BHARAT SANCHAR NIGAM LIMITED (A Govt. Of Enterprise) Office of the General Manager , BSNL , -670002

E-Tender Document

E-Tender for Supply of Man Power Assistance for External plant maintenance under Kannur BA

Tender No: NWP-116/E-Tender/ Manpower/Extl plant /GNL/18-19/I/5 Dated at Kannur, the 02/07/2018

OFFICE OF THE GENERAL MANAGER

KANNUR BA BSNL BHAVAN, KANNUR-670 002. Telephone : AGM – 04972703300; SDE – 04972703950; email id. [email protected]

1

Signature of bidder

INDEX

No. Chapter Annexure Page no. 1. NIT 3

2. Terms and conditions 5

Check list 3. I 27

4. Bidder ’s Profile II 28

5. Letter of authorization for attending Bid opening III 29

6. Bid Form IV 30

7. Agreement Performa V 31

8. Bank Guarantee Bond form for Security Deposit VI 33

9. ECS Mandate VII 34

10 Near Relative Certificate VIII 35

Certificate for tender document downloaded from 11. IX 36 web site

12. Financial Bid ( Rate Schedule) X 37

EMD,SD, Approximate number of Manpower 13. XI 38 required.

14 List of Zones, Divisions, SubDivisions & Exchanges XII 39

15 Bank Guarantee Bond Form for EMD XIII 42

16 E tendering Instructions 43

2

Signature of bidder

BHARAT SANCHAR NIGAM LIMITED (A Govt. Of India Enterprise) Office of the General Manager , BSNL, Kannur-670002

Tender No: NWP-116/E-Tender/ Manpower/Extl Plant/GNL/18-19/I/5 Dated at Kannur the 02/07/2018

NOTICE INVITING TENDER E-Tenders are invited for and on behalf of the Chairman and Managing Director, Bharat Sanchar Nigam Limited by General Manager, Kannur BA from eligible and experienced firms/individuals having EPF, ESI and GSTregistration, for providing Manpower assistance for External Plant maintenance. The bidder should have a regional office at .The manpower to be supplied under this tender will be utilised for external plant maintenance in the telephone exchange areas falling in Kannur BA, comprising Kannur & Kasaragod revenue districts and Mahe union territory. The estimated requirement of manpower is furnished in Annexure XI of the tender document. No of Manpower ESTIMATED TENDER Sl.No. Name of Division required COST EMD SD COST (Rs) 1 Thalasserry(P) 17 2925494 58510 146275 590 2 32 5572370 111447 278618 1180 3 Mattannur 30 5293751 105875 264688 1180 4 22 3761350 75227 188067 590 5 Talipparamba 18 3204113 64082 160206 590 6 18 3064803 61296 153240 590 7 Kannur (P) and( T) 38 6686844 133737 334342 1180 Kannur (Trans 8 I&M) 7 1218956 24379 60948 590

Total 182

Period of contract : 18 Months from the date of Agreement ,which can be further extended for six months under the same terms and condition at the discretion of the General Manager ,Kannur BA. The contract can be further extended by another six months on mutual agreement. Mode of Payment : Tender forms will not be sent by Post. The tender forms are not transferable and cost of tender forms will not be refunded under any circumstances. The complete tender form can be downloaded from the e-tender link of the website www.kerala.bsnl.co.in or from www.tenderwizard.com/BSNL. The bidders downloading the tender document are required to submit the prescribed tender form fee amount which is to be remitted at the cash counter in the Office of the General Manager, BSNL BHAVAN Kannur - 670002 or by way of Demand Draft for the same amount, from any Nationalized / Scheduled Bank payable at Kannur, drawn in favour of Accounts Officer (Cash), O/o GMT, BSNL, Kannur, in addition to the EMD prescribed along with the tender application , failing which the 3

Signature of bidder

tender bid shall be left archived unopened/rejected. Also a certificate to this effect should be given in the prescribed format enclosed (Annexure IX). The bidders who are registered with NSIC under single point registration scheme are exempted from EMD up to the amount equal to their monetary limit. A proof regarding current registration with NSIC for the tender work will have to be attached along the bid. After online submission , technical/qualifying bid including EMD, cost of Bid document , attested documents satisfying eligibility conditions and other related documents of intending bidders mentioned in clouse 5.2 shall be sent in prescribed form in sealed covers(as per the clouse 5.1) and the envelope containing the tender shall be addressed to Assistant General Manager (CP), Office of the General Manager, BSNL Bhavan ,South Bazaar Kannur– 670 002, by Registered Post acknowledgement due or shall be deposited in the Tender Box available in the office. No acknowledgement will be made separately. Tenders can be downloaded up to 14.00 Hrs of 10/08 /2018. The last date fixed for receipt and opening of tender i.e. 14/08/2018 is declared as holiday the tender documents will be accepted on the next working day up to 12.00 Hrs and opened at 14.00 Hrs on the same day.

Availability of tender document for From 12/07/2018 to 10/08/2018 down loading Up to 14.00 hrs Last date and time of online Up to 17:00 Hrs on 10/08/2018 submission of E-Tender Last date and time of submission of Up to 12:00 Hrs on 14/08/2018 EMD and cost of bid document and other documents in original in sealed envelope Time and Date of opening of sealed At 14:00 Hrs on 14/08/2018 envelope containing EMD, cost of Bid document and other documents of intending bidders Time and Date of Opening of the At 15:30 Hrs on 14/08/2018 Technical Bid (online only) GMT, BSNL, Kannur reserves the right to reject any or all the tenders without assigning any reason thereof. Details of the tender are also available on our web site www.kerala.bsnl.co.in The Department does not own any responsibility for any alteration / omission in the contents of the tender document while downloading of the website or otherwise”

Sd/- Assistant General Manager (CP) Office of the General Manager BSNL Bhavan, Kannur – 670 002

4

Signature of bidder

BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise) Office of the General Manager , BSNL, Kannur-670002

Tender No: NWP-116/E-Tender/ Manpower/Extl Plant/GNL/18-19/I/5 Dated at Kannur the 02/07/2018

TERMS AND CONDITIONS

1. PREAMBLE

For and on behalf of CMD, BSNL, New Delhi, the General Manager, BSNL, Kannur invites E-Tenders from eligible and experienced firms/individuals for Providing Man power assistance for works related to External Plant of BSNL Telecom Network. The manpower to be supplied under this tender will be utilized for assisting Telecom Mechanics/JTO/SDE for works required in external plant under the telephone exchange areas falling within the territorial jurisdiction of Kannur BA and for assisting installation of such external systems as may be needed.

2. ELIGIBILTY CRITERIA 1.Bidders must possess a minimum experience of supplying manpower for works of similar nature for a period of not less than one year for any Government/ Public Sector Organization or any other Telecom service provider anytime during the past five years immediately preceding the date of submission of bid. The man power proposed for supply under this contract should have sufficient working experience in assisting telecom mechanics/engineers in installation/ maintenance of external plants of telecom systems. 2.The contractors having one year experience in construction/ maintenance of UG cable/line work in Telecom network are also eligible for participating in this tender subject to fulfillment of all other eligibility criteria. 3. The bidder should have a regional office in Kerala 3. SCOPE OF THE CONTRACT

3.1 This tender is for Providing Man power assistance for External Plant maintenance in the telephone exchange areas falling within the territorial jurisdiction of Kannur BA

3.2 This tender is intended to provide manpower assistance for the following divisions 1)Kannur(P) and (T) 2)Thalaseerry(P) 3)Kuthuparamba 4)Mattannur 5)Sreekandapuram 6)Talipparamba 7)Cherukunnu 8)Kannur TIM of Kannur BA as detailed in the Annexure XII. Intending bidders have to submit separate bid for each Division. Bidders can bid for more than one division by submitting separate bids.

3.3 This contract is valid for 18 months from the date of signing the agreement and can be extended for 6 months under the same terms and conditions at the discretion of the General Manager Kannur BA. The contract can be further extended by another 6 5

Signature of bidder

months on mutual agreement.

3.4 The estimated requirement of manpower is furnished in Annexure XI of the tender document.

3.5 Those bidder under this tender must have sufficient experienced manpower on hand and should be able to provide them to the Divisional Engineers in order to deploy them at the level of the subdivision/exchanges under his jurisdiction as indicated in Annexure- XII

3.6 Manpower shall be provided for whole month throughout the contract period as required by BSNL subject to the estimated requirements and variances stipulated under this tender. The work in charge can decide with intimation over phone to the contractor to dispense with the service on any particular day or days, if assistance was felt not required or if it is felt not advisable to take up external work on such days.

3.7 The Divisional Engineers will allot the workmen to subordinate officers under their control who are in charge of external plant maintenance in each telephone exchange area. List of exchanges in each Zone under each Sub division is furnished in the ANNEXRE-XII

3.8 BSNL will supply materials like Drop wires, Cables and Jointing Kits required for cable Jointing/ Other maintenance work besides all consumables needed for cable jointing like cotton waste, kerosene, sleeves etc. 3.9 Tools required for excavating and reinstating cable pits, Cable tent and protecting devices etc will not be supplied by BSNL. These will be provided by the contractor directly to the workmen and BSNL shall not be responsible in any way for making available or maintaining such tools. 3.10 .Divisional Engineer will have full powers to deploy, redeploy, rearrange manpower assistance in various exchanges under his jurisdiction .

