and is qualified to perform the contract if his bid is accepted. (b) Bid Security furnished in accordance with Clause 12.

(c) A Bid form and price schedule completed in accordance With clause 8 & 9. 8. BID FORM: The bidder shall complete the Bid Form and the appropriate Price Schedule furnished in the Bid Documents as per section -9 Part B.

9. BID PRICES: i. Rates are to be quoted only in Financial Bid form. ii. The rates quoted should be firm and final inclusive of all Material charges, EPF-ESI Contribution, Service Charges if any but excluding GST which will be paid extra as applicable. A bid submitted with an adjustable price quotation will be treated as non - responsive and rejected.

10. DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILITY AND QUALIFICATIONS: 10.1 The bidder shall furnish, as part of his bid documents establishing the bidder's eligibility, all the following documents or whichever is required as per terms and conditions of bid documents. (i) Firm Registration Certificate/ Certificate of Incorporation / Shop & Establishment Certificate / GST Registration

(ii) Proprietorship or Partnership Deed or Articles/Memorandum of Association as the case may be. In case of proprietorship firms an affidavit of that effect should be submitted along with the bid.

(iii) Proof showing office set up in Ahmedabad/Gandhinagar.

(iv) Experience Certificate as mentioned in the eligibility criteria. A copy of experience certificate shall be issued by the officer not below the rank of Divisional Engineer or equivalent or tender approving authority (in case of Corporate).

31 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

No PO / WO will be accepted without successful completion certificate in support of experience.

(v) Chartered Accountant’s certificate/ ITR for verifying the Turnover. (vi) Power of Attorney (if applicable) should be made older than the date of submission of bid. (vii) Copy of GST Registration

(viii) EPF Registration

(ix) ESI Registration (x) Copy of PAN card

11 N/A 12. BID SECURITY/EMD: 12.1 The bidder shall furnish, as part of its bid, a bid security as mentioned in Section- 1(DNIT)

12.2 The MSE bidders are exempted from payment of bid security: a) A proof regarding valid registration with body specified by Ministry of Micro, Small & Medium Enterprise for the tendered items will have to be attached along with the bid. b) The enlistment certificate issued by MSME should be valid on the date of opening of tender. c) MSE unit is required to submit its monthly delivery schedule. d) If a vender registered with body specified by Ministry of Micro, Small &Medium Enterprise claiming concessional benefits is awarded work by BSNL and subsequently fails to obey any of the contractual obligations, he will be debarred from any further work/ contract by BSNL for one year from the date of issue of such order. 12.3 The bid security is required to protect the BSNL against the risk of bidder's conduct, which would warrant the bid security’s forfeiture, pursuant to para 12.7. 12.4A bid not secured in accordance with para 12.1 & 12.2 shall be rejected by the BSNL being non-responsive at the bid opening stage and archived unopened on e-tender portal for e-tenders. 12.5 The bid security of the unsuccessful bidder will be discharged/returned as promptly as possible as but not later than 30 days after the expiry of the period of bid validity prescribed by the BSNL, pursuant to clause 13. 12.6 The successful bidder's bid security will be discharged upon the bidder's acceptance of the advance Work Order satisfactorily pursuant to clause 27 and furnishing the performance security. 12.7 The bid security may be forfeited: a) If the bidder withdraws or amends its bid or impairs or derogates from the bid in any respect during the period of bid validity specified by the bidder in the bid form or extended subsequently; or b) If the bidder does not accept the APO/ AWO and/ or does not submit PBG & sign the contract/ agreement in accordance with clause 28. Note: - The bidder shall mean individual company/ firm or the front bidder and its technology/ consortium partner, as applicable.

32 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

13. PERIOD OF VALIDITY OF BIDS: 13.1 Bid shall remain valid for 150 days from the date of bid opening prescribed by the BSNL. A bid valid for a shorter period shall be rejected by the BSNL as non-responsive. 13.2 In exceptional circumstances, the BSNL may request the bidder's consent for an extension to the period of bid validity. The request and the responses thereto shall be made in writing. The bid security provided under Clause 12 shall also be suitably extended. A bidder may refuse the request without forfeiting his bid security. A bidder accepting the request and granting extension will not be permitted to modify his bid.

14. FORMAT AND SIGNING OF BID: 14.1 The bidder shall submit his bid, online (in case of e-tendering) & through sealed envelopes physically (in case of tenders with manual bidding process), complying all eligibility conditions, other terms and conditions of tender document to be read along with the clarifications and amendments issued in this respect. All the documents must be authenticated, using Digital Signature (DSC) with Class 2 or above (in case of e-tendering) & by hand signatures (for manual bidding process), by the authorized person. The letter of authorization shall be indicated by written power-of-attorney accompanying the bid.

Note:-The User may ask the bidder(s) to supply, besides original bid, additional copy of bids as required by him. 14.2 The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the bidder in which case such corrections shall be signed by the person or persons signing the bid. All pages of the original bid, except for un-amended printed literatures, shall be digitally signed by the person or persons signing the bid.

14.3 Power of Attorney (a) The power of Attorney should be submitted and executed on the non-judicial stamp paper of appropriate value as prevailing in the concerned states(s) and the same be attested by a Notary public or registered before Sub-registrar of the state(s) concerned.

(b) The power of Attorney be executed by a person who has been authorized by the Board of Directors of the bidder in this regard, on behalf of the Company/ institution/ Body corporate.

(c) In case of the bidder being a firm, the said Power of Attorney should be executed by all the partner(s) in favour of the said Attorney.

(d) Attestation of the specimen signatures of authorized signatory by the Company’s/ firm’s bankers shall be furnished. Name, designation, Phone number, mobile number, email address and postal address of the authorized signatory shall be provided.

(e) Individual signing the tenders or other documents connected with the contract shall indicate the full name below the signature and must specify the capacity and authority under which he signs such documents and shall also submit documentary evidence of his authority in the form of Power of Attorney.

(f) The Power of Attorney is to be submitted in original, if it has been issued for the specific tender enquiry. If the power of attorney is issued in general irrespective of

33 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

tender enquiry then photocopy duly certified by notary public can also be accepted. (g) In case the representative of bidder company, who uploads the document on e- tender portal using his Digital Signature Certificates (DSC), which is different from the authorized signatory for the bid (Power of Attorney holder) then the representative who uploads the documents on e-tender portal using DSC issued in his name, shall also be one of the Power of Attorney holder by the bidder Company, in addition to the authorized signatory for the bid

15. SEALING AND MARKING OF BIDS: The bid shall be submitted online using single stage bidding and Two Envelope Methodology.

15.1 The first envelope (Techno-commercial bid): This envelope shall contain documents of bidders satisfying the eligibility / Technical & commercial conditions requirements. Second envelope will be named as financial bid containing price Schedule as per section 9 Part B. All documents submitted will also be self attested by the bidder.

 The bidder can participate in one zone or for all zones with tender form fee & Bid security (EMD) separately zone wise. They should submit only one Technical Bid with required document for eligibility even after participated in one or for all zones by indicating on main cover for which zones they participated. Moreover, they should submit the financial bid zone wise (on-line) separately for each zone for which they participated in the tender.

15.2 a) The envelopes for Tender Fee / EMD shall be addressed AGM (MM), O/o. G.M. (CFA NWP), 10th Floor, Telephone Bhavan, C.G.ROAD, Navrangpura, Ahmedabad- 06. b) The envelope for Tender Fee / EMD shall bear the name of the tender, the tender number and the words 'DO NOT OPEN BEFORE' (due date & time).

c) The envelopes for Tender Fee / EMD shall indicate the name and complete postal address of the bidder to enable the User to return the bid unopened in case it is declared to be received 'late'.

d) The envelopes for Tender Fee / EMD shall should be deposited in the tender box provided by tendering authority or sent by registered post or delivered in person on above mentioned address (address is given above). The responsibility for ensuring that the envelopes for Tender Fee / EMD shall are delivered in time would vest with the bidder.

e) The envelopes for Tender Fee / EMD shall delivered in person/ registered post on the day of tender opening shall be delivered upto specified time & date as stated in NIT to A.G.M. (MM), O/o. G.M. (CFA NWP), 10th Floor, Telephone Bhavan, C.G.ROAD, Navrangpura, Ahmedabad-06. The User shall not be responsible if the envelopes for Tender Fee / EMD shall are delivered elsewhere.

f) Venue of Tender Opening: Tender will be opened in Conference Hall, A.G.M. (MM), O/o. G.M. (CFA NWP), 10th Floor, Telephone Bhavan, C.G.ROAD, Navrangpura, Ahmedabad-06. at specified time & date as stated in NIT. If due to administrative reason, the venue of Bid opening is changed, it will be displayed prominently on the above address.

