OFFICE OF THE GENERAL MANAGER, BSNL, TENDER DOCUMENT

E-Tender for Mobile Access Equipment Maintenance (NBSNL, BSNL and IP sites), Mobile Infrastructure Maintenance Full and Partial (NBSNL sites), Diesel Filling and Rigger activities at BTS sites of Kozhikode Telecom District

Sl.No. Subject Details MP/CLT/e-Tender/BTS Outsourcing/2020-21/1 1 Tender No dated 16/06/2020 2 Cost of tender document Rs. 2360/- (Rs 2000+ 18% GST) 3 EMD Rs. 360000/- From 10:00 Hrs of 22/06/2020 Availability of tender document for 4 onwards up to 11:00 Hrs of downloading 15/07/2020 Last date and time for online submission 5 13:00 hrs of 15/07/2020 of tender Last date and time for offline submission 6 of tender document, EMD, Cost of 13:00 hrs of 15/07/2020 tender document in original Date and time of opening sealed 7 envelope containing tender documented, 14:30 hrs of 15/07/2020 Bid document Cost 8 Date and time of online bid opening 15:00 hrs of 15/07/2020 The tender will remain open for 9 Period of bid validity acceptance up to 180 days of opening of the tender Email: [email protected] 10 Tender help desk [email protected]

Kindly see all clarifications /corrigendum on website and read bid document carefully before submission and ensure that all documents are fully authenticated by authorised signatory kindly submit your offers by means of online bids only for Electronic Tendering at the portal detailed in Section-4 Part C “E-tendering Instructions to Bidders” The bidders in the category of Micro and Small Enterprises (MSEs) who are registered with MSME bodies like National Small Scale Industries Corporation, District / State Industries Centre, Khadi & Village Industries Commission/Board, Coir Board, and Directorate of Handicrafts & Handloom are exempted from the payment of tender document cost & EMD. Exemption is given only when tendered item is listed in the Registration certificate of MSE. A proof regarding current registration with MSME/NSIC for the tendered items and with monetary limit will have to be attached along with the bid. Declaration of UAM number by MSE bidders on CPPP is mandatory to avail benefits available to MSEs. Free viewing copy of Tender document / e–bidding can be obtained/done by downloading it from the website https://etender.bsnl.co.in/irj/portal or www..bsnl.co.in

1

STANDARD TENDER ENQUIRY DOCUMENT E-TENDER NO: MP/CLT/e-Tender/BTS Outsourcing/2020-21/1 dated at Kozhikode the 16/06/2020

Sub: E-Tender for Mobile Access Equipment Maintenance (NBSNL, BSNL and IP sites), Mobile Infra Maintenance Full and Partial (NSBNL Sites), Diesel Filling and Rigger activities at BTS sites Kozhikode Telecom District.

Please find enclosed the tender document containing the following. Section No. Item PAGE NO. 1. Part A Detailed NIT 04-07 2. Tender Information 08-09 3. Part A Scope of work 10-15 3. Part B Technical specification / requirements 16 3. Part C Schedule of Requirements (SOR) 17 4. Part A General Instructions to Bidders (GIB) 18-39 4. Part B Special Instructions to Bidders (SIB) 40-41 4. Part C E-Tendering Instructions to Bidders 42-45 5. Part A General (Commercial) Conditions of Contract (GCC) 46-56 5. Part B Special (Commercial) Conditions of the Contract (SCC) 57-60 5. Part C Special conditions –GST 61-63 6 (A) Undertaking and declaration 64 6 (B) Near relationship certificate 65 6 (C) Undertaking that no changes have been made in the 65 tender document downloaded 6 (D) Declaration (Non-blacklisted) 66 7 (A) Format for Bid security / EMD Guarantee 67-68 7 (B) Format for performance guarantee 69-70 7 (C) Letter of authorization for attending bid opening event 71 7 (D) Model amendment letter intimating conditions for 72 extension of delivery period 7 (E) Model amendment letter for extension of delivery period 73 7 (F) Proforma for power of attorney 74 8 Bidders profile and questionnaire 75-76 9 Part A Financial bid form 77 9 Part B Financial bid rate 78-79 Annexure 1 Schedule of requirements 80 Annexure 2 Contact details of deployed personnel’s and cluster 80 coordinators Annexure 3 Format of log book for diesel filling 81 Annexure 4 Format of log book for MAEM and MIM activities 81 Annexure 5 Proforma for reimbursement of diesel cost 82 Annexure 6 Monthly performance report 83 Annexure 7 Monthly rigger report 84 Annexure 8 Experience certificate 85 Annexure 9 Mutual Non-disclosure agreement 86-87

2

Annexure 10 Payment details to HK, Manual assistance and rigger 88 Annexure 11 List of BTS sites for Mobile access equipment 89-101 maintenance Annexure 12 List of BTS sites for Mobile Infrastructure Maintenance 102-107 (MIM) – Full Annexure 13 List of BTS sites for Mobile Infrastructure Maintenance 108 (MIM) – Partial Annexure 14 List of BTS sites for Diesel filling 109-114 Annexure 15 DEED OF INDEMNITY 115-116 Annexure 16 Particulars for Input Invoice , Receipt Voucher & GST 117-120 Details of Purchaser

3

Section 1 Part A

DETAILED NOTICE INVITING TENDER For and on behalf of General manager Telecom, Bharat Sanchar Nigam Limited, Kozhikode Telecom District, Kerala, sealed tenders on rupee payment basis are invited in single stage bidding and two stage opening using Two Envelopes (Techno commercial bid and Financial bid) from eligible and experienced individuals/firms/registered companies with EPF, ESI and GST registration for the following activities at various BTS Sites of Kozhikode Telecom District.

Estimated Tender EMD Estimated Description of Quantity Document in RS. Sl.No cost of Activity/Sites under the Cost Rs. tender Rs. Contract Mobile Access Equipment 1 Maintenance (MAEM) 555 sites (BSNL/NBSNL/IP) Mobile Infrastruc- Full 230 sites 2 ture Maintenance (MIM) (NBSNL) Partial 30 sites 18000000 2360 360000 3 Diesel Filling 230 sites Nor- 40 instances Rigger activities mal /month 4 100 instances Hard /month

Note1: The quantity/no./Sites stated above are estimated and BSNL reserves the right to vary the quantity to the extent of -25% to +25% of specified quantity at the time of award of contract i.e. APO without any change in unit price or other terms and conditions.

Designation and address of the authority inviting tender: AGM (Planning), II floor, O/o GMT BSNL, Asokapuram, Kozhikode-673001.

1. Tender No.: MP/CLT/e-Tender/BTS Outsourcing/2020-21/1 dated at Kozhikode the 16/06/2020 2. Accessibility of Tender Document: BSNL has decided to use process of e- tendering for inviting this tender and thus the physical copy of the tender would not be sold. Free viewing copy of Tender document / e–bidding can be obtained/done by downloading it from the website https://etender.bsnl.co.in/irj/portal or www.kerala.bsnl.co.in. The last date and time for downloading/submission and opening of tender shall be 15/07/2020 and beyond which the Tender document shall not be available for download / submission. 3. Registration on e-Tender portal: Intending bidders are requested to register

4

themselves on e-tender portal (if not registered earlier) through https://etender.bsnl.co.in/irj/portal for obtaining user-id, Digital Signature etc, by paying vendor registration fee. Tender processing fee payment should be done during requisition of tender online. BSNL has decided to use process of e-tendering for inviting this tender and thus the physical copy of the tender would not be sold.. 4. Availability of tender document: The tender document shall be available for downloading from 22/06/2020 onwards up to 11:00 Hrs on 15/07/2020 in the e-tendering portal https://etender.bsnl.co.in/irj/portal.

5. Eligibility Criteria: The bidders should have a. General Qualification i. The bidder must be Indian registered under Companies Act 1956/2013 /Partnership firms/Sole proprietary firms/reputed and experienced contractors/suppliers rending tendered services to BSNL/MTNL or any other Telecom Service Providers in / LLP or a Firm registered under applicable Acts(Proof Should be uploaded). ii. The bidder must not be blacklisted for telecom business by any Central / State Governments / PSUs in India at the time of submission of bid. An undertaking must be submitted in this regard. iii. The bidder must have a valid PAN registration. iv. The bidder must have a valid GST registration. v. The bidder must be registered under EPF and ESI in India. vi. The bidder should not have any near relatives working in BSNL vii. The bidder shall strictly abide by the provisions of various Acts of the State in force, in connection with the employment of the contract labour viz. Contract Labour R&A Act 1970, Workmen Compensation Act, EPF/ESI Act and Bonus act 1965 and all other regulation covered under Labour Act at present and in the currency of contract in force. b. Technical Qualification i. Bidders must possess a minimum experience of having successfully completed works of similar nature viz Mobile Access Equipment Maintenance, Mobile Infrastructure Maintenance, Diesel Filling and Rigger activities as detailed in Section 3 Part A for any Government/ Public Sector Organization/other telecom service providers for a period of not less than one year anytime during the last five years immediately preceding the date of submission of bid. ii. The Bidder must have minimum annual turnover of 30% of annual estimated cost of tender, during each of the consecutive financial years 2017-18 and 2018-19 from telecom business. Bidders will be required to support claims of their financial qualification through their audited financial statements duly certified by their CA. The bidders shall submit necessary documentary proof showing that they meet the eligibility criteria along with their tender bid. All

5

documents submitted will also be self-attested by the bidder. Note 2: All documents mentioned in Clause 3 of Section 2 Tender Information shall be submitted at the time of submission of “Techno- Commercial Part”.

6. Submission of Bid Security/EMD: The bidder shall furnish the bid EMD in one of the following ways:- (a) Demand Draft/ Banker’s cheque drawn in favour of “Accounts Officer (Cash), BSNL” and payable at Kozhikode. (b) Bank Guarantee from a scheduled bank drawn in favour of The Accounts Officer (Cash), BSNL, Kozhikode which should be valid for 210 days (i.e. one month above the offer validity period subject to maximum of 210 days) from the tender opening date.

7. Date and Time of online submission of E-Tender: from 22/06/2020 10:00 hrs to 15/07/2020 13:00 hrs. Note 3: In case the date of submission (opening) of bids is declared to be a holiday, the date of submission (opening) of bids 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 (published the e-tendering portal) 8. Opening of Tender Bids: The tender will be opened after 30minutes of this tender closing time on the same date. 9. Place of opening of Technical bids: a. BSNL has adopted e-tendering process which offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. BSNL’s 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. Please Section 4 Part C, “E-tendering Instructions to Bidders”. However, if required, authorized representative of bidders (i.e. service provider) can attend the TOE at the Chamber of AGM (Planning), II Floor, O/o GMT BSNL, Asokapuram, Kozhikode-673001. b. Tender Opening officers would be conducting the Public Online Tender Opening Event (TOE). Details are available in Section 4 Part C, “E- tendering Instructions to Bidders”. c. Tender bids received after due date & time will not be accepted. d. Incomplete, ambiguous, conditional, unsealed tender bids are liable to be rejected. e. G.M.T Kozhikode BA reserves the right to accept or reject any or all tender bids without assigning any reason. The decision of GMT, Kozhikode BA, shall be final in this regard. f. The bidder shall furnish a declaration in his tender bid under his digital signature that no addition / deletion / corrections have been made in the downloaded tender document for which their bid is being submitted and it is identical to the tender document appearing on e-tender portal: https://etender.bsnl.co.in/irj/portal.

6

g. 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.

Note 4: 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 5: All computer-generated documents should be duly attested/ signed by the issuing organisation. 10. Cost of Tender form (in the form of DD/Banker’s Cheque), Bid Security/EMD(in the form of DD/Banker’s Cheque/BG in original) and Power of Attorney have to be submitted to AGM(Planning), BSNL, Kozhikode before the scheduled date and time of submission of the Tender otherwise the bid will not be considered. 11. Hard copies of all required documents as per Clause 2 and 10 of Section 4 Part A, General Instructions to Bidders along with the Tender document (duly attested by authorized signatory) is also required to be submitted to AGM(Planning), BSNL, Kozhikode before the scheduled date and time of submission of Tender. 12. Before submitting the bid on the due date, all corrigendum/clarification issued on the website may have to be checked/verified. 13. Duration of contract: One year with an option of extension for one more year in spells of 6 months each. 14. Jurisdiction of the contract: Areas falling within the territorial jurisdiction of the Kozhikode BA. 15. Description of the work: Providing manpower services for maintenance activities of Mobile Access Equipment of BSNL/NBSNL/IP sites, Mobile Infrastructure Maintenance of NBSNL sites (Partial and Full), Diesel Filling and Rigger activities at various BTS sites of BSNL Kozhikode BA. 16. The queries in respect of this bid document, if any, can be submitted through Email latest up to 30/06/2020 (7 days from issue of NIT).

BSNL Contact-1 BSNL’s Contact Person Sreejith S, AGM(Planning), BSNL Kozhikode Telephone& Mobile 9446565950 E-mail ID [email protected] BSNL Contact-2 BSNL’s Contact Person Abu Rezzal MN, SDE(Planning), BSNL Kozhikode Telephone & Mobile 9446055060 E-mail ID [email protected]

7

Section 2

Tender Information

1. Type of tender: Single Stage bidding using Two Electronic Envelopes system Note 1: The bids will be evaluated techno-commercially first and financial bids of techno commercially compliant bids only shall be opened. 2. Bid Validity Period/Validity of bid offer: 180 days from the tender opening date. • Bid Document: The electronic envelopes will contain documents satisfying the eligibility / Technical & commercial conditions in first envelope called Techno- commercial envelope and second envelope called as Financial Envelope containing financial bid/ quote.

3. The techno-commercial part of bid shall contain one set of the following documents. i. Tender documents in original, duly filled in and signed by the tenderer on each page. ii. Bid security [EMD]. iii. Cost of the tender document (if applicable) iv. Certificates showing fulfilment of eligibility criteria stated in clause 5 of the DNIT. v. Power of attorney & authorization for executing the power of attorney in accordance with clause 14.3 of Section 4 Part A. (if applicable) vi. Integrity Pact (if applicable) vii. Clause by clause compliance as per clause 11.2 of Section 4 Part A viii. Bidder’s profile & questionnaire duly filled and signed as per Section 8. ix. No near relative certificate dully filled and signed. x. Undertaking and declaration dully filled and signed as per Section 6[A]. xi. Documents stated in clause 10 of Section -4 Part A xii. Tender/Bid form – Section 9 Part A xiii. Attested copy of ESI registration xiv. Attested copy of EPF registration xv. Attested copy of GST registration. xvi. Attested copy of PAN Card xvii. Letter of authorization, if any. xviii. Attested copy of Memorandum of association and articles of Association in case of company. xix. Details of the firm along with List of Directors on the Board of the Company, list of partners, as applicable. xx. Attestation of the signature of the authorized signatory, issuing PoA, by Bank. xxi. Attested copy of Registration of the firm or authenticated copy of Partnership Deed in case of partnership firms. xxii. Attested copy of “Power of Attorney” in case person other than the tenderer has signed the tender documents Signature of Bidder xxiii. The authorisation of the competent authority for signing the tender

8 xxiv. Letter showing authorised signatory. (If applicable) xxv. Indemnity bond declaration for indemnifying BSNL against any non- compliance by bidder towards all applicable statutory requirements, if work is awarded, as per Annexure-15. xxvi. Mandate form for ECS/EFT xxvii. Certificate regarding tender form downloaded from internet. xxviii. In case of MSE bidders, valid certification from MSME (valid on the date of opening of tender.)

Note 2: In case of e-tendering, in case the bidder is unable to upload any of the documents listed above, he may submit the same physically and the same may intimated to AGM(Planning), BSNL, Kozhikode. However, EMD & cost of tender document will have to be submitted in original in physical form. 4. The financial part of bid shall contain a. Financial Bid Form along with Price schedule (Section 9 Part B (1 & 2) with all relevant bid annexure. Note 3: In case of e-tendering the following documents are required to be submitted offline (i.e. offline submission) to AGM(Planning), BSNL, Asokapuram, , Kerala - 673001 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).

 EMD- Bid Security (in original)  DD/Banker’s cheque of tender’s fee (in original).  Power of Attorney in accordance with clause 14.3 of Section 4 Part A and authorization for executing the power of attorney.  Integrity Pact (If applicable)  All documents as specified in clause 3 of Tender information (Section 2 of Tender document) should be in original. For detailed instructions, please refer clause 6 in Section 4 – Part C “E-Tendering Instructions to Bidders”

Payment terms: As per Clause 11 of Section-5 Part A – “General (Commercial) Conditions of Contract”. Note4: All statutory taxes as applicable/ deduction due to price variation etc will be deducted at source before payment.

AGM (Planning) For General Manager Telecom BSNL Kozhikode BA

9

SECTION – 3 Part A

SCOPE OF WORK

A. General: The scope of this CONTRACT to be followed are: Mobile Access Equipment Maintenance (MAEM), Mobile Infrastructure Maintenance (MIM)- Full, Mobile Infrastructure Maintenance (MIM) – Partial, Rigger activities – Normal, Rigger activities – Hard, Diesel filling, manual assistance to engineers on duty in subdivisions while they carry out hardware maintenance/optimization or similar type of routine work which involve carrying of tools and testers and other accessories required for testing and maintenance works, rigger activities for fine tuning of Microwave/ Mini-Link LOS, antenna orientation verification and assisting related routine NQM activities, etc.

B. Scope of Work: 1. General Instruction: 1.1. The field staff being deployed should be provided with 2 SIM cards, one of BSNL & other from private TSPs for communication when BTS site is down. 1.2. Field staff should provide assistance in handling of minor store items. 1.3. Field staff should be provided with dedicated mode of transport (two/ three/ four wheeler vehicles). 1.4. In addition to periodicity of visit mentioned below, the field staff should also visit the sites on call basis whenever there is such a requirement, at any time. 1.5. The field staff deployed by the contractor should preferably be a local resident with sufficient knowledge of operating diesel generators and other electronic switches, fuse carriers, fuse cut-outs and changeovers. 1.6. Any BSNL OFC breakdown en-route to site must be intimated to site in charge for prompt restoration of OFC fault. 1.7. The contractor has to provide all necessary tools, cleaning materials, testing equipment, etc to the personnel deployed. A certificate to this effect shall be produced along with the first invoice.

2. Mobile Access Equipment Maintenance (MAEM)(Site list in Annexure 11) 2.1. All BTS related alarm need to be made functional and to be extended up to OMCR within three months. Alarm card will be provided by BSNL. 2.2. Prompt action (within 01 hour in city and 12 hours in Rural and in Hard areas) on receipt of instructions (by call or by SMS) from concerned officer /NOC regarding manual assistance in rectification of alarms/faults in site. 2.3. Air filter cleaning in BTS/ Node B/ e-Node B, every month and entry in log book of site. 2.4. In case of BTS outages due to control card faults of BTSs / Node-Bs / E- NodeBs, replace the fault items with the spare module /cards available in

10

nearby sites / locations as per instructions of BSNL Site In charge. 2.5. In case of Microwave/Mini Link/ OFC failure, details of visual alarm noticed to be communicated to the maintenance In-charge. 2.6. For prolonged failure of Electricity as intimated by BSNL officer, Coordination for restoration of EB in consultation with BSNL / IP site in charge. 2.7. To check Earth Connectivity is available at BTS/ Node B / E-Node B, etc. 2.8. Providing assistance for Broadband/EMF checks at sites. Maintaining of EMF related boards and help in providing data for biennial submission of EMF radiation. 2.9. Any other miscellaneous work related to the BTS site maintenance, assigned by the concerned Sub Division Engineer / Junior Telecom Officer / BSNL officer in charge.

3. Mobile Infrastructure Maintenance (MIM) – Full (Site list in Annexure 12) 3.1. Daily visit to the site for general up-keeping 3.2. Ensure working of Power plant alarms with OMC-R. 3.3. Prompt action (within 01 hour in city and 12 hours in Rural and hard areas) on receipt of instructions (by call or by SMS) from concerned officer/NOC regarding manual assistance in rectification of alarms/faults in site. 3.4. First line maintenance of power plants, battery and any problem reported. All problems should be reported within 01 hours for urban, 12 hours in rural and in hard areas. 3.5. Periodically check-up power plant modules working and load sharing, ensuring sufficient modules are available for equipment in consultation with Site in charge and charging of battery. Record the same in the log book. 3.6. Tightening of all nuts /screws in interconnecting point of power cable from EB panel board to each equipment, once in three months. 3.7. To ensure the control card is functioning properly so that battery do not go to deep discharge. 3.8. In case of any Power Plant outages due to fault in control card, intimation to be given to Site In charge for attending the same on priority. 3.9. Conducting Battery Backup test with Existing Load at least in quarterly & record the same in Log Book. 3.10. Faulty Card/ Units need to be deposited at designated centre as per requirement & collect repaired unit within 24 hours in urban and in 48 hours in rural and hard areas. 3.11. Replacement of the faulty modules with repaired Modules as per instructions of Site In charge within 24 hours in urban and in 48 hours in rural and hard areas. 3.12. Sweeping, cleaning, security and up keeping of the site including all equipment, tower surroundings, shelter/OD cabinet, DG etc. This includes bush cutting in the BTS sites in open areas. 3.13. Routine check of free cooling systems available at site and DG set and other equipment and record the same in log book as per the periodicity defined for the visit as per tender. Reporting of any

11

alarms/faults/untoward incident to the concerned officer. 3.14. Running of DG sets as required. 3.15. Assisting in Diesel filling in the DG Set available at the site. 3.16. Manual operation of DG sets and monitoring of fuel level / fluid leak / coolant level / battery charger working etc. 3.17. Manual assistance in changeover of KSEB/DG supply and attending of minor faults like tripping of ELCB/MCB/switches, manual changeover in AC units. 3.18. Collection of KSEB bills from site and handing over the same to the site in charge in a timely manner. 3.19. Any other miscellaneous work related to the BTS site maintenance, assigned by the concerned Sub Division Engineer / Junior Telecom Officer / BSNL officer in charge. 3.20. For prolonged failure of EB supply of site, coordination with EB section concerned for restoration of EB and ensure proper working of DG/PP/Equipment et after the restoration of EB supply. 4. Mobile Infrastructure Maintenance (MIM) – Partial(Site list in Annexure 13) 4.1. Periodical visit to site (minimum 10 days a month, other than on emergency cases). 4.2. Ensure working of Power plant alarms with OMC-R. 4.3. Prompt action (within 01 hour in urban and 12 hour in Rural and hard areas) on receipt of instructions (by call or by SMS) from concerned officer regarding manual assistance in rectification of alarms/faults in site. 4.4. First line maintenance of power plants, battery and any problem reported. All problems should be reported within 01 hours for urban, 1.5 hours in rural and 12hours in hard areas. 4.5. Periodically check-up power plant modules working and load sharing, ensuring sufficient modules are available for equipment in consultation with Site In charge and Charging of Battery. Record the same in the log book. 4.6. Tightening of all nuts /screws in interconnecting point of power cable from EB panel board to each equipment, once in three months. 4.7. To ensure the control card is functioning properly so that battery do not go to deep discharge. 4.8. In case of any Power Plant outages due to fault in control card intimation to be given to Site In charge for attending the same on priority. 4.9. Conducting Battery Backup test with Existing Load at least in quarterly & record the same in Log Book. 4.10. Faulty Card/ Units need to be deposited at designated centre as per requirement & collect repaired unit within 24 hours in urban and in 48 hours in rural and hard areas 4.11. Replacement of the faulty modules with repaired Modules as per instructions of Site In charge within 24 hours in urban and in 48 hours in rural and hard areas. 4.12. Routine check of free cooling systems available at site and DG set and other equipment and record the same in log book as per the periodicity defined for the visit as per tender. Reporting of any alarms/faults/untoward incident to the concerned officer. 4.13. Assisting in Diesel filling in the DG Set available at the site. 4.14. Collection of KSEB bills from site and handing over the same to the site in charge in a timely manner. 4.15. Any other miscellaneous work related to the BTS site maintenance, assigned by the concerned Sub Divisional Engineer / Junior Telecom

12

Officer / BSNL Officer in charge. 4.16. For prolonged failure of EB of site, coordination with EB section concerned for restoration of EB and ensure proper working of DG/PP/ Equipment etc after the restoration of EB supply.

Note: Partial MIM may be made applicable for sites where watch & ward agreement exists/Non-DG sites. The rate for one partial Infra structure maintenance site may be limited to half the rate quoted for a full Infra structure maintenance site.

5. Rigger Activities 5.1. This includes two categories of work 5.1.1. Rigger activity – Normal (As per requirement) 5.1.1.1. Antenna orientation & Tilt modification as per requirement for optimization. 5.1.1.2. VSWR fault rectification per sector (includes weather proofing, changing jumper cable, replacing/reconnecting jumper and waveguide connectors). 5.1.1.3. Checking & correction of RF cable swap, L-1 antenna at RRH. 5.1.1.4. Verification/Replacement of weather proof tapes to prevent water entry. 5.1.1.5. Assistance in Verification/correction of MW LoS. 5.1.1.6. Verification/correction of Lightning Arrestor, aviation lamp and its fittings. 5.1.1.7. Any other activity with minor modification in RF as per guidance of BSNL. 5.1.1.8. * Removal of bird/honey bee/wasp nest etc from tower.

* Based on the nature of the work DE(BSS) can decide the number of instances required for removal of bird/honey bee/wasp nest etc from tower. 5.1.2. Rigger activity -Hard (As per requirement). 5.1.2.1. Installation/swap/replacement/dismantling of antennas. 5.1.2.2. Installation/swap/replacement/dismantling of RRH/RRUs/MW ODUs/AMF 5.1.2.3. Installation/ swap/ replacement/ dismantling of waveguides, CPRI cables and RRU/RRH power cables.

5.2. All rigger activities carried out at a site for an activity on a single day combined will be considered as a single instance irrespective of number of occurrences during the same day, i.e. the maximum number of instances for an activity per site per day is one. 5.3. All tools (like ropes, pulleys, wrench/spanner, etc.) and safety equipment for rigger (like safety helmet, safety harness, etc.) should be provided by the bidder. 5.4. Before the commencement of any rigger activity, supervisor has to send the photo of rigger wearing all safety equipment at site, to concerned officer in charge of intimation.