3.11 .The workman supplied by the contractor is expected to provide work assistance in the entire jurisdiction of the exchange area as may be decided by the Telecom Mechanic/JTO/SDE. Work man is required to reach the site on his own at the time and place as may be indicated by the work in charge.

3.12 .The contractor shall ensure provision of necessary safety devices to the workmen for discharge of services.

3.13 . The contractor shall be responsible for provision of manpower assistance at such places (normally the exchange area or area falling within a subdivision/division) and at such timings as may be fixed by the SDE/DE concerned.

4. ISSUE OF TENDER FORM/SCHEDULE 4.1 Tender forms will not be sent by Post. The tender forms are not transferable and cost of tender forms will not be refunded under any circumstances.

6

Signature of bidder

The complete tender form can be downloaded from the e-tender link of the website www.kerala.bsnl.co.in or from www.tenderwizard.com/BSNL. The bidders downloading the tender document are required to submit the prescribed tender form fee amount which is to be remitted at the cash counter in the Office of the General Manager, BSNL BHAVAN Kannur - 670002 or by way of Demand Draft for the same amount, from any Nationalized / Scheduled Bank payable at Kannur, drawn in favour of Accounts Officer (Cash), O/o GMT, BSNL, Kannur, in addition to the EMD prescribed along with the tender application , failing which the tender bid shall be left archived unopened/rejected. Also a certificate to this effect should be given in the prescribed format enclosed (Annexure IX). The bidders who are registered with NSIC under single point registration scheme are exempted from EMD up to the amount equal to their monetary limit. A proof regarding current registration with NSIC for the tender work will have to be attached along the bid.

5. SUBMISSION OF BIDS

5.1 Method of Preparation of Bid

5.1.1 After online submission bid for each division should be submitted in two envelopes placed inside a main cover. These envelopes should contain the following: Envelope Marked on the cover Contents of Envelope First Bid Security(EMD) and Containing Bid security (EMD)and cost of tender document cost of tender document as per as per Annexure XI . Second Technical/Qualifying Bid Containing documents as per Clause 5.2 (except bid security and cost of tender document)

On all these envelopes the name of the firm and whether “Bid Security and cost of tender document” or “Technical/Qualifying bid” must be clearly mentioned and should be properly sealed (with sealing wax/packing PVC tape). These envelopes are to be placed inside an outer envelope and properly sealed (with sealing wax/packing PVC tape). The tenders which are not submitted in the above mentioned manner shall be summarily rejected.

5.1.2 All envelopes (2 inner & one outer) must bear the following:

Tender for supply of manpower assistance in external Plant Maintenance Division:……………………… “NOT TO OPEN BEFORE (DUE DATE OF TENDER)”

(Tender No……...... ) (Full Address of the Tendering Authority)

7

Signature of bidder

5.1.2 Bids prepared as above shall be dropped in to the tender box provided for the purpose kept with the Assistant General Manager (CP), O/o the General Manager, BSNL Bhavan, Kannur - 670002.

5.1.3 The bids can also be sent by Registered Post addressed to “The Assistant General Manager (CP), O/o the General Manager, BSNL Bhavan, Kannur-670002 so as to reach before the time fixed for receipt of the tender document as indicated in page 4 of this NIT. Such bids, if received after the scheduled closing time for receipt of tenders, will be returned to the respective tenderers , irrespective of the reasons for such late receipt.

5.1.4 The Tenderer shall submit tender form duly filled in and signed on all pages along with EMD. In respect of tender documents downloaded from the BSNL website, the cost of the tender document in the form of Demand Draft as prescribed shall also be submitted as part of the Technical Bid.

5.1.5 Bids have to be submitted separately for each division and shall be dealt with as independent tenders for all purposes. All documents, payments etc forming part of the tender should be separate and exclusive for each division

5.1.6 All over writing/ erasures/ corrections in the bid shall be attested with date by the person signing the bid.

5.1.7 Bids shall be received only up to the closing date & time prescribed in the NIT. In case the closing date prescribed happens to be an official holiday for the BSNL office, the tender will be opened on the next day at the same time. However any bid received after the closing time and date shall be rejected irrespective of the reasons for delay. However any bid received after the closing time and date shall be rejected irrespective of the reasons for delay.

5.1.8 No acknowledgements shall be issued by BSNL for tenders received, irrespective of the channel through which it is submitted.

5.1.9 Period of validity of bid will be 180 days from the date of opening of tenders unless extended.

5.2 List of documents to be submitted along with the tender for each Division: 5.2.1 (a) Tender documents in original, duly filled in and signed by the tenderer on each page. (b) Bid Security [EMD]. Annexure XI (c) Cost of Tender documents in form of Demand Draft (if tender form is downloaded) (d) Check list. (Annexure I) (e) Tenderer’s profile.( Annexure II) (f) Experience certificate to establish eligibility criterion.(Attested copy) 8

Signature of bidder

(g) Attested copy of ESI registration. (However this can be exempted for submission of bid, if a declaration is made stating that the registration will be done and submitted within one month in case the tender is awarded.) (h) Attested copy of EPF registration. (i) Attested copy of GSTregistration. (j) Near relative certificate. ( Annexure VIII) (k) Attested copy of PAN Card. (l) Letter of authorization, if any. ( Annexure III) (m) Rate Schedule – (Financial Bid online submission only)

(n) Attested copy of Memorandum of association and articles of Association in case of company. (o) Attested copy of Partnership Deed in case of partnership firms.

(p) Attested copy of “Power of Attorney” in case person other than the tenderers has signed the tender documents. (q) Mandate form for ECS/EFT (Annexure – VII) (r) Copy of Labour registration certificate/ license issued by competent authority in respect of contract works carried out by the bidder within the last five years reckoning from the date of tender.

(Experience certificate as required in eligibility criteria (f), issued by the competent authority, not below the rank of ‘Gr.A’ or equivalent in MTNL/BSNL/PSU. In respect of experience certificate of other telecom service providers, it must be issued by the operation heads of telecom circle/license area./Regional head).

(Attestation should be done by ‘Gr A’ officer in BSNL/ Gazetted Officer of Central/State Govt.)

5.2.2 Financial Bid (online submission only)

6 BID PRICE

6.1 The bidder has to quote Service Charges per personnel per working day. Bids will be evaluated based on this. The bidder shall quote the rate strictly in conformity with the requirement as indicated in the rate schedule.

6.2 The rate shall be quoted both in words and figures. If there is difference between the rates furnished in words and figures the amount given in words shall prevail.

6.3 No modifications are allowed on the tender document and no overwriting shall be admissible in the Financial Bid.

6.4 . The successful bidder is liable to pay wages to the workers based on the minimum wages prescribed by the Government of India based on VDA rates or the rate prescribed by the Govt of State which ever is higher subject to revision according to clarification/direction issued by Competent authority. 9

Signature of bidder

. Payment of the monthly bills will be worked out on the basis of actual number of days worked by each personnel multiplied by the total amount in accordance with the rate schedule in the Financial Bid. The basic rate includes factor for payment of weekly off also. The national holidays shall be paid holidays for the workers. The Contractor shall pay the wages to the personnel on or before the 7th of every succeeding month or before the date prescribed under labour act for disbursement of such wages which ever is earlier, irrespective of the date of payment of Bill by BSNL to the contractor. 6.5 The rate quoted shall be inclusive of all levies and taxes but exclusive of GST.

6.6 The Service Charges per personnel per working day quoted by the bidder shall remain fixed during the entire period of contract including the extended period if any and shall not be subject to variation on any account irrespective of wage revision/ VDA ordered by competent labour authority.

6.7 Bid submitted with rates quoted in any manner not in conformity with the stipulation herein shall be summarily rejected.

6.8 The bidder shall ensure payment of minimum wages approved by Regional Labour Commissioner (Central) or the rate notified by the State from time to time which ever is higher to every workman supplied under this tender subject to revision according to clarification/direction issued by Competent authority.

6.9 The rate schedule has been prepared assuming that workmen will be engaged on the basis of current statutory Minimum Wages. The contractor is required to quote the actual amount to be received above the Minimum wages for an eight hour engagement of one workman to meet all the explicit and implicit costs involved in the tender as ‘Service Charge’.

6.10 The Service Charge quoted shall, among other items, take care of wages, if any to be paid to the workmen in excess of the statutory minimum wages and other direct and indirect costs other than the elements of minimum wages as presented in the Financial Bid and the GST. BSNL shall pay the given elements of statutory Minimum wages as existing now or revised in future on producing the proof of actual payments. It shall also pay the applicable GST.