34 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

15.3 If envelopes are not sealed and marked as required at para 15.1 and 15.2, the bid shall be rejected.

16. SUBMISSION OF BIDS: 16.1 Bids must be submitted by the bidders on or before the specified date & time indicated in Section-1 i.e. DNIT 16.2 The BSNL may, at its discretion extend this deadline for the submission of the bids by amending the bid documents in accordance with Clause 6 in which case all rights and obligations of the BSNL and bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

16.3 The bidder shall submit his bid offer against a set of bid documents purchased by him for all or some of the systems/ equipment as per requirement of the Bid Documents. He may include alternate offer, if permissible as per the bid. However, not more than one independent and complete offer shall be permitted from the bidder.

16.4 Bid must be submitted by the bidder through E-Tendering mode only. Manual submission of bid shall not be needed.

17. LATE BIDS: No bid shall be accepted either online by E-Tender Portal or physically in case of manual bidding process after the specified deadline for submission of bids prescribed by the purchaser.

18. MODIFICATION AND WITHDRAWAL OF BIDS: 18.1 The bidder may modify, revise or withdraw his bid after submission prior to deadline prescribed for submission of bid. If a bid is withdrawn, the same shall be archived unopened in the e-procurement portal of Ahmedabad Telecom District. 18.2 The bidder’s modification, revision or withdrawal shall have to be online and digitally authenticated as per clause 15. 18.3 Subject to clause 20, no bid shall be modified subsequent to the deadline for submission of bids.

19. OPENING OF BIDS BY BSNL: 19.1 The purchaser shall open bids online in the presence of bidders or their authorized representatives who chose to attend, at time specified in Clause 7 of Detailed NIT(Section-1) on due date. The bidder’s representatives, who are present, shall sign in an attendance register. Authority letter to this effect shall be submitted by the bidders before they are allowed to participate in bid opening (As per Format given in section 7(c). 19.2 A maximum of two representatives for any bidder shall be authorized and permitted to attend the bid opening.

19.3 (i) The bids will be opened in two stages i.e. techno-commercial bid shall be opened on the date of tender opening given in NIT. The financial bid will not be opened on the date of opening of techno commercial bids.

The financial bids of those bidders who are approved to be techno commercially compliant by the competent authority, will be opened by TOC in front of techno-

35 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

commercially eligible bidders/ authorized representatives by sending them a suitable notice.

(ii) The bidder’s names, Item name, EMD amount & validity and acceptability, Information in respect of eligible bidders, Details of bid modification/ withdrawal (if any), and such other details as the purchaser, at its discretion, may consider appropriate will be made available online at the time of techno-commercial bid opening.

(iii) The bidder’s names, Name of the Items, Quantities/prices quoted in the bid, discount, if offered, Taxes & levies and such other details as the purchaser, at its discretion, may consider appropriate will be made available online at the time of financial bid opening.

19.4 The date fixed for opening of bids, if subsequently declared as holiday by the BSNL, the revised date of schedule will be notified. However, in absence of such notification, the bids will be opened in the next working day, time and venue remaining unaltered.

20. CLARIFICATION OF BIDS: 20.1To assist in the examination, evaluation and comparison of bids, the BSNL may, at its discretion ask the bidder for the clarification of its bid. The request for the clarification and the response shall be in writing. However, no post bid clarification at the initiative of the bidder shall be entertained. 20.2 If any of the documents, required to be submitted along with the technical bid is found wanting, the offer is liable to be rejected at that stage. However the BSNL at its discretion may call for any clarification regarding the bid document within a stipulated time period. The BSNL at it’s discretion may also ask for the submission of any additional/missing document(s) within a stipulated time period. In such case(s) the bidder shall have to comply the BSNL’s requirement within the specified time. In case of non-compliance to such queries, the bid will be out rightly rejected without entertaining further correspondence in this regard”. However, no post bid clarification at the initiative of the bidder shall be entertained.

21. PRELIMINARY EVALUATION: 21.1 BSNL shall evaluate the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether the bids are generally in order. 21.2 Arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected by the BSNL. 21.3 If there is a discrepancy between words and figures, the amount in words shall prevail. If the Supplier/Bidder does not accept the correction of the errors, his bid shall be rejected. 21.4 Prior to the detailed evaluation, pursuant to clause 22, the BSNL will determine the substantial responsiveness of each bid to the Bid documents. For purposes of these clauses, a substantially responsive bid is one which conforms, to all the terms and conditions of the Bid Documents without material deviations. The BSNL's determination of bid's responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.

36 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

21.5 A bid determined as substantially non-responsive will be rejected by the BSNL and shall not subsequent to the bid opening be made responsive by the bidder by correction of the non-conformity. 21.6 The BSNL may waive any minor infirmity or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder.

22. EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS The BSNL shall evaluate in detail and compare the bids previously determined to be substantially responsive pursuant to clause 21.

BSNL shall evaluate in detail and compare the substantially responsive bids and comparison of bids shall be on the price of the items offered inclusive of all levies and charges (but excluding service tax) as indicated in the price schedule of the financial bid of the bid document. The final evaluation of bid shall be on grand amount arrived.

23. CONTACTING THE BSNL : 23.1 Subject to Clause 20, no bidder shall try to influence the BSNL on any matter relating to its bid, from the time of the bid opening till the time the contract is awarded. 23.2 Any effort by a bidder to influence the BSNL in the BSNL's bid evaluation, bid comparison or contract award decisions shall result in the rejection of the bid.

24. PLACEMENT OF ORDER: 24.1The BSNL shall consider placement of orders to execute the contract on those bidders whose offers have been found technically, commercially and financially acceptable. 24.2 The work against the tender is for one year’s requirement and the terms and conditions of this tender shall be operative for a period of one year from the date of signing of agreement between the BSNL and the Contractor. BSNL, ATD reserves the right to extend the contract on same terms & conditions for further period of one year or part thereof on mutual basis. The contract can be terminated at any time without assigning any reason and without notice.

25. BSNL'S RIGHT TO VARY QUANTITIES AT TIME OF AWARD:

(a) BSNL reserves the right to increase or decrease up to 25% of the quantity of goods and services specified in the schedule of requirements without any change in the unit price or other terms and conditions at the time of award of contract.

(b) BSNL also reserves the right for placement of additional order or up to 50% of the additional quantities of goods and services contained in the running tender/ contract within a period of twelve months from the date of acceptance of first APO in the tender at the same rate or a rate negotiated (downwardly) with the existing venders considering the reasonability of rates based on prevailing market conditions and the impact of reduction in duties and taxes etc and supplies to be obtained within delivery period scheduled afresh.

No guarantee can be given to actual quantity. The quantity mentioned in the tender is tentative only. No claim should entertained for less /not allotting the quantum of work for any reason.

37 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

(c) In exceptional situation where the requirement is of an emergent nature and it is necessary to ensure continued supplies from the existing venders, the purchaser reserves the right to place repeat order up to 100% of the quantities of goods and services contained in the running tender /contract within a period of twelve months from the date of acceptance of first APO in the tender at the same rate or a rate negotiated (downwardly) with the existing venders considering the reasonability of rates based on prevailing market conditions and the impact of reduction in duties and taxes etc. Exceptional situation and emergent nature should be spelt out clearly detailing the justification as well as benefits accrued out of it and loss incurred in case this provision is not invoked and approved by the authority competent to accord administrative and financial approval for the procurement calculated on the basis of total procurement i.e. initial and proposed add-on quantity.

26. BSNL'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS:

The BSNL reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids, at any time prior to award of contract without assigning any reason whatsoever and without thereby incurring any liability to the affected bidder or bidders on the grounds for the BSNL's action.

27. ISSUE OF ADVANCE WORK ORDER: 27.1 The issue of an Advance Work Order (Letter of Intent) shall constitute the intention of BSNL to enter into the contract with the bidder. 27.2 The bidder shall within 14 days of issue of an advance work order, give his acceptance along with performance security in conformity with section 7B provided with the bid documents.

28. SIGNING OF CONTRACT: 28.1 The issue of FAT shall constitute the award of contract on the bidder. 28.2 Upon the successful bidder furnishing of performance security pursuant to clause 27, the BSNL shall discharge its bid security, pursuant to clause 12.

29. ANNULMENT OF AWARD: Failure of the successful bidder to comply with the requirement of Clause 27 & 28 shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security in which event the BSNL may make the award to any other bidder at the discretion of BSNL or call for new bids.

30. N/A

31. REJECTION OF BIDS 31.1While all the conditions specified in the Bid documents are critical and are to be complied, special attention of bidder is invited to the following clauses of the bid documents. Non-compliance of any one of which shall result in outright rejection of the bid.

(i) Clause 15 of Section 4 Part A: The bids will be recorded/returned unopened if covers are not properly sealed with ‘PERSONAL SEAL’ of the bidder.

38 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

(ii) Clauses 12.1, 12.2& 13.1 of Section 4 Part A: The bids will be rejected at opening stage if Bid security is not submitted as per Clauses 12.1 & 12.2 and bid validity is less than the period prescribed in Clause 13.1 mentioned above.