6. Diesel filling in DG Sets: (Site list in Annexure 14) This is to carry out diesel filling in BSNL/NBSNL BTS sites on a periodic basis. On an average every site needs diesel filling of one to two times per month. However, in some of the sites, it can go beyond 2 times a month depending on the tank capacity and the frequency of EB supply interruption. Other than the

13 periodic refilling, whenever there is emergency requirement, based on OMCR low fuel alarm or message given by the concerned officer, refilling is to be arranged within three hours on getting such intimation. Bidder has to ensure availability of 50 % tank capacity of diesel in the DG at any point of time. For each instance of Diesel Filling, full capacity of the tank should be filled, in order to avoid frequent filling. Information regarding the details of filling should be intimated to the SDE/JTO by email/SMS on the same day.

BSNL have entered into direct MOU with oil companies for procurement of diesel from their specified outlets through petro/ fleet cards. Petro/ fleet card will be issued to the contractor on proper acquaintance by the authorized person of the vendor & payment will be made directly to the oil companies by BSNL. Any loss/ misuse of the petro/fleet cards issued to the vendor will be the responsibility of the vendor. Any such losses will be recovered by BSNL from the vendor by adjusting against the payment due to the vendor or will be recovered from PBG. In the case of any misuse causing loss to BSNL, a penalty of 10% of the contract value or forfeiture of the bank guarantee along with termination of contract, as decided by the competent authority of BSNL will be imposed on the contractor. Any reduction in the diesel cost/ loyalty benefits in view of the MOU will be availed by BSNL. It will be the responsibility of the contractor to reconcile the diesel consumption as per actual usage in field with that in petrol/ fleet card account. The payment of diesel cost from BSNL will be limited to actual consumption based on log book after applying the ceiling limit based on the consumption computed with Run Hour meter reading and per hour consumption indicated in this tender document. The sites for which even one instance of diesel filling per month is not recorded will not be considered for Diesel filling expenses for the said month. However, the contractor has to collect the data for diesel reconciliation statement from such non filled sites also and reconciliation statement is to be submitted on monthly basis for all sites in the contract. The bills will be verified, passed & forwarded by BSNL representative (Divisional Engineer (BSS)) based on the consumption in litres / Hour indicated in the tender document. Any extra cost incurred will be the responsibility of the vendor. If the diesel cost through Petro/ fleet card is found to be less than the diesel consumption based on rated diesel consumption per hour, the contractor will not have any claim for the additional cost. Any excess usage of Diesel after tallying with log book entries/Run hour meter will be adjusted from the vendor from their monthly bills.

If the ceiling limit based on the Circle Average consumption/hour in a site is less than the actual consumption based on log book entry continuously for two consecutive months, and the contractor feels that Average consumption per litre in that site is to be reviewed due to aging of DG or other factors then a test run can be requested by the vendor to calculate the Average consumption/hour for that particular site. The test run will be conducted by a joint team consisting of representatives of Contractor and BSNL. Test run will be conducted only on quarterly basis. The test run report will be signed by the Contractor and the

14

BSNL team (SDE BSS), countersigned by DE (BSS). If the test run reports are not sent along with the performance report, the consumption will be taken as per the circle average CPH and the HMR readings. The Average consumption/hour calculated will be made applicable only in the subsequent Quarterly invoice period. The contractor can request for only one test run in any site during the whole AMC period.

The bidder has to maintain a log book supplied by BSNL in every site for Diesel filling, as per the format in Annexure 3. It is the responsibility of the bidder to update the logbook promptly on Diesel filling. Concerned BSNL officers will periodically verify the logbook entries and put their initials. The bidder has to seal and lock the hour meter in the presence of BSNL representative. Every month the hour meter reading is to be noted by bidder along with the BSNL representative and a consolidated statement along with log book reports is to be submitted by the contractor. Under any circumstances if any of the units like run hour meter is faulty then the diesel filling should be done under the supervision of any of the BSNL officers/ persons authorized by BSNL. The payment will be based on logbook entries, but will be limited to monthly consumption based on run hour meter reading and SSA Average consumption in litres/hour. The method for calculating the same is described in Section-3 Part B. Even if a DG is filled multiple times in a month, the number of instances of diesel filling of the site will be considered as one. Note: In case of addition of new make /type of DG in the BSNL network, the per hour diesel consumption will be arrived by BSNL and will be intimated to the bidder. Obtaining of special permit if any required, from Motor vehicle department for transporting Diesel in bulk through motor vehicle will be the responsibility of the contractor.

7. Bidder shall deploy sufficient number of personnel to support the services as per this contract. Personnel should be placed in such a way that they are able to carry out the day to day activities as mentioned in relevant clauses of this section and also to ensure compliance to performance indicators given below. Max number of Sl. sites (Cluster size) Nature of work No that can be allotted Per personnel* Mobile Access Equipment Maintenance 01 50 (MAEM) Mobile Infrastructure Maintenance (MIM): 02 15 Full Mobile Infrastructure Maintenance (MIM): 03 15 Partial

Sl. Minimum personnel Nature of work No to be deployed* 01 Rigger activities 3

15

Section 3 Part B

Technical Specification

BA wise Average consumption in litre/hour for various makes of DG with Different capacity

Circle Average consumption Capacity Make in litres/hour 5 KVA 1

Eicher 1.6 7.5 KVA Mahindra 1.8 Ph1 1.5

APC 2.6 Automech 1.9 Diesel Tech 2 Eicher Ph IV 2.1 Eicher Ph V 1.8 FG Wilson 2.1 Indo French 2 15 KVA Innova 2 Jeevan 1.9 KEC 2.5 Kirloskar 2.1 Lister Petter 2.5 Mahindra 2.1 SIMPSON 2.5 Stanford 2.1

30 KVA

16

SECTION – 3 Part C

SCHEDULE OF REQUIREMENTS (SOR)

BTS sites in Kozhikode BA Quantity under the Sl. No Description of Activity/Sites Contract

1 Mobile Access Equipment Maintenance (MAEM) 555 sites

2 Mobile Infrastructure Maintenance(MIM) Full 230 sites

3 Mobile Infrastructure Maintenance(MIM) Partial 30 sites

4 Diesel Filling 230 sites

5 Rigger activities: Normal 40 instances /month

6 Rigger activities: Hard 100 instances /month

Note: 1. Bidder shall furnish the detailed Bill of work for each item mentioned above with reference to Section 3 Part A.

17

SECTION-4 PART-A

GENERAL INSTRUCTIONS TO BIDDERS (GIB) 1. DEFINITIONS 1.1. “The Purchaser" means the Bharat Sanchar Nigam Ltd. (BSNL), New Delhi. 1.2. “The Bidder" means the individual or firm who participates in this tender and submits its bid. 1.3. "The Supplier" or “The Vendor”/ “Contractor” means the individual or firm supplying the goods/ service under the contract. 1.4. "The Goods" means all the equipment, machinery, and/or other materials which the Supplier is required to supply to the Purchaser under the contract. 1.5. "The Advance Purchase Order" or “Letter of Intent” means the intention of Purchaser to place the Purchase Order on the bidder. 1.6. “The Purchase Order" or "The Work Order" means the order placed by the Purchaser on the Supplier signed by the Purchaser including all attachments and appendices thereto and all documents incorporated by reference therein. The purchase order shall be deemed as "Contract" appearing in the document. 1.7. "The Contract Price" means the price payable to the Supplier under the purchase order for the full and proper performance of its contractual obligations. 1.8. "Validation" is a process of testing the equipment as per the Generic Requirements in the specifications for use in BSNL network. Validation is carried out in simulated field environment and includes stability, reliability and environmental tests. 1.9. "Telecom Service Provider" means any Telecom operator in India, who is licensed by the Department of Telecommunications (DOT), Government of India to provide telecom services to the general public or to the other DOT licensed Telecom operators. "Telecom Service Provider" also refers to any Telecom operator in other countries providing telecom services to general public of that country or to other telecom operators of the same country. 1.10. “Successful Bidder(s)” means the bidder(s) to whom the work(s) in this tender is awarded. “SSA” means Secondary Switching Areas defined by BSNL (generally comprising of one or more revenue districts). 1.11. “ BA” means Business Area comprising of one or more SSA’s

2. ELIGIBILITY CONDITIONS:

The bidders should have a. General Qualification i. The bidder must be Indian registered under Companies Act 1956/2013/Partnership firms/Sole proprietary firms/reputed and

18

experienced contractors/suppliers rending tendered services to BSNL/MTNL or any other Telecom Service Providers in India / LLP or a Firm registered under applicable Acts (Proof Should be uploaded). ii. The bidder must not be blacklisted for telecom business by any Central/State Governments/PSUs in India at the time of submission of bid. An undertaking must be submitted in this regard. iii. The bidder must have a valid PAN registration. iv. The bidder must have a valid GST registration. v. The bidder must be registered under EPF and ESI in India. vi. The bidder should not have any near relatives working in BSNL vii. The bidder shall strictly abide by the provisions of various Acts of the State in force, in connection with the employment of the contract labour viz. Contract Labour R&A Act 1970, Workmen Compensation Act, EPF/ESI Act and Bonus act 1965 and all other regulation covered under Labour Act at present and in the currency of contract in force. b. Technical Qualification i. Bidders must possess a minimum experience of having successfully completed works of similar nature viz Mobile Access Equipment Maintenance, Mobile Infrastructure Maintenance, Diesel Filling and Rigger activities as detailed in Section 3 Part A for any Government/ Public Sector Organization/other telecom service providers for a period of not less than one year anytime during the last five years immediately preceding the date of submission of bid. ii. The Bidder must have minimum annual turnover of 30% of annual estimated cost of tender, during each of the consecutive financial years 2017-18 and 2018-19 from telecom business. Bidders will be required to support claims of their financial qualification through their audited financial statements duly certified by their CA. The bidders shall submit necessary documentary proof showing that they meet the eligibility criteria along with their tender bid. All documents submitted will also be self-attested by the bidder. Note: All documents mentioned in Clause 3 of Section 2 Tender Information shall be submitted at the time of submission of “Techno- Commercial Part”.

3. COST OF BIDDING 3.1. The bidder shall bear all costs associated with the preparation and submission of the bid. The Purchaser will, in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

4. DOCUMENTS REQUIRED

19

4.1. The service required to be supplied; bidding procedures and contract terms and conditions 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 and clarifications/ amendments/ addenda, if any. Failure to furnish all information required as per the Bid Documents or submission of the 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 BSNL Kozhikode in writing by Email (Mail ID: [email protected]) as indicated in the invitation of Bid. The Purchaser shall respond in writing to any request for the clarification of the Bid Documents, which it receives latest up to 7 days from issue of NIT. Copies of the query (without identifying the source) and clarifications by the Purchaser shall be sent to all the prospective bidders who have received the bid documents. 5.2. Any clarification issued by BSNL in response to query raised by prospective bidders shall form an integral part of bid documents and shall amount to an amendment of the relevant clauses of the bid documents. 6. AMENDMENT OF BID DOCUMENTS 6.1. The Purchaser 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 amendments prior to the date of submission of Bids with due notification to prospective bidders. 6.2. The amendments shall be notified in writing by Fax or Email or by Addendum through e-tendering portal to all prospective bidders on the address intimated at the time of purchase of the bid document from BSNL and these amendments will be binding on them. 6.3. In order to afford prospective bidders a reasonable time to take the amendment into account in preparing their bids, the purchaser 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 ensure availability of the following components: 7.1. Documentary evidence establishing that the bidder is eligible to bid and is qualified to perform the contract if its bid is accepted in accordance with the clause 2 & 10. 7.2. Bid Security/EMD furnished in accordance with clause 12. 7.3. A Clause by Clause compliance as per clause 11.2 (b) 7.4. A Bid form and price schedule completed in accordance with clause 8 & 9.

20

8. BID FORM 8.1. The bidder shall complete the bid form and appropriate Rate Schedule furnished in the Bid Documents, indicating the service to be provided, brief description of activity and rate as per section- 9. 9. BID PRICES (which-ever applicable) 9.1. The bidder shall quote the CONTRACT charges per unit per annum (Inclusive of all Taxes & Levies but excluding GST). 9.2. The supplier shall quote as per rate schedule given in Section 9-part B for all the items given in schedule of requirement at Section 3-part C. 9.3. A bid submitted with an adjustable rate quotation will be treated as non-responsive and rejected. 9.4. The rate quoted by the bidder shall be in sufficient detail to enable the Purchaser to arrive at the rate for the work offered. 9.5. "DISCOUNT if any, offered by the bidders shall not be considered unless specifically indicated in the rate schedule. Bidders desiring to offer discount shall therefore modify their offers suitably while quoting and shall quote clearly net price taking all such factors.

10. DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILITY AND QUALIFICATION 10.1. The bidder shall furnish, as part of the bid documents establishing the bidder's eligibility, the following documents or whichever is required as per terms and conditions of Bid Documents. 10.1.a. Valid MSME certificate, if applicable 10.1.b. Documents to establish the eligibility and qualification of bidder as specified in Section-I and Section-4 Part A. 10.1.c. Power of Attorney as per clause 14.3 (a) and (d) and authorization for executing the power of Attorney as per clause 14.3 (b) or (c), if applicable. 10.1.d. Documentary proof of GST registration. If the bidder is not registered with GST authority at the time of bid submission, then he shall have to submit GST registration at the time of award of work/ LoI/signing of contract, if declared successful. 10.1.e. Documentary proof of PAN registration. 10.1.f. Documentary proof of EPF registration. 10.1.g. Documentary proof of ESI registration. 10.1.h. Undertaking duly signed by front bidder and its technology/ consortium partner stating that both of them shall be liable for due performance of the contract jointly and severally, if applicable. 10.1.i. Certificates from all Directors of the bidder stating that none of their near relatives are working in BSNL in accordance with clause 34. 10.1.j. Certificate of incorporation & letter showing authorised signatory if applicable. 10.1.k. Article or Memorandum of Association or partnership deed or

21

proprietorship deed as the case may be. 10.1.l. List of all Directors including their name(s), Director Identification Number(s) (DIN) and address(es) along with contact telephone numbers of office and residence. 10.1.m. Registration certificate from State Director of Industries or from Secretariat for Industrial Assistance (SIA), Ministry of Industries, Government of India. 10.1.n. Letter showing authorised signatory if applicable. 10.1.o. Undertaking and Declaration as per Section-6 – 6(A) 10.1.p. Declaration that no changes has been made to the tender document as per Section-6-6(C) 10.1.q. Declaration regarding non blacklisting as per Section-6-6(D)

10.2. Documentary evidence for financial and technical capability 10.2.a. The bidder shall furnish audited Annual Report and /or a certificate from its bankers to assess its solvency/financial capability to prove that the total annual turnover (audited) of the bidder should be at least 30% of annual estimated cost of tender, during each of the consecutive financial years 2017-18 and 2018-19 from telecom business. 10.2.b. The bidder shall furnish documentary evidence about technical and production capability necessary to perform the contract. The documentary proof, signed by the authorized signatory, in the format attached in Annexure – 8. 10.3. In order to enable the Purchaser to assess the proven-ness of the system offered, the bidder shall provide documentary evidence regarding the system being offered by him. 10.4. For supply of any software i.e. operating system or any applications software the bidder should submit a Certificate Of Authenticity (COA), signed by Authorized Signatory stating that all Software supplied are authentic and legal copy is/ are being supplied (If applicable). 10.5. Documentary evidence/ Declaration to the effect that the type of software to be utilized in the system/ equipment i.e. Packaged/ Canned OR Customized shall be furnished by the bidder. In case of Packaged/ Canned, the portion of value which represents consideration paid or payable for transfer of right to use such goods subject to provisions laid down in Central Excise/Custom Notifications” (If applicable). 11. DOCUMENTS ESTABLISHING SERVICE CONFORMITY TO BID DOCUMENTS 11.1. Pursuant to clause 7, the bidder shall furnish, as part of its bid, documents establishing the conformity of its bid to the Bid Documents of all services which he proposes to supply under the contract. 11.2. The documentary evidences of the services conformity to the Bid Documents may be, in the form of literature, data etc. and the bidder shall furnish:

22

11.2.a. A detailed description of service with essential technical and performance characteristics; 11.2.b. A clause-by-clause compliance on the purchaser's Technical Specifications and Commercial Conditions demonstrating substantial responsiveness to the Technical Specifications and Commercial Conditions. In case of deviations, a statement of the deviations and exception to the provision of the Technical Specifications and Commercial Conditions shall be given by the bidder. A bid without clause-by-clause compliance of the Scope of Work, Technical Specifications, SOR (Section-3 Part A, B & C), General (Commercial) Conditions & Special (Commercial) Conditions, (Section- 5 Part A&B) shall not be considered. 12. BID SECURITY / EMD 12.1. The bidder shall furnish, as part of its bid, a bid security/EMD as mentioned in Clause 6 of Section-1(DNIT). 12.2. The MSE bidders are exempted from payment of bid security/EMD. 12.2.a. A proof regarding valid registration with body specified by Ministry of Micro, Small & Medium Enterprise for the tendered item will have to be attached along with the bid. 12.2.b. The enlistment certificate issued by MSME should be valid on the date of opening of tender. 12.2.c. 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 tender. 12.3. The bid security/EMD is required to protect the purchaser against the risk of bidder's conduct, which would warrant the forfeiture of bid security/EMD pursuant to Para 12.6. 12.4. A bid not secured in accordance with Para 12.1 & 12.2 shall be rejected by the Purchaser being non-responsive at the bid opening stage. 12.5. The bid security/EMD of the unsuccessful bidder will be discharged/ returned as promptly as possible and latest by the expiry of the period of the bid validity period prescribed by the purchaser pursuant to clause 13. 12.6. The successful bidder's EMD/Bid security, if furnished in the form of Demand Draft/ Banker’s cheque, will be converted to Security Deposit and shall be released only after the successful completion of the contract. If the same is furnished in the form of Bank Guarantee, shall be released after the bidder has submitted the performance security in pursuance to clause 27.2 of this section. BID SECURITY / EMD will not carry any interest 12.7. The bid security/EMD may be forfeited:

23

12.7.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 12.7.b. If the bidder does not accept APO/PO and / or does not submit PBG & sign the contract / agreement in accordance with clause 28; 12.8. The front bidder shall submit an irrevocable undertaking in non- judicial stamp paper of appropriate value duly signed by it and its technology/ consortium partner stating that both of them i.e. the front bidder and its technology/ consortium partner shall be liable for due performance of the contract jointly and severally, failing which both of them shall be liable to be barred from participating in future tenders/EOIs/ RFPs of BSNL for a period of two years. 13. PERIOD OF VALIDITY OF BIDS 13.1. Bid shall remain valid for period specified in clause 2 Section 2 of Tender Information. A bid valid for a shorter period shall be rejected by the purchaser being non-responsive. 13.2. In exceptional circumstances, the purchaser may request the consent of the bidder for an extension to the period of bid validity. The request and the response thereto shall be made in writing. The bid security/EMD provided under clause 12 shall also be suitably extended. The bidder may refuse the request without forfeiting its bid security/EMD. A bidder accepting the request and granting extension will not be permitted to modify its bid. 14. FORMAT AND SIGNING OF BID 14.1. The bidder shall submit his bid online, 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, by hand signatures by the authorized person. The letter of authorization shall be indicated by written power-of-attorney accompanying the bid. 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 manually signed by the person or persons signing the bid.

14.3. Power of Attorney 14.3.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. 14.3.b. The power of Attorney is executed by a person who has been

24

authorized by the Board of Directors of the bidder in this regard, on behalf of the Company/ institution/ Body corporate. 14.3.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. 14.3.d. Attestation of the specimen signatures of such authorized signatory of the bid 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. 14.3.e. In case, authorized signatory of the bid(i.e. PoA holder) is different than the person who submits the online bids using digital signatures certificate(DSC), then the power of Attorney should also include the name of this person submitting online bids on e-tender portal. 15. Sealing and Marking of Bids 15.1. The bids should be submitted as per Section 2 - Clause 3 of tender information. 15.2. The bids are being called under Single Stage Bidding & Two Envelope System. The bidder shall submit his bid in two envelopes; 15.2.a. The first envelope will be named as Techno-Commercial bid. This envelope will contain documents of bidder’s satisfying the eligibility / technical & commercial conditions as per clause 2 & 10 and with bid security/EMD as per clause 12. Second envelope will be named as Financial Bid containing Price Schedules as per Section-9 Part B). 15.2.b. All Offline documents shall be addressed to the purchaser inviting the tender as given below. AGM (Planning), II floor, O/o GMT BSNL, Asokapuram, Kozhikode - 673001 Ph: -0495-2770922 Fax:- ______The offline envelope shall bear the name of the tender, the tender number and the words 'DO NOT OPEN BEFORE 15.00 hrs on 15/07/2020 15.3. The inner and outer envelopes shall indicate the name and complete postal address of the bidder to enable the purchaser to return the bid unopened in case it is declared to be received 'late'. 15.4. If both the envelopes are not sealed and marked as required at para 15.1 and 15.2, the bid shall be rejected. 15.5. Offline envelope should be deposited in the tender box provided by tendering authority or sent by registered post or delivered in person on above mentioned address. The responsibility for ensuring that the tenders are delivered in time would vest with the bidder. 15.6. Bids delivered in person on the day of tender opening shall be delivered upto specified time & date as stated in NIT to concerned officer specified

25

by tendering authority at the venue (address is given in clause 15.2.b above). The purchaser shall not be responsible if the bids are delivered elsewhere. 15.7. Venue of Tender Opening: i) The venue of tender opening will be at the O/o AGM Planning), II floor, O/o GMT BSNL, Asokapuram, Kozhikode ii) If due to administrative reasons, the venue of Bid opening is changed, it will be displayed prominently on the venue mentioned above. 15.8. If both the envelopes are not submitted as required at para 15.1 to 15.7 above, the bid shall be rejected.

16. SUBMISSION OF BIDS 16.1. Bids must be submitted by the bidder on or before the specified date and time indicated in Clause 7 of section -1 i.e. DNIT 16.2. The purchaser may, at its discretion, extend this deadline for the submission of bids by amending the Bids Documents in accordance with clause 7 of section -1, in which case all rights and obligations of the purchaser and bidders previously subjected to the deadline will thereafter be subjected to the extended deadline. 16.3. The bidder shall submit its bid offer against a set of bid documents purchased by him for all the service as required in 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. 17. LATE BIDS 17.1. No bid shall be accepted 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. 18.2. The bidder’s modification, revision or withdrawal shall have to be online and digitally authenticated. 18.3. No bid shall be modified subsequent to the deadline for submission of bids. 19. OPENING OF BIDS BY PURCHASER 19.1. The purchaser shall open bids online in the presence of the authorized representatives of bidders online. The bidder's representatives, who are present, shall sign in an attendance register. Authority letter to this effect shall be submitted by the authorized representatives of bidders before they are allowed to participate in bid opening (A Format is given in enclosed in Section-7 C). 19.2. A maximum of two representatives of any bidder shall be authorized and permitted to attend the bid opening.

26

19.3. Name of envelopes to be opened & information to be read out by Bid Opening Committee 19.3.a. Techno-commercial bid only will be opened on the date of tender opening given in NIT. Date of opening of financial bid will be intimated to all bidders qualified technically. 19.3.b. The following information should be read out at the time of Techno-commercial bid opening: - a) Name of the Bidder b) Name of the item c) EMD amount & validity and acceptability d) Information in respect of eligibility of the bidder. e) Details of bid modification/ withdrawal, if applicable. 19.3.c. The following information should be read out at the time of Financial bid opening: - a) Name of the Bidder b) Name of the item c) Rate quoted in the bid d) Discount, if offered e) Taxes& levies (Information as per electronic forms shall be populated as comparison chart on e-tender system and no information shall be read out)

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 on next working day, time and venue remaining unaltered. 20. CLARIFICATION OF BIDS 20.1. To assist in the evaluation and comparison of bids, the purchaser 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 purchaser at its discretion may call for any clarification regarding the bid document within a stipulated time period. In case of noncompliance to such queries, the bid will be out rightly rejected without entertaining further correspondence in this regard. 21. PRELIMINARY EVALUATION 21.1. Purchaser 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. Based on the quoted percentage of duties and taxes, Freight etc. the amounts

27

quoted thereof shall be worked out and rounded off to 2 decimal points. In case the unit price quoted does not tally with its breakup quoted, the same shall be corrected by summing up the breakups. 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 purchaser. 21.3. If there is a discrepancy between words and figures, the amount in words shall prevail. If the supplier does not accept the correction of the errors, its bid shall be rejected. 21.4. Prior to the detailed evaluation pursuant to clause 22, the Purchaser will determine the substantial responsiveness of each bid to the Bid Document. For purposes of these clauses, a substantially responsive bid is one which confirms to all the terms and conditions of the Bid Documents without material deviations. The purchaser's determination of bid's responsiveness shall be based on the contents of the bid itself without recourse to extrinsic evidence. 21.5. A bid, determined as substantially non-responsive will be rejected by the purchaser and shall not subsequent to the bid opening be made responsive by the bidder by correction of the non-conformity. 21.6. The Purchaser may waive any minor infirmity or non-conformity or irregularity in a bid which doesn't constitute a material deviation, provided such waiver doesn't prejudice or affect the relative ranking of any bidder. The decision of BSNL in this regard shall be final. 22. EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS 22.1. The Purchaser shall evaluate in detail and compare the bids previously determined to be substantially responsive pursuant to clause 21. 22.2. The evaluation and comparison of responsive bids shall be done on the basis of net annual cost to BSNL on the rate quoted excluding GST. The BSNL shall examine the bids to determine whether these are complete and are generally in order, without computational errors, with required enclosures and appropriate documents. Bids without quoting for all the items will not be evaluated. 22.3. Vendors should furnish the correct HSN/SAC in the price Schedule. If the supplier fails to furnish necessary supporting documents i.e. GST invoices etc. In respect of the Duties/taxes for which ITC is available to BSNL, the amount pertaining to such Duties/Taxes will be deducted from the payment due to the firm.