6.11. BSNL shall engage each workman made available under this tender for normal duration of eight hours on each day and the service charge as quoted shall be paid for each such workman. Whenever work men are engaged by BSNL under situations of emergency for more than eight hours, the service charge will be paid proportionate to the actual hours of engagement. The work in charge of external plant may fix the time at which the work man should report the worksite for assistance. 10

Signature of bidder

6.12. Workers contribution towards EPF should be recovered from the payment due to the workers every month and remitted to the EPF authority, in addition to the remittance of EPF contribution from Principal Employer side. 7. EARNEST MONEY DEPOSIT (EMD) 7.1.EMD is to be paid as per NIT along with the tender offer. 7.2 EMD can be paid in the form of an “Account Payee” Demand Draft issued by any Scheduled/Public Sector Bank and drawn in favor of the Accounts officer (cash), BSNL, Kannur payable at Kannur . 7.3 EMD can also be paid in cash at the cash counter of the Accounts Officer(Cash),office of the GENERAL MANAGER , BSNL Bhavan, Kannur between 10.00 hrs and 15.00 hrs on all working days up to the last date/time prescribed in NIT. 7.4. EMD can also be furnished as Bank Guarantee obtained from any scheduled Bank with a validity period of 30 days beyond the validity of the bid as specified in the Bank Guarantee Bond form for EMD in this tender document ( Annexure-XIII)

7.5 The Demand Draft / cash receipt / Bank Guarantee covering the EMD amount shall be enclosed along with the tender offer as a part of the “Technical Bid”. 7.6 .The EMD will not carry any interest. 7.7. The Bid shall stand rejected and the EMD shall be forfeited viz.:-

7.7.1. If the tenderer withdraws his offer during the validity period specified by the bidder in the bid form.

7.7. 2. If the bidder makes any modifications in the terms and conditions mentioned in the tender documents.The EMD will be refunded to unsuccessful Tenderers after finalization of the tender, subject to fulfillment of the required formalities.

7.8. In the case of successful Tenderers the EMD will be adjusted towards Security Deposit before executing agreement.

7.9. If a successful tenderer does not pay the Security Deposit and execute the agreement within the period prescribed under this tender or communicated by or on behalf of the General Manager, Kannur BA, then the EMD paid by the bidder will be forfeited to BSNL and the provisional acceptance of the bid by BSNL shall stand revoked. 8. OPENING OF BIDS 8.1 Tenders will be opened on date as mentioned in NIT in the cabin of the Asst. General Manager (CP), O/o the General Manager , BSNL Bhavan, Kannur - 670002 or any other officer authorized for the purpose by the General Manager, Kannur BA in the presence of the tenderers or their authorized representative as may be present at the prescribed time and date of opening of the tender.

8.2 a. Technical bid shall be opened on the date and time specified in the NIT. 8.2 b. Financial bid (Online) will be opened only of those bidders whose bids are technically Qualified. 11

Signature of bidder

8.2 c The date and time of online opening of “Financial Bid” shall be conveyed through website www.kerala.bsnl.co.in to all the bidders who have qualified in the technical/qualifying bids.

9. SECURITY DEPOSIT :

9.1 The successful tenderer will be required to remit Security Deposit for an amount equal to 5% of the total contractual value within a period of 10 days from the date of issue of the letter of intent or within the time limit prescribed by GENERAL MANAGER , BSNL, Kannur. EMD remitted will be adjusted towards Security Deposit. The balance Security Deposit shall be remitted by Cash/DD/Bank Guarantee.

9.2 Security Deposit will not bear any interest. Security Deposit shall be made by any of the following means: 1. By cash to be paid at the counter of the Accounts Officer (Cash), O/o GENERAL MANAGER , BSNL, Kannur. 2. By DD issued by any Scheduled/Public Sector Bank drawn in favour of Accounts Officer (Cash), BSNL, Kannur and payable at Kannur.

3. By Bank guarantee obtained from any Scheduled/Public Sector Bank with a validity period of 36 months from the date of acceptance of the tender with a provision for extension of the period of validity if so required by BSNL. 9.3 Security deposit will be released on completion of the contract period after getting necessary “No due and satisfactory completion certificate” from the Divisional engineer and after 3 months from the expiry date of contract/extended period of contract. Proof of clearance of all payments due to EPF, ESI and other statutory payments liable under the contract should be produced along with application for refund of SD.

9.4 Security Deposit of the successful tenderer will be forfeited to BSNL in the following cases: 9.4.1. If after acceptance of the tender, the tenderer fails to carry out the job in accordance with the terms and conditions of the tender. 9.4.2. If any damage is caused to any of the property of BSNL or state/central Govt. property or public property or other private property by the workmen supplied under this tender. 9.4.3 Any failure or delay to act in accordance with the terms and conditions of the tender or violation of terms and conditions of contract. 9.4.4 Any action or inaction on the part of the contractor resulting any direct or indirect loss/damage to BSNL. 9.4.5 Any failure on the part of the contractor to faithfully observe all statutory requirements and obligations related to employment of workmen under the contract.

12

Signature of bidder

10. TENDER EVALUATION 10.1 The bid evaluation shall be based on the lowest and reasonable amount quoted. If more than one bidder quotes same rates, the length of previous experience will be taken into consideration for deciding the bid appropriate for acceptance. The work will be awarded to the successful bidder after observing all the required formalities

11. AGREEMENT

11.1 The successful Tenderer will be required to execute an agreement on non- judicial stamped paper of the value of Rs.200/- (Rupees two hundred only) after remitting the required Security Deposit. Failure of execution of agreement within a stipulated period or any extended period shall result in the cancellation of letter of intent and forfeiture of EMD. 11.2 The contract shall be valid for a period of 18 months from the date of signing the agreement and can be extended for 6 months on the same terms and conditions at the discretion of the General Manager , Kannur BA. The contract can be further extended by another 6 months on mutual agreement. 11.3 The Performance of the contractor shall be reviewed every month and BSNL reserves the right to terminate the contract at any time during the contract period if the performance of the contractor, as assessed by the General Manager , Kannur BA is considered unsatisfactory. In the event of termination of the contract on account of unsatisfactory performance of the contractor, the Security Deposit made by the contractor shall stand forfeited without prejudice to the right of BSNL for any other action deemed fit under the provisions of the contract. 11.4 The contractor shall obtain a valid labour license under the updated contract labour (R&A) Act 1970 & 1971, before commencement of the work and continue to maintain such a license during the currency of the contract.

11.4.1 A contractor engaging 20 or more workers shall obtain a license before commencement of Work. 11.4.2 To obtain license,contractor shall apply to the licensing officer i.e., Assistant Labour Commissioner ( Central) concerned with the following documents: a) Application in Form IV ( in triplicate) b) Form V certificate from the Principal Employer c) Demand Draft for license fee d) Demand Draft for Security Deposit e) Copy of Work Order f) Partnership deed / Memorandum of Article of Association 11.4.3 A copy of license shall be displaced at the place of work by the contractor.

13

Signature of bidder

11.4.4 In case, the work is continuing after the expiry of license so obtained, the license is required to be renewed well before its expiry by submitting an application in FORM VII along with a DD for renewal fee and the original license. 11.4.5. The contractor shall submit notice of commencement of work in FORM VI-A to the inspector within 15 days of commencement of work.

12. ADHERENCE TO THE LAWS OF THE LAND:

12.1 The contractor shall comply with the statutory provisions/obligations under all laws in force. 12.2 The Contractor shall keep a comprehensive record of the workers being engaged on the work with their full postal address and specimen signatures. 12.3 Record of attendance of the workmen shall be maintained by the contractor and the officer in charge of the work. 12.4 No unauthorized persons should be allowed to work. 12.5 The Contractor shall fully indemnify BSNL from any claims or injuries to person or for structural damage to property, arising out of any neglect, default, carelessness or misconduct on the part of the Contractor or of any of the workmen made available to BSNL under this tender during the currency of the contract. 12.6 The contractor shall observe and abide by the Rules and regulation of Labour Act and other Government enactment as in force from time to time and indemnify BSNL Kannur from any liability arising out of the violation or non- compliance of the provision made in the "Contract Labour (Regulation and Abolition) Act 1970 or any other enactment as in force from time to time. All the successful tenderers are bound by the labour laws as amended from time to time and also bound by the various provisions of the said laws. 12.7 The contractor shall observe the provisions of all the relevant laws of the land pertaining to employment of workers/ labourers and their working conditions, payment of compensation etc. Any cost/damages/penalties arising out of the violation of any of law /rules/regulations/orders in relation to the activities undertaken by the contractor under this tender shall be fully borne by the contractor and it shall be open for BSNL to recover any sums related to this from the amount payable/refundable to the

contractor. 12.8 In every such case in which by virtue of any provisions of any law or otherwise, BSNL becomes obliged to pay compensation BSNL shall be at liberty to recover such amount or any part thereof by deducting it from the Security Deposit or from any sum due by BSNL to the Contractor(s) under this Contract or otherwise. Such recoveries shall be without prejudice to any other action BSNL m a y initiate against the contractor under the provisions of this tender. The bidder continues to be liable for any damages /loss that may arise due to litigation of workers engaged under the contract or 14

Signature of bidder

action by any authority responsible for statutory laws even after expiry of the contract if cause of action is attributable to the execution of the contract.