(iii) Clause 2 & 10 of Section 4 Part A: If the eligibility condition as per clause 2 of Section 4 Part A is not met and/or documents prescribed to establish the eligibility as per Clause 10 of section 4 Part A are not enclosed, the bids will be rejected without further evaluation.

(iv) Clause 11.2 of Section4 Part A: N/A.

(v) Section 5 Part A Commercial conditions, Section 5 Part B Special Conditions of Contract: Compliance if given using ambiguous words like “Noted”, “Understood”, “Noted & Understood” shall not be accepted as complied. Mere “Complied” will also be not sufficient, reference to the enclosed documents showing compliances must be given.

(vi) Section9 Part B Price Schedule: Prices are not filled in as prescribed in price schedule.

31.2 Before outright rejection of the Bid by Bid-opening team for non-complianceof any of the provisions mentioned in clause 30.1(i), 30.1(ii) , the bidder company is given opportunity to explain their position, however if the person representing the company is not satisfied with the decision of the Bid opening team, he/they can submit the representation to the Bid opening team immediately but in no case after closing of the tender process with full justification quoting specifically the violation of tender condition if any.

31.3 Bid opening team will not return the bids submitted by the bidders on the date of tender opening even if it is liable for rejection and will preserve the bids in sealed cover as submitted by taking the signatures of some of the desirous representatives of the participating bidder/companies present on the occasion.

31.4 The in-charge of Bid opening team will mention the number of bids with the name of the company found unsuitable for further processing on the date of tender opening and number of representations received in Bid openingMinutes and if Bid opening team is satisfied with the argument of the bidder/company mentioned in their representation and feel that there is prima-facie fact for consideration, the in-charge of the bid opening team will submit the case for review to Officer competent to approve the tender as early as possible preferably on next working day and decision to this effect should be communicated to the bidder company within a week positively Bids found liable for rejection and kept preserved on the date of tender opening will be returned to the bidders after issue of P.O. against the instant tender.

31.5 If the reviewing officer finds it fit to open the bid of the petitioner, this should be done by giving three (working) days notice to all the participating bidders to give opportunity to participants desirous to be present on the occasion.

32. ACTION BY PURCHASER AGAINST BIDDER(S)/ VENDOR(S) IN CASE OF DEFAULT. In case of default by Bidder(s)/ Vendor(s) such as a) Does not supply the equipment / service in time; b) Equipment / Service does not perform satisfactory in the field in accordance

39 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

with the specifications; c) Or any other default whose complete list is enclosed in Appendix-1. User will take action as specified in Appendix-1 of this section.

33. Deleted.

34. NEAR-RELATIONSHIP CERTIFICATE

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

34.2. The Company or firm or the person will also be debarred for further participation in the concerned unit. 34.3 The near relatives for this purpose are defined as:- (a) Members of a Hindu undivided family. (b) They are husband and wife. (c) The one is related to the other in the manner as father, mother, son(s) & Son's wife (daughter in law), Daughter(s) and daughter's husband (son in law), brother(s) and brother's wife, sister(s) and sister's husband (brother in law). 34.4. The format of the certificate is given in Section-6 (B).

35. VERIFICATION OF DOCUMENTS AND CERTIFICATES

The bidder will ensure that all the documents and certificates, including experience/ performance and self certificates submitted by him are correct and genuine before enclosing them in the bid. The onus of proving genuineness of the submitted documents would rest with the bidder. If any document/ paper/ certificate submitted by the participant bidder is found / discovered to be false / fabricated / tempered / manipulated either during bid evaluation or during award of contract or thereafter, then the Purchaser will take action as per Clause-1 of Appendix-1 of this section.

40 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

Appendix-1 to Section –4 Part-A S. Defaults of the bidder / vendor. Action to be taken No. A B C 1(a) Submitting fake / forged i) Rejection of tender bid of respective Vendor. a) Bank Instruments with the bid to ii) Banning of business for 3 years which meet terms & condition of tender in implies barring further dealing with the respect of tender fee and/ or EMD; vendor for procurement of Goods & Services including participation in future b) Certificate for claiming exemption tenders invited by BSNL for 3 years from in respect of tender fee and/ or EMD; date of issue of banning order. iii) Termination/ Short Closure of PO/WO, and detection of default at any stage if issued. This implies non-acceptance of from receipt of bids till award of further supplies / work & services except APO/ issue of PO/WO. to make the already received material work/ complete work in hand. Note 1:- However, in this case the performance guarantee if alright will not be forfeited. Note 2:- Payment for already received supplies/ completed work shall be made as per terms & conditions of PO/ WO. 1(b) Submitting fake / forged documents towards meeting eligibility criteria such as experience capability, supply proof, registration with Sales Tax, Income Tax departments etc and as supporting documents towards other terms & conditions with the bid to meet terms & condition of tender : (i) If detection of default is prior to i) Rejection of Bid & award of APO ii) Forfeiture of EMD. (ii) If detection of default after issue i) Cancellation of APO , of APO but before receipt of PG/ SD ii) Rejection of Bid & (DD,BG etc.) iii) Forfeiture of EMD. (iii) If detection of default after i) Cancellation of APO receipt of PG/ SD (DD,BG etc.) . ii) Rejection of Bid & iii) Forfeiture of PG/ SD. However on realization of PG/ SD amount, EMD, if not already released shall be returned. (iv) If detection of default after issue i) Termination/ Short Closure of PO/WO of PO/ WO and Cancellation of APO ii) Rejection of Bid & iii) Forfeiture of PG/ SD. However on realization of PG/ SD amount, EMD, if not released shall be returned. Note 3:- However, settle bills for the material received in correct quantity and quality if pending items do not affect working or use of supplied items.

41 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

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

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

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

4.1 Failure to supply and/ or i) Termination of PO/ WO. Commission the equipment and /or ii) Under take purchase/ work at the risk execution of the work at all even in & cost of defaulting vendor. extended delivery schedules, if iii) Recover the excess charges if granted against PO/ WO. incurred from the PG/ SD and outstanding bills of the defaulting Vendor.

4.2 Failure to supply and/ or i) Short Closure of PO/ WO to the Commission the equipment and /or quantity already received by and/ or execution of the Work in full even in commissioned in BSNL and/ or in pipeline extended delivery schedules, if provided the same is usable and/or the granted against PO/ WO. Vendor promises to make it usable. ii) Under take purchase/ work for balance quantity at the risk & cost of defaulting vendor. iii) Recover the excess charges if incurred from the PG/ SD and outstanding bills of the defaulting Vendor.

42 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

S. Defaults of the bidder / vendor. Action to be taken No. A B C 5.1 The supplied equipment does not i) If the material is not at all acceptable, perform satisfactory in the field in then return the non-acceptable material accordance with the specifications (or its part) & recover its cost, if paid, from mentioned in the PO/ WO/Contract. the o/s bills/ PG/ SD. OR ii) If the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty from outstanding dues of vendor including PG/ SD. 5.2 Major quality problems (as i) If the material is not at all acceptable, established by a joint team / then return the non-acceptable material committee of User unit(s) and QA (or its part) & recover its cost, if paid, from Circle) / performance problems and the o/s bills/ PG/ SD; non-rectification of defects (based on OR reports of field units and QA circle). ii) If the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty from outstanding dues of vendor including PG/ SD; and iii) Withdrawal of TSEC/ IA issued by QA Circle. 6 Submission of claims to BSNL i) Recovery of over payment from the against a contract outstanding dues of Vendor including (a) for amount already paid by BSNL EMD/ PG & SD etc. and by invoking ‘Set . off’ clause 13 of Section 5A or by any (b) for Quantity in excess of that other legal tenable manner. supplied by Vendor to BSNL. ii) Banning of Business for 3 years from date of issue of banning order or till the c) for unit rate and/ or amount higher date of recovery of over payment in full, than that approved by BSNL for that whichever is later. purchase. Note 5:- The claims may be submitted with or without collusion of BSNL Executive/ employees. Note 6:- This penalty will be imposed irrespective of the fact that payment is disbursed by BSNL or not.

43 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

S. Defaults of the bidder / vendor. Action to be taken No. A B C 7 Network Security/ Safety/ Privacy:- i) Termination of PO/ WO. If the vendor tampers with the ii) Banning of business for 3 years which hardware, software/ firmware or in implies barring further dealing with the any other way that vendor for procurement of Goods & a) Adversely affects the normal Services including participation in future working of BSNL equipment(s) tenders invited by BSNL for 3 years from and/ or any other TSP through date of issue of banning order. BSNL. iii) Recovery of any loss incurred on this b) Disrupts/ Sabotages functioning account from the Vendor from its PG/ SD/ of the BSNL network equipments O/s bills etc. such as exchanges, BTS, BSC/ iv) Legal action will be initiated by BSNL MSC, Control equipment against the Vendor if required. including IN etc., transmission equipments but not limited to these elements and/ or any other TSP through BSNL. c) tampers with the billing related data/ invoicing/ account of the Customer/ User(s) of BSNL and/ or any other TSP(s). d) hacks the account of BSNL Customer for unauthorized use i.e. to threaten others/ spread improper news etc. e) undertakes any action that affects/ endangers the security of India.