22.4. Evaluation criteria: Evaluation will be made on the basis of the rate quoted for work and multiplied with number of quantities mentioned and summing up the cost (per annum) for all the work points, but excluding GST.

23. CONTACTING THE PURCHASER 23.1. Subject to Clause 20, no bidder shall try to influence the Purchaser on

28

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 modify its bid or influence the purchaser in the purchaser's bid evaluation, bid comparison or contract award decision shall result in the rejection of the bid. 24. PLACEMENT OF ORDER 24.1. The Purchaser shall consider placement of work orders on those eligible bidders whose offers have been found technically, commercially and financially acceptable. The Purchaser reserves the right to counter offer price(s) against price(s) quoted by any bidder. 24.2. The ordering rate of any bidder shall not exceed the lowest evaluated price (If applicable) 24.3. The purchaser reserves the right for the placement of order of entire tendered quantity on the bidder with the lowest evaluated price.

25. PURCHASER'S RIGHT TO VARY QUANTITIES 25.1. BSNL reserves the right to increase or decrease up to 25 % of the quantity of services specified in the schedule of requirements without any change in the rate or other terms and conditions at the time of award of contract. 25.2. BSNL also reserves the right for placement of additional order or up to 50% of the additional quantities of 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 vendors considering the reasonability of rates based on prevailing market conditions and the impact of reduction in taxes etc and service to be provided with in the period scheduled afresh. 25.3. In exceptional situation where requirement is of an emergent nature and it is necessary to ensure continued service from the existing vendor, the purchaser reserves the right to place repeat order up to 100% of quantities of service contained in the running tender 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 vendors considering the reasonability of rates based on prevailing market condition 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. 25.4. Purchaser reserves the right to offer the contract to any other tenderer or any other agency in case of unsatisfactory work. .The contractor should carry out the work to the satisfaction of BSNL officer in charge and in the event of his failure the contract work will be got done from

29

some other agency at the cost of the contractor and payment will be settled on prorate Basis. 25.5. The decision of the Purchaser on any matter connected to this tender is final binding.

26. PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS The Purchaser 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 of purchaser’s action. 27. ISSUE OF LETTER OF INDENT/ADVANCE WORK ORDER 27.1. The issue of Letter of Intent/Advance Work Order shall constitute the intention of the Purchaser to enter into contract with the bidder. 27.2. The bidder shall within 14 days of issue of the advance work/purchase order, give its acceptance along with performance security in conformity with the proforma provided with the bid document at Section-7B. Performance security will not carry any interest. 27.3. In the event of withdrawal of AWO/LoI, subsequent claim of bidder for placement of Work Order/signing of contract, shall not be entertained by this office. 27.4. The accepted bidder may be issued advanced work/purchase order for the quantity required at the time of issue of AWO/APO within the provisions of the Tender. WO/P O for additional requirements will be issued as and when required with the capping of maximum provision in the Tender. 28. SIGNING OF CONTRACT 28.1. The signing of agreement and the issue of work order shall constitute the award of contract on the bidder. 28.2. Upon the successful bidder furnishing performance security pursuant to clause 27, the Purchaser shall discharge the bid security/EMD in pursuant to clause 12, except in case of successful bidder, after finalization of ordering of complete tendered quantity in pursuance to clause no. 24 of this section. 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 the forfeiture of the bid security/EMD in which event the Purchaser may make the award to any other bidder at the discretion of the purchaser or call for new bids. 30. Quality Assurance Requirements: Not Applicable 31. REJECTION OF BIDS 31.1. While 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 these shall result in outright rejection of the bid.

30

31.1.a. Clauses 12& 13.1 of Section- 4 Part A: The bids will be rejected at opening stage if bid security/EMD is not submitted as per Clauses 12 of Section- 4 Part A and bid validity is less than the period prescribed in Clause 13.1 of Section- 4 Part A. 31.1.b. 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. 31.1.c. Clause 11.2 (b) of Section-4 Part A: If clause-by-clause compliance as well as deviation statements as prescribed are not given, the bid will be rejected at the stage of primary evaluation. 31.1.d. While giving compliance to Section-5 Part A, General Commercial conditions, Section-4 Part B, Special Instructions to Bidders, Section-5 Part B Special (Commercial) Conditions of Contract, Section-3 Part A Scope of Work and Section-3 Part-B Technical Specification, 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. 31.1.e. Section-9 Part-B Financial Bid Rate: Rates are not filled in as prescribed in price schedule. 31.1.f. Section-4 Part A clause 9.5 on discount which is reproduced below: "Discount, if any, offered by the bidder shall not be considered unless specifically indicated in the price schedule. Bidders desiring to offer discount shall therefore modify their offer suitably while quoting and shall quote clearly net price taking all such factors like Discount, free supply etc. into account". 31.2. Before outright rejection of the Bid by Bid-opening team for non- compliance of any of the provisions mentioned in clause 31.1(a), 31.1(b) of Section-4Part-A, 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 their presentation 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

31

with the name of the company found unsuitable for further processing on the date of tender opening and number of representations received in Bid opening Minutes 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 provide the service in time; b) Service does not perform satisfactory in the field in accordance with the specifications; c) Or any other default whose complete list is enclosed in Appendix-1. Purchaser will take action as specified in Appendix-1 of this section

33. Clause 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/EMD 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.

32

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 verify the genuineness and correctness of all documents and certificates, including experience/performance certificates, issued either by the bidder or any other firm / associate before submitting them in the bid. The onus of proving genuineness of the submitted documents would rest with the bidder. As per requirement of the tender’s conditions, if any document/paper/certificate submitted by the participant bidder is found to be false/fabricated/tampered/ manipulated at any stage during bid evaluation or award of contract, then the bid security (EMBG) of the bidder would be forfeited and the bidder would be disqualified from the tender. Action would also be taken for banning of business dealing with the defaulting firm. In case contract has already awarded to the bidder, then PBG would be forfeited and the contract would be rescind / annulled and BSNL would be at liberty to procure the ordered goods and services from any other source at the risk and cost of the defaulting bidder. Action would also be taken for banning business dealing with the defaulting firm. Note: To obviate any possibility of doubt and dispute and maintain veracity of the documents / papers / certificates, the documents conforming to eligibility part will be submitted by the participant bidder duly authenticated by the authorized signatory along with EMBG (bid security) of requisite amount and will be checked at the time of tender opening. The documents/papers to be submitted in respective bid part will be explicitly mentioned in relevant clauses. This bid part already signed by the authorized representative of the bidder company during bid submission) will be signed by the in charge of the tender opening team and will be kept preserved along with the bid submitted. In case of any dispute these papers will be treated as authentic one. 36. Security Clause as per latest guidelines and requirement Mandatory Licensing requirements with regards to security related concerns issued by the Government of India are applicable from time-to-time and shall be strictly followed. 37. Reservation/ Procurement from MSE units: The guidelines/instructions/ laws issued vide D.O. no 21(1) -2011-M.A..April 25th, 2012 from Ministry of Mi- cro, Small & Medium Enterprise (MSME) with respect to provisions for Micro & Small Enterprises (MSEs) shall be followed.

37.1 CONCESSIONS TO MSE UNITS: The guidelines, issued by Ministry of Micro, Small & Medium Enterprise (MSME), Government of India regarding concessions for Micro& Small Enterprise Units registered with District Industries Centres or Khadi & Village Industries Commission or Khadi & Village Industries Board or Coir Board or National Small Industries Corporation(NSIC) or Directorate of Handicrafts & Handloom or any other body specified by Ministry of Micro, Small & Medium

33

Enterprise, have been considered by the BSNL (Corporate Office) and it has been decided that these units shall be allowed the following concessions. As per the instruction of DOT ltr dt 02/04/2018 along with Department of Expenditure OM dt 28/02/2018, Registration of UAM (Udyog Aadhar memorandum) by ministry of MSME vendors on CPPP(Central Public Procurement Portal) is mandatory. The bidders who also fail to submit UAM number shall not be able to avail the benefits available to MSEs as contained in Public Procurement Policy for MSEs order, 2012 issued by MSME. 1. Supply of Tender Documents: The tender documents shall be issued to MSE bidders free of cost provided the tendered item is listed in the Registration Certificate of MSE. 2. Exemption from payment of Bid Security deposit /Earnest Money Deposit The MSE units registered with bodies as detailed in para 37.1 above shall be given exemption from payment of Bid Security deposit provided the tendered item is listed in the Registration Certificate of MSE. a) A proof regarding current registration with bodies as detailed in para 37.1 above for the tendered items will have to be attached along with the bid. b) The enlistment certificate issued by bodies as detailed in para 37.1 should be current & valid on the date of opening of bid.

34

Appendix-1 to Section 4 Part A Guidelines on Action to be taken on Defaulting Vendors

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

departments etc and as supporting documents towards other terms & conditions with the bid to meet terms & condition of tender : i) Rejection of Bid & ii) Forfeiture of EMD. (iii)Banning of business for up to 3 years which implies (i) If detection of default is prior to Barring further dealing with the vendor for procurement of award of AWO Goods and Services including participation in future tenders invited by BSNL for up to Three Years from date of issue of banning order. 1(b) (i)Cancellation of AWO, ii) Rejection of Bid & iii) Forfeiture of EMD. (ii) If detection of default after issue of iv) Banning of business for up to 3 years which implies AWO but before receipt of PG/ SD (DD,BG Barring further dealing with the vendor for procurement of etc.) Goods and Services including participation in future tenders invited by BSNL for up to Three Years from date of issue of banning order. i) Cancellation of AWO ii) Rejection of Bid & iii) Forfeiture of PG/ SD. (iii) If detection of default after receipt of However on realization of PG/ SD amount, EMD, if not PG/ SD (DD,BG etc.) . already released shall be returned. iv) Banning of business for up to 3 years which implies Barring further dealing with the vendor for procurement of Goods and Services including participation in future

35

tenders invited by BSNL for up to Three Years from date of issue of banning order i)Termination/ Short Closure of WO and Cancellation of AWO ii) Rejection of Bid & iii) Forfeiture of PG/ SD. However on realization of PG/ SD amount, EMD, if not (iv) If detection of default after issue of released shall be returned. WO iv) Banning of business for up to 3 years which implies Barring further dealing with the vendor for procurement of Goods and Services including participation in future tenders invited by BSNL for up to Three Years from date of issue of banning order Note 3:- However, settle bills for the services received if pending items do not affect working or use of supplied items. Note 4:- No further supplies are to be accepted except that required to make the already supplied items work. 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 : a) Obstructing functioning of tender opening executives of BSNL in receipt/ opening of tender bids from prospective 2 Banning of business for 3 years which implies Barring further Bidders, suppliers/ Contractors. dealing with the vendor for procurement of Goods & b) Obstructing/ Threatening other Services including participation in future tenders invited by prospective bidders i.e. suppliers/ BSNL for 3 years from date of issue of banning order. Contractors from entering the tender venue and/ or submitting their tender bid freely. Non-receipt of acceptance of AWO and 3 SD/ PG by L-1 bidder within time period Forfeiture of EMD. specified in AWO. i) Termination of WO. Failure to execute the work at all even in ii) Under take work in accordance with Clause 15 Section 5A 4.1 extended delivery schedules, if granted at the risk of defaulting bidder against WO. iii) Recover the excess charges if incurred from the PG/ SD and outstanding bills of the defaulting Vendor. i) Short Closure of WO to the service already received by BSNL and/ or in pipeline provided Failure to execute the work in full even in ii) Under take work in accordance with Clause 15 Section 5A 4.2 extended delivery schedules, if granted at the risk of defaulting bidder against PO/ WO. iii) Recover the excess charges if incurred from the PG/ SD and outstanding bills of the defaulting bidder. 5.1 The supplied equipment does not i) If the material is not at all acceptable, then return the perform satisfactory in the field in non-acceptable material (or its part) & recover its cost, if accordance with the specifications paid, from the o/s bills/ PG/ SD. mentioned in the PO/ WO/Contract. OR

36

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 established by i) If the material is not at all acceptable, then return the a joint team / committee of User unit(s) non-acceptable material (or its part) & recover its cost, if and QA Circle) / performance problems paid, from the o/s bills/ PG/ SD; and 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. Submission of claims to BSNL against a i) Recovery of over payment from the outstanding dues of contract Vendor including EMD/ PG & SD etc. and by invoking ‘Set (a) for amount already paid by BSNL . off’ Clause 21 of Section 5 Part A or by any other legal 6 (b) for Quantity in excess of that supplied tenable manner. by Vendor to BSNL. ii) Banning of Business for 3 years from date of issue of c) for amount higher than that approved banning order or till the date of recovery of over payment in by BSNL for that service. full, whichever is later. Note 5:- The claims may be submitted with or without collusion of BSNL Executive/ employees. Note 6:- This penalty will be imposed irrespective of the fact that payment is disbursed by BSNL or not. Network Security/ Safety/ Privacy:- If the i) Termination of PO/ WO. vendor tampers with the hardware, ii) Banning of business for 3 years which implies barring software/ firmware or in any other way further dealing with the vendor for procurement of Goods & that Services including participation in future tenders invited by a) Adversely affects the normal working BSNL for 3 years from date of issue of banning order. of BSNL equipment(s) and/ or any other iii) Recovery of any loss incurred on this account from the TSP through BSNL. Vendor from its PG/ SD/ O/s bills etc. b) Disrupts/ Sabotages functioning of the 7 BSNL network equipments such as exchanges, BTS, BSC/ MSC, Control equipment including IN etc., transmission equipments but not limited to these iv) Legal action will be initiated by BSNL against the Vendor if elements and/ or any other TSP through required. BSNL. c) tampers with the billing related data/ invoicing/ account of the Customer/ User(s) of BSNL and/ or any other TSP(s).

37

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. i) Termination/ Short Closure of the WO. ii) Settle bills for the service received if pending work does not affect the working or use of the services received iii) Under take work in accordance with Clause 15 Section 5A at the risk of defaulting bidder iv) In case of turnkey projects, If the services are provided If the vendor is declared bankrupt or without any degradation of performance, then settle bills for insolvent or its financial position has the acceptable service (or its part). 8 become unsound and in case of a v) In case of turnkey projects, if the material is inducted in limited company, if it is wound up or network & it is not possible to return it and/ or material is it is liquidated. 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. i)Termination/ Short Closure of the WO. ii) Settle bills for the service received if pending work does not affect the working or use of the services received iii) Under take work in accordance with Clause 15 Section 5A at the risk of defaulting bidder In the event of the vendor, its iv) In case of turnkey projects, If the services are provided proprietor, Director(s), partner(s) is / without any degradation of performance, then settle are convicted by a Court of Law bills for the acceptable service (or its part). 9 following prosecution for offences v) In case of turnkey projects, If the material is inducted in involving moral turpitude in relation network & it is not possible to return it and/ or material is to the business dealings. 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. If the vendor does not return/ refuses 10 to return BSNL’s dues: i) Take action to appoint Arbitrator to adjudicate the dispute. 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 a) In spite of order of Arbitrator. 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.

38

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 & b) In spite of Court Orders. 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. If the Central Bureau of Investigation/ Independent External Monitor (IEM) / Take Action as per the directions of CBI or concerned 11 Income Tax/ GST Authorities / Custom department. Departments recommends such a course The following cases may also be 12 considered for Banning of business: (a) If there is strong justification for believing that the proprietor, manager, MD, Director, partner, employee or representative of the vendor/ supplier has been guilty of malpractices such as bribery, corruption, fraud, substitution of tenders, interpolation, misrepresentation with respect to the contract in question. i) Banning of business for 3 years which implies Barring further dealing with the vendor for procurement of Goods & (b) If the vendor/ supplier fails to execute Services including participation in future tenders invited by a contract or fails to execute it BSNL for 3 years from date of issue of banning order. satisfactorily beyond the provisions of Para 4.1 & 4.2. (c) If the vendor/ supplier fails to submit required documents/ information, where

required. (d) Any other ground which in the opinion of BSNL is just and proper to order for banning of business dealing with a vendor/ supplier. Note 7: The above penalties will be imposed provided it does not clash with the provision of the respective tender. Note 8:-In case of clash between these guidelines & provision of invited tender, the provision in the respective tender shall prevail over these guidelines. Note 9: Banning of Business dealing order shall not have any effect on the existing/ ongoing works which will continue along with settlement of Bills.

39

Section-4 Part B

Special Instructions to Bidders

1. Eligibility Conditions:

The bidders should have a. General Qualification i. The bidder must be Indian registered under Companies Act 1956/2013/Partnership firms/Sole proprietary firms/reputed and experienced contractors/suppliers rending tendered services to BSNL/MTNL or any other Telecom Service Providers in India / LLP or a Firm registered under applicable Acts (Proof Should be uploaded). ii. The bidder must not be blacklisted for telecom business by any Central/State Governments/PSUs in India at the time of submission of bid. An undertaking must be submitted in this regard. iii. The bidder must have a valid PAN registration. iv. The bidder must have a valid GST registration. v. The bidder must be registered under EPF and ESI in India. vi. The bidder should not have any near relatives working in BSNL vii. The bidder shall strictly abide by the provisions of various Acts of the State in force, in connection with the employment of the contract labour viz. Contract Labour R&A Act 1970, Workmen Compensation Act, EPF/ESI Act and Bonus act 1965 and all other regulation covered under Labour Act at present and in the currency of contract in force. b. Technical Qualification i. Bidders must possess a minimum experience of having successfully completed works of similar nature viz Mobile Access Equipment Maintenance, Mobile Infrastructure Maintenance, Diesel Filling and Rigger activities as detailed in Section 3 Part A for any Government/ Public Sector Organization/other telecom service providers for a period of not less than one year anytime during the last five years immediately preceding the date of submission of bid. ii. The Bidder must have minimum annual turnover of 30% of annual estimated cost of tender, during each of the consecutive financial years 2017-18 and 2018-19 from telecom business. Bidders will be required to support claims of their financial qualification through their audited financial statements duly certified by their CA. The bidders shall submit necessary documentary proof showing that they meet the eligibility criteria along with their tender bid. All documents submitted will also be self-attested by the bidder. Note: All documents mentioned in Clause 3 of Section 2 Tender Information shall be submitted at the time of submission of “Techno- Commercial Part”.

40

2. Bid security/EMD: The bank guarantee / DD for Bid security/EMD or Micro & Small Enterprise (MSE) registration certificate for claiming exemption from submission of Bid security/EMD, as prescribed in clauses 12.1 & 12.2 of section-4 Part A of the bid document should be submitted by the bidder. The Bank guarantee / DD so submitted shall be as per the format given in Section-7 A on prescribed judicial Stamp paper with stamps of proper value and should contain full address of the issuing branch of the bank with its telephone number and FAX number.

3. Distribution of Quantity The purchaser intends to allot 100% of quantity to the L1 bidder among those bidders whose bids are Techno-commercially and financially eligible.

41

SECTION 4– Part C

E-tendering Instructions to Bidders General These Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, as mentioned in the tender documents. BSNL has decided to use process of e-tendering for inviting this tender and thus the physical copy of the tender would not be sold. Submission of Bids through online process is mandatory for this Tender. For conducting electronic tendering, BSNL, Kerala Telecom Circle, Kozhikode BA is using the portal (https://etender.bsnl.co.in/irj/portal) of BSNL, a Government of India Undertaking. Please refer to Bidders Manual, Guidelines to bidders & FAQ available at https://etender.bsnl.co.in/irj/portal. Note: The instructions given below are pertaining to BSNL’s e-tender portal. References/Clauses may be suitably modified as applicable to the e- tender platform used by BA from time to time. Instructions 1. Tender Bidding Methodology: Sealed Bid System – ‘Single Stage Bidding using Two Stage Opening using two electronic envelopes (Techno commercial Bid and Financial Bid). 2. Broad outline of activities from Bidders prospective: 1. Procure a Digital Signing Certificate (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 a. Query to BSNL (Optional) b. 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 Technical-Part 9. View 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 Technical Responsive Bidders) For participating in this tender online, the following instructions are to be read carefully. These instructions are supplemented with more detailed guidelines on the relevant screens of the ETS. Note 1: It is advised that all the documents to be submitted are kept scanned or converted to PDF format in a separate folder on your computer before starting online submission. Note 2: While uploading the documents, it should be ensured that the file name should be the name of the document itself

42

3. Digital Certificates For integrity of data and authenticity/ non-repudiation of electronic records, and to be complaint with IT Act 2000, it is necessary for each user to have a Digital Certificate (DC). also referred to as Digital Signature Certificate (DSC), of Class 2 or above, issued by a Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in]. 4. Registration Tender document can be downloaded from the website: https://etender.bsnl.co.in/irj/portal and to be submitted in the e-format. Amendments, if any, to the tender document will be notified in the above website as and when such amendments are notified. It is the responsibility of the bidders who have downloaded the tender document from the website to keep themselves abreast of such amendments before submitting the tender document. Intending bidders are requested to register themselves with BSNL Tender Portal through https://etender.bsnl.co.in/irj/portal for obtaining user- id, Digital Signature etc., by paying Vendor registration fee. Tender processing fee payment should be done during requisition of tender on line. BSNL has decided to use process of e-tendering for inviting this tender and thus the physical copy of the tender would not be sold.

Note: After successful submission of Registration details and Vendor registration fee and processing fee (as applicable). Please contact BSNL ERP TENDER HELP DESK (as given below), to get your registration accepted/activated. Sr. Type of Query Contact Person No. Please write Email [email protected] For User ID/Registration related 1. Landline: 0120-2755008, 0120-2755002, assistance to bidders/vendors. 0120-2755042 Contact the person mentioned in the 2. For bid specific query tender document or the unit by whom tender is invited. For any other assistance to ______3. bidders / vendors viz. query / suggestions / feedback

BSNL Contact-1 BSNL’s Contact Person Sreejith S, AGM(Planning), BSNL, Kozhikode Telephone/ Mobile 9446565950 E-mail ID [email protected]

BSNL Contact-2 BSNL’s Contact Person Abu Rezzal MN, SDE(Planning), BSNL, Kozhikode Telephone/ Mobile 9446055060 E-mail ID [email protected]

43

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: 1. Submission of Bid Security/ Earnest Money Deposit (EMD) 2. Submission of digitally signed copy of Tender Documents/ Addendum/Addenda 3. Eligibility proofs 4. Techno-commercial/Financial bids in electronic forms

6. Offline Submissions: The bidder is requested to submit the all the below documents offline to AGM(Planning), BSNL, Asokapuram, Kozhikode 673001 in a sealed envelope before the due date and time for submission of bids. The envelope shall bear (name of the work), the tender number and the words ‘DO NOT OPEN BEFORE’ (due date & time). 1. EMD for Rs. 360000/- in the form of Demand Draft / Banker’s cheque / Bank guarantee (original) 2. Tender fee for Rs. 2360/- in the form on DD / Banker’s cheque. or proof of valid registration of MSME. 3. Power of Attorney, if applicable. 4. Integrity Pact (if applicable). 5. Sealed pass-phrases

NOTE: The Bidder has to upload the Scanned copy of all above said original documents including Bank guarantee and DD of tender fee as Bid-Annexure during Online Bid-Submission.

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

NOTE: In case of internet related problem at a bidder’s end, especially during ‘critical events’ such as a short period before bid-submission deadline,

44

during online public tender opening event, during e-auction, it is the bidder’s responsibility to have backup internet connections. In case there is a problem at the e-procurement/ e-auction service-provider’s end (in the server, leased line, etc) due to which all the bidders face a problem during critical events, and this is brought to the notice of BSNL by the bidders in time, then BSNL will promptly re-schedule the affected event(s). 8. Other Instructions For further instructions, the vendor should visit the home -page of the portal (https://etender.bsnl.co.in/irj/portal). Important Note: It is strongly recommended that all authorized users of Supplier organizations should thoroughly peruse the information provided under the relevant links, and take appropriate action. This will prevent hiccups, and minimize teething problems during the use of BSNL ERP TENDER PORTAL. The following 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 BSNL ERP TENDER PORTAL 2. Register your organization on BSNL ERP TENDER PORTAL well in advance of your first tender submission deadline on BSNL ERP TENDER PORTAL 3. Get your organization’s concerned executives trained on BSNL ERP TENDER PORTAL well in advance of your first tender submission deadline on BSNL ERP TENDER PORTAL 4. Submit your bids well in advance of tender submission deadline on BSNL ERP TENDER PORTAL (There could be last minute problems due to internet timeout, breakdown, etc While the first three instructions mentioned above are especially relevant to first-time users of BSNL ERP TENDER PORTAL, the fourth instruction is relevant at all times. 5. The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders due to local issues. 6. The time that is displayed from the server clock at the top of the tender Portal, will be valid for all actions of requesting bid submission, bid opening etc., in the e-Procurement portal. The Time followed in this portal is as per Indian Standard Time (IST) which is GMT+5:30. The bidders should adhere to this time during bid submission 9. Minimum Requirements at Bidders end: Computer System with good configuration (Min P IV, 1 GB RAM, Windows XP), Broadband connectivity. Microsoft Internet Explorer 6.0 or above, Digital Certificate(s) 10. Vendors Training Program Vendors may contact the BSNL ERP TENDER HELP DESK personnel given in clause 4 of Section 4 Part C, for any type of training/help, which they may require while uploading the bids.

45

SECTION-5 Part A

GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT

1. APPLICATION The general condition shall apply in contracts made by the purchaser for the procurement of service. 2. STANDARDS The service provided under this contract shall conform to the standards prescribed in the Scope of Work mentioned in section -3 Part-A. 3. PATENT RIGHTS The supplier shall indemnify the purchaser against all third-party claims of infringement of paten, trademark or industrial design rights arising from use of the goods or any part thereof in India Telecom Network 4. PERFORMANCE SECURITY (1) All bidders (including MSMEs) shall furnish performance security to the purchaser for an amount equal to 5% of the annual estimated cost of contract within 14 days from the date of issue of Letter of Indent/ APO by the Purchaser and valid for 24 months. In case BSNL extends the CONTRACT beyond one year, PBG validity shall have to be extended accordingly as per relevant tender clauses. (2) The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting from the supplier's failure to complete its obligations under the contract. (3) The performance security Bond shall be in the form of Bank Guarantee issued by a scheduled Bank and in the proforma provided in ‘Section-7 B’ of this Bid Document. (4) The performance security Bond will be discharged by the Purchaser after completion of the supplier's performance obligations including any warranty obligations under the contract. If BSNL is not satisfied with the performance of bidder during CONTRACT, it reserves the right to encash the Performance Bank Guarantee and/or without prejudice to any other remedy for breach of contract, by termination notice of default, giving a time of 30 days to bidder, terminate the Contract in whole or in part. The performance security deposit with the BSNL will be considered for adjustment against penalties, any other statutory levies and any loss to BSNL properties, if any reported, at the time of final conclusion of the contract and final settlement of account.