13. AWARD OF CONTRACT

BSNL shall consider placement of letter of intent to the tenderer whose offer has been found technically, commercially and financially acceptable in terms of para. 10. The bidder shall, within 10 days of letter of intent, give his acceptance and shall furnish the requisite Security Deposit, failing which the letter of intent shall be deemed withdrawn with the forfeiture of EMD.

14. RIGHTS OF GENERAL MANAGER , BSNL, KANNUR BA.

14.1 The General Manager , BSNL Kannur reserves the right to accept or reject any bid OR to cancel the bidding process and reject all bids, at any time prior to the award of contract without assigning any reason and without thereby incurring any liability to the affected bidder or bidders on the grounds of such action. 14.2 The General Manager , BSNL, Kannur shall be the final authority for deciding successful tenderer and his decision shall be final and binding on all parties involved in this tender. 14.3 The General Manager , BSNL, Kannur reserves the right to terminate the contract entered into at any time by giving a written notice of 15 days if the discharge of the contractual liabilities of the contractor is assessed to be unsatisfactory by the above said officer or his representatives. Such termination of the contract shall be without prejudice to any other penal action that may be taken against the contractor within the terms and conditions of this Tender Documents. 14.4 The General Manager, BSNL, Kannur shall not be held responsible for any loss or damage suffered by the contractor as a result of the cancellation of the letter of intent or work order. 14.5 The decision with regard to the quality of performance of the contractor shall vest solely with the General Manager, Kannur BA and his decision on it shall be final and binding. 14.6 In the event of the contractor failing to make available manpower support as required and demanded by BSNL, it shall have the right to obtain the manpower support from any other sources it chooses and any additional cost over what BSNL would have incurred, had such manpower been provided by the contractor, shall be recovered from sums payable/refundable to the contractor. Penalty equal to the double amount of wages for the day of absence will be recovered at the discretion of the General Manager Kannur BA in all cases where man power assistance was not supplied by the contractor for each day of such

15

Signature of bidder

absence and penalty will be recovered for each such worker who absented so.

14.7 The quantum of manpower requirement ( Annexure-XII ) is only approximate and the General Manager, BSNL Kannur reserves the right to decrease or increase up to 25% according to the quantum of work required to be executed. 14.8 The General Manager , BSNL, Kannur reserves the right to determine and recover such amount from the contractor, if the contractor damages any BSNL property or any Government property or private person’s property or public property or other private property during the execution of the work. 14.9 The tenderer will be bound by all terms and conditions and specifications as detailed in the tender documents. Any bid with conditions other than those specified in the tender document is liable to be summarily rejected. No modification by the contractor in any of the conditions will be permitted either before or after the tender is opened. 14.10 The General Manager, BSNL,Kannur may waive any minor infirmity or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of the bidder.

15. APPLICATION

Submission of bid against this tender shall bind the bidder for the acceptance of all the conditions specified herein and in the NIT unless otherwise agreed by BSNL in writing.

16. WORKMEN 16.1 The contractor shall supply workmen who are adequately healthy and sufficiently experienced and competent to assist BSNL staff in the maintenance of external plant of BSNL telecom network. No child labour will be permitted. Persons with less than 18 years of age and more than 56 years of age should not be engaged for any reason The competency/workmanship of the workmen should be demonstrated before work in charge who should be convinced of the capacity of the workmen to assist external maintenance 16.2 The workers provided by the contractor shall be engaged in works related to external plant maintenance which will include, but not limited to carrying equipments and tools to site, digging standard pits at the jointing location, taking test pits, excavating trenches for localization of cable faults, reinstating and termination in DPs/Pillars etc and the telecom mechanic/external plant incharge will be the sole authority to decide the nature of assistance the workman is expected to provide and the contractor and workman should comply the requirement as may be required for satisfactory maintenance of the external plant . 16

Signature of bidder

16.3 The workmen shall fully cooperate with BSNL staff and carry out the work strictly in accordance with the instructions/guidance issued by the BSNL staff on the spot. 16.4 It shall not be open for the contractor or the workmen to question the decision of the officer in charge of external plant maintenance with regard to the location or the nature of tasks on which the workmen will be engaged. The workmen shall not leave the work site till the completion of the work under progress, without the permission of the work in charge. 16.5 The workmen supplied by the contractor shall be available to BSNL for a minimum duration of 8 hours a day. In case the workmen already assigned under this tender becomes unavailable for any reason attributable to the contractor or the workman concerned for a duration of less than eight hours, the wages and the service charge payable shall be arrived at on a proportionate basis on the basis of the number of hours actually engaged.

16.6 While in the normal course the workmen provided under this tender would be engaged for eight hours per day by BSNL, in emergency situations, such as major cable break down or urgent installation work etc., additional manpower may become necessary or available workmen may have to be asked to work beyond the normal duty hours and in such circumstances proportionate extra payment will be allowed.

16.7 This tender is for regular supply of workmen on a contract basis. The award of contract or the fact that the workmen or the contractor being engaged by BSNL does not confer any right to the contractor or to any of the workmen or other people engaged by the contractor under this tender, for any employment in BSNL at any time or for any benefit financial or otherwise beyond what is made explicit in the tender document.

16.8. BSNL shall have the right to cause an examination of the work and the final bills of the contractor including supporting vouchers be made after payment of the final bill and if as a result of such audit and technical examination any sum is found to have been over paid in respect of any work done by the contractor under the contract and found to have been not executed the contract, the contractor shall be liable to refund the amount so over paid and it shall be lawful for the BSNL to recover the same from him through the Security Deposit without prejudice to any other action that may be taken against the contract in terms of this contract.

17

Signature of bidder

17. SUBMISSION OF BILLS AND CERTIFICATIONS

17.1 Bills raised against ‘The General Manager Kannur BA’, shall be submitted division wise to the Divisional Engineer concerned on monthly basis on or before the 5th of every month for claims related to the previous month. 17.2 The bills shall be submitted in the standard format in duplicate with the bill numbers in running sequence. The bill format will be supplied to the bidders after executing agreement along with work order. 17.3 PAN and Bank Account No should be furnished in the bill. 17.4 GST registration details should be available in the Bill and the contractor should up load the Tax invoice in the GST portal also as per GST provisions 17.5 Approved tender rates shall be printed on the bill itself. 17.6 Copy of EPF/ESI remittance challans of previous month along with the list of workmen for whom the remittances have been made shall be enclosed along with the bill from second month onwards without which payment of monthly bill will not be released. 17.7 For the last month of the contract period, the documents are required to be submitted immediately after remittance without which the Security Deposit will not be refunded. 17.8 The monthly payment remittance challan of EPF/ESI should be organization specific to BSNL if the contractor is engaged in similar contractual obligations with organizations other than BSNL. In other words, producing single monthly remittance of challans for all the labourers engaged including other laborers engaged in organizations other than BSNL by the contractor shall not be acceptable. 17.9 Certificate from the designated officer in charge of the external plant maintenance duly countersigned by the Sub divisional Engineer/ Divisional Engineer stating that payment to the workmen has been made in his presence shall accompany each bill in respect of disbursement made in the previous month whenever the payment is made by cash. Whenever the payment is made through NEFT/RTGS the copy of the mandate submitted to the bank along with the proof that the amount has been dispersed should be submitted by the contractor. 17.10 Certificate of date wise and station wise man power assistance provided to the designated officer in charge of the external plant maintenance, duly countersigned by the Divisional Engineer should be also attached with bill.

17.11 Bills submitted after delay of over three months after the month in which the related work is carried out , shall be deemed time barred and shall not be paid unless sufficient reasons are furnished for the delay.

18

Signature of bidder

17.12 The contractor shall make payment of wages to the workmen concerned irrespective of the bills pending for submission by the contractor or such bills awaiting settlement with BSNL. All wages to be paid to the workmen for each month shall be paid in full before the 7th of the next month or any date prescribed in any statutory laws for disbursement of wages to workmen which ever is earlier.

17.13 Payment may be made in cheque/RTGS.

17.14.The payment to workmen shall be made in the presence of the officer in charge of the Subdivision. 17.15 The workmen shall be paid wages not less than the statutory minimum wages as applicable from time to time which shall be reimbursed to the contractor by BSNL. Any payment made in excess of such minimum wages for whatever reasons shall be fully borne by the contractor and BSNL shall have no responsibility or liability on this. 17.16 If workmen as required are not provided by the contractor or if the workmen provided by the contractor are unfit for the job envisaged under the contract or the workmen provided fail to carry out the assistance works in time or neglect or delay the work thereby causing delay in rectification of faults, proportionate reduction of contract amount will be made for full/part of the day/days based on the report of the officer in charge of the external plant maintenance at the Sub Divisional level. The decision of General Manager, BSNL Kannur on the amount to be deducted on this account from the monthly bills under this clause shall be final.