44 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

S. Defaults of the bidder / vendor. Action to be taken No. 8 If the vendor is declared bankrupt or i) Termination/ Short Closure of the PO/ insolvent or its financial position has WO. become unsound and in case of a ii) Settle bills for the quantity received in limited company, if it is wound up or correct quantity and quality if pending it is liquidated. items do not affect working or use of supplied items. iii) No further supplies are to be accepted except that required to make the already supplied items work. iv) In case of turnkey projects, If the material is commissioned and is usable without any degradation of performance, then settle bills for the acceptable equipment/ material (or its part). v) In case of turnkey projects, if the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty from outstanding dues of vendor including PG/ SD. 9 In the event of the vendor, its i) Termination/Short Closure of the PO/ proprietor, Director(s), partner(s) is / WO. are convicted by a Court of Law ii) Settle bills for the material received in following prosecution for offences correct quantity and quality if pending involving moral turpitude in relation items do not affect working or use of to the business dealings. supplied items. iii) No further supplies are to be accepted except that required to make the already supplied items work. iv) In case of turnkey projects, If the material is commissioned and is usable without any degradation of performance, then settle bills for the acceptable equipment/ material (or its part). v) In case of turnkey projects, If the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty from outstanding dues of vendor including PG/ SD.

45 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

S. Defaults of the bidder / vendor. Action to be taken No. A B C 10 If the vendor does not return/ refuses i) Take action to appoint Arbitrator to to return BSNL’s dues: adjudicate the dispute. a) inspite of order of Arbitrator. i) Termination of contract, if any. ii) Banning of business for 3 years which implies barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL from date of issue of banning order or till the date by which vendor clears the BSNL’s dues, whichever is later. iii) Take legal recourse i.e. filing recovery suite in appropriate court. b) in spite of Court Orders. i) Termination of contract, if any. ii) Banning of business for 3 years which implies barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL from date of issue of banning order or till the date by which vendor clears the BSNL’s dues, whichever is later. 11 If the Central Bureau of Take Action as per the directions of CBI Investigation/ Independent External or concerned department. Monitor (IEM) / Income Tax/ Sales Tax/ Excise / Custom Departments recommends such a course 12 The following cases may also be considered for Banning of business:

(a) If there is strong justification for believing that the proprietor, manager, MD, Director, partner, employee or representative of the i) Banning of business for 3 years which vendor/ supplier has been guilty of implies Barring further dealing with the malpractices such as bribery, vendor for procurement of Goods & corruption, fraud, substitution of Services including participation in future tenders, interpolation, tenders invited by BSNL for 3 years from misrepresentation with respect to the date of issue of banning order. contract in question. (b) If the vendor/ supplier fails to execute a contract or fails to execute it satisfactorily beyond the provisions of Para 4.1 & 4.2.

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

46 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

S. Defaults of the bidder / vendor. Action to be taken No. A B C (d) Any other ground which in the 12 opinion of BSNL is just and proper to cont order for banning of business d dealing with a vendor/ supplier. Note 7: The above penalties will be imposed provided it does not clash with the provision of the respective tender.

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

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

47 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

SECTION- 4 Part-B E-tendering Instructions to Bidders General

These Special Instructions (for e-Tendering) supplement 'Instruction to Bidders', as enclosed in Sec 4 Part A of the tender Documents. Submission of Bids only through online process is mandatory for this tender.

E-Tendering is a new methodology for conducting Public Procurement in a transparent and secured manner. Suppliers/ Vendors will be the biggest beneficiaries of this new system of procurement For conducting electronic tendering, BSNL Ahmedabad Telecom Districtis using the portal https://eprocurement.synise.com/bsnl1/gujarat

1. Tender Bidding Methodology:

Sealed Bid System – Single Stage – Two Envelopes',

Followed by 'e-Reverse Auction' (if required by Business Unit / Planning cell) after opening of the Financial bids. In case of two envelope system Financial & Techno- commercial bids shall be submitted by the bidder at the same time.

2. Broad outline of activities from Bidders prospective:

1. Procure a Digital Signing Certificate (DSC) Class 2 or above 2. Register on Electronic Tendering System® (ETS) on e-procurement portal of Ahmedabad Telecom District . 3. Create Users and assign roles on ETS 4. View Notice Inviting Tender (NIT) on ETS 5. Download Official Copy of Tender Documents from ETS 6. Clarification to Tender Documents on ETS • Query to BSNL (Optional) • View response to queries posted by BSNL, as addenda. 7. Bid-Submission on ETS 8. Attend Public Online Tender Opening Event (TOE) on ETS Opening of Techno- commercial Part 9. View Post-TOE Clarification posted by BSNL on ETS (Optional) Respond to BSNL's Post TOE queries 10. Attend Public Online Tender Opening Event (TOE) on ETS Opening of Financial-Part (Only for Technical Responsive Bidders)

11. Participate in e-Reverse Auction on ETS if applicable

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 ETS. 3. Digital Certificates

For integrity of data and its authenticity/ non-repudiation of electronic records, and be compliant with IT Act 2000, it is necessary for each user to have a Digital Certificate (DC). also referred to as Digital Signature Certificate (DSC), of Class 2 or above, issued by a Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in].

48 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

4. Registration

To use the Electronic Tender® portal https://eprocurement.synise.com/bsnl1/gujarat vendor needs to register on the portal. Registration of each organization is to be done by one of its senior persons who will be the main person coordinating for the e- tendering activities. In ETS terminology, this person will be referred to as the Super User (SU) of that organization. For further details, please visit the website/portal,https://eprocurement.synise.com/bsnl1/gujarat (on the Home Page), and follow further instructions as given on the site.

Pay Annual Registration Fee as applicable. Note: After successful submission of Registration details and Annual Registration Fee (as applicable). Please contact e-Procurement Technologies Ltd. Helpdesk (as given below), to get your registration accepted/activated.

M/s Synise Helpdesk Contact Details

Contact Person: Indrajeet, Ashok Email : [email protected] Telephone Nos: +91 020-30277517,516, 522 Mobile nos.: 7774013248, 7774013247, [between 10:00 hrs. to 18:00 hrs on working days Monday To Saturday ] BSNL Contact:

BSNL Contact - 1 BSNL's Contact Person J P Dhar Telephone/ Mobile 079-26480024 [between 10:30 hrs to 17:00 hrs on working days] E-mail ID [email protected]

BSNL Contact - 2

BSNL's Contact Person Shri.B.J.Chavda

Telephone/ Mobile 079-26480067

[between 10:30 hrs to 17:00 hrs on working days]

E-mail ID [email protected]

5. Bid related Information for this tender (Sealed Bid)

The entire bid-submission would be online on e-procurement portal of Gujarat Circle. Broad outline of submissions are as follows:  Submission of Bid Security/ Earnest Money Deposit (EMD)  Submission of digitally signed copy of TENDER Documents/ Addendum/addenda  Two Envelopes  Techno-commercial -Part  Financial-Part

49 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

Each of the above electronic envelopes consists of Main bid and Electronic form (both mandatory) and bid Annexure (Optional).

NOTE: Bidder must ensure that after following above the status of bid submission must become- “Complete

6. Offline Submissions:

The bidder is requested to submit the following documents offline to A.G.M. (MM), O/o. G.M. (CFA NWP), 10th Floor, Telephone Bhavan, C.G.Road, Navrangpura, Ahmedabad-06 on or before the date & time of submission of bids specified in covering letter of this tender document, 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).

1. EMD-Bid Security in Original. 2. DD/ Bankers cheque drawn in favour of AO(Cash) HQ, BSNL, PGM,ATD, Ahmedabad, payable at Ahmedabad against payment of tender fee. 3. Power of attorney in accordance with clause 14.3 of Section 4 Part A 4. Latest and valid MSME / NSIC Certificate (if applicable)

7. Special Note on Security of Bids

Security related functionality has been rigorously implemented in e-procurement portal in a multidimensional manner. Starting with 'Acceptance of Registration by the Service Provider', provision for security has been made at various stages in Electronic Tender's software. Security related aspects as regard Bid Submission are outlined below:

As part of the Electronic Encrypter™ functionality, the contents of both the 'Electronic Forms' and the 'Main-Bid' are securely encrypted using a Pass-Phrase created by the Bidder himself. Unlike a 'password', a Pass-Phrase can be a multi- word sentence with spaces between words (e.g. I love this World). A Pass-Phrase is easier to remember, and more difficult to break. It is recommended that a separate Pass-Phrase be created for each Bid-Part. This method of bid-encryption does not have the security and data- integrity related vulnerabilities which are inherent in e- tendering systems which use Public-Key of the specified officer of a Buyer organization for bid-encryption. Bid- encryption in ETS is such that the Bids cannot be decrypted before the Public Online Tender Opening Event (TOE), even if there is connivance between the concerned tender opening officers of the Buyer organization and the personnel of e-tendering service provider.