5. INSPECTION AND TESTS: Clause deleted 6. DELIVERY AND DOCUMENTS (whichever applicable) (1) Delivery of the services and documents shall be made by the supplier in accordance with the terms specified by the purchaser in its schedule of requirements and special conditions of contracts, and shall remain at the risk of the supplier till the contract is completed. (2) The delivery of the service and documents shall be completed within time

46

frame. (3) All Technical assistance and monitoring of the service shall be provided by the Supplier at no extra cost during the contract. (4) The extension of delivery period against the work order, if any, should be granted subject to the condition that BSNL shall have the absolute right to revise the rate and also to levy penalty for the delayed service. 7. TRAINING: Clause deleted 8. INCIDENTAL SERVICES: Clause deleted 9. SPARES: Clause deleted 10. WARRANTY: Clause deleted 11. PAYMENT TERMS (Contract charges and payments):- (1) The CONTRACT charges shall be paid by BSNL on monthly basis at the end of each month from the beginning of CONTRACT. The monthly payments will be made after deducting penalties (mentioned in clause 15 of Section 5 Part A), based on the performance reports from field units. (2) This price is total composite inclusive of all levies and taxes, insurance and incidental charges etc. Excluding GST TDS shall be deducted before actual payment. (3) Online generated GST payment details of previous month shall be submitted with the invoice(s) for payments. Note:- i) If the supplier fails to furnish necessary supporting documents i.e. GST invoice / Customs invoices etc. and also fails to upload the information on GSTN in respect of the Duties/taxes for which input tax credit is available, the amount pertaining to such Duties/Taxes will be deducted from the payment due to the supplier. ii) Tax amount will be paid to the supplier only after supplier declares the details of the invoices in its return in GSTR 1 and GSTR-3 uploaded by the supplier and the same is reflected in GSTR-2A of BSNL on GSTN portal. iii) TDS/ TCS/ Workers Welfare Cess shall be deducted at the prescribed rate, if any (as the case may be). iv) BSNL can adjust/ forfeit Bank Guarantee obtained from the supplier against any loss of input tax credit to BSNL on account of supplier's default. v) In case BSNL has to pay GST on reverse charge basis, the supplier would not charge GST on its invoices. Further, the supplier undertakes to comply with the provisions of GST law as may be applicable.`

(4) Any excess Diesel cost incurred after applying the capping will be recovered from the vendor from the monthly bills submitted. (5) The bidder shall submit the following documents as annexure to the monthly bills. a) Monthly performance report (format as per Annexure 6) for each sub division, duly signed by Sub. Divisional Engineer in-charge and countersigned by the concerned Divisional Engineer in-charge. b) Monthly rigger report (format as per Annexure 7) for each sub division, duly singed by Sub. Divisional Engineer in-charge. c) Diesel reconciliation report (format as per Annexure 5) for each sub

47

division, duly signed by Sub. Divisional Engineer in-charge and countersigned by the concerned Divisional Engineer in-charge. d) Certificate for provision of tools and safety measures as per clause 1 in Section 3 Part A e) Test run report if CPH is higher than the site wise CPH mentioned in tender. f) List showing the details of personnel deployed for MAEM, MIM, Diesel filling and rigger activities as per Annexure 2 . g) The amount of wages paid to such personnel for the duration in question as per Annexure 10 h) Copies of authenticated documents of payments of such contribution of EPF Authorities (ECR Etc) and ESI.

(6) The contractor shall submit monthly bills with all the annexure as mentioned in clause11.(5) of this section in triplicate. (7) Paying authority shall be Account Officer (Cash), BSNL Kozhikode (8) The bidder has to give the mandate for receiving payment electronically and the charges, if any, levied by bank has to be borne by the bidder/ contractor/supplier. The bidder company is required to give the following information for this purpose: - a) Beneficiary Bank Name: b) Beneficiary branch Name: c) IFSC code of beneficiary Branch d) Beneficiary account No.: e) Branch Serial No. (MICR No.):

12. RATE (1) Rate charged by the supplier for services performed under the contract shall not be higher than the rate quoted by the Supplier in its Bid except for variation caused by change in taxes/duties as specified in Clause-12.2 mentioned below. (2) For changes in taxes/duties during the scheduled delivery period, the unit rate shall be regulated as under: a) Rate 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 scheduled delivery period, purchaser 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 delivery period, the purchaser 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. (3) Any increase in taxes and other statutory duties/ levies, after the expiry of the delivery date shall be to the supplier's account. However, benefit of any decrease in these taxes/duties shall be passed on to the Purchaser by the

48

supplier. The total rate is to be adjusted (by reducing the basic price) with increased duties and taxes as per rate mentioned in WO. 13. CHANGES IN WORK ORDERS (1) The purchaser may, at any time, by a written order given to a supplier, make changes within the general scope of the contract in the services to be provided by the supplier. (2) If any such change causes an increase or decrease in the cost of, or the time required for the execution of the contract an equitable adjustment shall be made in the contract price or delivery schedule, or both, and the contract shall accordingly be amended. Any proposal by the supplier for adjustment under this clause must be made within thirty days from the date of the receipt of the change in order. 14. SUBCONTRACTS (1) The Bidder shall not be allowed for any level of subcontract to any other firm/company. 15. DELAYS IN THE SUPPLIER'S PERFORMANCE (Whichever applicable) (1) Delivery of services shall be made by the Supplier in accordance with the time schedule specified by the purchaser in its work order in accordance with Section 3 Part A. In case the service is not completed in the stipulated period, as indicated in the work order, purchaser reserves the right to short-close/ cancel this work order and/ or recover damage charges. (2) Delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to any or all of the following sanctions: a) forfeiture of its performance security, b) imposition of liquidated damages, and/or c) Short closure of the contract in part or full and/ or termination of the contract for default. (3) If at any time during the performance of the contract, the supplier encounters condition impeding timely delivery of services, the supplier shall: a) Promptly notify to the Purchaser in writing the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the supplier's notice, the purchaser shall evaluate the situation and may at its discretion extend the period for performance of the contract (by not more than 20 weeks). b) If the vendor fails to deliver full services even during the extended delivery period, then the PO shall be short-closed and the Performance Bank Guarantee shall be forfeited. c) Format of letter conveying conditions for extension of delivery period and letter for extension of delivery period are at Section-7 D and E respectively. (4) Penalty a) For deviations in carrying out Mobile Access Equipment Maintenance (MAEM) 15.4.a.1. For not extending all BTS related alarm to OMCR within three months of starting of tender: Rs. 50/- per day per site for one month.

49

15.4.a.2. For not taking prompt action as per instructions (by call or by SMS) from concerned officer / OMC regarding manual assistance in rectification of alarms/faults: Rs 10/- per hour per site. 15.4.a.3. For site failure due to unsatisfactory support in site upkeep activities which leads to prolonged outage of more than 12 Hours in urban area and 48 hours in rural area: Rs 50/- per hour. 15.4.a.4. Up to 24 hours of reporting of non-compliance related to activities mentioned in clause 2.3 to 2.9 of Section -3-Part A will be treated as 01 minor deviation and further non-compliance of activity in every 03 days will be treated as an additional instance. b) For deviations in carrying out Mobile Infrastructure Maintenance (MIM) Full and Partial 15.4.b.1. Not extending power plant alarms to OMC-R: Rs.8/- per day per site for one month.( ie not Ensuring working of power plant alarms with OMCR) 15.4.b.2. For not taking prompt action as per instructions (by call or by SMS) from concerned officer regarding manual assistance in rectification of alarms/faults: Rs 5/- per hour per site. 15.4.b.3. For not reporting problems with power plant and battery within 01 hours for urban, 12 hours in rural and hard areas: Rs. 2/- per day per site for days it has not been reported. 15.4.b.4. Delay of more than the prescribed time allotted for depositing faulty cards/units and collecting repaired cards/units will be counted as one instance of minor deviation and penalty of Rs 50/- per day will be charged. 15.4.b.5. For delay in replacement of faulty modules/control cards with repaired modules/control cards within in the prescribed time limit resulting in downtime of equipment will be counted as major deviation and a penalty of Rs. 20/- per hour will be charged. 15.4.b.6. Up to 24 hours of reporting non-compliance related to related to activities mentioned in clause 1, 5, 6, 7, 8, 9, 12, 13, 14, 15, 16, 17, 18, 19 and 20 of Clause-3 of Section-3-Part-A and clause 1, 5, 6, 7,8, 9, 12, 13, 14, 15, 16 and 17 of Clause -4 of Section-3-Part-A will be treated as 01 minor deviation and further non-compliance of activity in every 3 days will be treated as an additional instance c) For deviations in carrying out Rigger activities 15.4.c.1. Non-completion of ordered rigger activity within 3 days of intimation will be taken as minor performance deviation. Every one- week delay will be treated as one instance. d) For deviations in Diesel fillings 15.4.d.1. Every instance of DG not working due to non-filling of diesel but the working on EB or battery will be treated as 01 minor deviation and further non-compliance of activity in every 01 day will be treated as additional single instances. 15.4.d.2. Non filling of diesel resulting in downtime of site will be treated as

50

major penalty and further non-compliance of activity in every hour will be treated as additional single instances. 15.4.d.3. In case of any misuse causing loss to BSNL, a penalty of 10% of the contract value or forfeiture of the bank guarantee, along with termination of contract, as decided by the competent authority of BSNL will be imposed on the contractor. e) For every instance of minor penalty: Rs 50/- per day will be charged except in case the deviation is because of BSNL reasons. f) For every instance of major penalty: Rs. 20/- per hour will be charged except in case the deviation is because of BSNL reasons. g) Site wise capping of 12% is applicable in respect of minor performance deviations. h) Penalties being charged for major performance deviations attributable to bidder will be capped to 12% of the total contracted value for the services of the relevant invoice period. i) If the total penalties reaching the capping limit consecutively for three months, BSNL will have the right to terminate the contract of the concerned SSA without any further notice. j) If any fraudulent activity by the personnel deployed is detected by BSNL authorized personnel/officer, then the bidder is liable to pay penalty as assessed by BSNL i.e. the cost of consequential damages to installation(s)/DG set(s) would be deducted at actual, from the service provider’s bill. This will be over and above the other penalties and will not be subject to capping if any. k) Any tendered work not attended in time, BSNL will have the right to get it done from external resources and payment made to them will be recovered from SP. This will not be counted for capping if any.

NOTE: GST at applicable rate will be charged on the penalty amount.

16. LIQUIDATED DAMAGES As defined in Clause 15 above 17. FORCE MAJEURE (1) 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 Purchaser as to whether the deliveries have been so resumed or not shall be

51

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. (2) Provided, also that if the contract is terminated under this clause, the Purchaser shall be at liberty to take over from the Supplier at a price to be fixed by the purchaser, which shall be final, all unused, undamaged and acceptable materials, bought out components and stores in course of manufacture which may be in possession of the Supplier at the time of such termination or such portion thereof as the purchaser may deem fit, except such materials, bought out components and stores as the Supplier may with the concurrence of the purchaser elect to retain. 18. TERMINATION FOR DEFAULT (whichever applicable) (1) The Purchaser may, without prejudice to any other remedy for breach of contract, by written notice of default, sent to the supplier, terminate this contract in whole or in part a) if the supplier fails to deliver any or all of the service within the time period(s) specified in the contract, or any extension thereof granted by the purchaser pursuant to clause15; b) if the supplier fails to perform any other obligation(s) under the Contract; and c) if the supplier, in either of the above circumstances, does not remedy its failure within a period of 15 days (or such longer period as the purchaser may authorize in writing) after receipt of the default notice from the purchaser. d) Any other default as mentioned in Appendix-1 of Section-4 Part-A, Purchaser will take action as specified in Appendix-1 of Section-4, Part-A.

(2) In the event the purchaser terminates the contract in whole or in part pursuant to Para 18.1, the purchaser may procure, upon such terms and in such manner as it deems appropriate, service similar to those undelivered and the supplier shall be liable to the Purchaser for any excess cost for such similar services. However, the supplier shall continue the performance of the contract to the extent not terminated. 19. TERMINATION FOR INSOLVENCY The Purchaser may at any time terminate the Contract by giving written notice to the Supplier, without compensation to the supplier. If the supplier becomes bankrupt or otherwise insolvent as declared by the competent court provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the purchaser. Contractors hires /representatives shall, without the consent in writing of the GMT Kozhikode have no right to continue to perform the duties or engagement thereof, the contractor under the contract in case of his death. In the event of the contractor, winding up his company on account of transfer or merger of his company with any other, the contractor shall make it one of the terms and stipulations of the contractor for the transfer of his properties

52

and business, that such other person or company shall continue to perform the duties or engagements of the contractor under this contract and be subject to his liabilities there under. Without prejudice to any of the rights or remedies under this contract, if the contractor dies, the GMT Kozhikode shall have the opinion of terminating the contract without compensation to the contactor which does not amount to breach of the contract. Where the contractor is a partnership firm, the previous approval in writing of the GMT Kozhikode shall be obtained before any change is made in the constitution of the firm. Where the contractor is an individual or a Hindu undivided family business concern such approval as aforesaid shall likewise be obtained before the contractor enters in to any partnership agreement where under the partnership firm would have the right the carry out the work hereby undertaken by the contractor. If previous approval as aforesaid is not obtained, the contract shall be deemed to have been assigned in the contravention of terms tender and the same and action may be taken accordingly. 20. ARBITRATION I.(Applicable in case of supply orders /contracts with firms other than " Public Sector Enterprise) (Not applicable in cases valuing less than Rs 5lakhs) Except as otherwise provided elsewhere in the contract, if any dispute, difference, question or disagreement arises between the parties hereto or their respective representatives, or assignees, in connection with construction ,meaning, operation, effect, interpretation of the contract or breach thereof which parties unable to settle mutually, the same shall be referred to Arbitration as per the provisions contained in The Arbitration and Conciliation Act 1996 and the rules made there under or any statutory modification or re-enactment there of or any rules made thereof. II.(Applicable in case of supply orders/ contracts with Central/State Govern- ment (s) as the case may be in terms of DPE guidelines for settlement of com- mercial disputes between Public Sector Enterprises inter-se and Public Sector Enterprise(s) and Government Department(s) through Administrative Mecha- nism for Resolution of CPSEs Disputes (AMRCD) in the Department of Public Enterprises.

In the event of any dispute or difference relating to the interpretation and application of the provisions of commercial contract(s) between Central Public Sector Enterprises (CPSEs)/ Port Trusts inter se and also between CPSEs and Government Departments/Organizations (excluding disputes concerning Railways, Income Tax, Customs & Excise Departments), such dispute or difference shall be taken up by either party for resolution through AMRCD as mentioned in DPE OM No. 4(1)/2013-DPE(GM)/FTS-1835 dated 22-05-2018".

III. APPLICABLE LAW AND JURIDICTION (a) The supply order for Goods or Services including all matters connected with this supply order shall be governed by the Indian law both substantive and procedural , for the time being in force and shall be subject to the exclusive jurisdiction of Indian Courts at the place from where the Purchase Order has been placed (b) Foreign companies operating in India or entering into Joint Ventures in India,

53

shall have to obey the law of land and there shall be no compromise or excuse for the ignorance of the Indian legal system in any way.

21. SET OFF Any sum of money due and payable to the supplier (including security deposit refundable to him) under this contract may be appropriated by the purchaser or the BSNL or any other person(s) contracting through the BSNL and set off the same against any claim of the Purchaser or BSNL or such other person or person(s) for payment of a sum of money arising out of this contract or under any other contract made by the supplier with the Purchaser or BSNL or such other person(s) contracting through the BSNL. 22. INTIMATION OF SUPPLY STATUS (If applicable) (1) The bidder, who are given work Orders, must give the details of the service delivered against all the work Orders every month on the first working day of the following month to SDE(BSS) and the concerned User Branches of BSNL. 23. INTIMATION OF SUPPLY STATUS: Clause deleted 24. FALL CLAUSE: Clause deleted 25. COURT JURISDICTION (1) Any dispute arising out of the tender/ bid document/ evaluation of bids/ issue of APO shall be subject to the jurisdiction of the competent court at the place from where the NIT/ tender has been issued ie. at Kozhikode (2) Where a contractor has not agreed to arbitration, the dispute/ claims arising out of the Contract/ PO entered with him shall be subject to the jurisdiction of the competent Court at the place from where Contract/ PO has been issued. Accordingly, a stipulation shall be made in the contract as under. “This Contract/ PO is subject to jurisdiction of Court at Kozhikode only”.

26. General Guidelines: - “The General guidelines as contained in Chapter 5, 6 and 8 of General Financial Rules as amended from time to time on works, procurement of goods and services and contract management respectively may also be referred to as guiding principles”. 27 GST Invoice 27.1 All the details of supplier (name, address, GSTIN/ unregistered supplier, place of supply, SAC/ HSN code etc.) and other mandatory details shall be mentioned on the invoice. 27.2 Invoice/Supplementary invoice/Debit Note/Credit Note/Receipt Voucher need to be issued in compliant format and timely within the time prescribed under GST law. 27.3 In case of any deficient/incomplete/rejected supply, BSNL shall convey the same in a reasonable time to enable the supplier to issue credit note and take tax adjustment. 27.4 It would be the responsibility of the supplier to declare correct information on invoice and GSTN viz. the amount, the place of supply, rate of tax etc. In case, the eligibility of input tax credit is questioned or denied to BSNL on account of default by the supplier, the same would be recovered by BSNL from

54

the supplier. 27.5. Registered location of the both the parties i.e. BSNL and supplier should be mentioned in the agreement with GSTIN No. Further, supplier should raise invoices at the registered premise of BSNL for availing of credit and ensure that the place of supply as per GST law is same as registered premise. 27.6. BSNL could at any time instruct the supplier to raise its invoices at a particular location of BSNL 27.7. It is the responsibility of the supplier to ensure that place of supply and the GSTN of BSNL are in the same state. If for any reason they are not in the same state, the supplier shall intimate to BSNL and give adequate time before raising of the invoice. 27.8. E-waybill number should be mentioned on the invoices. 27.9. Supplier shall be responsible for timely issuance and delivery of invoice/ DN/ CN to enable BSNL to claim tax benefit on or before the stipulated time period provided by the GST law. (a) It is the responsibility of the supplier to ensure that outward supply return (GSTR-1) would be filed correctly. If not, then cost would be borne by supplier. (b) Reporting of correct outward supply by supplier in the outward return (GSTR-1) is the responsibility of the supplier. In case of mismatch because of supplier’s fault, prompt amendments must be made by the supplier else supplier would be required to indemnify BSNL of the loss of credit due to mis- match. The compliances to be adhered by supplier include (but is not limited to) the following: (i) Uploading appropriate invoice details on the GSTN within the stipulated time; (ii) Issuing GST compliant invoice/CN/DN. PO issued by BSNL should be referred by supplier for capturing information on the invoice (iii) Supplier needs to pay the entire self-assessed tax on timely basis. (iv) Where invoice is not uploaded or incorrect upload of invoice detail of GSTN by supplier then credit on such invoice will be given provisionally subject to matching. So, acceptance of changes made by BSNL on GSTN on account of non-upload or incorrect upload of invoice details on GSTN is to be submitted by supplier. Such changes w.r.t. the mismatch are required to be accepted by supplier within the time limit prescribed under the GST law. It should be noted that in case supplier does not accept such changes within the time limit prescribed under GST law, the loss of input tax credit (if any) would be recovered from the supplier. In case of mismatch because of Supplier's fault, prompt amendments must be made by the supplier else supplier would be required to indemnify BSNL for the losses of credit and interest paid due to mismatch. (v) Supplier to issue all necessary documentation and perform all necessary compliances for BSNL to be eligible to claim the input tax credit of GST tax to them. In case BSNL is unable to claim the input tax credit, the amount w.r.t. GST charged by the supplier would be recovered from the supplier (vi) A self-declaration along with evidence that the bidder is not blacklisted by GST authorities. In case supplier gets black listed during the tenure of BSNL contract, then supplier must indemnify BSNL to ensure that no loss of input tax credit is borne by BSNL due to default of supplier.

55

27.10 Refer Annexure below (placed as Annexure -16 A&B), all the details of supplier (name, address, GSTN/ unregistered supplier, place of supply, SAC/ HSN code etc.) and other mandatory details shall be mentioned on the invoice 27.11.Where the location agreed are more than one state, then separate invoice state wise to claim input tax credit in a particular state (typically happens in a bill to-ship to scenario) shall have to be submitted. 27.12 It shall be the responsibility of the supplier to mention state of Place of supply of goods/services in the invoice issued to BSNL

56

Section – 5 Part B

Special (Commercial) Conditions of Contract (SCC)

The Special (Commercial) Conditions of Contract (SCC)shall supplement General (Commercial) Conditions of Contract (GCC)) as contained in Section 5 Part A and wherever there is a conflict, the provisions herein shall prevail over those in Section5 Part A i.e. General (Commercial) Conditions of Contract (GCC).

1. Safety of BSNL Assets / Private assets. It should be ensured by the bidder that all the staff engaged by him are well behaving to BSNL staff / Land owners of the site. Any damage caused by the staff of the bidder to BSNL or Land owner shall be the responsibility of the bidder. If the bidder fails to compensate the damage, BSNL will have the right to compensate the damage and deduct the cost from the bills payable to the bidder / Security deposit of the bidder. The successful tenderer / contractor shall submit an Indemnity bond declara- tion or indemnifying BSNL against any non-compliance by bidder to any of the applicable statutory requirements, if the work is awarded to him.

The successful tenderer / contractor shall be solely responsible for payment and compensation under WC Act 1923 as in force from time to time applicable in the event of accident causing injury/death to his workers and GM Kozhikode SSA shall not be responsible in any manner.

2. OTHER CONDITIONS: 2.1. Bidder shall be responsible to have their own teams to perform the day-to- day works as per this contract. The persons utilized by the contractor for housekeeping should be semi-skilled. 2.2. This contract is valid for a period of one year. However, BSNL reserves the right to extend the duration of CONTRACT for further one more year in spells of 6 months each, at the same rate and terms & conditions. 2.3. BSNL also reserves the right to terminate this agreement at any time, by giving an advance notice of one month. 2.4. The exact address details of all the BTS locations will be given while signing the contract. The BTS locations are in the Kozhikode SSA. The quantity of the BTS locations Divisions wise is given in Annexure-1 2.5. BSNL reserves the right to vary the quantity as per relevant tender clauses. 2.6. BSNL reserves the right to change the BTS locations under the contract, with 7 days’ notice. The bidder has to continue the support as per this contract in the changed locations. 2.7. Diesel filling should be from Public sector Oil companies or any other agencies approved by BSNL. Diesel filling should be done with Petro/Fleet card as mentioned in Clause 6 of Section 3 Part A. 2.8. Bidder shall deploy sufficient number of personnel to support the services as per this contract. Personnel should be placed in such a way that they are able to carry out the day to day activities as mentioned in relevant clauses of this section and also to ensure compliance to performance

57

indicators given below. Max number of Sl. sites (Cluster size) Nature of work No than can be allotted Per personnel* Mobile Access Equipment Maintenance 01 50 (MAEM) Mobile Infrastructure Maintenance (MIM): 02 15 Full Mobile Infrastructure Maintenance (MIM): 03 12 Partial

Sl Minimum personnel Nature of work No to be deployed* 01 Rigger activities 2

2.9. During the agreement period bidder shall assign cluster coordinator in each Division and a Support Manager in the SSA, who shall act as a single point of contact in the Division/SSA respectively for BSNL for handling any service-related issues under the agreement. The details of Cluster Coordinator and personnel deployed may be furnished at the time of signing the service contract with BSNL as per the Performa at Annexure- 2. 2.10. Bidder shall ensure that the persons utilized are competent, responsible, reliable and are capable of meeting the service obligations as per the contract. If the performance of any person is found to be unsatisfactory, such persons should be replaced within 7 days of notice. If the total numbers of notices necessitated on unsatisfactory performance during the contract period are more than 25% of the total number of sites under the contract, then the competent authority of BSNL may consider termination of the contract. 2.11. The bidder shall provide proper identity card to the persons utilized/ subcontractors. 2.12. The bidder shall support/co-ordinate with other agencies working at the BTS sites, (which) who are authorized by the BSNL. 2.13. No staff deployed directly or indirectly by the contractor for the CONTRACT service would have any claim in any way for getting future employment in BSNL. 3. PAYMENT TO THE SERVICE PERSONNEL 3.1. The persons employed by the bidder are to be paid by the bidder with fair wages as per Labour Laws of Central/State Government. Other benefits to the persons like Bonus, ESI, Gratuity, EPF etc., are falling under the complete responsibility of the bidder. All safety precautions are to be carried out by the deployed personnel while performing their routine activities. Any injury/mishap caused to the worker during the course of work due to negligence or non-adherence to standard safety measures shall be the responsibility of the bidder.

58

3.2. The contractor shall obtain / purchase all required insurances and make all safety arrangements required for the labourer engaged by him at his own cost. All consequences due to negligence or due to lapse of security/safety or otherwise shall remain with the contractor. BSNL shall not be responsible for any mishap, injury, accident or death of the contractor’s staff directly or indi- rectly. All liabilities arising out of accident or death while on duty shall be borne by the contractor. No claims in this regard shall be entertained / ac- cepted by the BSNL.

3.3. Contractor shall be fully responsible for any damages caused to BSNL / Gov- ernment/ private /other operators property / Injuries public at large/ loss of life by him or his Labourer in carrying out the work and the same shall be rectified / compensated by the contractor at his own cost.