18. RECISSION/TERMINATION OF THE CONTRACT

18.1 Circumstances for rescission of contract:

Under the following conditions the competent authority may rescind the contract if; a. the contractor commits breach of any item of terms and conditions of the contract. b. the contractor fails to supply the required manpower assistance. c. any of the workmen made available by the contractor fails to carry out the work assigned to him or fails to complete it in time, or absconds from the work spot or behaves in a manner considered unacceptable by the Sub divisional officer/JTO in charge of the work and the contractor fails to replace the workman concerned or fails in protecting the interests of BSNL and its customers. d. in the interest of BSNL it is deemed not to continue the contract and termination is not warranted due to any lapse or failure on the part of the bidder/contractor.

19

Signature of bidder

18.2 Unsatisfactory performance or non adherence to terms and conditions applicable under this tender or non-compliance with the instructions issued during the currency of contract to the contractor or the workmen supplied by the contractor shall be considered as breach of agreement and the contract shall be terminated as decided by General Manager , BSNL, Kannur including the forfeiture of the security Deposit remitted by the contractor and Blacklisting of contractor for future contracts for minimum period of one year. 18.3 When the contract is sought to be terminated under the provisions of this clause, BSNL shall issue a notice in writing to the contractor communicating the intention of BSNL to terminate the contract on grounds of performance deficiencies on the part of the contractor. The contract shall stand terminated without any further communication thirty days after the date of such a notice unless the General Manager Kannur BA decides otherwise and such a decision is communicated to the contractor in writing before the expiry of the said notice period. 18.4 In all cases where the contract is terminated on grounds of breach of contract, unsatisfactory performance or other deficiencies on the part of the contractor, the Security Deposit made by the contractor under this tender shall be forfeited fully and irrevocably to BSNL. The forfeiture of Security Deposit shall be without prejudice to any other action that BSNL may take to make good loss or damage it has suffered or for which it becomes liable on account of the any action or inaction on the part of the contractor or on the part of any workmen provided by the contractor or on account of the termination of the contract. In addition to it, BSNL may black list the contractor so as to prohibit the contractor from participating in any future tender of BSNL for a minimum period of one year from the date of termination of the contract. 18.5 The decision on whether termination of the contract is warranted under this clause or not or any loss or damage is recoverable from the contractor and its monetary values shall be the sole prerogative of the General Manager Kannur BA and his decision shall be final and binding on the contractor. When contract is terminated under clause 18.1..d, payment up to the date of last day of service satisfactorily delivered will be paid in the normal course and SD will be refunded after getting the certificate prescribed in para 9.3 from Divisional Engineers concerned. 18.6 Any communication to the postal address furnished in the profile will be sufficient for any purpose of written communication. Any plea of absence from headquarters or change of address will not be acceptable to establish non-receipt of communication on the part of the tenderer. 18.7 a)The Tenderer shall be fully responsible for the compliance of all the provisions applicable under Labour Laws and other statutory laws including

20

Signature of bidder

18.7.1 Payment of Wages Act 1936.

18.7.2 The Contract Labour (R&A) Act 1970

18.7.3 The employees Provident Fund and Miscellaneous Provisions Act 1952.

18.7.4 Employees State Insurance Act 1948

18.7.5 Workmen Compensation Act 1923 18.7.6 All other Acts and statutes applicable from time to time 18.7.7 The payment of Bonus act 1965 18.7.8 Minimum Wages act 1948 18.7.9 Industrial Dispute Act Liability of the BSNL with respect to employment of workman under this contract is limited only to the extent indicated in financial bid in this contract and any current or future liability consequent on execution of the contract arising out of any of the above act or for other reasons except to the extent indicated in the financial bid will be borne by the contractor and is liable even after expiry of the term of contract if such a claim arises later.

19. NEAR RELATIVES WORKING IN BSNL

19.1 At the time of submission of tender documents the contractor has to submit a declaration that NO NEAR RELATIVE OF THAT CONTRACTOR is working in the BSNL in any capacity. The company or firm or any other person is not permitted to tender if his relatives viz 1. members of Hindu undivided family

2. Their Husband and wife

3.The one is related to other in the manner as father, mother, son(s) and son’s wife (daughter in law), daughter, daughter’s husband ( son-in-law), brothers, brothers’ wife, sisters and sister’s husband are working in BSNL.

19.2 If it comes to the notice, after awarding the contract, that the contractor having a relative working in BSNL or is a benami to any other person, penal action will be taken like cancellation of contract and forfeiture of security deposit or imposition of any other penalty as deemed fit by the General Manager, BSNL, Kannur.

20 DAMAGES TO HUMAN LIFE/BSNL PROPERTY/PRIVATE PROPERTY

The contractor shall be fully responsible for the damages caused by the workmen supplied under his tender during execution of work, to the properties belonging not only to BSNL but also to other Departments, Organizations, Other Private Operators/Organizations and individuals.

21

Signature of bidder

21 SUB-CONTRACTS

21.1 Sub contracting of the work under this tender shall not be permitted. If it is discovered at any time that subcontract is awarded, the SD will be forfeited and the contract will be terminated on grounds of breach of contract with all attendant after effects as laid down under clause-16 above.

22 ATTESTATION OF DOCUMENTS

All the Xerox copies of required (certificates) documents must be attested. Attestation should be done by ‘Group A’ officer in BSNL/ Gazetted Officer of Central/State Govt.

23 MODE OF PAYMENT TO THE CONTRACTOR

23.1 The bills’ should be submitted in duplicate, division wise with all certification as prescribed under clause-17 ibid.Further tax invoice should be up loaded in the GST portal also as per GST provisions. 23.2 The bills shall be submitted to Divisional Engineer of the division concerned who will verify the man power assistance actually received and submit the same to SDE(CW ), O/o GMTD, BSNL, Kannur duly passed within three days. 23.3 Necessary deduction towards Income Tax, Surcharges and loss / damage shall be made from the bills at the time of payment as per the prevailing rules and conditions from time to time. Payment will be made by credit to the bank account of the contractor. 23.4 The payment to the successful contractor will be made on the basis of actual number of workmen employed in the month to which the bill relates less deduction for penalty imposed. 23.5 All payments exceeding Rs 25000/- shall be made by appropriate net banking based funds transfer method into bank account of the contractor. The requisite mandate in prescribed form has to be submitted while executing the agreement. 23.6 In cities / areas where ECS/EFT facility is provided by Banks, the bidder must have accounts in such ECS/EFT facility providing Banks and that Bank Account number shall be quoted in the Bids buy the Bidder. 23.7 The bidder must submit the proforma (Annexure VII) for enabling transfer of payments through electronic clearance/ electronic fund Transfer channels.

22

Signature of bidder

24 THE RESPONSIBILITIES OF THE CONTRACTOR: 24.1 The contractor should possess valid license to take up the work in accordance with contract Labour (R & A) Act and other applicable laws. 24.2 The Contractor shall forthwith arrange to replace the workman whenever it is found by the BSNL officer in charge of external plant maintenance that the workmen is not discharging h i s duties as expected and required by BSNL. 24.3 The Contractor should strictly adhere to the Statutory Regulations viz. Wages, EPF, ESI and Bonus as per schedule rate as may be liable and applicable under this contract from time to time. In respect of payment of wages the minimum wages approved by central Labour Commissioner or state Govt. whichever is higher is applicable. 24.4. The requirement of manpower indicated in ANNEXURE – XI is tentative. In case of additional requirement of manpower in excess of the limit prescribed herein, the Contractor should be in a position to supply them at the rates agreed under this tender as and when required by BSNL 24.5 It shall also be open to BSNL to engage lesser than the estimated number of workmen indicated in the tender 24.6 All increases/decreases in the number of workmen to be engaged by BSNL will normally be effective from the first of a month. The number of workmen may not be changed in the course of a calendar month. 24.7 In case it is found by BSNL that any property or material of the BSNL is lost or put to loss/damage due to the negligence of the contractor’s labourer, the contractor will be held fully responsible and should reimburse the cost of loss/damage so incurred. The decision of GENERAL MANAGER , BSNL, Kannur as to the quantum of loss / damage and negligence is final. 24.8 In case any workman of the agency suffers injury / damage or meets with an accident during the discharge of duty, the entire cost of compensation should be borne by the agency and the BSNL will stand fully indemnified against any claim/damage/Compensation. 24.9 .Successful tenderer should ensure that the work awarded will not fall into the hands of outsiders, such as sub-letting etc under any circumstances and sub contract if any will not be permitted and in such cases the contract awarded will be terminated as provided under this tender. 24.10 The contractor shall be responsible for maintaining of the following register/records required to be maintained under various labour laws. a. Register of Attendance/ Muster Roll

b. Register of Wages

c. Register of Fines 23

Signature of bidder

d. Register of Wage slips

e. Register of leaves/Absentees

24.11 The contractor will obtain from the Assistant Labour Commissioner (Central) Cochin or from the authority authorized for this purpose for this area concerned a valid license under the Contractor Labour (R&A) Act 1970 and the Contract Labour (Central) Rules 1971 prior to the commencement of work. Any other Certificate from any other jurisdiction will not be accepted and the work awarded shall stand cancelled under such circumstances.