Typically, 'Pass-Phrase' of the Bid-Part to be opened during a particular Public Online Tender Opening Event (TOE) is furnished online by each bidder during the TOE itself, when demanded by the concerned Tender Opening Officers who will open the bid. Else Tender Opening Officer may authorize the bidder to open his bid himself.

There is an additional protection with SSL Encryption during transit from the client- end computer of a Supplier organization to the e-tendering server/ portal.

50 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

8. Public Online Tender Opening Event (TOE)

ETS offers a unique facility for 'Public Online Tender Opening Event (TOE)'. TENDER Opening Officers as well as authorized representatives of bidders can attend the Public Online Tender Opening Event (TOE) from the comfort of their offices. For this purpose, representatives of bidders (i.e. Supplier organization) dully authorized are requested to carry a Laptop and Wireless Connectivity to Internet.

Every legal requirement for a transparent and secure 'Public Online Tender Opening Event (TOE)' has been implemented on ETS. As soon as a Bid is decrypted with the corresponding 'Pass-Phrase' as submitted online by the bidder himself (during the TOE itself), salient points of the Bids are simultaneously made available for downloading by all participating bidders. The work of taking notes during a manual 'Tender Opening Event' is therefore replaced with this superior and convenient form of 'Public Online Tender Opening Event (TOE)'.

ETS 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 Comparison Chart enhances Transparency. Detailed instructions are given on relevant screens.

ETS has a unique facility of a detailed report titled 'Minutes of Online Tender Opening Event (TOE)' covering all important activities of 'Online Tender Opening Event (TOE)'. This is available to all participating bidders for 'Viewing/ Downloading'.

There are many more facilities and features on ETS. For a particular Tender, the screens viewed by a Supplier will depend upon the options selected by the concerned Buyer.

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

9. Clause Deleted

10. Other Instructions For further instructions, the vendor should visit the home-page of the portal https://eprocurement.synise.com/bsnl1/gujaratand go to the User-Guidance Center The help information provided through 'ETS User-Guidance Center' is available in three categories - Users intending to Register / First-Time Users, Logged-in users of Buyer organizations, and Logged-in users of Supplier organizations. Various links are provided under each of the three categories.

Note: It is strongly recommended that all authorized users of Supplier organizations should thoroughly peruse the information provided under the relevant links, and take

51 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

appropriate action. This will prevent hiccups, and minimize teething problems during the use of ETS.

The following 'FOUR KEY INSTRUCTIONS for BIDDERS' must be assiduously adhered to:

1. Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender submission deadline on ETS. 2. Register your organization on ETS well in advance of your first tender submission deadline on ETS 3. Get your organization's concerned executives trained on ETS well in advance of your first tender submission deadline on ETS 4. Submit your bids well in advance of tender submission deadline on ETS as there could be last minute problems due to internet timeout, breakdown, etc. While the first three instructions mentioned above are especially relevant to first- time users of ETS, the fourth instruction is relevant at all times. 11. Minimum Requirements at Bidders end

• Computer System with good configuration (Min P IV, 1 GB RAM, Windows XP) • Broadband connectivity. • Microsoft Internet Explorer 6.0 or above • Digital Certificate(s) for users.

12. Vendors Training Program One day training (10:00 to 17:00) would be provided. Training is optional. Vendors may please send their request for training to AGM (MM) O/o GM CFA NWP, BSNL, 10th Floor, Telephone Bhawan, C.G.Road, Ahmedabad 380006 by Email. Vendors are requested to carry a Laptop and Wireless Connectivity to Internet.

Tentative Dates Date of uploading of Tender document + 7 days Venue Conference Hall, 10th Floor, Telephone Bhavan,

C G Raod, Ahmedabad 380006

Vendors Training Charges Rs. 5000/-(Including Service Tax) (Per Participant) per training day Mode of Payment of Fees DD drawn in favour of M/s Synise Technologies Ltd.

52 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

SECTION –5 Part-A GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT (GCC) 1. APPLICATION: The General Conditions shall apply in contracts made by the BSNL for the services rendered by the bidder.

2. STANDARDS: The services provided under this contract shall conform to the standards prescribed in the special conditions mentioned in Section-5 Part B.

3. PERFORMANCESECURITY: 3.1 The Contractor(including MSEs who are registered with the designated MSME bodies, like National Small Scale Industries Corporation etc.) shall furnish performance security to the BSNL for an amount of 5% of contract value in the form of D.D./F.D.R. / Bank Guarantee as in Proforma of section-7 (a), within 14 days from the date of issue of Advance Work Order. 3.2 The proceeds of the performance security shall be payable to the BSNL as compensation for any loss resulting from the Contractor's failure to complete its obligations under the Contract. 3.3 The Performance Security Bond shall be submitted in the form of Demand Draft / Bank Guarantee issued by a Nationalized bank /Scheduled Bank and in the format provided in the Bid Document. 3.4 The Performance Security Bond will be discharged by the BSNL after completion of the Contractor's performance obligations under the contract.

4. PAYMENT TERMS: Mentioned at “SPECIAL CONDITIONS OF CONTRACT” Section – 5 Part B of this document 5. PRICES: (i) Prices charged by the contractor for goods/ services delivered and performed under the contract shall not be higher than the prices quoted by the contractor in his Bid. (ii) (a) Prices will be fixed at the time of issue of work order as per taxes and statutory duties applicable at that time.

(b) In case of reduction of Taxes and other Statutory duties during the contract period, user shall take the benefit of decrease in these taxes/duties for the supplies made from the date of enactment of revised duties/taxes.

(c) In case of increase in duties/Taxes during the scheduled contract period, the User shall revise the prices as per new duties/Taxes for the supplies, to be made during the remaining delivery period as per terms and conditions of the work order. (iii) Any increase in taxes and other statutory duties/levies after the expiry of scheduled delivery date shall be to the supplier account. However benefit of any decrease in these taxes/duties shall be passed on to the Purchaser by the supplier.

53 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

6. Deleted.

7. TERMINATION FOR DEFAULT:

7.1 BSNL may without prejudice, to any other remedy for breach of contract may terminate the contract in whole or in parts. 7.1.1 If the contractor fails to provide service to the satisfaction of BSNL within the period (s) specified in the contract or any extension thereof granted by BSNL. 7.1.2 If the contractor fails to perform any other obligation(s) under the contract 7.1.3 If the contractor does not follow the labour laws or other statutes in the matter. 7.1.4 If the contractor, in either of the above circumstances, does not remedy his failure within a period of 15 days (or such longer period as the BSNL may authorize in writing) after receipt of the default notice from the BSNL. 7.2 BSNL may without prejudice, to other rights under law or the contract provided services done at the risk and cost of the contractor, in above circumstances. 7.3 In the event of such termination, the proportionate performance security of the component of work terminated shall be forfeited completely. 7.4 Depending upon the severity of negligence, BSNL reserves the right to blacklist the agency/contractor from further participation in any of BSNL tenders/Contracts. The decision of BSNL shall be final in this regard.

8. TERMINATION FOR INSOLVENCY: The BSNL may at any time terminate the Contract by giving written notice to the Contractor, without compensation to Contractor.If the Contractor becomes bankrupt or otherwise insolvent as declared by the competent court provided that such termination will not prejudice or affect any right or action or remedy which has accrued or will accrue thereafter to the BSNL.

9 FORCE MAJURE:

If, at any time, during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract is prevented or delayed by reasons of any war or hostility, acts of the public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes, lockouts or act of God (hereinafter referred to as events) provided notice of happenings of any such eventuality is given by either party to the other within 21 days from the date of occurrence thereof, neither party shall by reason of such event be entitled to terminate this contract nor shall either party have any claim for damages against other in respect of such non-performance or delay in performance, and deliveries under the contract shall be resumed as soon as practicable after such an event come to an end or cease to exist, and the decision of the BSNL as to whether the deliveries have been so resumed or not shall be final and conclusive. Further that if the performance in whole or part of any obligation under this contract is prevented or delayed by reasons of any such event for a period exceeding 60 days, either party may, at its option, terminate the contract.

Provided, also that if the contract is terminated under this clause, the User shall be at liberty to take over from the Contractor at a price to be fixed by the user, which shall be final, all unused, undamaged and acceptable materials, bought out

54 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

components and stores in course of manufacture which may be in possession of the contractor at the time of such termination or such portion thereof as the user may deem fit, except such materials, bought out components and stores as the contractor may with the concurrence of the user elect to retain.

10 STATUTORY OBLIGATIONS

(i) The payment of wages of the staff/worker should be made in accordance with the Minimum Wages Act. Any breach of such laws or regulations shall be deemed to be breach of this contract.