3.4. The bidder is governed by the Workmen’s Compensation Act 1923 in case of any claim by the persons employed by him/her/firm. The Service Contractor shall indemnify the Department (BSNL) of all claims made by the employees of the service contractor. 4. Bidder shall have insurance / Group insurance scheme for the employees deployed for CONTRACT. 5. The Bidder would set up an office and help desk with sufficient number of staff in designated place in Kozhikode/Wayanad to accept telephone calls/SMS/email from TSEs/BSNL officers. 6. The bidder should coordinate with OMCR and field level BSNL officers (BSS) to schedule and monitor MAEM / MIM/ Diesel filling activities. Arrangement to collect ‘Low fuel Alarms’ from OMCR is to be done by the bidder. Responsibility to communicate the centrally collected information from OMCR alarms or by SMS/calls/email, to the concerned field persons is with the vendor. 7. The bidder should provide the contact details of all the persons/agencies deployed by them to the concerned officer in-charge. In case of any change of persons, it should be with advance intimation to the concerned BSNL officers with the changes in contact details, if any. 8. The Bidder will also maintain the logbook at each site (to be kept with BSNL) where in the Daily routine visits/ checks, activities done as part of MAEM, MIM, Diesel filling and DG run details are to be entered on a daily basis. The same shall be countersigned by the concerned BSNL in-charge for reference. The format of the logbook that will be kept at BTS site for recording the events is attached as Annexure -3 &4. 9. Officer in charge/duty officer of the BSNL site shall carefully monitor the entries and countersign the logbook periodically. 10. The Bidder shall also maintain a consolidated record of the activities carried out as per this contract, a copy of which along with performance reports from field unit is to be submitted along with the invoice for payment on a monthly basis. 11. In order to ensure the security of the network, bidder will be required to submit the signed Non-Disclosure Agreement as per Annexure-9 within 15 days of Work order. 12. Bidder shall ensure that the agencies or any other representative concerned for

59

support strictly adheres to BSNL’s Third Party Connection Acceptable Use Policy which is as follows: 13. Any change on equipment shall only be performed by the bidder after notification and Approval by BSNL. 14. Passwords/locking system on any equipment will be set by BSNL representatives and should not be changed by bidder’s representative without the approval from concerned BSNL officer. 15. Bidder shall notify BSNL, when its employee who has access to BSNL Equipment/configuration leaves the company or is transferred to another position which no longer requires access. Also, the bidder should surrender the Temporary ID cards of the employees issued by any agency related to BSNL during the course of MIM and MAEM of specific sites at the time of cessation of service of a MIM and MAEM personnel from bidder’s company or from the company to which bidder has entered in to an agreement for service. 16. Bidder or its representatives shall not make a change on any system that is not directly related to his job/duty.

60

Section – 5 Part C

SPECIAL CONDITIONS –GST

1. INDEMNITY: It is the responsibility of the supplier to ensure that outwards supply return (GSTR-1) is filed correctly and to declare correct information on the invoice and GST portal. In case of mismatch because of vendor’s fault, prompt amendments must be made by the supplier or else supplier shall be required to indemnify BSNL of the loss of credit due to mismatch and BSNL shall recover the said amount from vendor. The compliances to be adhered by supplier includes (but is not limited to) the following; I. Uploading appropriate invoice details on the GSTN (Goods and GST Network) within the stipulated time. II. Issuing GST compliant invoice CN/DN. PO issued by BSNL should be referred by supplier for capturing information on the invoice. III. Acceptance of changes made by BSNL on GSTN on account of non-upload or incorrect upload of details on GSTN. Such changes w.r.t the mismatch is required to be accepted by supplier within the time limit prescribed under the GST law. It must be noted that in case supplier does not accept such changes within the time limit prescribed under GST law, the loss of input tax credit (if any) would be recovered from the supplier. BSNL reserves the right to be indemnified for the credit loss and recover the said amount from the supplier in case BSNL is unable to claim the input tax credit for any non-compliance or default due to lack of diligence on the part of supplier. Further in case any credit is not received or short credit is received or in case of any error because of which no credit is received then such equivalent amount is not liable to be paid by BSNL. Where, however the amount has already paid by BSNL the same is liable to be recoverable or adjustable against subsequent payments to the condition. It is hereby agreed between both the parties that in case any GST and / or cess liability, interest, penalties or any other tax/duty/amount /charge/ liability / professional costs related to litigation becomes payable by BSNL or input tax credit is denied to BSNL due to failure of the supplier to comply with the relevant laws/ regulations applicable in India or Overseas. Supplier undertakes to indemnify BSNL for an amount equal to amount payable by BSNL and the same shall be recovered by BSNL.

2. KEY REQUIREMENTS OF A TAX INVOICE: I. Name, Address and GSTIN of the supplier II. Invoice number containing alphabets and/or numbers, special characters III. Date of the invoice IV. Name, address and GSTIN of the recipient V. HSN code of goods or service Accounting code (SAC) VI. Description of goods or services VII. Quantity in case of goods or unit VIII. Total value of goods or services IX. Taxable value of goods or services X. Rate of tax (CGST+SGST/UTGST or IGST + cess (if applicable) XI. Amount of tax charged in respect of taxable goods or services XII. Place of supply along with the name of state, in case of a supply in the course of inter-state trade or commerce

61

XIII. Place of delivery where the same is different from the place of supply Whether the tax is payable on reverse charge XIV. Signature or Digital signature of the supplier or his authorized representative.

The contents for revised tax invoice and credit or debit notes are outlined below: The word “Revised Invoice”, wherever applicable to be indicated prominently along with the date and invoice number of the original invoice I. Name, Address and GSTIN of the supplier II. Name of the document III. Invoice number containing alphabets and/or numbers, special characters IV. Date of the invoice V. Name, address and GSTIN of the recipient VI. Serial number and date of the corresponding tax invoice VII. Taxable value of goods or services rate of tax and the amount of the tax credited or as the case may be, debited to the recipient VIII. Signature or Digital signature of the supplier or his authorized representative.

3. GST INVOICE CLAUSE: It shall be the responsibility of supplier to raise appropriate tax invoice as per the provisions of GST Act. BSNL reserves the right to be indemnified for the credit loss in case of BSNL is unable to claim the input tax credit for any non-compliance / default in raising appropriate invoice by supplier. Further all invoices should be sent to BSNL  All the details of supplier (name, address, GSTIN/ Unregistered vendor, Place of supply, SAC/HSN code etc.,) and other mandatory details shall be mentioned on the invoice  Invoice/DN/CN need to be issued timely within the time prescribed under GST law  In case of any deficient supply, BSNL shall convey the same in a reasonable time to enable the supplier to issue credit note and take tax adjustment  it would be the responsibility of the supplier to declare correct information on invoice and GST portal viz. the amount, the place of supply, rate of tax etc. In case, the eligibility of input tax credit is questioned or denied to BSNL on account of default by the supplier, the same would be recovered by BSNL from the supplier  Registered location of the both the parties i.e. BSNL and supplier should be mentioned in the agreement with GSTIN No. Further, supplier should raise invoices at the registered premise of BSNL for avail of credit and ensure that the place of supply as per GST law is same as registered premise  it shall be the responsibility of supplier to raise invoice within the prescribed time.

4. SUBMISSION OF BILL - DEBIT NOTE /CREDIT NOTE CLAUSE: The supplier acknowledges and agrees to issue appropriate debit note/credit note as prescribed under GST Act and send to BSNL within the prescribed time limit. All documents should be received well in advance so as to enable BSNL to claim proper credit. Further it shall be the responsibility of supplier to declare the details of such credit note in the return for the month during which such credit note has been issued but not later than September following the end of the financial year in which such supply was made or the date of furnishing of the relevant annual return, whichever is earlier. BSNL reserves the right to be indemnified for the credit loss by supplier in case BSNL is unable to claim the input tax credit for any compliance or default or due

62 to lack of diligence on the part of the supplier.

5. PURCHASE ORDER CLAUSE: Supplier shall raise invoice based on purchase order issued by BSNL. In case of any deviation or disagreement by supplier on place of supply, billing location, HSN code/ SAC code stated on PO, it shall be the responsibility of supplier to intimate BSNL well in advance. Further, in case supplier raises the invoice on an address other than agreed, it shall be the responsibility of the supplier to modify the invoice. GST Place of supply clause: For the purpose of this agreement, place of supply under GST Act shall be the place of supply as determined under purchase order raised by BSNL. It shall be the responsibility of supplier to intimate BSNL well in advance in case of deviation/ disagreement with the place of supply as determined in PO. Deficient Supply/Incomplete supply /rejected supply: Each party to contract agrees that in case of any deficient supply or incomplete supply or rejected supplier, it shall be the responsibility of supplier to issue GST compliance credit note within the reasonable time and take tax adjustment. In case the supplier fails to issue proper credit note within the time stipulated under the GST law the taxes charged and not adjusted would be borne by the supplier.

6. COMPLIANCE RATING Supplier shall be liable to comply with all the compliances as may be prescribed to ensure that compliance rating is not reduced below the prescribed limit as laid down under GST Act and GST regulations. Supplier shall be required to submit a self- declaration time to time, that they are not blacklisted on the GST portal. Notwithstanding anything contained in agreement. In the event of blacklisting of supplier ie compliance rating reduced below the prescribed limit, the amount related to tax shall be paid to supplier only on receipt of input tax credit to BSNL.

7. PENALTY It is agreed by supplier that in case of any deviation, default or negligence on the part of supplier due to which it is liable to pay penalty to BSNL, the same shall be recovered by BSNL from supplier along with applicable GST TAX ( as may be applicable).

8. LIQUDATED DAMAGES GST (if applicable) on account of liquidated damages due to delay in supply of goods would be borne by supplier.

9. MISCELLANEOUS i) Supplier agrees to share the monthly information with BSNL which would be uploaded by the supplier in the GSTR-1 along with the information of input credit to be claimed by BSNL in such month. ii)It shall be the responsibility of vendor to provide reconciliation statement of all the supplies made by it including issuance credit note, debit note or other documents as prescribed, within 30th September following the end of relevant financial year.

E Tender for Mobile Access Equipment Maintenance, Mobile Infrastructure Maintenance, Diesel Filling and Rigger Activities of BTS sites in Kozhikode Telecom District of BSNL Kerala Circle.

Tender No: MP/CLT/e-Tender/BTS Outsourcing/2020-21/1 dated 16/06/2020

63

SECTION-6

UNDERTAKING & DECLARATION

6(A) - For understanding the terms & condition of Tender & Spec. of work

a) Certified that:

1. I/ We ……………………………………. have read, understood and agree with all the terms and conditions, specifications included in the tender documents & offer to execute the work at the rates quoted by us in the tender form.

2. If I/ We fail to enter into the agreement & commence the work in time, the EMD/ SD deposited by us will stand forfeited to the BSNL.

b) The 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.

Date: …………… Signature of Tenderer

Place: …………… Name of Tenderer ………………………………. Along with date & Seal

64

6 (B) – NEAR-RELATIONSHIP CERTIFICATE:

(Format of the Certificate to be given as per the clause 34.4 of Section-4 Part-A by the bidder in respect of status of employment of his/her near relation in BSNL)

The format of the certificate to be given is "I…………………………………..…..s/o…….…………………………………...…r/o……………… …………………….………..hereby certify that none of my relative(s) as defined in the 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, BSNL shall have the absolute right to take any action as deemed fit/without any prior intimation to me."

Signature of the tenderer With date and seal

6(C) UNDERKAING THAT NO CHANGES HAVE BEEN MADE IN THE TENDER DOCUMENT DOWNLOADED

I………………………………………… S/o ...... … R/o ……………………………………………………………………… do hereby confirm that no changes have been made in the tender document downloaded and submitted by us for the Tender No. MP/CLT/e-Tender/BTS Outsourcing/2020-21/1 dated at ______the 16/06/2020

Signature of bidder with date and seal

65

6(D) DECLARATION (NON-BLACKLISTED)

I ………………………………………..… S/o ...... R/o ……………………………………………………………………… do hereby confirm that the firm/company …………………………………………………………………….. has never been debarred and / or blacklisted by BSNL/State Governments / PSU.

Signature of bidder with date and seal

66

SECTION- 7

PROFORMAS

7(A) For the BIDSECURITY/ EMD Guarantee (To be typed on Rs.200/- non-judicial stamp paper)

Sub: Bid Security/EMD guarantee. Whereas M/s …………………………… R/o ……………… ………… ……………………………………… (Hereafter referred to as Bidder) has approached us for giving Bank Guarantee of Rs. ……………………/- (hereafter known as the “B. G. Amount”) valid up to …../……/ 20….. (hereafter known as the “Validity date”) in favour of GMT, BSNL, KOZHIKODE BA (Hereafter referred to as BSNL) for participation in the tender of work of …………………………………………….. vide tender no. ………………………………….

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

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

4. We the Bank further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the BSNL under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till BSNL Certifies that the terms and conditions

67

of the said Agreement have been fully and properly carried out by the said bidder(s) and accordingly discharge this guarantee. Unless a demand or claim under this guarantee is made on us in writing or before the expiry of Validity date from the date hereof, we shall be discharged from all liability under this guarantee thereafter.

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

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

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

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 ………………………………

68

7(B) For the Performance Guarantee (To be typed on Rs.200/- non-judicial stamp paper) Dated:…………….. Sub: Performance guarantee. Whereas GMT, BSNL KOZHIKODE BA R/o …………………………..………… …………………..(hereafter referred to as BSNL) has issued an APO no. …………..………. Dated ……/……/20….. awarding the work of …………… …… … ………………………………….. to M/s …………………..…………………………… R/o ………………………………………………………………… (hereafter referred to as “Bidder”) and BSNC has asked him to submit a performance guarantee in favour of ______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:

i) 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. j) 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. k) 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. l) 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.

69

m) Notwithstanding anything herein contained ; (a) The liability of the Bank under this guarantee is restricted to the P.B.G.+ corresponding GST 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. n) In case BSNL demands for any money under this bank guarantee, the same shall be paid through banker’s Cheque in favour of “Accounts Officer(Cash), BSNL” payable at Kozhikode o) 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 ………………………………

70

7 (C) For Letter of Authorization for attending Bid Opening Event. (To be typed preferably on letter head of the company)

Subject: Authorization for attending Bid opening

I/ We Mr. /Ms. ……………………………………. have submitted our bid for the tender no. ………………………….……… in respect of …………………… ………………………………………………………….. (Item of work) which is due to open on…………………. (date)…………………………in………………………………………………………………………… ……….

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

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

………………………………… 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: Only one representative will be permitted to attend the Bid opening. 2: Permission for entry to the hall where bids are opened may be refused in case authorization as prescribed above is not received.

71

7(D) Model Amendment Letter Intimating Conditions for Extension of Delivery Period Registered A Due

Address of the purchaser ------To M/s ……………………………….. ………………………………………

Sub: This office contract no………….. dated …………. placed on you for supply of …………………………………………………………………….

Ref :Your letter no……………………………… dated ……………….

We are in receipt of your letter, wherein you have asked for extension/ further extension of time for delivery/ execution/ installation/ commissioning. In view of the circumstances stated in your above referred letter, the time of delivery can be extended from ______(original/ last delivery period) to ______(presently agreed delivery period) subject to your unconditional acceptance of the following terms and conditions:

1. That, liquidated damages shall be levied in accordance with agreed clause 15& 16 under Section-5-Part-A of Tender document and Purchase order 2. That, notwithstanding any stipulation in the contract for increase in price on any ground, no such increase, whatsoever, which takes place after current last date of Delivery shall be admissible on such of the said goods as are delivered after the said date 3. That, the prices during this extended delivery period shall be the same as the rate agreed at the beginning of the tender. 4. An additional BG of Rs.______in accordance with clause 15.3, Section-5-Part-A of the contract with validity up to ______. Please intimate your acceptance of this letter along with the additional BG within ten days of the issue of this letter failing which the contract will be cancelled at your risk and expense without any further reference to you. This letter shall form part and parcel of the agreement/ contract/ APO/ PO and all other terms & conditions of the contract remain unaltered.

Yours faithfully,

(………………………) for and on behalf of……………………………….)

Note : The entries which are not applicable for the case under consideration are to be deleted.

72

7(E)- Model Amendment Letter for Extension of Delivery Period Registered Acknowledgement Due

Address of the purchaser ------To M/s ……………………………….. ………………………………………

Sub : This office contract no………….. dated …………. placed on you for supply of ……………… Ref : 1. Your letter no……………………………… dated ………………. requesting DP extension 2. This office letter no. ……………… dated ……… intimating conditions for DP extension 3. Your letter no………………….. dated …………. accepting the conditions for DP extension In your above letter under reference (1), you have asked for extension/ further extension of time for delivery/ execution/ installation/ commissioning. The terms and conditions for extension of delivery period were conveyed to you vide this office letter under reference (2). In view of the circumstances stated in your above referred letter, and upon your unconditional acceptance of the terms and conditions of this extension vide your letter under reference (3), the time of delivery is hereby extended from ______(last delivery period) to ______(presently agreed delivery period) on the terms and conditions in letter under reference (2) above and agreed by you vide letter under reference (3) i.e.: 1. That, liquidated damages shall be levied in accordance with agreed clause 15 & 16 Section-5 Part-A of terms and conditions of the tender/PO. 2. That, notwithstanding any stipulation in the contract for increase in price on any ground, no such increase, whatsoever, which takes place after current last date of Delivery shall be admissible on such of the said goods as are delivered after the said date 3. That, the prices during this extended delivery period shall be the same as the rate agreed at the beginning of the tender. The letters under reference above and this letter shall form part and parcel of agreement/ contract/ APO/ PO and all other terms & conditions of the contract remain unaltered. Yours faithfully, (………………………) for and on behalf of………...

73

7(F)- PROFORMA OF POWER OF ATTORNEY (Refer Clause 14.3 of Section- 4)(Non-Judicial Stamp paper) POWER OF ATTORNEY Be it known all to whom it concerns that:

1. Shri ______s/o ______residing at ______2. Shri ______s/o ______residing at ______3. Shri ______s/o ______residing at ______

I, the Proprietor / We all the Partners/Directors of M/s______

(Address)______hereby appoint Shri______s/o ______residing at

______as my/our Attorney to act in my/our name and on behalf and sign and execute all documents/ agreements binding the firm for all contractual obligations (including references of cases to arbitration) arising out of contracts to be entered into by the firm with the ______in connection with their Tender for Mobile Access Equipment Maintenance (NBSNL, BSNL and IP sites), Mobile Infrastructure Maintenance Full and Partial (NBSNL sites),Diesel Filling and Rigger activities at BTS sites in Kozhikode SSA due for opening In short, he is fully authorized to do all, each and everything requisite for the above purpose concerning M/s______. And I/We hereby agree to confirm and ratify his all and every act of this or any documents executed by my/our said Attorney within the scope of the authority hereby conferred on him including references of cases to arbitration and the same shall be binding on me/us and my/our firm as if the same were executed by me/us individually or jointly. Witness (with Address) Signature of the Proprietor/Partners/Directors

• 1.

• 2.

Accepted (Signature of Signatory of Tender Offer of the firm)

______ATTESTED Notary Public (Signature with Official Seal)

OR

REGISTERED Before (SUB – REGISTRAR) ……………………………. (Of concerned State)

Signature with Official Seal

74

SECTION- 8

Bidder’s profile & Questionnaire. Tenderer / Bidder’s Profile & Questionnaire (To be filled in and submitted by the bidder) A. Tenderer’s Profile a. Name of the Individual/ Firm: ……………………………………………… b. Present Correspondence Address ……………………………………………….. …………………………………………………………………………………………… Telephone No. …………………Mobile No ………………… FAX No. ………… c. Address of place of Works/ Manufacture ………………………………………. …………………………………………………………………………………………… Telephone No. …………………Mobile No ………………… FAX No. ………… d. State the Type of Firm: Sole proprietor-ship/partnership firm/ (Tick the correct choice): Private limited company. e. Name of the sole proprietor/ partners/ Director(s) of Pvt. Ltd Co.: S. No. Name Father’s Name Designation 1.

2.

3.

f. Name of the person authorized to enter into and execute contract/ agreement and the capacity in which he is authorized (in case of partnership/ private Ltd company): …………………………………………….. g. Permanent Account No. : ……………………………………………………… h. GST Registration No. : ………………………………………………………….. i. Details of the Bidder’s Bank for effecting e-payments: 1. Beneficiary Bank Name: …………………………… 2. Beneficiary branch Name:………………………… 3. IFSC code of beneficiary Branch…………………….. 4. Beneficiary account No.:…………………… 5. Branch Serial No. (MICR No.):………………… j. Whether the firm has Office/works in Kerala? If so state its Address…………………….………………………………………………………………… …………………………………………………………………………

B. Questionnaire 1. Do you think any other detail/ material is required to complete the work specified in the specification? Yes/ No. a. If Yes, Give details ……………………………………………………………………………………… 2. Do you think any other item of work need be included in tender form to complete the work specified in the specification? Yes/ No. a. If Yes, Give details ………………………………………………………………………………………

75

3. Kindly indicate the maximum Quantity of tendered material which you are capable of supplying within the scheduled delivery period. Name of the tendered Item Qty that can be supplied by the firm within scheduled delivery period.

4. Suggestion for improvement of the tender document. …………………………………………………………………………………..…………………. ……………………………………………………..………………………………………………. ……………………………………………..……………………………………………………….

Place…………………. Signature of contractor ……………………… Date …………………. Name of Contractor ……………………………

76

SECTION-9 Part A

(Financial BID FORM)

To From, ______………………………………………...... ______...... ______…...... ……………………………………… …...... ………………………………………

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

Ref: Your Tender Enquiry No. 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 ……….days from the date fixed for Bid opening or for subsequently extended period, if any, agreed to by us. This bid shall remain binding upon us up to the aforesaid period. 4. We understand that you are not bound to accept the lowest or any bid, you may receive. 5. If our Bid is accepted, we will provide you with a performance guarantee from a Scheduled Bank for a sum 5% of the annual estimated cost of contract 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 in accordance with the delivery schedule specified in the Section-3 Part-A (Scope of Work). 7. Until a formal Purchase 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: ...... day of ...... 2020 Signature …………………………. Witness Name …………………………….. Signature…………………………. In the capacity of …………………………. Name …………………………….. Duly authorized to sign the bid for and on Address ...... behalf of ......

77

Section-9 PART-B Financial bid rate. (To be submitted online only) A B C D E F G

Total Contract Total Contract Contract Charges per charges per annum charges per annum unit per annum SL No Description of Activity GST (Inclusive of all (Inclusive of all Unit Qty (Inclusive of all Taxes GST % Amount Taxes & Levies Taxes & Levies, & Levies but including GST) F = excluding GST) G = excluding GST) Bx(C+E) BxC

Mobile Access CGST 1 Equipment Maintenance Sites 555 SGST (MAEM) IGST Mobile Infrastructure CGST 2 Maintenance(MIM) : Sites 230 SGST Full** IGST Mobile Infrastructure Maintenance(MIM) : CGST Partial 3 NB: The maximum rate Sites 30 SGST for partial MIM must be half the rate for full IGST MIM. CGST 4 Diesel Filling Sites 230 SGST IGST Total Charges (X)

Note:- ** Rate quoted per site/annum should not exceed Rs.36000/-

78

A B C D E F G Total Contract Contract Charges Total Contract charges per an- per instance (In- charges per an- SL Description of num (Inclusive clusive of all GST num (Inclusive of No Activity Unit Qty GST % of all Taxes & Taxes & Levies Amount all Taxes & Levies, Levies including but excluding excluding GST) G GST) F GST) =12xBxC =12xBx(C+E) CGST Rigger Activi- Instances/ 5 40 SGST ties: Normal month IGST CGST Rigger Activi- Instances/ 6 100 SGST ties: Hard month IGST

Total Charges (Y)

GRANT TOTAL (Z = X + Y)

Signature of the bidder………………………………….. Name of the bidder………………………………………… Address………………………………………………………

79

Annexure I

(Schedule of Requirements)

SR No Nature of work Quantity 1 Mobile Access Equipment Maintenance (MAEM) ...... sites 2 Mobile Infrastructure Maintenance (MIM) - Full ...... sites 3 Mobile Infrastructure Maintenance (MIM) - Partial ...... sites 4 Diesel Filling ...... sites 5 Rigger Activities: Normal(Instances/month) 6 Rigger Activities: Hard(Instances/month)

Annexure – 2

Contact details of deployed personnel and cluster co-ordinators

No. Cluster Name Address Phone Mobile Email

Contact details of personnel deployed in each cluster for MAEM, MIM, Diesel filling and rigger activities No. Site Name Sub Division Division Nature of deployment Mobile Email

80

Annexure - 3

Format of log book for diesel filling

Site wise log book for diesel filling. Name of site: S L N Date Diesel DG kWh Me- Petro o & Name of Name of Avail- Diesel Total Run ter read- card de- . Time the site person able Filled Diesel Hour ing tails

Annexure -4

Format of log book entry for MAEM and MIM activities Name of Site: SL Dat Name of per- Time Observations/ work Time Signa- No e son In done out ture

81

Annexure – 5

Proforma for Reimbursement of diesel cost

m-

CMR OMR

Factor

During

Consu CMR OMR

Run TimeRun Name Make

Hour Hour

Division S/n Capacity

Filled

DG Site the month REMARKS Consumed Run Diesel Run Diesel Total Diesel DG Sub

edas per CPH edas per Recommended Recommended Total Total DG DG DG Diesel Diesel Diesel Consumption Multiplication Total Total Diesel

-

K -

F J L P A E K B C D G H G O = O = N & I N & M=L N=J*M I=F+H ofLess

82

Annexure -6

Monthly Performance Report Name of subdivision:

Period: from ______to ______

Total No. of site for MAEM: Total No. of sites for MIM (Full) City: Total No. of site for MIM (Full) Rural: Total No. of site for MIM (Partial) City: Total No of site for MIM (Partial) Rural: No of sites where diesel filled during this report period:

A. Performance of MAEM: a. Whether BTS related alarm are extended to OMC: ______if No, No. of sites where alarms has not been extended: ______duration of noncom- pliance in days: ______. b. Total duration of instances of not taking prompt action as per clause 15.4.a.2 of Section-5-Part-A of the tender: c. Total duration of prolonged site failure as per clause 15.4.a.3of Section-5- Part-A of the tender: City: ______(Hrs), Rural: ______. d. No. of instance of minor deviations other than those mentioned above (as per clause 15.4.a.4 of Section-5-Part-A): ______.