24.12 The Tenderer should adhere to all the administrative rules of the contract labour Central) Rules and their instructions issued by that office from time to time with respect to the establishment of the organization and the manpower engaged by them in relation to the welfare and financial activities of the manpower.

25. DISPUTES / ARBITRATION: 25.1 In the event of any question, dispute or difference, arising under this agreement connection therewith except as to matter the decision of which is specifically provided under this agreement, the same shall be referred to sole arbitration of the Chief General Manager, Kerala Circle, Trivandrum or in case his designation is changed or his office is abolished then in such case to the sole arbitration of the officer for the time being entrusted whether in addition to the functions of the Chief General Manager, Kerala Circle, Trivandrum or by whatever designation such officers may be called (hereinafter referred to as the said officer) and if the Chief General Manager, Kerala Circle. Trivandrum or the said officer is unable or unwilling to act as such to the sole arbitration or some other person appointed by the Chief General Manager, Kerala Circle. Trivandrum or the said officer. The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act, 1996. There will be no objection to any such appointment that the arbitrator is a BSNL/Government Servant or that he has dealt with the matter to which the agreement relates or that in the course of his duties as BSNL/ Government Servant he has expressed views on all or any of the matter under dispute. The award of the arbitrator shall be final and binding on the parties. In the event of such arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reasons whatsoever such Chief General Manager, Kerala Circle Trivandrum 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. 25.2 The arbitrator may from time to time with the consent of parties enlarge the time for 24

Signature of bidder

making and publishing the award, subject to aforesaid Indian Arbitrator and Conciliation Act, 1996 and the Rules made hereunder, any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under the clause. 25.3 The venue of the arbitration proceeding shall be the Office of the General Manager , BSNL ,Kannur or such other places as the arbitrator may decide. The following procedure shall be followed 25.4 In case parties are unable to reach a settlement by themselves, the dispute should be submitted for arbitration in accordance with Contract agreement. 25.5 There should not be a joint submission with the Contractor to the sole arbitrator 25.6 Each party should submit its own claim severally and may oppose the claim put forward by the other party. 25.7 The onus of establishing his claims will be left to the contractor.

25.8 Once a claim has been included in the submission by the Contractor, a reiteration or modification thereof will be opposed. 25.9 The “points of defence” will be based on actual conditions of the contract. 25.10 Claims in the nature of ex-gratia payments shall not be entertained by the Arbitrator as those are not contracted. 25.11 The question whether these conditions are equitable shall not receive any consideration in the preparation of “points of defence”. 25.12 If the contractor includes such claims in his submission, the fact that they are not contractual will be prominently placed before the Arbitrator. 25.13 All litigation will be within the jurisdiction of Kannur BA.

26. FORCE MAJEURE: If any time, during the continuance of this contract. the performance in whole or in part by either party or any obligation under this contract shall be prevented or delayed by reason of any war, or hostility ,acts of the public enemy, civil commotion sabotage ,fires, floods ,explosions ,epidemics , quarantine restrictions, strikes, act of God, 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 any event be entitled to terminate this contract nor shall either party have any such claim for damages against the other in respect of such non- performance and work under the contract shall be resumed as soon as practicable after such event may come to an end or cease to exist, and the decision of the BSNL as to whether the work has been so resumed or not, shall be final and conclusive, provided that if the performance, in whole or part of any obligation under this contract is prevented or delayed by reason of any such event for a period exceeding 60 days either party may, at his option terminate the contract.

25

Signature of bidder

27. SET OFF: Any sum of money due and payable to the contractor including security deposit refundable to him under this contract shall be appropriated by BSNL and set off the same against any claim of BSNL for payment of a sum of money arising out of this contract or under any other contract made by the contractor with BSNL.

Sd/-

Assistant General Manager (CP), O/o General Manager BSNL Bhavan, Kannur – 670 002

26

Signature of bidder

CHECK LIST

ANNEXURE I

1. Whether proof for payment of EMD for Rs …… enclosed:

2. Whether documents to prove Experience is enclosed. :

3. Whether declaration of near Relative furnished : (Annexure – VIII) 4. In case of firm whether copy of certificate of registration of firm is enclosed.

5. Certificate of download of tender document & : DD for the cost of form enclosed (Annexure – IX)

6. Whether letter of authorization ,if any, is enclosed : (Annexure – III) 7. Whether Copy of PAN enclosed. :

8. Whether Copy of GST Registration enclosed :

9. Whether Bid Form (Technical and Financial Complete in all respect duly signed with full signature :

10. Whether bidder has signed all pages :

11. Whether Copy of Power of Attorney enclosed :

12. Whether copies of all documents attested as per Clause 22 :

13. Whether EPF registration details enclosed :

14. Whether ESI registration details enclosed :

Date : Signature of Tenderer, Name.

27

Signature of bidder

BIDDER’S PROFILE ANNEXURE II

Division. : ______)

1. Name.

2. Whether Individual/Company/Partnership firm.

3. In case of Company/Partnership firm, name and designation of the person authorized to sign the contract agreement.

4. Address (for all purpose)

5. Telephone No. ( Land Line & Mobile)

6. Income Tax Permanent Account No. (PAN)

7. GST Registration No.

8. EPF Registration No.

9. ESIC Registration No.

10. Details of experience in Man Power supply.

11. Any other relevant details.

I/We hereby declare that the particulars furnished above are correct.

Date: Signature:

28

Signature of bidder

ANNEXURE III

Letter of Authorization for attending Bid opening ( To be submitted before Tender Opening)

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

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

Order of Preference Name Specimen Signatures

I

2.

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

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

29

Signature of bidder

ANNEXURE IV BID FORM

To

The General Manager , BSNL Bhavan, Kannur – 670 002

Dear Sir, Having examined the conditions of contract and specifications including addenda, the receipt of which is hereby duly acknowledged, we, undersigned, offer to execute the work of providing labour assistance on labour contract basis for External Plant maintenance works, in conformity with said conditions of contract and specifications as may be ascertained in accordance with the schedule of prices attached herewith and made part of this bid.

We undertake, if our Bid is accepted, we will execute the work in accordance with specifications, time limits & terms and conditions stipulated in the tender document. If our Bid is accepted, we will submit the securities as per the conditions mentioned in the contract. We agree to abide by this Bid for a period of 180 days from the date fixed for Bid opening and it shall remain binding upon us and may be accepted at any time before the expiry of that period. Until a formal Agreement is prepared and executed, this Bid together with your written acceptance thereof in your notification of award shall constitute a binding contract between us. Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and replacement.

Dated this ...... day of ...... 2018

Signature of Authorized signatory………………………….. in capacity of …………………………………………………

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

30

Signature of bidder

ANNEXURE V AGREEMENT

Providing Man power assistance on works contract basis for External Plant maintenance works in ……………. Division in Kannur BA.

This agreement made on this ……. day of …………… (month)………………… (year) Between M/s. herein after called “The contractor”(Which expression shall unless excluded by or repugnant to the context, include its successors, heirs, executors, administrative representative and assignee) on the one part (first party) & the CMD represented by GENERAL MANAGER , BSNL, Kannur (herein after referred to as BSNL), on the other part (Second Party).Where as the contractor has offered to enter into contract with the said BSNL for supplying Manpower Assistance f o r external plant Maintenance work in Kannur BA at………………..(Division)on the terms and conditions and herein contained and at the rates of ………………………………………(service charges)approved by BSNL have been duly accepted and where as the necessary security deposits have been furnished in accordance with the provisions of the tender document ……………………………………………………………………….(Tender No) and whereas no interest will be claimed on the security deposits.

Now these presents witness and it is hereby agreed and declared by and between the parties to these presents as follows: 1. The contractor is fully aware of the terms and conditions of the tender given in the above said tender documents. 2. The contractor shall, during the period of this contract that is to say from………………………………. To ……………………………. or until this contract shall be determined by such notice as is hereinafter mentioned, supply sufficient manpower employed at his own expenses and by means of tools, implements and equipment etc. to be supplied by him to his labour at his own expenses, for day to day maintenance of External plant works of …………………….(Division) in Kannur BA at service charges of Rs ………per person per day. It is understood by the contractor that the number of manpower mentioned on the schedule is likely to change as per actual requirements as demanded by exigencies of service. 3. The NIT(notice inviting tender),Bid Documents(qualifying and financial),letter of intent, approved rates and such other additional particulars instructions viz as contained in the pages from 1 to 42 of this tender document issued to the bidder shall be deemed and taken to be an integral part of the contract and shall also be deemed to be included in the expression” The agreement” or “the Contract” wherever herein used.