(ii) The Contractor will have to observe the statutory obligations imposed under the concerned applicable laws such as the Contract Labour(R&A) Act 1970 with Contract Labour(R&A) 1971. The Employees State Insurance Act 1948, the provident Fund Act. The Minimum Wages Act 1948, the payment of Bonus Act, 1963, Act 1927, I.D. Act, 1947 and the provisions of Employment of Children Act 1938, House of Employment Regulation and Children Act 1938, . The Shops and Establishment Act. , Etc. and other relevant Acts applicable and/or statutes that may be applicable from time to time or that may be introduced by the Central/State Government or Municipal/Local Self Government authorities subsequent to the date of this agreement.

(iii) The Contractor shall keep the BSNL indemnified from all acts of omissions, defaults, breaches and/or any claim damages, loss or injury and expenses to which BSNL may be put to or involved as a result of Contractor’s failure to fulfill any of the obligations here under and/or under statutes and/or any bye-laws or rules framed there under or any of them.

(iv) In case of accident arising out of and in the course of this agreement, BSNL will not be responsible for payment of any compensation or under any other law. It will be the sole responsibility of the contractor for payment towards loss or compensation whatsoever.

(v) All the taxes/levies/fee charges payable to Govt. Deptt./Local bodies shall be paid by the contractor & no claim whatsoever should be recovered from the BSNL.

(vi) As per Para 3.67 of the recommendation/observation of Tenth Report of parliamentary standing committee on labour ,Contractor would provide the same social security to the labours engaged by him as is available to regular employees

(vii) As per Para 3.68 of the recommendation/observation of Tenth Report of parliamentary standing committee on labour , Contractor shall ensure implementation of equal pay for equal work and also equal remuneration to men and women.

11. The contractor shall employ only trained and experienced workers having courteous manners, after verifying their antecedents.

12. ARBITRATION: 12.1 In the event of any question, dispute or difference arising under this agreement or in connection there-with (except as to matters, the decision of which is specifically provided under this agreement), the same shall be referred to sole arbitration of the Principal General Manager, Ahmedabad Telecom District Ahmedabad. or in case his designation is changed or his office is abolished then in such case to the sole arbitration

55 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

of the officer for the time being entrusted (whether in addition to his own duties or otherwise) with the functions of the Principal General Manager, Ahmedabad Telecom District or by whatever designation such officers may be called (hereinafter referred to as the said officer) and if the Principal General Manager, Ahmedabad Telecom District or the said officer is unable or unwilling to act as such to the sole arbitration or some other person appointed by the Principal General Manager, Ahmedabad Telecom District or the said officer. The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act, 1996 as amended from time to time. There will be no objection to any such appointment on the ground that the arbitrator is BSNL Employee or that he has to deal with the matter to which the agreement relates or that in the course of his duties as BSNL Employee he has expressed views on all or any of the matter under dispute. The award of the arbitrator shall be final and binding on the parties to the agreement. In the event of such arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reasons whatsoever such Principal General Manager, Ahmedabad Telecom District or the said officer shall appoint another person to act as arbitrator in accordance with terms of the agreement and the person so appointed shall be entitled to proceed from the stage at which it was left out by his predecessors. 12.2 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 aforesaid, Indian Arbitration and Conciliation Act 1996 and the Rules made there under, any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this clause. 12.3 The venue of the arbitration proceeding shall be the Office of the Principal General Manager, Ahmedabad Telecom District Ahmedabad or such other Places as the arbitrator may decide.

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

14. COURT JURISDICTION:- (i) Any dispute arising out of the tender/bid document/ evaluation of bids/issue of AWO shall be subject to the jurisdiction of the competent court at the place from where the NIT/tender has been issued.

(ii) Where a contractor has not agreed to arbitration, the dispute/claims arising out of the Contract/WO entered with him shall be subject to the jurisdiction of the competent Court at the place from where Contract/WO has been issued. Accordingly, a stipulation shall be made in the contract as under.

“This Contract/WO is subject to jurisdiction of Court at Ahmedabad only”.

56 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

SECTION – 5 Part-B

SPECIAL (COMMERCIAL) CONDITIONS OF CONTRACT (SCC)

1. The special conditions of contract shall supplement the “Instructions to the Bidders” as contained in section 4 Part A and General (Commercial) Conditions of the Contract as contained in section 5 Part A and wherever there is a conflict, the provisions herein shall prevail over those in section 4 Part A and Section 5 Part A . 2. The contractor before the start of work should submit the details of Supervisor and their mobile numbers. The contractor also should furnish the full details regarding residential address, age, qualification along with photograph & telephone number of all housekeeping personnel for records. Any subsequent change shall be done only after the intimation to the BSNL officer In Charge. 3. The contractor should deploy one full time Supervisor with mobile phone who shall report to the controlling officer daily. The Supervisor shall also visit all the offices daily to supervise cleaning activities. In order to ensure proper cleanliness the contractor has to take cleanliness certificate (under diary) for each floor from the appointed floor – wardens or as the case may be as set out by the BSNL Officer In-charge. 4. TIME SCHEDULE OF WORKS OF HOUSE KEEPING AND SANITATION ACTIVITIES –INDOOR AREA Srl. Item. Activities involved. Frequency.

01. Toilets , 1. Deep cleaning of the toilets Two times a day or once Urinal and including WCs and Urinals with in a day as specified in Bathrooms attached water and washbasins by Section 3 using disinfecting materials like phenyl etc., and also cleaning of all sanitary fittings, tiles and mirrors on the walls in the toilets.

2. Sweeping the floor in & mopping Two times a day or once with water and Phenyl. in a day as specified in Section 3

3. Putting naphthalene balls on urine Daily or as required pot & wash basins. 4. Removal of blockages and clogging Daily or as required in the washbasins and other sanitary fittings in the toilets for smooth outflow of wastewater. 5. Collect all the sweepings, garbage Daily or as required and wastes and dispose of the same to the nearest pit. 02. Officer Sweeping the floor & mopping with Daily. chambers & water and phenyl. office rooms In all Dusting furniture, black boards, doors, buildings windows, partitions including the particle board, glass and aluminum channels, etc.

57 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

03. Lobby, Sweeping the floor & mopping with Daily Passage and water and phenyl. common area and rooms and canteen

04 Open area: 1. Brooming / Sweeping of concrete Daily Concrete surface, motor/scooter/cycle garage. surface area of outside 2.Sweeping of common staircases in

building and colony. inside 3. Removal of House garbage and Daily boundary waste papers and dumping the wall, inside garbage and waste items to nearby roads, Municipal Waste dump. Daily common stair case of 4.Cleaning of drainage sewerage line Weekly Once & at the colony, etc. time of any problem terrace of building and motr/scooter/ 5. Terrace of the building. Thrice in a year cycle garage

05 Cleaning of Cutting of grass, herbs & Shrubs from Quarterly Open Plot/ open plot/ space Space Non- Concrete / Non-termac surface 06. Corridors Dusting of furniture, windows, doors Twice a week including pelmets and curtains etc. common space and canteen 07. Special 1. Removal of cobwebs from all the Fortnightly. cleaning places. activities 2. Removal of dust accumulated on the walls, windows panes and ventilators in the toilets. Cleaning of Fortnightly windows (with glasses). Cleaning of all other common areas which are normally difficult to access. 3. Cleaning of water coolers, Once in a week dustbins, water flask and buckets with detergent 4. Cleaning of carpet, sofa sets, curtains and file rack with vaccum Once in a week cleaner

58 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

08 Cellar Sweeping/neating and removal of Daily cobwebs

09 Water Tank Cleaning of Overhead & Underground Quarterly water tanks

10 Cable Yearly or as required Chamber

5. TIME SCHEDULE OF WORKS OF HOUSE KEEPING ACTIVITIES IN OPEN AREA Sl. Item. Activities involved. Frequency. Day and time. No.

01. Open space 1. Sweeping mopping of Daily As per instructions front & back side of building. Daily 2. Brooming in the Ground. 3. Cutting of grass, herbs & Quarterly Shrubs or as and when required

02. Drainage of Cleaning & removal of mud Fortnightly As per instructions toiletsshaft etc. causing drainage blocking. or as and area in all when buildings required

03. Open Space Washing between foyer to Daily As per instructions grill, toilet & open space near lift etc.

6. The contractor shall provide without any extra charge all the Housekeeping materials / consumables, such as Brooms, Cobweb sticks, Dusters, Mop sticks, Buckets, Mugs, Toilet Cleaner, Floor cleaner, Toilet freshners, urinal cakes, cleaning powder, phenyl, Hand wash liquid, toilet cleaning brush, cleaning / dusting cloth, Water Wipers, Dust bins, Garbage bins, Naphthalene balls, etc., as required to execute the above jobs. In case the contractor fails to provide such materials in sufficient quantity as required for the job, such materials / consumables shall be supplied by BSNL at the risk and cost of the contractor. 7. Deleted 8. The working hours will be from 08.30 a.m. to 4.30 p.m. daily. A skeleton staff would be required beyond 4.30 pm on all working days to cater for emergency services. If a particular person is absent on any day another person should be deployed in his/her place. The personnel should attend to work punctually and complete the cleaning work of the entire office premises as specified by building in charge. The personnel will perform all the duties assigned to the contractor and as specified by BSNL from time to time. 9. The contractor shall assign the job of providing house keeping service only to qualified experienced licensed workers and also assume full responsibility for the safety and security of the officers/officials as well as essential store items while performing duties.