B. Performance of MIM (Full and Partial), City and Rural areas: a. Whether power plant alarms has been extended to OMC: ______, if No, No. of sites where alarms has not been extended: ______, total du- ration of noncompliance n days: ______. b. Total duration of instances of not taking prompt action as per clasue15.4. b.2 of Section-5-Part-A of the tender: c. Total duration of non-compliance as per clasue15.4. b.3 of Section-5-Part-A of the tender: d. Total duration of non-compliance as per clasue15.4. b.4 of Section-5-Part-A of the tender: e. Total duration of non-compliance as per clasue15.4. b.5 of Section-5-Part-A of the tender: f. No. of instance of minor deviations other than those mentioned above (as per clause 15.4.b.6 of Section-5-Part-A of the tender): ______. C. Performance of diesel filling: a. No. of instance of minor deviations (15.4.d.1 of Section-5-Part-A): b. No. of instance of major deviations (15.4.d.2 of Section-5-Part-A):

Counter sign by DE Signature of Sub Division in charge

83

Annexure 7

Monthly Rigger Report

Name of Sub Division: Period: from ______to ______

A. Rigger activities (Normal) Sr No. Date Name of site Activity

B. Rigger activities (Hard) Sr No. Date Name of site Activity

Certified that the above activities were carried out satisfactorily.

Signature of Sub Division in-charge

84

Annexure – 8

Experience Certificate

It is hereby certified that M/s ______has got experience in the following activities.

1. Name of telecom provider: 2. Name of telecom circle: 3. Details of contract

If yes, Carried out Nate of work period Remarks (Yes/No) of contract Mobile Access Equipment Maintenance Mobile Infrastructure Maintenance Diesel Filling Rigger activities

4. Duration of contract: 5. Total cost of contract: 6. Overall performance assessment: Satisfactory / Non-Satisfactory

(Signature and seal)

(To be signed by Authorised signatory of the company with seal and date)

85

Annexure 9

MUTUAL NON-DISCLOSURE AGREEMENT This Agreement is made as of the ______between Bharat Sanchar Nigam Limited (A Government of India Enterprise), O/o ______SSA, having its registered office at 10th Floor, Statesman House, B-148, Barakhamba Road, New Delhi-110001 herein after called “BSNL” which expression shall unless repugnant to the subject or the context mean and included its successors, nominees or assign and M/s …….. (Bidder), an Indian Company incorporated and registered under the companies Act 1956, having its registered office at ……………….. herein after referred to as the “Bidder” which expression shall unless repugnant to the subject or the context mean and include its successors, nominees or assigns.

In order to pursue the mutual business purpose specified in Exhibit A (the "Business Purpose"), BSNL and Bidder recognize that there is a need to disclose to one another certain confidential information of each party to be used only for the Business Purpose and to protect such confidential information from unauthorized use and disclosure. In consideration of the other party's disclosure of such information, each party agrees as follows:

1. This Agreement will apply to all confidential and proprietary information disclosed by one party to the other party, including information listed in Exhibit A and other information which the disclosing party identifies in writing as confidential before or within thirty days after disclosure to the receiving party ("Confidential Information"). 2. Each party agrees (i) to hold the other party's Confidential Information in strict confidence, (ii) not to disclose such Confidential Information to any third parties, and (iii) not to use any Confidential Information for any purpose except for the Business Purpose. Each party may disclose the other party's Confidential Information to its responsible employees with a bona fide need to know, but only to the extent necessary to carry out the Business Purpose. Each party agrees to instruct all such employees not to disclose such Confidential Information to third parties, including consultants, without the prior written permission of the disclosing party. 3. Confidential information will not include information which: I. is now, or hereafter becomes, through no act or failure to act on the part of the receiving party, generally known or available to the public: II. Was acquired by the receiving party before receiving such information from the disclosing party and without restriction as to use or disclosure; III. Is hereafter rightfully furnished to the receiving party by a third party, without restriction as to use or disclosure: IV. is information which the receiving party can document was independently developed by the receiving party; V. is required to be disclosed pursuant to law, provided the receiving party uses reasonable efforts to give the disclosing party reasonable notice of such required disclosure; or VI. Is disclosed with the prior written consent of the disclosing party. 4. Each party agrees not to remove any of the other party's Confidential Information from the premises of the disclosing party without the disclosing party's prior written approval. Each party agrees to exercise extreme care in protecting the confidentiality of any Confidential Information which is removed, only with the disclosing party's prior written approval, from the disclosing party's premises. Each

86 party agrees to comply with any and all terms and conditions the disclosing party may impose upon any such approved removal, such as conditions that the removed Confidential Information and all copies must be returned by a certain date, and that no copies are to be making off of the premises. 5. Upon the disclosing party's request, the receiving party will promptly return to the disclosing party all tangible items containing or consisting of the disclosing party's Confidential Information all copies thereof. 6. Each party recognizes and agrees that nothing contained in this Agreement will be construed as granting any rights to the receiving party, by license or otherwise, to any of the disclosing party's Confidential Information except as specified in this Agreement. 7. Each party acknowledges that all of the disclosing party's Confidential Information is owned solely by the disclosing party (or its licensors) and that the unauthorized disclosure or use of such Confidential Information would cause irreparable harm and significant injury, the degree of which may be difficult to ascertain. Accordingly, each party agrees that the disclosing party will have the right to obtain an immediate injunction enjoining any breach of this Agreement, as well as the right to pursue any and all other rights and remedies available at law or in equity for such a breach. 8. This Agreement will be construed, interpreted, and applied in accordance with the laws of India. Subject to terms and conditions regarding the removal of Confidential Information as set forth under relevant Sections, this Agreement and Exhibit A attached hereto are the complete and exclusive statement regarding the subject matter of this Agreement and supersede all prior agreements, understandings and communications, oral or written, between the parties regarding the subject matter of this Agreement. 9. This Agreement will remain in effect for five years from the date of the last disclosure of Confidential Information, at which time it will terminate.

IN WITNESS WHEREOF, the parties hereto have executed this Agreement by their duly authorized officers or representatives. Bidder Company Name Bharat Sanchar Nigam Limited

Signature Signature Printed Name Printed Name Title Title Seal Seal

Exhibit A 1. Business Purpose: To carry out Mobile Access Equipment Maintenance, Mobile Infrastructure Maintenance, Diesel filling and Rigger Activities (Reference: Tender No : MP/CLT/e-Tender/BTS Outsourcing/2020-21/1 dated 16/06/2020) 2. Confidential Information of Bidder 3. Confidential Information of Bharat Sanchar Nigam Limited (BSNL): • The equipment details including the configurations. • All information shared in oral or in written form by BSNL with Bidder Bidder Company Name Bharat Sanchar Nigam Limited Signature Signature Printed Name Printed Name Title Title

87

ANNEXURE 10

Payment details to HK, Manual assistance and rigger

EPF EPF ESIC ESIC Net Wages Name Contrib Contrib Contrib Contributio after HK Wages EPF ESI Sl. Sub of HK ution ution ution n deducting Site Address (Salary+D A/C A/c No: Division perso (Employ (Employ (Employ (Employee's Employee's Name A) No: No: nnel er's ee's er's share=1.75 contribution share) share) share) % of Wages) of EPF, ESIC

88

Annexure 11

List of BTS sites for Mobile access equipment maintenance

Sl No RP-ID Longitude Latitude Site NAME Urban/Rural 1 RP-00083 76.25939167 11.66243889 SULTHAN_BATHERY Rural 2 RP-00085 76.00672222 11.79760833 MANANTHAVADI Rural 3 RP-00081 76.16005833 11.66460556 Rural 4 RP-00077 75.98844444 11.48286111 PUDUPPADY Rural 5 RP-00078 75.93511111 11.42230556 Rural 6 RP-00082 76.33091667 11.66275 Rural 7 RP-00080 76.02428611 11.51390278 LAKKIDI Rural 8 RP-00282 75.93041944 11.32041111 RECCHATHAMANGALAM Rural 9 RP-00284 76.16416667 11.79805556 Rural 10 RP-00285 76.07107 11.73818 Rural 11 RP-00477 75.62166667 11.51138889 MELADY Rural 12 RP-00497 76.00486111 11.43208333 KODENCHERY Rural 13 RP-00475 75.755 11.65111111 KUTTIYADI Rural 14 RP-00472 75.81494444 11.5755 CHAKKITTIPARA Rural 15 RP-00479 75.67443889 11.59111111 PONMERI Rural 16 RP-00502 76.15311111 11.72366667 KENICHIRA Rural 17 RP-00504 76.06288889 11.84783333 KARTHIKULAM Rural 18 RP-00480 75.78130556 11.67797222 THOTTILPPALAM Rural 19 RP-00500 75.96333333 11.36583333 OMASERRY Rural 20 RP-00501 76.21122222 11.6205 Rural 21 RP-00506 76.06322222 11.438 ANAKKAMPOIL Rural 22 RP-00496 75.98875 11.26997222 CHERUVADI Rural 23 RP-01200 75.99913889 11.64302778 Rural 24 RP-00476 75.56716667 11.64933333 MADAPALLYCOLLEGE Rural 25 RP-01164 75.84869 11.53646 KOORACHUNDU Rural 26 RP-00499 75.86466667 11.37091667 NARIKKUNI Rural 27 RP-00481 75.87833333 11.44138889 UNNIKULAM Rural 28 RP-01176 75.64441667 11.4717 MOODADY Rural 29 RP-01146 75.70996944 11.59519444 AVALA Rural 30 RP-01184 75.76093056 11.62178889 PALERI Rural 31 RP-01147 75.69875 11.71815833 BHOOMIVATHUKKAL Rural 32 RP-00505 75.95616 11.73312 VELLAMUNDA Rural 33 RP-01157 75.89563889 11.53941667 KAKKAYAM Rural 34 RP-01710 75.91443056 11.48612778 Rural 35 RP-01150 75.82502778 11.63614444 CHEMBANOD Rural 36 RP-01162 76.07597222 11.32402778 KOOMPARA Rural 37 RP-01165 75.81391667 11.4967 KOOTTALLIDA Rural 38 RP-01145 75.71497222 11.48688889 Rural 39 RP-00283 76.012 11.36113889 Rural 40 RP-01210 75.75875 11.76763333 VILANGAD Rural

89

41 RP-01709 76.31213889 11.60836111 CHEERAL Rural 42 RP-01186 75.97638333 11.67727778 PADINHARATHARA Rural 43 RP-01206 75.91208333 11.38261111 VAVAD Rural 44 RP-01196 75.95394444 11.84057778 THALAPOYA Rural 45 RP-01707 75.85194722 11.44893333 VATTOLIBAZAR Rural 46 RP-01190 75.83166667 11.59780556 PERUVANNAMUZHI Rural 47 RP-01187 75.79373611 11.60126111 PANTHIRIKKARA Rural 48 RP-09057 76.06065 11.32171944 MARANCHATTYMICRO Rural 49 RP-01189 75.85608333 11.83347222 PERIYA Rural 50 RP-01154 75.96873056 11.47127222 EENGAPUZHA Rural 51 RP-01181 76.17927778 11.83966667 Rural 52 RP-01161 76.04143889 11.34748889 KOODARANHI Rural 53 RP-01166 75.88380556 11.74296667 KOROM Rural 54 RP-01193 75.90333611 11.43513333 PUNUR Rural 55 RP-02148 76.01797222 11.7495 KARAKKAMALA Rural 56 RP-01199 75.6578 11.65684167 THANNEERPANTHAL Rural 57 RP-01205 75.88797222 11.39930556 VATTOLI Rural 58 RP-01207 75.77033333 11.51519444 VELLIYUR Rural 59 RP-01160 76.21716667 11.65366111 KOLAGAPPARA Rural 60 RP-02158 76.19288889 11.77021667 CHEEYAMBAM Rural 61 RP-02147 76.03880833 11.55641111 VYTHIRI_TE Rural 62 RP-01197 75.89180556 11.50613889 THALAYAD Rural 63 RP-01174 76.110725 11.64224444 MUTTIL Rural 64 RP-01202 76.22341667 11.55691667 VADUVANCHAL Rural 65 RP-02159 75.95447222 11.40018889 KOODATHAI Rural 66 RP-02149 76.00517778 11.804475 MANANTHAVADY_TOWN Rural 67 RP-01185 76.07622222 11.67299444 KAMBALAKKAD Rural 68 RP-02143 75.879 11.34858889 MADAVOOR Rural 69 RP-02150 75.63352778 11.67369444 Rural 70 RP-01178 76.04066667 11.44031944 NELLIPOYIL Rural 71 RP-09108 76.03955556 11.40951944 PULLOORAMPARAMICRO Rural 72 RP-03255 75.9784 11.4015 MAIKAKAVUTE Rural 73 RP-09111 75.70810278 11.61888889 VELOMTEMICRO Rural 74 RP-04746 75.89625 11.55073056 KAKKAYAHYDRO Rural 75 RP-01180 75.89618889 11.33553889 PADANILAM Rural 76 RP-02153 75.8064 11.53441111 KAYANNABAZAR Rural 77 RP-01153 76.05947339 11.57451513 Rural 78 RP-02162 75.72253889 11.70796944 KAIVELI Rural 79 RP-01144 76.01246944 11.48471111 ADIVARAM Rural 80 RP-03253 75.69306944 11.56631944 MUYIPPOTHTE Rural 81 RP-03252 75.69608056 11.65233889 AROOR Rural 82 RP-02160 75.92701111 11.40131111 PARAPPANPOIL Rural 83 RP-03256 76.03631389 11.397875 PULLURAMPARA Rural 84 RP-02156 75.9545 11.3476 ALINTHARA Rural

90

85 RP-05651 76.28854167 11.6497 PUTHENKUNNU Rural 86 RP-03053 76.2494 11.6604 SULTHAN BATHERY TOWN Rural 87 RP-01192 75.85276111 11.33726944 PULLALUR Rural 88 RP-01152 75.71205556 11.42094722 CHENGOTUKAVU Rural 89 RP-03049 76.122075 11.73973056 Rural 90 RP-03808 76.29445278 11.67383056 MOOLANKAVU Rural 91 RP-04491 76.1415 11.651 KAKKAVAYAL Rural 92 RP-03044 76.16598 11.65912 MEENANGADI TOWN Rural 93 RP-06408 76.02883333 11.84902778 THRISSILERI Rural 94 RP-06507 75.9653 11.7676 KALLODI Rural 95 RP-05602 76.11076667 11.336225 KAKKADAMPOIL Rural 96 RP-06494 75.97913333 11.3791 VENAPPARA Rural 97 RP-05660 75.991225 11.81645833 KANIYARAM Rural 98 RP-04894 76.0457 11.78798889 KOYILERY Rural 99 RP-06436 76.10256111 11.65991944 CHILANJICHAL Rural 100 RP-03259 76.25203056 11.6035 CHULLIODE Rural 101 RP-06410 76.21985556 11.58556667 ANDOOR Rural 102 RP-06438 75.97812778 11.65295556 MANJOORA Rural 103 RP-04797 76.05066111 11.75998889 KOOLIVAYAL Rural 104 RP-03257 75.90458889 11.79351111 VALAD TE Rural 105 RP-03034 75.98761944 11.28556944 KODIYATHOOR Rural 106 RP-03632 75.85773889 11.39961111 KUTTAMBOUR Rural 107 RP-06404 76.07722222 11.82094444 PALVELICHAM Rural 108 RP-06446 76.00167222 11.45822778 KANNOTH Rural 109 RP-06509 76.05086389 11.38208889 OLIKKAL Rural 110 RP-01151 75.811075 11.56048611 CHEMBRA Rural 111 RP-04889 76.1131 11.684 KARANI Rural 112 RP-05700 76.2019 11.801 KAPPISET Rural 113 RP-06427 76.1654 11.8208 MULLANKOLLY Rural 114 RP-06492 75.817 11.6696 KUNDUTHODE Rural 115 RP-04760 76.13233056 11.55355 MEPPADI Rural 116 RP-06470 76.1533 11.8562 PERIKKALLUR_PULPALLY Rural 117 RP-04808 76.02287222 11.62196667 PINNANGODE Rural 118 RP-04800 76.08121 11.69521 KANIYAMPATTA Rural 119 RP-06417 76.13378611 11.68176111 KARIYAMPADI Rural 120 RP-06442 76.05570833 11.679825 PALLIKKUNNU Rural 121 RP-04890 76.17797778 11.70621389 MUNNANAKUZHY Rural 122 RP-06460 75.99328333 11.62991667 10MILETHARIYODE Rural 123 RP-05756 76.1967 11.7496 Rural 124 RP-03043 76.01835556 11.81658056 MANTHAVADINORTH Rural 125 RP-04806 75.98397222 11.73826667 THARUVANA Rural 126 RP-06439 76.18219167 11.59826389 NELLARACHAL Rural 127 RP-04810 76.03898333 11.64812222 THEKKUMTHARA Rural 128 RP-06426 76.25039444 11.63110556 MALAVAYAL Rural

91

129 RP-07681 75.76994167 11.64724722 ADUKKATH Rural 130 RP-06493 75.9046 11.4173 KANTHAPURAM Rural 131 RP-06478 76.0178 11.312 THEKKUNKUTTY Rural 132 RP-07138 76.00253889 11.40788889 KALLANTHERAMEDU Rural 133 RP-08033 75.71046111 11.42923889 ELLATERY Rural 134 RP-06425 76.00437778 11.68991111 Rural 135 RP-07136 75.92163333 11.76883889 Rural 136 RP-06467 76.139175 11.62500833 KARINKANDIKKUNNU Rural 137 RP-06455 75.89167222 11.83136667 THAVINJAL Rural 138 RP-06440 76.333975 11.64166667 NENMENIKKUNNU Rural 139 RP-06497 75.70876389 11.55732778 CHERUVANNUR Rural 140 RP-04908 75.8113 11.4749 VAKAYAD Rural 141 RP-07194 75.90943333 11.74206667 KANDATHUVAYAL Rural 142 RP-07319 76.14100278 11.79507222 BOODANAM Rural 143 RP-06424 76.32136389 11.60163611 KUDUKKI Rural 144 RP-06459 75.92786111 11.81657222 VENMANIKKD Rural 145 RP-04785 75.80940278 11.60591667 KOOVAPOIL Rural 146 RP-04893 76.17054722 11.77787222 PULPALLYTOWN Rural 147 RP-06451 76.2038 11.5475 PADIVAYAL Rural 148 RP-01198 75.96278889 11.45423056 MALAPURAMKKD Rural 149 RP-03799 75.95584722 11.43571389 PULLANJIMEDU Rural 150 RP-06480 75.89298889 11.45925 MMPARAMBA Rural 151 RP-07139 75.79952778 11.69430556 CHATTANGOTTUNADA Rural 152 RP-06496 75.78913333 11.49639722 KOTTOOR Rural 153 RP-07187 75.75208333 11.50969444 KAVUNTHARA Rural 154 RP-06409 76.15863333 11.62769167 VAZHAVATTA Rural 155 RP-06428 75.93705278 11.73304444 10MILEVELLAMUNDA Rural 156 RP-06454 76.0384 11.7124 VILAMBUKANDAM Rural 157 RP-06434 76.0188 11.58465278 Rural 158 RP-07137 76.08293056 11.77715 NEERVARAMVELLAMUNDA Rural 159 RP-08029 75.99796111 11.30603056 KARASSERY Rural 160 RP-06437 76.03844444 11.66547222 KOTATHARA Rural 161 RP-07320 76.275325 11.73135833 VADAKKANAD Rural 162 RP-04807 76.04592778 11.80857222 Rural 163 RP-06406 75.79329167 11.53391667 KAYANNATOWN Rural 164 RP-06416 76.30371111 11.61726111 KALLINKARA Rural 165 RP-06407 76.03609167 11.91192778 APPAPPARA Rural 166 RP-04895 76.264375 11.68366667 STMARYSCOLLEGE Rural 167 RP-03054 75.93607222 11.41216667 THAMARASSERITOWN Rural 168 RP-04914 76.166675 11.53846667 RIPPON Rural 169 RP-05661 76.275375 11.61996667 MADAKKARA Rural 170 RP-04803 76.06918056 11.71258889 ARINJERMALA Rural 171 RP-04805 75.97857222 11.69686667 16THMILEWYANAD Rural 172 RP-06443 75.70451389 11.70254722 CHEEKKONNUWEST Rural

92

173 RP-03038 76.00368056 11.28058889 ERANHIMAVU Rural 174 RP-04899 75.84517222 11.39546667 PUNNASSERI Rural 175 RP-08067 75.87679167 11.53283611 KALLANODU Rural 176 RP-04747 76.063 11.331 KALPPINI Rural 177 RP-06422 75.8064 11.6451 MULLANKUNNU Rural 178 RP-04891 76.24391389 11.74074444 CHETHALAYAM Rural 179 RP-06462 75.7153 11.6321 THEEKKUNI Rural 180 RP-03809 76.03958889 11.5341 NH212OLDVYTHIRI Rural 181 RP-06445 75.85873333 11.42091944 IYYAD Rural 182 RP-07465 75.86908056 11.34065 MUTTANCHERY Rural 183 RP-05792 76.37418889 11.67518056 MUTHANGA Rural 184 RP-06472 75.8498 11.5503 NARINADA Rural 185 RP-06475 75.99860278 11.34640833 MARAKKATTUPURAM Rural 186 RP-07318 76.20420556 11.83858333 SEETHAMOUNT Rural 187 RP-06433 75.7562 11.6774 KAYAKKODI Rural 188 RP-07140 75.841275 11.65275556 PASSUKKADAVU Rural 189 RP-07280 75.8076 11.7176 POOTHAMPARA Rural 190 RP-06453 75.98566111 11.84738056 PILAKKAVU Rural 191 RP-07323 76.09266667 11.31782778 PEEDIKAPPARA Rural 192 RP-07207 76.14485278 11.59643611 MUKKAMKUNNU Rural 193 RP-07467 75.85266667 11.76310556 KUNJOME Rural 194 RP-06441 75.85959167 11.74118333 NIRAVILPUZHAKOROM Rural 195 RP-04804 75.96556389 11.68034167 PANDIPOYIL Rural 196 RP-07458 76.18896389 11.72014722 PAPPLASSERY Rural 197 RP-07210 75.93646389 11.792575 YAVANARKULAM Rural 198 RP-07973 75.79833611 11.61244722 KuvapoilNEW Rural 199 RP-07206 76.011225 11.66799722 VALAL Rural 200 RP-07212 76.19029444 11.63511667 KUMBALERI Rural 201 RP-03258 76.15495278 11.50336667 CHOORALMALATE Rural 202 RP-06808 76.34935556 11.38995 VAZHIKADAVUTOWN Rural 203 RP-04801 76.0014 11.7707 THONICHAL Rural 204 RP-06456 75.97724722 11.78106944 CHUNDAMUKKU Rural 205 IB-03022 76.02005278 11.54000556 VETERINARYCOLLG Rural 206 RP-05757 76.23631389 11.54614444 Chellankod Rural 207 RP-03520 75.72126944 11.4106 POOKKAD Rural 208 RP-09003 76.00651667 11.75877778 DWARAKA Rural 209 RP-08676 76.36148333 11.670925 MUTHANGAMICRO Rural 210 RP-08143 76.26885 11.66136667 GuestHouseSBY Rural 211 RP-08772 76.00225556 11.80340833 MANANTHAVADYMARKET Rural 212 RP-08922 75.9328 11.74553889 THETTAMALA Rural 213 RP-08909 76.21061667 11.60185278 MANJAPPARA Rural 214 RP-06238 76.01528056 11.80389444 MANANTHAVADYMILMA Rural 215 IB-01665 76.160984 11.56351 WIMSIBS Rural 216 RP-09125 75.78569 11.75643 VALOOKMICRO Rural

93

217 RP-07142 75.843667 11.460118 THATTANPURAYIL Rural 218 RP-06418 76.19169 11.66204 KRISHNAGIRI Rural 219 RP-05289 75.7821 11.66588 MARUTHORA Rural 220 RP-07262 75.96624 11.812822 VIMALANAGAR Rural 221 RP-01204 75.90509 11.395908 VALIYAPARAMBA2 Rural 222 RP-05317 75.74892 11.6362 OORATH Rural 223 RP-05294 75.7079 11.72933 PARAPPUPARA Rural 224 RP-05800 76.20905624 11.67869253 VAKERI Rural 225 RP-08844 75.72198715 11.72260249 MULLAMBATHU Rural 226 RP-05314 75.70842716 11.6115627 PALLIYATHVELOM Rural 227 RP-05290 75.90859678 11.45535299 Rural 228 RP-08175 76.03239602 11.82565726 MARYMATHACOLLEGE Rural 229 RP-07118 75.85993688 11.64411263 POOZHITHODE Rural 230 RP-08461 75.945075 11.38265833 VELIMANNA Rural 231 RP-03647 75.64333 11.52505 KEEZHOORKKD Rural 232 RP-05363 76.03271 11.34648 KoodaranjiHill Rural 233 RP-05292 75.72144 11.76268 Chuzhali Rural 234 RP-07120 75.846538 11.612156 Muthukad Rural 235 RP-07211 76.16064444 11.56368333 WIMS Rural 236 RP-06432 75.84012 11.35498 Eravannur Rural 237 RP-08176 75.97041 11.8343 GECMananthavady Rural 238 RP-08141 76.23166944 11.66547222 Beenachi Rural 239 RP-07460 75.7875 11.64565 Maruthonkara Rural 240 RP-08146 76.18038056 11.85428056 Kabanigiri Rural 241 RP-09039 75.572402 11.64032 RP-09039-ULCCHQBdga Rural 242 RP-07208 75.95345278 11.70919722 RP-07208-Mothakkara Rural 243 RP-05456 75.99569 11.91094 RP-05456-ThirunelliTE Rural 244 RP-08485 75.68855494 11.58049078 RP-08485-Chaniyankadavu Rural 245 RP-08430 75.79325 11.558528 RP-08430-Koderichal Rural 246 RP-09072 75.86912151 11.35513824 RP-09072-MadavoorMicro Rural 247 RP-06319 76.02119878 11.71877786 RP-06319-Cheriyamkolli Rural 248 RP-08465 76.3098 11.66945 RP-08465-Naikatty Rural 249 RP-08486 75.71417 11.65959 RP-08486-Ambalakulangara Rural 250 RP-08144 76.03667222 11.75129167 RP-08144-Anjukunnu Rural 251 RP-08145 76.19849167 11.78250278 RP-08145-Amarakkuni Rural 252 RP-09131 76.20801 11.69546 RP-09131-VakeryTE Rural 253 RP-07220 75.915521 11.431909 RP-07220-Thachanpoil Rural 254 RP-05394 75.99933 11.26311 RP-05394-CheruvadiSouth Rural 255 RP-06591 75.6817 11.65478 RP-06591-Perumundasseri Rural 256 RP-06681 75.95402601 11.32670799 RP-06681-Malayamma Rural 257 RP-06592 76.00671601 11.35914499 RP-06592-ThiruvambadyIP Rural 258 RP-01679 76.04308903 11.61335901 RP-01679- Rural 259 RP-08740 75.85381996 11.42859003 RP-08740-Kariyathankavu Rural 260 RP-06579 76.251085 11.65177504 RP-06579-Manichira Rural