4. The contractor here by declares that nobody connected with or in the employment of the Bharat Sanchar Nigam Ltd. shall ever be admitted as partner in the contract. 5. The contractor shall abide by the terms and conditions, rules/regulations / laws/ Government instructions/ Statutes etc that are applicable / will be made applicable and or aimed to protect the interest of workers /employees employed by me /us in the past 31

Signature of bidder

and during the course of execution of the said contract with BSNL. 6. The contractor shall fully protect, indemnify and hold harmless BSNL and its employees , officers, directors, agents, or representatives from and against and all liabilities, losses, actions, judgments, damages, fines, penalties and costs (including legal costs and disbursements) arising from or relating to any breach/ violation of any directions, order from any Government Authority, any provisions of labour laws or any other laws, statute or regulations, that are or will be aimed to protect the interest of workers / labourers engaged by the contractor in the past and during the course of this contract with BSNL. OR Any other payments, claims or liabilities that may arise from ensuring complainer or the provisions of any of the labour laws or any other laws etc. OR Any other claim made by any third party in connection with any violation of any of the laws , guidelines, instructions etc.

In witness whereof to the parties, to those presents have here into set their respective hands and seals the day…………………… month ……………..of 2018.

Signed sealed & Delivered by

the above named contractor in the presence of Witness: 1. 2.

Signed sealed & Delivered on behalf of CMD, BSNL by

in the presence of Witness:

1. 2.

32

Signature of bidder

ANNEXURE VI BANK GUARANTEE BOND FORM FOR SECURITY DEPOSIT

Whereas …………. ( hereinafter called “the Contractor”) has been awarded the contract for Providing Man power assistance on works contract basis for External plant maintenance works in ….. … (Division) in Kannur BA, as per tender number ……………………………………. KNOW ALL MEN by these Presents that WE ……….of …….. having our registered office at ……………… ………………… (hereinafter called the “the surety” ) are bound unto Bharat Sanchar Nigam Ltd (hereinafter called “BSNL” ) in the sum of …………………………..for which payment will and truly to be made of the said Department, the Bank binds itself, its successors and assigns by these presents. THE CONDITIONS of the obligation are: 1. Security Deposit of the successful tenderer will be forfeited to BSNL in the following cases. a.) If after acceptance of the tender, the tenderer fails to carry out the job in accordance with the terms and conditions of the tender as mentioned in the schedule of works. b) If any damage is caused to any of the property of the BSNL or state/central Govt. property or public property or other private operators property or delay in carrying out the works. c) If any of the conditions indicated in the Tender is not carried out which results in loss/damage to BSNL. d) If any of the statutory payments (EPF/ESI/GST) are found not remitted/paid . e) If BSNL was made liable for any financial liability consequent on failure on the part of the contractor to comply any of the statutory laws relating to employment of workmen / labour etc. 2. No interest will be paid by BSNL till such time, the Bank Guarantee is in the custody of BSNL. 3. Bank Guarantee will be released after fulfilling the contractual obligations during the contract period and after getting necessary “No due and satisfactory completion certificate” from the Divisional engineer concerned. 4. In case the contract is extended, the Bank Guarantee also will stand extended for the extended period of contract. An intimation to this effect will be communicated to the Bank. We undertake to pay to BSNL up to the above amount upon receipt of its first written demand without BSNL having to substantiate its demand, provided that in its demand, BSNL will note that the amount claimed by it is due to it owing to the occurrence of any of the conditions specified above. This guarantee will remain in force up to and including One hundred and eighty (180 days)after the Period of Contract validity, including the extended period if any and any demand in respect thereof should reach the Bank not later than the above date.

Validity period from …………. to …..……. Signature of the Witness Name and address of Witness

Last Date of Receipt of claim with Bank :………… Last Date of intimation of Extension of contract:……

Signature of the Bank 33

Signature of bidder

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

To

The General Manager BSNL Bhavan Kannur – 670 002

Sir,

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

1. Name of the Bidder :

2. Name of the Bank :

3. Name of the Branch :

4. Nature of Account :

5. Account Number :

6. Bank Code (IFS Code) :

7. Address :

Date: Signature of Bidder

( To be filled in by the Bank Authorities)

The information furnished above is correct as per our records.

Date: Signature of Manager with Bank Seal

(Tel no…………………..)

34

Signature of bidder

ANNEXURE VIII NEAR RELATIVE CERTIFICATE

I / We………………………………S/O……………………………………

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

Signature of bidder.

35

Signature of bidder

ANNEXURE IX CERTIFICATE

(FOR TENDER DOCUMENT DOWN LOADED FROM WEBSITE)

I, …………………………………………(bidder/ authorised signatory) hereby declare that the Tender document submitted by me has been downloaded from the website “www.keralatelecom.com”, and no addition/ deletion/correction has been made in the downloaded set of tender document. I also declare that I have enclosed DD for Rs………………………………towards the cost of the tender document along with the tender.

Signature of bidder/ Authorised signatory

Place:

Date:

Name of bidder

Seal of the bidder

36

Signature of bidder

FINANCIAL BID (ON LINE SUBMISSION ONLY) ANNEXURE X

EPF Registration No. : ESI Registration No. : GSTRegistration No.: Division for which rate is quoted: [ ] Tender No: NWP-116/E-Tender/ Manpower/Extl Plant/GNL/18-19/I/5 Dated at Kannur the 02/07/2018 1 Basic Wage As per CGMT, BSNL, TVM, letter No TFC/62/Contract Labour/2006-2013/Vol.IV/81 dated 28-8-2013 and dated 28-9-2013 and subject to revision from time to time according to Ministry of Labour, Govt of India.(Applicable Basic Pay + VDA from time to time) 2 EPF Contribution from As per Central Government orders issued from BSNL time to time

3 ESI Contribution from As per Central Government orders issued from BSNL time to time

4 Service Charges (to be quoted by Rs.------(In Figures) the bidder) per person per working Rupees------day (In words) 5 GST As per the rates approved by the Kerala / Central Government

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

Place: Date:

37

Signature of bidder

ANNEXURE XI EMD AND SD RATE FOR EACH DIVISION

No of Manpower ESTIMATED TENDER Sl.No. Name of Division required COST EMD SD COST (Rs) 1 Thalasserry(P) 17 2925494 58510 146275 590 2 Kuthuparamba 32 5572370 111447 278618 1180 3 Mattannur 30 5293751 105875 264688 1180 4 Sreekandapuram 22 3761350 75227 188067 590 5 Talipparamba 18 3204113 64082 160206 590 6 Cherukunnu 18 3064803 61296 153240 590 7 Kannur (P) and( T) 38 6686844 133737 334342 1180 Kannur (Trans 8 I&M) 7 1218956 24379 60948 590 Total 182

38

Signature of bidder

ANNEXURE….XII LIST OF DIVISIONS, SUB DIVSIONS, EXGES & MANPOWER ETIMATED UNDER EACH DIVISION

Approximte No. Subdivision Exchange of Manpower

assistance Division Division required

DHARMADAM Dharmadam ERANJOLI CHOKLI Mahe 17 MAHE

Tellichery(P) TELICHERRY Tellichery KODIYERI CHITTARIPARAMPA Kuthuparamba(G) KOLAYAD

MANGATTIDAM

VENGAD

Panoor KUTHUPARAMBA PATHAYAKUNNU 1 (DLC) 32 VALIYAVELICHAM (DLC) Kuthuparamba(P) KAITHERI (DLC) Kuthuparamba MAMBARAM (DLC) Thuvakkunnu THUVAKUNNU PARAD (DLC) Aralam KACHERIKADAVU Iritty KILIYANTHARA ULIYIL KAKKAYANGAD

Peravoor POOLAKUTTY

PERAVOOR 30

Mattannur ADAKKATHOD Kelakam KELAKAM MALUR Mattannur MATTANNUR PAZHASSI THILLANKERY

39

Signature of bidder

Approximate No. of Exchange Manpower

Subdivision assistance required

Division

ALACODE ARANGAM ARIVILANJAPOYIL Alacode THERTHALLY THADIKADAVU PERUVALATHUPARAMBA (DLC)

KUILOOR (DLC) KOLAPPA (DLC) Irikkur MANNUR (DLC) MATTARA 22 (DLC) PADIYUR

Sreekandapuram AICHERY AREEKKAMALA PAISAKKARY PAYYAVOOR KUDIYANMALA Sreekandapuram CHEMBANTHOTTY Sreekandapuram Taliparamba(E) KORANPEEDIKA (DLC) CHAPPARAPADAV EDAKKOME (DLC)

Naduvil NADUVIL PERUMPADAVU

KOLASSERY Kolasseri 18

Taliparamba CHORUKALA Taliparamba(G) POOVAM THIRUVATTUR VALAKKAI

40

Signature of bidder

Subdivision Exchange Approximte No. of

Division Division Manpower assistance required

MANGATTUPARAMPA Mangattuparamba EDAT

KUNHIMANGALAM KOTTILA

PILATHARA 18

Cherukunnu Payangadi PAYANGADI ADUTHILA (DLC) CHERUKUNNU Cherukunnu ANJARAKANDY ANJARAKANDY TOWN ECHUR Anjarakandy EACHUR DLC MUNDERI VARAM AZHIKODE 20 Balaipattam BALIAPATTAM

Kannur(T) Edakkad Kadachira THILANNUR PERALASSERY ALAVIL Alavil

PALLIKUNNU CITY KANNUR Chovva CHOVVA 18 KANNUR Kannur(P) Kannur FORTLIGHT COMPLEX SREEKRISHNA COMPLEX

Kannur(TIM) Kannur (TIM)

Division Division 7

41

Signature of bidder

ANNEXURE - XIII

BANK GUARANTEE BOND FORM for EMD

Whereas …………. (here in after called “the Contractor”) has been awarded the contract for Providing Man power assistance on works contract basis for External plant maintenance works in ……… Division in Kannur BA, as per tender number ……………………………………. KNOW ALL MEN by these Presents that WE ……….of …….. having our registered office at ……………… ………………… (herein after called the “the Surety” ) are bound unto BHARAT SNCHAR NIGAM LIMITED ,KANNUR(hereinafter called “BSNL” ) in the sum of …….for which payment will and truly to be made to the said Department, the Bank binds itself, its successors and assigns by these presents.