59 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

BSNL shall have no direct or indirect liability arising out of such negligent, careless work which is an offence under relevant section under IPC and any loss caused to BSNL have to be compensated by contractor. The contractor shall remove forthwith any of its worker found undisciplined. 10. The contractor shall issue name badges to all its representatives and ensure that they wear them while on duty. Contractor shall issue to all its workers, Identity cards bearing their photographs this shall be ensured by the contractor, without any extra cost to BSNL. 11. The engagement and employment of labourers and payment of wages to them as per existing provisions of various labour laws and regulations is the sole responsibility of the contractor and any breach of such laws or regulations shall be deemed to be breach of this contract. BSNL may ask the contractor to produce documents to verify that the contractor complies with the provisions/laws. In case the contractor fails to pay due wages to its workers, BSNL shall deduct such amount from the due amount of the contractor and pay the wages directly to the workers. 12. Payment Terms 12.1. Payment shall be made monthly for which the contractor shall submit monthly bill alongwith the following documents: (i) Copy of register of works carried out during the month for which bill for payment is submitted (as per agreed format before the start of work) (ii) Copies of authenticated documents of proof of payments of EPF and ESI contribution. (iii) Payment to contractor will be made within a month through crossed cheque /EFT against proper bills submitted by the contractor. (iv) Income Tax shall be deducted against bills submitted. 13. Penalty

13.1In case of failure to perform daily service or if the quality of services is not satisfactory no payment shall be made for such area including imposing a penalty of maximum of 10% of the daily approved rate for the area. An additional penalty of Rs. 100 ( Rs one hundred ) per day per toilet block shall be imposed for failure to carry out daily housekeeping services or unsatisfactory services of toilets.

13.2 For failure to perform weekly or fortnightly activities, a penalty @10% of the monthly final bill amount (arrived at after all deductions pertaining to the work) shall be imposed.

13.3 If contractor fails to perform any of the activities as per agreement, then without prejudice to any penalty and recovery imposed, BSNL may carry out such part of the work at the risk and cost of the contractor

13.4 Decision of designated officer of BSNL for this purpose shall be final and binding upon contractor. 14. No sub-contracting is permissible by BSNL. 15. The contractor would ensure healthy industrial relations with his staff and settle workers grievances without disruption of the House keeping services. 16. The contractor will ensure that no person deployed by it indulges in smoking, drinking alcohol, consumption of any intoxicants, chewing pan, tobacco etc unnecessarily

60 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

loitering in the premises with work. If any person deployed by the contractor is found to be indulging in these activities, a penalty of Rs. 100/- per person per incident will be leviable by the department which will be intimated by the department to the contractor within 03 days of the incident, and deducted from monthly payment of the contractor. 17.Contractor and the Supervisor assigned for the building has to compulsorily take BSNL connection for business promotion of BSNL. 18. JURISDICITON OF CONTRACT The jurisdiction of the contract shall be zone of GM Area wise. In the interest of Service, ATD reserves the right to allot the said work in any area of ATD, to any approved Agency / Contractor irrespective of the area for which his tender is approved. Under such circumstances where the Agency / Contractor is asked to work in a different area of ATD he will be paid at the rates approved to that area or at his approved rate whichever is less.

61 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

SECTION-6 PART A UNDERTAKING & DECLARATION 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 tenderer hereby covenants and declares that:

1. All the information, Documents, Photo copies 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. c) DECLARATION REGARDING INTERNET DOWNLOADED BID SUBMISSION as per clause no 12, Section – 1A.

I / We declare that 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. d) CERTIFICATE REGARDING FIRM HAS NOT BLACK LISTED BY ANY SSA/CIRCLE OF BHARAT SANCHAR NIGAM LIMITED / MTNL as per Clause No. 13, Section – 1(Part A)

I,……………………………………………………….……S/o……………………………………… r/o…………………………………………………..……hereby certify that we or our firm ……………………………………………………………………… has not been BLACK LISTED by anySSA/Circle of MTNL/BSNL In case at any stage, it is found that the information given by me isfalse/incorrect, BSNL shall have the absolute right to take any action as deemed fit/without any priorintimation to me.

Date: …………… …… ……………………… Signature of Tenderer Place: …………… Name of Tenderer Along with date & Seal

62 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD e) Clause by Clause Compliance

It is to certify that the tender document is carefully read & understood and all thesections and clauses are complied unconditionally & unequivocally. There is nodeviation from the terms & conditions of the tender.

f) Declaration for EPF & Misc Provisions Act 1952

I ______(Name of the bidder / agency) hereby declare compliance towards conditions of the EPF and Misc Provisions Act 1952 and authorize BSNL to recover any payment that arises due to failure to comply with any of the Labour legislations and statutory conditions viz. Labor, EPF, ESI etc. or any other acts dealing with the same and all other acts mentioned in the tender document.

Date: …………… …… ………………………

Signature of Tenderer

Place: …………… Name of Tenderer

Along with date & Seal

63 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

SECTION- 6 PART B

DECLARATION REGARDING NO RELATIVE WORKING IN BSNL

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

Signed ______

For and on behalf of the Agency Name (Capitals) ______

Position ______

Date ______

Note: -In case of proprietorship firm certificate will be given by the proprietor, for partnership firm certificate will be given by all the partners and in case of limited company by all the Directors of the Company. Any breach of these conditions by the company or firm or any other person, the tender/ work will be cancelled and earnest money / security deposit will be forfeited at any stage whenever it is so noticed. BSNL will not pay any damages to the company or firm or the concerned person. The company or firm or the person will also be debarred for further participation in the concerned unit.

64 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

SECTION – 7

PROFORMAS

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

Whereas...... (hereinafter called "the Bidder") has submitted its bid dated...... for the supply of ...... vide Tender No…………………… dated...... KNOW ALL MEN by these presents that WE...... OF ...... having our registered office at ...... (hereinafter called "the Bank") are bound unto Bharat Sanchar Nigam Limited (hereinafter called "the Purchaser") in the sum of Rs...... for which payment will and truly to be made of the said Purchaser, the Bank binds itself, its successors and assigns by these present. THE CONDITIONS of the obligation are : 1. If the Bidder withdraws his bid during the period of bid validity specified by the Bidder on the Bid form or 2. If the Bidder, having been notified of the acceptance of his bid by the Purchaser duringthe period of bid validity

(a) fails or refuses to execute the Contract, if required; or (b) fails or refuses to furnish the Performance Security, in accordance withthe instructions to Bidders. We undertake to pay to the Purchaser up to the above amount upon receipt of its first written demand, without the purchaser having to substantiate its demand, provided that in its demand, the purchaser will note that the amount claimed by it is due to it owning to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force as specified in clauses 12 and 28.2 of section 4 Part A of the Bid Document upto and including THIRTY (30) days after the Period of bid validity and any demand in respect thereof should reach the Bank not later than the specified date/dates. Signature of the Bank Authority. Name Signed in Capacity of Name & Signature of witness Full address of Branch Address of witness Tel No. of Branch Fax No. of Branch

65 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

7 (B) PERFORMANCE SECURITY BOND FORM (To be typed on Rs.100/- non-judicial stamp paper) Dated:…………….. Sub: Performance guarantee.

Whereas Principal General Manager Telecom, Ahmedabad Telecom District, Ahmedabad (hereafter referred to as BSNL) has issued an AWO 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 AO(Cash) HQ, BSNL, PGM,ATD, Ahmedabad of Rs. …………..……/- (hereafter referred to as “P.G. Amount”) valid up to ……/……/20……… (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 BSNL, the Bidder has in any way failed to observe or perform the terms and conditions of the said agreement or has committed any breach of its obligations there- under, the Bank shall on demand and without any objection or demur pay to the BSNL the said sum limited to P.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 BSNL shall be conclusive as regards the liability of Bidder to pay to BSNL or as regards the amount payable by the Bank under this guarantee. The Bank shall not be entitled to withhold payment on the ground that the Bidder had disputed its liability to pay or has disputed the quantum of the amount or that any arbitration proceeding or legal proceeding is pending between Bidder and BSNL regarding the claim.

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

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

6. Notwithstanding anything herein contained;

66 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

(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 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) HQ, BSNL, PGM,ATD, Ahmedabad” payable at Ahmedabad.