94

261 RP-06482 75.727504 11.502923 RP-06482-Kurudimukku Rural 262 RP-07751 76.01234167 11.28123611 RP-07751-Gothamburoad Rural 263 IB-00111 76.02260552 11.51474168 Rural 264 RP-06504 75.85843339 11.36337142 NarikkuniTown-RP-06504 Rural 265 RP-07991 75.87649001 11.38921644 RP-07991-Moorkankundu Rural 266 RP-06643 75.97618336 11.35425682 RP-06643-Thechiyad Rural 267 RP-07960 76.04201 11.47062 RP-07960-Thusharagiri Rural 268 RP-01926 75.922678 11.437233 RP-01926-AlphonsaSchool Rural 269 RP-00066 75.78093056 11.26483056 ASOKAPURAM Urban 270 RP-00067 75.82872222 11.26938889 CHEVAYUR Urban 271 RP-00071 75.78408889 11.24431111 PALAYAM Urban 272 RP-00073 75.77023056 11.28251111 WEST Urban 273 RP-00065 75.6934 11.44288889 QUILANDY Urban 274 RP-00062 75.60808889 11.59911944 MAKKULPEEDIKA1 Urban 275 RP-00061 75.58731944 11.59955 VADAKARA Urban 276 RP-00069 75.78256111 11.25373889 MANANCHIRA Urban 277 RP-00079 76.08503611 11.62938333 KALPETTA_MW Urban 278 RP-00072 75.79341111 11.22658056 PANNIANKARA Urban 279 RP-00076 75.88094444 11.30816667 Urban 280 RP-00075 75.909575 11.36313333 Urban 281 RP-00068 75.80461111 11.28588056 MALAPARAMBU Urban 282 RP-00074 75.74035 11.33736111 ELATHUR Urban 283 RP-00064 75.55697222 11.67058889 CHOMBALA Urban 284 RP-00063 75.68823333 11.50439444 Urban 285 RP-00084 75.83288056 11.18641944 FAROOK Urban 286 RP-00275 75.75444444 11.55694444 Urban 287 RP-00280 75.99391667 11.32086667 Urban 288 RP-00274 75.65538889 11.685 Urban 289 RP-00277 75.77295 11.26303889 VELLAYIL Urban 290 RP-00276 75.84383056 11.29645 PALLITHAZHAM Urban 291 RP-00281 75.85183056 11.22951111 PANTHERANKAV Urban 292 RP-00278 75.82583333 11.13777778 KADALUNDY Urban 293 RP-00279 75.80266944 11.31943056 KAKKODI Urban 294 RP-00483 75.80783889 11.17975 Urban 295 RP-00503 75.86708333 11.17763889 RAMANATUKARA Urban 296 RP-00478 75.77291667 11.46986111 Urban 297 RP-00495 75.90602778 11.26244444 CHERUPA Urban 298 RP-00474 75.69527778 11.68138889 KAKKATTIL Urban 299 RP-00471 75.62836111 11.62586111 VDGAVIILLYAPALLI Urban 300 RP-00498 75.95608333 11.26655556 Urban 301 RP-00493 75.818 11.23138056 POOKUNNU Urban 302 RP-00491 75.75883056 11.3094 PAVANGAD Urban 303 RP-00485 75.78478889 11.279 ERANJIPALAM Urban 304 RP-00490 75.82523889 11.31005 PARAMBILBAZAR Urban

95

305 RP-00494 75.79248889 11.29723056 THADAMBATTUTHAZHAM Urban 306 RP-00488 75.8063 11.21211111 NALLALAMTE Urban 307 RP-00484 75.77856111 11.25123056 CHEROTTY Urban 308 RP-00273 75.83555556 11.44527778 Urban 309 RP-00470 75.75766667 11.38447222 ATHOLI Urban 310 RP-00482 75.72527778 11.39822222 QLDYPOOKADTE Urban 311 RP-00473 75.61155 11.65845 EDACHERRY Urban 312 RP-02142 76.08343889 11.60843889 KALPETTA_TE Urban 313 RP-01169 75.87255 11.26786944 KUTTIKATUR Urban 314 RP-01177 75.83169444 11.41836667 NANMANDA Urban 315 RP-01183 75.64869444 11.55366667 PALAYADUNADA Urban 316 RP-01208 75.73944444 11.36513889 VENGALAM Urban 317 RP-01149 75.80941667 11.35050556 CHELANNUR Urban 318 RP-02125 75.80518056 11.23576944 MANKAVU Urban 319 RP-01167 75.85152778 11.31873611 KORUVATTOOR Urban 320 RP-00489 75.83616944 11.25028333 PALAZHIPALA Urban 321 RP-01148 75.79108333 11.40055556 CHEEKKILODE Urban 322 RP-02133 75.78426111 11.2485 PALAYAMJN Urban 323 RP-02124 75.77933889 11.30961111 KUNDUPARAMBU Urban 324 RP-01188 75.63758333 11.72616667 PARAKKADAVU Urban 325 RP-02861 75.79195 11.24751111 EASTTALI Urban 326 RP-00487 75.84068333 11.27555278 MC Urban 327 RP-02863 75.77626111 11.26768889 ENGLISHCHURCH Urban 328 RP-00492 75.87828889 11.23995 PERUMANNA Urban 329 RP-02136 75.82027778 11.29255 VELLIMADUKUNNU Urban 330 RP-02151 75.65625 11.52633889 PAYYOLITE Urban 331 RP-02862 75.78781111 11.25526111 CORPSTADIUM Urban 332 RP-02856 75.79673056 11.25791111 MAVOORROAD Urban 333 RP-01173 75.73031944 11.66726111 MOKERI Urban 334 RP-01168 75.66063889 11.61191667 KOTTAPILLY Urban 335 RP-02140 75.83027778 11.17722222 FAROOKTOWN Urban 336 RP-02130 75.87643889 11.28778056 MUNDIKKALTHAZHAM Urban 337 RP-02846 75.77603889 11.25731111 CHEROOTYRD Urban 338 RP-02131 75.77293056 11.27476944 NADAKAVU Urban 339 RP-01171 75.93520278 11.37161111 MANIPURAM Urban 340 RP-01170 75.96691667 11.32108333 MANASSERI Urban 341 RP-02859 75.78111111 11.25952222 INDIRAGANDHIRD Urban 342 RP-02155 75.73677778 11.44538889 KANNORE Urban 343 RP-02850 75.805 11.18946111 NADUVATTOM Urban 344 RP-02137 75.76476111 11.29231111 WESTHILLCHUNGAM Urban 345 RP-04758 75.79091111 11.28331111 CIVILSTATION Urban 346 RP-01191 75.91775 11.33050556 PILASERRY Urban 347 RP-01182 75.82563889 11.33819444 PALATTU Urban 348 RP-02161 75.59192 11.58684 COOPHOSPITAL Urban

96

349 RP-01201 75.77198889 11.44978611 Urban 350 RP-01209 75.75021111 11.32078889 VENGALI Urban 351 RP-02129 75.79603889 11.24783056 MIMS Urban 352 RP-01155 75.60980556 11.56288889 Urban 353 RP-01156 75.76475 11.60073056 KADIYANGAD Urban 354 RP-02157 75.90942222 11.30846944 Urban 355 RP-01211 75.62733889 11.58681111 KEEZHAL Urban 356 RP-02132 75.82806944 11.21735 Urban 357 RP-02145 75.90389444 11.32213333 KALARIKANDI Urban 358 RP-02154 75.75747222 11.56192222 PERAMBRATOWN Urban 359 RP-02139 75.85619444 11.19369444 FAROOKCOLLEGE Urban 360 RP-02858 75.7744 11.29678889 EASTHILL Urban 361 RP-01194 75.87065 11.23806111 PUTHURMADDAM Urban 362 RP-02855 75.80161944 11.22291111 THIRUVANNUR Urban 363 RP-01805 75.77176944 11.25158889 SOUTHBEACHCTO Urban 364 RP-02117 75.79848889 11.30841111 EDAKKAD Urban 365 RP-02857 75.7831 11.27141111 JAWAHARNAGAR Urban 366 RP-02119 75.77801944 11.24023889 IDIYANKARA Urban 367 RP-02123 75.81766667 11.19847778 KUNDAYITHODE Urban 368 RP-02126 75.80236111 11.2003 ARAKKINAR Urban 369 RP-02120 75.78886111 11.25176111 JAILRDCALICUT Urban 370 RP-02847 75.79893056 11.26471111 KOTTILI Urban 371 RP-01159 75.79908333 11.44536111 KOKKALUR Urban 372 RP-01195 75.75972222 11.353 THALAKULATHUR Urban 373 RP-02135 75.78103889 11.25058056 SMSTREET Urban 374 RP-01203 75.67393056 11.72896944 VALAYAM Urban 375 RP-02851 75.79761111 11.28628056 MALAPARAMBUTWO Urban 376 RP-02854 75.85136944 11.27008056 NALLAKANDI Urban 377 RP-02852 75.76091389 11.30009444 ELAVANGATTAKAM Urban 378 RP-01163 75.76788889 11.4254 KOOMULLI Urban 379 RP-02141 75.84448889 11.14906111 MANNURVALAVU Urban 380 RP-02116 75.77652778 11.28861111 EASTHILLSTAFFQTRS Urban 381 RP-02146 75.86293056 11.30228889 KARANTHUR Urban 382 RP-02121 75.79086111 11.24171111 KALLAI Urban 383 RP-03653 75.58195 11.6057 VEERANCHERY Urban 384 RP-02113 75.8244 11.38968056 KAKKUR Urban 385 RP-09135 75.97105278 11.32580278 KMCTMICRO Urban 386 RP-09130 75.80788056 11.26373889 NELLICODEMICRO Urban 387 RP-01179 75.58228056 11.63351111 VALLIKKAD Urban 388 RP-02134 75.84893056 11.20188889 PARUTHIPARA Urban 389 RP-03050 75.71298889 11.53218056 Urban 390 RP-02138 75.61641111 11.71483889 IRINGANNUR Urban 391 RP-03251 76.074 11.614 STAFF QUARTERS Urban 392 RP-02152 75.64895 11.49755 PURAKKADBDGA Urban

97

393 RP-03046 75.9885 11.3264 AGASTYAMOOZHI Urban 394 RP-05603 75.60058056 11.65293889 ORKKATTIRI Urban 395 RP-03644 75.8459 11.1827 FAROOKCHUNGAM Urban 396 RP-04014 75.7788 11.2766 NADAKAVUEAST Urban 397 RP-06411 75.83519444 11.32633333 KORUVATTOORTOWN Urban 398 RP-06400 75.93888889 11.32027778 KATTANGAL Urban 399 RP-03031 75.67406944 11.62598056 AYANCHERRY Urban 400 RP-02118 75.80406111 11.24608889 GOVINDAPURAM Urban 401 RP-01158 75.66474722 11.68928889 KALLACHI Urban 402 RP-05769 76.0772 11.5949 VELLARAMKUNNU Urban 403 RP-06474 75.84146111 11.16925278 NALLOOR Urban 404 RP-06485 75.76322222 11.39911111 KODASSERY Urban 405 RP-06401 75.81361111 11.29111111 NGOQTRS Urban 406 RP-03652 75.5949 11.6019 NUTSTREET Urban 407 RP-02127 75.8326 11.2282 MATHARA Urban 408 RP-04812 76.098 11.58613056 PUTHURVAYAL Urban 409 RP-06508 75.83168889 11.20316944 KOLATHARA Urban 410 RP-09159 75.8735 11.29435 IIMMICRO Urban 411 RP-03517 75.61454444 11.53639167 KALARIPADI Urban 412 RP-03640 75.8006 11.3648 EICHANNUR Urban 413 RP-03032 75.5935 11.5948 BADAGARABUSSTAND Urban 414 RP-04909 75.92322778 11.27123333 KUTTIKADAVU Urban 415 RP-02114 75.78016944 11.33715 CHERUKULAM Urban 416 RP-04903 75.9042 11.2723 PUVVATUPARAMBU Urban 417 RP-03337 75.8358 11.29661389 MOOZHIKKAL Urban 418 RP-04011 75.7859 11.2883 HOMEOCOLLEGE Urban 419 RP-06461 75.87622778 11.16888889 VAIDHYARANGADI Urban 420 RP-04772 75.713 11.51 KOZHUKKALLOOR Urban 421 RP-07850 75.83758056 11.27396944 MEDICALCOLLEGECAMPUS Urban 422 RP-03344 75.78796944 11.21908056 VATTAKINAR Urban 423 RP-04021 75.77305278 11.25586944 CHEROOTYRD Urban 424 RP-03350 75.85580833 11.2477 PALAZHI Urban 425 RP-04774 75.6843 11.5256 IRINGATH Urban 426 RP-07233 75.77401944 11.24511944 KUTTICHIRA Urban 427 RP-08060 75.59072778 11.59188333 VADAKARA RAILWAY Urban 428 RP-06464 75.6463 11.7045 PERODE Urban 429 RP-08155 75.70505 11.44075 KOMATHKARA Urban 430 RP-06402 75.80905833 11.30223611 KANNADIKKAL Urban 431 RP-02144 75.92905278 11.35530833 KARUVAMPOIL Urban 432 RP-07322 75.95732222 11.29920833 ARIMALA Urban 433 RP-03342 75.798 11.23953889 AZHCHAVATTOM Urban 434 RP-03521 75.73369444 11.38531111 THIRUVANGOOR Urban 435 RP-06473 75.9777 11.3427 MUTHERY Urban 436 RP-02853 75.79657222 11.32703056 KOODATHAPOYAL Urban

98

437 RP-01172 75.83223056 11.15388056 VADAKKUMPADURW Urban 438 RP-04910 75.8712 11.2184 MANAKADAVU Urban 439 RP-03340 75.78561944 11.25840833 PRIVATEBUSSTANDKKD Urban 440 RP-03519 75.67446944 11.46208889 KOLLAM_KKD Urban 441 RP-02115 75.80941667 11.27802222 CHEVARAMBALAM Urban 442 RP-07934 75.87366389 11.18540556 RAMANATTUKARABYPASS2 Urban 443 RP-04809 76.08117778 11.6196 KALPETTACITY Urban 444 RP-06431 75.70751944 11.69365278 COMPANYMUKKU Urban 445 RP-06414 75.76463056 11.32339722 PAVANGADNE Urban 446 RP-03345 75.94877222 11.29406667 VELLILASSERY Urban 447 RP-06500 75.85453056 11.16838889 PERUMUGHAM Urban 448 RP-07178 75.74277778 11.48277778 MANNANKAVU Urban 449 RP-07222 75.78933889 11.4263 KARATTUPARA Urban 450 RP-05735 75.7762 11.4874 NADUVANNURTOWN Urban 451 RP-06487 75.9177 11.2473 KAYALAM Urban 452 RP-04897 75.8358 11.3652 KANDOTHPARA Urban 453 RP-08501 75.86546111 11.20006111 AZHIJILLAMMICRO Urban 454 RP-06483 75.82971944 11.24211111 BOTANICALGARDEN Urban 455 RP-04005 75.8108 11.2639 THONDAYAD Urban 456 RP-07900 75.78976111 11.21076944 MATHOTTAMWEST Urban 457 RP-04002 75.7763 11.248 BIGBAZAR Urban 458 RP-06420 75.91616944 11.295075 VENGERIMATAM Urban 459 RP-04422 75.96796111 11.14542222 KONDOTTYTOWN Urban 460 RP-08620 75.99438333 11.00088611 KOTTAKKAL2 Urban 461 RP-04003 75.79245556 11.26006389 ArayidathuPalam Urban 462 RP-08018 75.68866111 11.44631944 QuilandyDEToffice Urban 463 RP-04892 75.91377222 11.35985556 Koduvallytown Urban 464 RP-07811 75.64143056 11.61306111 Chemmarathur Urban 465 RP-07930 75.61273056 11.55016111 IRINGALRW Urban 466 RP-08518 75.68646944 11.74865 KALLUNIRA Urban 467 RP-08630 75.69521667 11.54173056 KEEZHPAYYUR Urban 468 RP-08906 75.61851111 11.66285 EDACHERYTOWN Urban 469 RP-03349 75.81765 11.26966944 CHEVARAMBALAM SOUTH Urban 470 RP-06499 75.7714 11.39396111 KANNIPPOYIL Urban 471 RP-08936 75.82790278 11.26297222 BhavansSchool Urban 472 RP-08450 75.89383889 11.30598889 VARATTIYAK Urban 473 RP-04493 75.77923056 11.25637778 MANANCHIRANORTH Urban 474 RP-06300 75.83702222 11.27037222 MedicalCollegeJNKKD Urban 475 RP-08954 75.82900278 11.44788889 BALUSSERYBUSSTAND Urban 476 RP-08670 75.97465278 11.27159722 KOOLIMADU Urban 477 RP-05214 75.79021 11.25905 MAVOORROADWEST Urban 478 RP-09106 75.5994 11.579296 PUTHUPANAMMICRO Urban 479 RP-08032 75.75931 11.36841 VKROAD Urban 480 RP-05311 75.96611365 11.29547153 CHENNAMANGALLUR Urban

99

481 RP-07723 75.66472 11.674052 KUMMANKODE Urban 482 RP-07143 75.80321 11.45884 THURUTHIYADMW Urban 483 RP-05362 75.67368 11.69262 VISHNUMANGALAM Urban 484 RP-03048 75.652222 11.6849 NADAPURAMTOWN Urban 485 RP-05310 75.68593 11.67082 KUNNUMAL Urban 486 RP-05293 75.65758 11.71882 VALAYAMTOWN Urban 487 RP-04004 75.811038 11.256584 POTTAMELJN Urban 488 RP-05055 75.59073538 11.60105674 BADAGARATOWNHALL Urban 489 RP-08945 75.80666694 11.17106354 BEYPOREPORT Urban 490 RP-05313 75.80273795 11.21364346 MEENCHANDAKKD Urban 491 RP-05435 75.79423698 11.33774322 CHELAPPRAM Urban 492 RP-04020 75.78732698 11.2456334 PADMASREEAUDITORIUM Urban 493 RP-08280 75.89057679 11.23781341 KOTTAYITHAZHAM Urban 494 RP-04008 75.85681575 11.28540554 MAYANAD Urban 495 RP-03041 75.86938056 11.29841944 IIMKOZHIKODE Urban 496 RP-06423 75.797125 11.38707222 PAVANDOOR Urban 497 RP-08166 75.68282 11.60358 KANNAMBATHKARA Urban 498 RP-08129 75.829236 11.404951 NanmandaHSS Urban 499 RP-08843 75.65064 11.56418 ManiyoorEnggCollege Urban 500 RP-08451 75.89335 11.29529 SivagiriKKD Urban 501 RP-08953 75.63583 11.69736 Thoonery Urban 502 RP-03338 75.80031 11.27637 KottooliBypass Urban 503 RP-06430 75.82095 11.32341 Chalilthazham Urban 504 RP-10731 75.97135 11.32450556 KmctMedicalClg Urban 505 RP-08469 76.08269167 11.60960278 KalpettaTown Urban 506 RP-06488 75.70855 11.47589 Arjunankunnu Urban 507 RP-08164 75.99781944 11.32125556 MukkomTown Urban 508 RP-05375 75.82812 11.25549 ULCYBERPARKKKD Urban 509 RP-09036 76.08327 11.58852 MILMAKALPETTA Urban 510 RP-09035 75.93257 11.31523 RP-09035-NITMBAMicro Urban 511 RP-05361 75.90193 11.34822 RP-05361-KoduvallySouth Urban 512 RP-05537 75.7681941 11.28534364 RP-05537-WestHillPoly Urban 513 RP-08477 75.83752222 11.13875833 RP-08477-TMHHospitalKKD Urban 514 RP-02848 75.7905 11.2336 RP-02848-Kallai2 Urban 515 RP-08731 75.78170278 11.24313889 RP-08731-RailwayStnRdKKD Urban 516 RP-08452 75.758464 11.449747 RP-08452-Mundoth Urban 517 RP-08956 75.820976 11.426622 RP-08956-PanayiWest Urban 518 RP-08437 75.7492 11.58904 RP-08437-KoothaliIP Urban 519 RP-05595 75.68864967 11.50380113 RP-05595-Keezhariyur Urban 520 RP-08429 75.76129167 11.43921111 RP-08429-Palora Urban 521 RP-09310 75.780748 11.277441 RP-09310-AlhindMicro Urban 522 RP-06429 75.65090278 11.58293889 RP-06429-ChekkottyBazaar Urban 523 RP-05396 75.8151818 11.2849779 RP-05396-CHColony Urban 524 RP-05753 76.07172 11.62402 RP-05753-MunderiKPTA Urban

100

525 RP-08756 75.879574 11.280706 RP-08756-MontanaEstates Urban 526 RP-08912 75.816141 11.154905 RP-08912-Chaliyam Urban 527 RP-06607 75.83637 11.25582826 RP-06607-BhavansHill Urban 528 RP-06521 75.61567 11.6383 RP-06521-KURINJALLIYODE Urban 529 RP-06544 75.64816 11.59537 RP-06544-Arayannur Urban 530 RP-06594 75.934836 11.268493 RP-06594-Kanniparamba Urban 531 RP-10594 75.821667 11.241667 RP-10594-ZGCollege Urban 532 RP-07547 75.7211 11.6729 RP-07547-MokeriTown Urban 533 RP-01676 75.7435864 11.5573483 RP-01676-PerambraHill Urban 534 RP-06522 75.63206085 11.48327938 THIKODI Urban 535 RP-01847 75.80257 11.25815 RP-01847-Nellikode Urban 536 RP-06524 75.7760538 11.302207 RP-06524-MeitraHosp Urban 537 RP-01674 75.58801446 11.59809355 RP-01674-BadagaraOldBusStnd Urban 538 RP-04902 75.59426 11.66794 RP-04902- Urban 539 RP-06688 75.6634 11.6233 RP-06688-Valliad Urban 540 RP-05445 75.83383 11.24793 RP-05445-HiLiteMallKKD Urban 541 RP-08732 75.78677 11.26447 RP-08732-SarovaramPark Urban 542 IB-09996 75.83897496 11.27208997 IB-09996-KKDMedClgIMCH Urban 543 RP-08830 75.838792 11.274515 RP-08830-MCSSBlockKKD Urban 544 RP-06599 75.81827 11.29235 RP-06599-NGOQrtrsHstl Urban 545 RP-06596 75.8114236 11.2475596 RP-06596-Kommeri Urban 546 RP-06669 75.78461 11.26503 RP-06669-Muthappankavu Urban 547 RP-06623 75.7981 11.2512 RP-06623-ComtrustHosp Urban 548 RP-06667 75.77705 11.2631 RP-06667-MCCGround Urban 549 RP-06680 75.836719 11.268781 RP-06680-DevagiriClg Urban 550 RP-06646 75.8252469 11.2944633 RP-06646-VellimadukunnuN Urban 551 RP-08771 75.69239999 11.52669999 RP-08771-Manjakulam Urban 552 RP-04484 75.87130003 11.32222 RP-04484-Poyilthazham Urban 553 RP-06687 75.694761 11.438963 RP-06687-QuilandyMrkt Urban 554 RP-01953 75.817922 11.216697 NallalamBazar Urban

101

Annexure 12

List of BTS sites for Mobile Infrastructure Maintenance (MIM) – Full

SN RPID SITE_NAME Sub Divn 1 RP-00277 RP-00277-Vellayil KKD1 2 RP-00484 RP-00484-Cherotty KKD1 3 RP-00485 RP-00485-Eranjipalam KKD1 4 RP-00487 RP-00487-Medcollegekkd KKD1 5 RP-00488 RP-00488-Nallalamte KKD1 6 RP-00489 RP-00489-Palazhipala KKD1 7 RP-00490 RP-00490-Parambilbazar KKD1 8 RP-00491 RP-00491-Pavangad KKD1 9 RP-00492 RP-00492-Perumanna KKD1 10 RP-00493 RP-00493-Pookunnu KKD1 11 RP-00494 RP-00494-Thadambatutazhm KKD1 12 RP-01169 RP-01169-Kuttikatur KKD1 13 RP-01172 RP-01172-VadakkumpaduRw KKD1 14 RP-01194 RP-01194-Puthurmaddam KKD1 15 RP-01805 RP-01805-Southbeachcto KKD1 16 RP-02115 RP-02115-Chevarambalam KKD1 17 RP-02116 RP-02116-EastHillQtrs KKD1 18 RP-02117 RP-02117-Vengeri KKD1 19 RP-02119 RP-02119-Idiyankara KKD1 20 RP-02120 RP-02120-Jailrdcalicut KKD1 21 RP-02121 RP-02121-Kallai KKD1 22 RP-02123 RP-02123-Kundayithode KKD1 23 RP-02124 RP-02124-Kunduparambu KKD1 24 RP-02126 RP-02126-Arakkinar KKD1 25 RP-02127 RP-02127-Mathara KKD1 26 RP-02129 RP-02129-Mims KKD1 27 RP-02131 RP-02131-Nadakavu KKD1 28 RP-02132 RP-02132-Olavanna KKD1 29 RP-02133 RP-02133-Palayamjn KKD1 30 RP-02134 RP-02134-Paruthipara KKD1 31 RP-02135 RP-02135-Smstreet KKD1 32 RP-02137 RP-02137-Westhillchungam KKD1 33 RP-02139 RP-02139-Farookcollege KKD1 34 RP-02140 RP-02140-Farooktown KKD1 35 RP-02141 RP-02141-MANNURVALAVU KKD1 36 RP-02846 RP-02846-Cherootyrd KKD1 37 RP-02850 RP-02850-Naduvattom KKD1 38 RP-02851 RP-02851-IQRAAHospital KKD1 39 RP-02852 RP-02852-KoyaRoad KKD1