THE CONDITIONS of the obligation are: 1. The EMD will not carry any interest when it is in the custody of the GENERAL MANAGER , BSNL, Kannur 2. EMD will be forfeited [i] If the tenderer withdraws his offer during the validity period specified by the bidder in the bid form [ii] If the bidder makes any modifications in the terms and conditions of tender before acceptance of tender which are not acceptable to BSNL. 3. The EMD will be refunded/Bank guarantee released to unsuccessful Tenderers on production of advance stamped receipt, for EMD after finalization of the tender. 4. In the case of successful Tenderers the EMD will be refunded or Bank guarantee released only after payment of the prescribed security deposit and executing agreement. 5. If a successful Tenderer does not pay the security Deposit and execute the Agreement in time then the EMD paid by him will be forfeited and Tender offer will stand cancelled

We undertake to pay to BSNL up to the above amount upon receipt of its first written demand without BSNL having to substantiate its demand, provided that in its demand, BSNL will note that the amount claimed by it is due to it owing to the occurrence of any or all of the three conditions..

This guarantee will remain in force up to and including thirty (30) days after the Period of Bid validity ie 180 days from the date of opening and any demand in respect thereof should reach the Bank not later than the above date. The validity of Bank Guarantee will automatically stands extended on extension of bid by the bidder for a further period of 90 days and a notice to this effect is served by the BSNL.

Validity period from …………. to …..……. Last date for serving intimation for extension of BG: ……………………... Signature of the Bank Signature of the Witness Name and address of Witness

42

Signature of bidder

E-tendering Instructions

Note: The instructions given below are ITI’s e-Tender portal centric and for E- tenders invited by AGM (PLG) unit of Kannur BA BSNL, Kerala circle.

General: These Instructions (for E-Tendering) supplement Instruction to Bidders, as enclosed in the tender Document. Submission of Bids only through online process is mandatory for this Tender. For conducting electronic tendering , BSNL,Kannur BA in Kerala Telecom Circle is using the portal http://www.tenderwizard.com/BSNL) of M/s ITI a Government of India Undertaking. 1.Tender Bidding Methodology Sealed Bid System – the sealed envelope(Technical/Qualifying Bid only) to be submitted to AGM Planning ,Kannur BA, Kerala Telecom Circle (Techno- Commercial Bids) as well as by soft copy for uploading in E-portal of ITI. Financial bids are only to be uploaded by the bidder at the same time in E-portal of ITI.(financial bid not to be submitted in hard copy) 2. Broad outline of activities from Bidders prospective: 1. Procure a Digital signing Certificates (DSC) 2. Register on Electronic Tendering System (ETS) 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, through addenda. 7. Bid-Submission on ETS 8. Attend Public Online Tender Opening Event (TOE) on ETS – Opening of Technical – Part 9. Post-TOE Clarification 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 Technically Responsive Bidders)

For Participating in this Tender online, the following instructions are to be read carefully. These instructions are supplemented with more details guidelines on the relevant screens of the ETS. Note 1: It is advised that all the documents to be submitted ( as per NIT) are kept scanned or converted to PDF format in a separate folder on your computer before starting online submission. The Price bid may be downloaded and rates may be filled appropriately. This file may also be saved in a secret folder on your computer. Note -2: While uploading the documents, it should be ensured that the file name should be the name of the Document itself. 43

Signature of bidder

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 III or above issued by a Certifying authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in].

1. Registration

The Tender document can be downloaded from the website: www.tenderwizard.com/BSNL and to be submitted in the e-format. Cost of Tender document and Bid Security , Power of Attorney (wherever applicable) in original along with the hardcopies of all the documents which are uploaded in the e-tender portal have to be submitted to AGM Planning of Kannur BA of Kerala circle by person or by post before the scheduled date and time of submission of the Tender otherwise the Bid will not be considered.

Amendments, if any, to the tender document will be notified in the above website as and when such amendments are notified. It is the responsibility of the bidders who have downloaded the tender document from the website to keep themselves abreast of such amendments before submitting the tender document. Intending bidders are requested to register themselves with M/s ITI through www.tenderwizard.com/BSNL for obtaining user ID, Digital Signature etc., by paying Vendor registration fee and processing fee for participating in the above mentioned tender.

BSNL Kannur BA of Kerala circle circle has decided to use the process of E- tendering for inviting this tender and thus physical copy of the tender would not be sold. Note: After successful submission of Registration details and Vendor Registration fee and processing fee (as applicable) please contact ITI Helpdesk ( as given below), to get your registration accepted/activated.

Helpdesk Telephone/Mobile Mr Dhanraj Prakash, 09686115308 NOs Email [email protected] Mr.Muneer .E. 9605407783 Email [email protected] (between 0930 hrs to 1800 hrs on working days) E-maid ID b [email protected]

44

Signature of bidder

BSNL Contact - I BSNL’s Contact Person AGM (CP),BSNL KANNUR, KERALA CIRCLE

Telephone/Mobile NO 0497-2703950,9446569477,9446039911 [between 09:30 to 17.00 hrs On working days E-maid ID 17.001agmplgcnn@17:30 hrs)gmai l.com

5.Some Bidding related information for this Tender (sealed Bid) The entire bid submission would be online on ETS . Broad outline of submissions are as follows: During “Request “ stage of uploading, uploading the following documents only. 1. DD FOR Tender form fee as per NIT (scanned copy on e- tendering portal and original to tender inviting officer.

2. EMD as per NIT ( Scanned copy on e-tendering portal and original to tender inviting officer.

3. Scanned copy of all the eligibility documents as per NIT at a stroke before submitting this tender. During “Submission Stage”, upload the remaining documents alone if any. 6. Offline Submissions: The bidder is requested to submit the following documents through offline method so as to reach the O/o AGM (CP),O/o GMTD 3RD Floor ,BSNL Kannur as per NIT. a)DD towards the cost of tender document as per NIT b)DD towards Bid Security/NSIC towards Bid security/EMD as per NIT c)Original Power of attorney (If applicable) and mandatory documents as per NIT d) All documents related to eligibility as per NIT The bidder has to upload the scanned copy of the above documents during uploading of the bid in E- format. 7. Special Note on Security of bids: Security related functionality has been rigorously implemented in ETS in a multi-dimensional manner. Starting with ‘Acceptance of Registration by the Service Provider’, provision for security has been made at various stages in Electronic Tender’s software. Specifically for Bid submission, some security 45

Signature of bidder related aspects are outlined below:As part of the Electronic Encrypted functionality, the contents of both the “Electronic forms” and the “Main-Bid” are securely encrypted using a Password created by the server itself. The Pass- word is more difficult to break. 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 officer of the Buyer organization and the personnel of e-Tendering service provider. 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) duly authorized are requested to carry a Laptop and Wireless Connectivity to Internet. Every legal requirement for a transparent and secure Public Online Tender Opening Event (TOE) has been implemented on ETS. As soon as a Bid is decrypted with the corresponding “PassPhrase” 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. 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. 9. Other Instructions For further instructions, the vendor should visit the home- page of the portal (https://www.tenderwizard.com/BSNL) Important Note: It is strongly recommended that all authorized users of Supplier organizations should thoroughly peruse the information provided under the relevant links, and take appropriate action.This will prevent hiccups, and minimize teething problems during the use of ETS. 46

Signature of bidder

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 ETS3. 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. (There could be last minute problems due to internet time out, 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.

Minimum Requirement at Bidders End: Computer System with good configuration (Min P IV, 1 GB RAM, Windows-XP), Broadband connectivity, Microsoft Internet Explorer 6.0 or above Digital Certificate (s) 10. Vendors Training programme Vendors may contact the ITI Helpdesk personnel given below for any type of training/help, which they may require while uploading the bids.

47

Signature of bidder