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

Place: …………………………… Date: ………………………….. (Signature of the Bank Officer) Rubber stamp of the bank

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

67 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

7 (C) LETTER OF AUTHORISATION FOR ATTENDING BID OPENING (To be typed preferably on letter head of the company)

Subject: Authorization for attending Bid opening

I/ We Mr. /Ms. …………………………………….. have submitted our bid forthe tender no. ………………………….……… in respectof………………………………………………….. (Item ofwork) which is due to open on …………………. (date) in the Meeting Room, O/o ………………………………………………………………………………….

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

……………………………………. Signature of the Representative ………………………………… Signature of Bidder/ Officer authorized to sign Name of the Representative on behalf of the Bidder

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

Above Signatures Attested

Note 1: Maximum two representatives will be permitted to attend the Bid opening. In cases where it is restricted to one, first preference will be allowed. Alternate representative will be permitted when regular representatives are not able to attend.

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

68 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

7 (D) AGREEMENT

(To be executed on a non judicial stamp paper of Rs.100/-)

CONTRACT AGREEMENT FOR HOUSE KEEPING WORK IN AHMEDABAD TELECOM DISTRICT.

(The day of______month______of the year 2017)

BETWEEN M/S.

In the town of Ahmedabad here in after called the 'CONTRACTOR' on the one part and the Ahmedabad Telecom District here in after called the 'OWNER' on the other part.

WHEREAS the owner being desirous of having provided and executed certain work mentioned, enumerated or referred to in the tender documents including notice inviting tender.

General procedure, conditions, and terms and conditions of the contract.

WHEREAS the contractor has inspected the site and surroundings of the works specified in the tender documents and has satisfied by careful examination before Submitting his tender as to the nature of work, the form and nature of site and local conditions, the nature and the magnitude of the work, the availability of labour and Materials necessary for the execution of work, the means of access to the site, the Supply of power and water there to and the accommodation he may require, and, has Made local and independent enquiries, obtained complete information on the matters And things referred to or implied in the tender document or having any connection, there with, and has considered the nature and extent of all probable and possible Situation, hindrances, delays or interference to or with the execution and completion of the work to be carried out under the contracts and has examined and considered all other matters, condition and things and probable and possible contingencies and generally all matters inicidental there of and ancillary there of attendingt the execution and completion of the work which might have influenced him in the making his tender.

Any lapse if noticed or portion or work found not carried out, proportionate dedudction will be made from monthy bills. Whereas the notice inviting tender, general procedure & conditions, and terms and conditions of work, any statement of agreed acceptance of tender, its enclosures, copies for which are here to annexed form part of this contract though separately and included in the expression CONTRACT where ever herein.

If there is any dispute between the labour and the contractor same has to be resolved by the contractor including all labour laws and regulations.Department do not own any responsibility on this account.

The contractor has to pay minimum wages to his workers as per the law. The E.P.F. and E.S.I will be liability of the contractor.

69 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

AND WHEREAS the Owner accepted the tender of the Contractor for the provision and the execution of the said work at the rates stated in the tender and finally approved by owner upon the terms and subject to the condition of contract.

WHEREAS it is specifically and distinctly under stood and agreed between the owner and contractor that the contractor shall have no right, title or interest in The site made available by the owner for execution of work or in the building and the owner shall have absolute and unfettered right to take full possession of the site and to remove the contractor, his servants and materials belonging to the contractor his servants and materials and lying on the site.

The contractor shall be allowed to enter upon the site for execution of the work only as a license implicator and shall not have any claim, right, title or interest in the site or the strucsture erected there on and owner shall be entitled to terminate such license at any time without assigning any reason.

AHMEDABAD TELECOM DISTRICT M/s______

Place :

Date :

In the presence of two witnesses

1) 1)

2) 2)

70 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

SECTION-8

AGENCY DETAILS (Including performance records, financial viability etc.) Name and Postal Address of the Bidder

Registered Address of Bidder

(i) Proprietorship concern Status of the Bidder (ii) Partnership firm (iii) HUF (iv) Limited Company Name of person or authorized signatory for submitting the tender, other documents and empowered for correspondence with BSNL

Bid Security Particulars DD No. ……………………………………..

Amount: …………………….

Name of Bank…………………………………

Branch ………..

GST registration particulars

PAN Card particulars

Telephone numbers (with STD Office: Residence: Code) of authorized signatory Fax:

Mobile: E-mail:

Name(s) of Proprietor/ all Partners / all Directors

Signature of the Bidder/Authorised Representative

71 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

SECTION – 9 (Part A)

BID FORM

To From: ASSTT.GENERAL MANAGER (MM), ______AHMEDABAD TELECOM DISTRICT, ______10 th Floor, TELEPHONE BHAVAN, ______C.G.Road, NAVARANGPURA. ______AHMEDABAD.

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

1. Having examined the above mentioned tender enquiry document including amendment/ clarification/ addenda Nos...... dated …………….. ……………the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver ...... in conformity with the said drawings, conditions of contract and specifications for the sum shown in the schedule of prices attached herewith and made part of the financial 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 150days 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 provide you with a performance guarantee from a Scheduled Bank/ Nationalize Bank for a sum @ 5% of the contract value for the due performance of the contract. 6. If our Bid is accepted, we undertake to complete delivery of all the items and perform all the services specified in the contract. 7. Until a formal Work Order of Contract 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 this ...... day of ...... 2017

Signature …………………………. Witness Name …………………………….. Signature…………………………. In the capacity of ……………………… Name …………………………….. Duly authorized to sign the bid for and Address...... On behalf of ......

72 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

CHECK LIST FOR THE BIDDERS Please ensure that all documents are fully authenticated by the Authorized Signatory with his signature with official seal. Offer is liable to be rejected, if enclosed documents are not authenticated. Documents forming part of the bid: -

Sr.No Documents to compulsory submitted offlineand Copy to be Submitted uploaded in E-tender portal YES/NO 1 Tender Fee as per details given in Detailed NIT (Section 1 Part A) for zones for which bidder has participated 2 Bid Security paid vide DD or Cash or Bank Guarantee as per details given in Detailed NIT (Section 1 Part A) for zones for which bidder has participated 3 Power of Attorney attested by Notary Public or Registered with Sub Registrar in favour of the signatory signing the offer and documents as per Clause no. 14.3 of Section 4 Part A 4 Latest and valid MSME or NSIC Certificate duly certified by NSIC if applicable Sr.No Documents to submitted online in E-tender portal Submitted YES/NO 1 Firm Registration Certificate or Certificate of Incorporation or Shop & Establishment Certificate or GST Registration 2 Proprietorship or Partnership Deed or Articles or Memorandum of Association as the case may be. In case of proprietorship firms an affidavit of that effect should be submitted along with the bid. 3 Proof showing office set up in Ahmedabad or Gandhinagar. 4 Experience Certificate as mentioned in the eligibility criteria. 5 Chartered Accountant’s certificate or ITR for verifying the Turnover. 6 Copy of GST Registration

7 EPF Registration Certificate

8 ESI Registration Certificate 9 Copy of PAN card 10 Letter of Authorisation to attend Bid opening event 11 Agency Details 12 Under taking and Declaration as per Section-6 (Part A) 13 Declaration Regarding No Relative Working In BSNL as per Section - 6 (Part B) 14 All pages of the tender documents must be signed with stamp by authorized signatory before submission. 15 Copy of Bid Form in Section-9 Part A 16 Any other supporting documents asked for in bid document

73 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

SECTION – 9

FINANCIAL BID PRICE SCHEDULE (Part B)

Schedule of Requirement and rates for House-Keeping services.

NAME OF THE BIDDER ______

Rate for House Keeping Service for Tender No: ______, Zone: ______

Daily Frequency (Annexure –I) Monthlyrates per sq. Mtrs. Area Rate per sq. m area per month Rate per with material (Rs.) No. per Quarter (rs,.) Carpet Carpet Open Over Head areaincluding areaincludin area for Tank / Toilet Block g Toilet Large / Under Area – For Block Area Small Ground Large – For Small Building Tank Building Buidling

Providing House-Keeping services including supplying required consumable/materials and deploying suitable number of manpower for such house-keeping work in the Locations mentioned at Section- 3 (Annexure-I) as per detailed schedule of work and scheme of this bid document.

74 Seal and Signature of Bidder

T-1826 to T-1828/17-18 House Keeping Services in GM W/ E/ G Zone of ATD

For Once in a Month / 3 Months cleaning activities (Annexure- II)

Rates per day per sq. Mtrs. Rate per day per sq. m area (Rs.) Area with material for once in a month / Quarterly Carpet area – For Large / Open area – For Large / Small Small Building Building

Providing House-Keeping services including supplying required consumable/materials and deploying suitable number of manpower for such house- keeping work in the Locations mentioned at Section-3 (Annexure-II) as per detailed schedule of work and scheme of this bid document.

The rates above are inclusive of all taxes, levies and duties etc. but excluding of GST which will be paid extra as applicable.

I agree to all the clauses and terms and conditions laid down in this tender/bid document.

75 Seal and Signature of Bidder