102

40 RP-02854 RP-02854-Velliparamba KKD1 41 RP-02855 RP-02855-Thiruvannur KKD1 42 RP-02856 RP-02856-Mavoorroad KKD1 43 RP-02857 RP-02857-Jawaharnagar KKD1 44 RP-02858 RP-02858-Easthill KKD1 45 RP-02859 RP-02859-Indiragandhird KKD1 46 RP-02861 RP-02861-Easttali KKD1 47 RP-02862 RP-02862-Corpstadium KKD1 48 RP-02863 RP-02863-Englishchurch KKD1 49 RP-03349 RP-03349-ChevayurKSEB KKD1 50 RP-03644 RP-03644-Farookchungam KKD1 51 RP-04008 RP-04008-Mayanad KKD1 52 RP-04011 RP-04011-HomeoCollege KKD1 53 RP-04014 RP-04014-Nadakavueast KKD1 54 RP-04758 RP-04758-Civilstation KKD1 55 RP-09130 RP-09130-NellikodeMW KKD1 56 RP-04002 RP-04002-BigBazar KKD1 57 RP-04910 RP-04910-Manakadavu KKD1 58 RP-04005 RP-04005-Thondayad KKD1 59 RP-06500 RP-06500-Perumugham KKD1 60 RP-03340 RP-03340-FocusMall KKD1 61 RP-07900 RP-07900-MathottamWest KKD1 62 RP-07934 RP-07934-RamanatukaraByp KKD1 63 RP-06483 RP-06483-BotanicalGarden KKD1 64 RP-07850 RP-07850-MCCampusKKD KKD1 65 RP-08501 RP-08501-AzhijillamMicro KKD1 66 RP-04003 RP-04003-ArayidathuPalam KKD1 67 RP-04493 RP-04493-MananchiraNorth KKD1 68 RP-04020 RP-04020-Padmasree KKD1 69 RP-05375 RP-05375-ULCyberParkKKD KKD1 70 RP-08731 RP-08731-RailwayStnRdKKD KKD1 71 RP-08477 RP-08477-TMHHospitalKKD KKD1 72 RP-02848 RP-02848-KallaiRailway KKD1 73 RP-09310 RP-09310-AlhindMicro KKD1 74 RP-10594 RP-10594-ZGCollege KKD1 75 RP-08830 RP-08830-MCSSBlockKKD KKD1 76 IB-09996 IB-09996-KKDMedClgIMCH KKD1 77 IB-09997 IB-09997-KsrtcStandKkd KKD1 78 RP-06524 RP-06524-MeitraHosp KKD1 79 RP-09400 RP-09400-CalicutTower KKD1 80 RP-08486 RP-08486-Ambalakulangara KKD2 81 RP-03031 RP-03031-Ayancherry KKD2 82 RP-03032 RP-03032-Badagarabusstand KKD2 83 RP-06443 RP-06443-CheekkonnuWest KKD2

103

84 RP-07811 RP-07811-Chemmarathur KKD2 85 RP-02161 RP-02161-CoopHospital KKD2 86 RP-01155 RP-01155-Iringal KKD2 87 RP-01156 RP-01156-Kadiyangad KKD2 88 RP-02162 RP-02162-Kaiveli KKD2 89 RP-01158 RP-01158-Kallachi KKD2 90 RP-08518 RP-08518-Kallunira KKD2 91 RP-06433 RP-06433-Kayakkodi KKD2 92 RP-01211 RP-01211-Keezhal KKD2 93 RP-04785 RP-04785-Koovapoil KKD2 94 RP-01168 RP-01168-Kottapilly KKD2 95 RP-07723 RP-07723-Kummankode KKD2 96 RP-06492 RP-06492-Kunduthode KKD2 97 RP-07973 RP-07973-KuvapoilNEW KKD2 RP-08843- 98 RP-08843 ManiyoorEnggCollege KKD2 99 RP-07460 RP-07460-Maruthonkara KKD2 100 RP-07120 RP-07120-Muthukad KKD2 101 RP-03652 RP-03652-Nutstreet KKD2 102 RP-01187 RP-01187-Panthirikkara KKD2 103 RP-01190 RP-01190-Peruvannamuzhi KKD2 104 RP-07280 RP-07280-Poothampara KKD2 105 RP-07118 RP-07118-Poozhithode KKD2 106 RP-02150 RP-02150-Purameri KKD2 107 RP-09106 RP-09106-PuthupanamMicro KKD2 108 RP-01199 RP-01199-Thanneerpanthal KKD2 109 RP-08953 RP-08953-Thoonery KKD2 110 RP-03653 RP-03653-Veeranchery KKD2 111 RP-09125 RP-09125-Valook KKD2 112 RP-09035 RP-09035-NITMBAMicro KKD3 113 RP-00276 RP-00276-Pallithazham KKD3 114 RP-01144 RP-01144-Adivaram KKD3 115 RP-01154 RP-01154-Eengapuzha KKD3 116 RP-01180 RP-01180-Padanilam KKD3 117 RP-01193 RP-01193-Punur KKD3 118 RP-01206 RP-01206-Vavad KKD3 119 RP-02130 RP-02130-Peringolam KKD3 120 RP-02143 RP-02143-Madavoor KKD3 121 RP-02145 RP-02145-Kalarikandi KKD3 122 RP-02146 RP-02146-Karanthur KKD3 123 RP-02157 RP-02157-Chathamangalam KKD3 124 RP-02160 RP-02160-Parappanpoil KKD3 125 RP-03054 RP-03054-ThamarasseriTwn KKD3 126 RP-04903 RP-04903-Pariyangad KKD3 127 RP-04909 RP-04909-Kuttikkadavu KKD3

104

128 RP-05107 RP-05107-KMCTClgofEngg KKD3 129 RP-06487 RP-06487-Kayalam KKD3 130 RP-07465 RP-07465-Muttanchery KKD3 131 RP-08756 RP-08756-MontanaEstates KKD3 132 RP-09072 RP-09072-Rampoil KKD3 133 RP-09159 RP-09159-IIMCampus KKD3 134 RP-01161 RP-01161-Koodaranhi KKD3 135 RP-01170 RP-01170-Manasseri KKD3 136 RP-01171 RP-01171-Manipuram KKD3 137 RP-02156 RP-02156-Alinthara KKD3 138 RP-02159 RP-02159-Koodathai KKD3 139 RP-03256 RP-03256-Pullurampara KKD3 140 RP-03345 RP-03345-Vellilassery KKD3 141 RP-04747 RP-04747-Kalppini KKD3 142 RP-06475 RP-06475-Marakkattupuram KKD3 143 RP-07322 RP-07322-Arimala KKD3 144 RP-07323 RP-07323-Peedikappara KKD3 145 RP-08164 RP-08164-MukkomTown KKD3 146 RP-09057 RP-09057-Maranchatymicro KKD3 147 RP-09135 RP-09135-KMCTMicro KKD3 148 RP-10731 RP-10731-KmctMedicalClg KKD3 149 RP-01926 RP-01926-AlphonsaSchool KKD3 150 RP-01205 RP-01205-VATTOLI KKD3 151 RP-06432 RP-06432-Eravannur KKD3 152 RP-00506 RP-00506-Anakkampoil KKD3 153 RP-01178 RP-01178-Nellipoyil KKD3 154 RP-05602 RP-05602-Kakkadampoil KKD3 155 RP-06446 RP-06446-Kannoth KKD3 156 RP-06509 RP-06509-Olikkal KKD3 157 RP-01151 RP-01151-Chembra KKD4 158 RP-01152 RP-01152-Chengotukavu KKD4 159 RP-01201 RP-01201-Ulliyeri KKD4 160 RP-01207 RP-01207-Velliyur KKD4 161 RP-01707 RP-01707-VattoliBazar KKD4 162 RP-02152 RP-02152-Purakkadbdga KKD4 163 RP-02154 RP-02154-Perambratown KKD4 164 RP-02155 RP-02155-Kannore KKD4 165 RP-03519 RP-03519-KollamKKD KKD4 166 RP-04908 RP-04908-Vakayad KKD4 167 RP-05735 RP-05735-NaduvannurTown KKD4 168 RP-06488 RP-06488-Arjunankunnu KKD4 169 RP-08429 RP-08429-Palora KKD4 170 RP-08771 RP-08771-Manjakulam KKD4 171 RP-01182 RP-01182-Palath KKD4

105

172 RP-01195 RP-01195-Thalakulathur KKD4 173 RP-01197 RP-01197-Thalayad KKD4 174 RP-01209 RP-01209-Vengali KKD4 175 RP-02113 RP-02113-Kakkur KKD4 176 RP-02114 RP-02114-Cherukulam KKD4 177 RP-02853 RP-02853-Koodathapoyal KKD4 178 RP-03632 RP-03632-Kuttambour KKD4 179 RP-04746 RP-04746-kakkayaHydro KKD4 180 RP-04899 RP-04899-Punnasseri KKD4 181 RP-06414 RP-06414-PavangadNe KKD4 182 RP-06423 RP-06423-Pavandoor KKD4 183 RP-06430 RP-06430-Chalilthazham KKD4 184 RP-06445 RP-06445-Iyyad KKD4 185 RP-07142 RP-07142-Thattanpurayil KKD4 186 RP-07222 RP-07222-Karattupara KKD4 187 RP-08032 RP-08032-VKRoad KKD4 188 RP-08067 RP-08067-Kallanodu KKD4 189 RP-08956 RP-08956-PanayiWest KKD4 190 RP-08740 RP-08740-Kariyathankavu KKD4 191 RP-08018 RP-08018 Quilandy Det KKD4 192 IB-00111 IB-00111-OrientalSchool KPTA 193 IB-01665 IB-01665-WIMSIBS KPTA 194 IB-03022 IB-03022-VeterinaryCollg KPTA 195 RP-08676 RP-08676-MuthangaMicro KPTA 196 RP-09036 RP-09036-MilmaKalpetta KPTA 197 RP-05792 RP-05792-Muthanga KPTA 198 RP-00079 RP-00079-Kalpettamw KPTA 199 RP-00080 RP-00080-Lakkidi KPTA 200 RP-01160 RP-01160-KOLAGAPPARA KPTA 201 RP-01174 RP-01174-MUTTIL KPTA 202 RP-02147 RP-02147- KPTA 203 RP-03044 RP-03044-Meenangaditown KPTA 204 RP-03053 RP-03053-Sultnbatryqrts KPTA 205 RP-03251 RP-03251-KalpettaQtrs KPTA 206 RP-03258 RP-03258-Chooralmala KPTA 207 RP-04491 RP-04491-Kakkavayal KPTA 208 RP-04809 RP-04809-KalpettaCity KPTA 209 RP-04812 RP-04812-Puthurvayal KPTA 210 RP-05757 RP-05757-Chellankod KPTA 211 RP-05769 RP-05769-Vellaramkunnu KPTA 212 RP-05800 RP-05800-Vakeri KPTA 213 RP-06418 RP-06418-Krishnagiri KPTA 214 RP-07207 RP-07207-Mukkamkunnu KPTA 215 RP-07211 RP-07211-WIMS KPTA

106

216 RP-08141 RP-08141-Beenachi KPTA 217 RP-08144 RP-08144-Anjukunnu KPTA 218 RP-08146 RP-08146-Kabanigiri KPTA 219 RP-08465 RP-08465-Naikatty KPTA 220 RP-08469 RP-08469-KalpettaTown KPTA 221 RP-02149 RP-02149-MananthodyTown KPTA 222 RP-02158 RP-02158-CHEEYAMBAM KPTA 223 RP-03049 RP-03049-Nadavayal KPTA 224 RP-04797 RP-04797-Koolivayal KPTA 225 RP-04800 RP-04800-Kaniyampatta KPTA 226 RP-04801 RP-04801-Thonichal KPTA 227 RP-04806 RP-04806-Tharuvanna KPTA 228 RP-04889 RP-04889-Karani KPTA 229 RP-05700 RP-05700-Kappiset KPTA 230 RP-06453 RP-06453-Pilakkavu KPTA 231 RP-07206 RP-07206-Valal KPTA 232 RP-07208 RP-07208-Mothakkara KPTA 233 RP-07262 RP-07262-VimalaNagar KPTA 234 RP-07458 RP-07458-Papplassery KPTA 235 RP-08145 RP-08145-Amarakkuni KPTA 236 RP-08175 RP-08175-MaryMathaClg KPTA 237 RP-08176 RP-08176-GECMananthavady KPTA

107

Annexure 13

List of BTS sites for Mobile Infrastructure Maintenance (MIM) – Partial

SN RPID SITE_NAME Sub Divn 1 RP-02847 RP-02847-Kottili KKD1 2 RP-06431 RP-06431-CompanyMukku KKD2 3 RP-07140 RP-07140-Passukkadavu KKD2 4 RP-06422 RP-06422-Mullankunnu KKD2 5 RP-00476 RP-00476-MadapallyCollege KKD2 6 RP-06462 RP-06462-Theekkuni KKD2 7 RP-01192 RP-01192-Pullalur KKD3 8 RP-03046 RP-03046-Agastyamoozhi KKD3 9 RP-01191 RP-01191-Pilaserry KKD3 10 RP-03640 RP-03640-Eichannur KKD4 11 RP-06499 RP-06499-Kannippoyil KKD4 12 RP-06472 RP-06472-Narinada KKD4 13 RP-04808 RP-04808-Pinnangode KPTA 14 RP-04914 RP-04914-RipponEstate KPTA 15 RP-04895 RP-04895-Stmaryscollege KPTA 16 RP-05661 RP-05661-Madakkara KPTA 17 RP-03259 RP-03259-Chulliyode KPTA 18 RP-03808 RP-03808-Moolankavu KPTA 19 RP-07467 RP-07467-Kunjome KPTA 20 RP-07212 RP-07212-Kumbaleri KPTA 21 RP-04807 RP-04807-Payyampally KPTA 22 RP-04805 RP-04805-16thMileWyanad KPTA 23 RP-04894 RP-04894-Koyileri KPTA 24 RP-07210 RP-07210-Yavanarkulam KPTA 25 RP-04891 RP-04891-Chethalayam KPTA 26 RP-04760 RP-04760-Meppadi KPTA

108

Annexure 14

List of BTS sites for Diesel filling

Sl No Site Name Sub Division 1 RP-00484-Cherotty KKD1 2 RP-00485-Eranjipalam KKD1 3 RP-00487-Medcollegekkd KKD1 4 RP-00489-Palazhipala KKD1 5 RP-00490-Parambilbazar KKD1 6 RP-00491-Pavangad KKD1 7 RP-00492-Perumanna KKD1 8 RP-00493-Pookunnu KKD1 9 RP-00494-Thadambatutazhm KKD1 10 RP-01169-Kuttikatur KKD1 11 RP-01172-VadakkumpaduRw KKD1 12 RP-01194-Puthurmaddam KKD1 13 RP-01805-Southbeachcto KKD1 14 RP-02115-Chevarambalam KKD1 15 RP-02116-EastHillQtrs KKD1 16 RP-02117-Vengeri KKD1 17 RP-02119-Idiyankara KKD1 18 RP-02120-Jailrdcalicut KKD1 19 RP-02121-Kallai KKD1 20 RP-02123-Kundayithode KKD1 21 RP-02124-Kunduparambu KKD1 22 RP-02126-Arakkinar KKD1 23 RP-02127-Mathara KKD1 24 RP-02129-Mims KKD1 25 RP-02131-Nadakavu KKD1 26 RP-02132-Olavanna KKD1 27 RP-02133-Palayamjn KKD1 28 RP-02134-Paruthipara KKD1 29 RP-02137-Westhillchungam KKD1 30 RP-02139-Farookcollege KKD1 31 RP-02140-Farooktown KKD1 32 RP-02141-MANNURVALAVU KKD1 33 RP-02846-Cherootyrd KKD1 34 RP-02847-Kottili KKD1 35 RP-02850-Naduvattom KKD1 36 RP-02851-IQRAAHospital KKD1 37 RP-02852-KoyaRoad KKD1 38 RP-02854-Velliparamba KKD1

109

39 RP-02855-Thiruvannur KKD1 40 RP-02856-Mavoorroad KKD1 41 RP-02857-Jawaharnagar KKD1 42 RP-02858-Easthill KKD1 43 RP-02861-Easttali KKD1 44 RP-02862-Corpstadium KKD1 45 RP-02863-Englishchurch KKD1 46 RP-04008-Mayanad KKD1 47 RP-04011-HomeoCollege KKD1 48 RP-04758-Civilstation KKD1 49 RP-04002-BigBazar KKD1 50 RP-04910-Manakadavu KKD1 51 RP-04005-Thondayad KKD1 52 RP-06500-Perumugham KKD1 53 RP-07900-MathottamWest KKD1 54 RP-07934-RamanatukaraByp KKD1 55 RP-06483-BotanicalGarden KKD1 56 RP-07850-MCCampusKKD KKD1 57 RP-08501-AzhijillamMicro KKD1 58 RP-04020-Padmasree KKD1 59 RP-08477-TMHHospitalKKD KKD1 60 RP-02848-KallaiRailway KKD1 61 RP-07900-MathottamWest KKD1 62 RP-06422-Mullankunnu KKD2 63 RP-02162-Kaiveli KKD2 64 RP-00476-MadapallyCollege KKD2 65 RP-01156-Kadiyangad KKD2 66 RP-01158-Kallachi KKD2 67 RP-02150-Purameri KKD2 68 RP-02161-CoopHospital KKD2 69 RP-01190-Peruvannamuzhi KKD2 70 RP-07118-Poozhithode KKD2 71 RP-09106-PuthupanamMicro KKD2 72 RP-08843-ManiyoorEnggCollege KKD2 73 RP-08953-Thoonery KKD2 74 RP-07460-Maruthonkara KKD2 75 RP-06431-CompanyMukku KKD2 76 RP-01155-Iringal KKD2 77 RP-01168-Kottapally KKD2 78 RP-01211-Keezhal KKD2 79 RP-03031-Ayancherry KKD2 80 RP-03032-Badagarabusstand KKD2 81 RP-03653-Veeranchery KKD2 82 RP-06443-CheekkonnuWest KKD2

110

83 RP-06462-Theekkuni KKD2 84 RP-07120-Muthukad KKD2 85 RP-07280-Poothampara KKD2 86 RP-07811-Chemmarathur KKD2 87 RP-07973-KuvapoilNEW KKD2 88 RP-08518-Kallunira KKD2 89 RP-01187-Panthirikkara KKD2 90 RP-06433-Kayakkodi KKD2 91 RP-06492-Kunduthode KKD2 92 RP-07140-Passukkadavu KKD2 93 RP-08486-Ambalakulangara KKD2 94 RP-01199-Thanneerpanthal KKD2 95 RP-07723-Kummankode KKD2 96 RP-00276-Pallithazham KKD3 97 RP-01191-Pilaserry KKD3 98 RP-02130-Peringolam KKD3 99 RP-02145-Kalarikandi KKD3 100 RP-02157-Chathamangalam KKD3 101 RP-04903-Pariyangad KKD3 102 RP-01171-Manipuram KKD3 103 RP-08164-MukkomTown KKD3 104 RP-10731-KmctMedicalClg KKD3 105 RP-05107-KMCTClgofEngg KKD3 106 RP-02146-Karanthur KKD3 107 RP-04909-Kuttikkadavu KKD3 108 RP-01170-Manasseri KKD3 109 RP-03046-Agastyamoozhi KKD3 110 RP-07322-Arimala KKD3 111 RP-01144-Adivaram KKD3 112 RP-01180-Padanilam KKD3 113 RP-01192-Pullalur KKD3 114 RP-01193-Punur KKD3 115 RP-01205-VATTOLI KKD3 116 RP-03054-ThamarasseriTwn KKD3 117 RP-01161-Koodaranhi KKD3 118 RP-02156-Alinthara KKD3 119 RP-02159-Koodathai KKD3 120 RP-03256-Pullurampara KKD3 121 RP-03345-Vellilassery KKD3 122 RP-06446-Kannoth KKD3 123 RP-01154-Eengapuzha KKD3 124 RP-01206-Vavad KKD3 125 RP-02143-Madavoor KKD3 126 RP-02160-Parappanpoil KKD3

111

127 RP-06432-Eravannur KKD3 128 RP-06487-Kayalam KKD3 129 RP-07465-Muttanchery KKD3 130 RP-00506-Anakkampoil KKD3 131 RP-01178-Nellipoyil KKD3 132 RP-04747-Kalppini KKD3 133 RP-05602-Kakkadampoil KKD3 134 RP-06475-Marakkattupuram KKD3 135 RP-06509-Olikkal KKD3 136 RP-07323-Peedikappara KKD3 137 RP-00063-Payyoli KKD4 138 RP-01151-Chembra KKD4 139 RP-01152-Chengotukavu KKD4 140 RP-01707-VattoliBazar KKD4 141 RP-02152-Purakkadbdga KKD4 142 RP-02154-Perambratown KKD4 143 RP-02155-Kannore KKD4 144 RP-03519-KollamKKD KKD4 145 RP-04908-Vakayad KKD4 146 RP-05735-NaduvannurTown KKD4 147 RP-06472-Narinada KKD4 148 RP-06488-Arjunankunnu KKD4 149 RP-06499-Kannippoyil KKD4 150 RP-08018-QuilandyDET KKD4 151 RP-08429-Palora KKD4 152 RP-01182-Palath KKD4 153 RP-01195-Thalakulathur KKD4 154 RP-01197-Thalayad KKD4 155 RP-01209-Vengali KKD4 156 RP-02113-Kakkur KKD4 157 RP-02114-Cherukulam KKD4 158 RP-02853-Koodathapoyal KKD4 159 RP-03632-Kuttambour KKD4 160 RP-04746-kakkayaHydro KKD4 161 RP-04899-Punnasseri KKD4 162 RP-06414-PavangadNe KKD4 163 RP-06430-Chalilthazham KKD4 164 RP-06445-Iyyad KKD4 165 RP-07142-Thattanpurayil KKD4 166 RP-07222-Karattupara KKD4 167 RP-08032-VKRoad KKD4 168 RP-08067-Kallanodu KKD4 169 RP-08956-PanayiWest KKD4 170 RP-08740-Kariyathankavu KKD4

112

171 RP-03640-Eichannur KKD4 172 RP-06423-Pavandoor KKD4 173 16th mile KPTA 174 Amarakkuni KPTA 175 Anjukunnu KPTA 176 Beenachi KPTA 177 Cheeyambam KPTA 178 Chellenkod KPTA 179 Chethalayam KPTA 180 Chooralmala KPTA 181 Chulliyode KPTA 182 GEC KPTA 183 Kabanigiri KPTA 184 Kakkavayal KPTA 185 Kalpetta City KPTA 186 Kalpetta Microwave KPTA 187 Kalpetta Staff Quarters KPTA 188 Kalpetta Town KPTA 189 Kambalakkad KPTA 190 KPTA 191 Kappiset KPTA 192 Karani KPTA 193 Kolagappara KPTA 194 Koolivayal KPTA 195 Koyileri KPTA 196 Krishnagiri KPTA 197 Kumbaleri KPTA 198 Kunjome KPTA 199 Lakkidi KPTA 200 Madakkara KPTA 201 Mananthavady Town KPTA 202 Mary Matha KPTA 203 Meenangadi Town KPTA 204 Meppadi KPTA 205 Moolankavu KPTA 206 Mothakkara KPTA 207 Mukkamkunnu KPTA 208 Muthanga KPTA 209 Muttil KPTA 210 Nadavayal KPTA 211 Naikatty KPTA 212 Papplassery KPTA 213 Payyampally KPTA 214 Pilakkavu KPTA

113

215 Pinnangode KPTA 216 Puthurvayal KPTA 217 Rippon Estate KPTA 218 St Marys college KPTA 219 Sultnbatryqrts KPTA 220 Tharuvana KPTA 221 Thonichal KPTA 222 Vakeri KPTA 223 Valal KPTA 224 Vellaramkunnu KPTA 225 Vimalanagar KPTA 226 Vythri KPTA 227 WIMS KPTA 228 Yavanarakulam KPTA

114

ANNEXURE – 15

DEED OF INDEMNITY

This DEED OF INDEMNITY is executed on this the ……………………………, by

1. <>, a company/ firm registered under the ……………………………….. (Applicable acts, as the case may be) (Hereinafter referred to as the Bidder) and having its registered office at <

> acting through << Authorized Signa- tory>> is hereinafter, for the purposes of this Deed of Indemnity.

TO AND IN FAVOUR OF

Bharat Sanchar Nigam Limited, through the ……………………… BSNL ………………………. Office (hereinafter referred to as the Purchaser which expression shall unless repugnant to the context or meaning thereof mean and be deemed to include its authorized representatives and permitted assigns) on the Other Part.

WHEREAS

(a) The Purchaser had invited bids vide their Tender Enquiry No.……………………….(hereinafter referred to as ‘Tender’) for the purpose of………………………………………………………………………………………………….. (b) The Bidder had submitted its bid/ proposal dated ___ (hereinafter referred to as the ‘Bid’) for the provision of such services in accordance with its proposal as set out in its Bid and in accordance with the terms and conditions of the Tender. (c) The Bidder has in order to comply with the terms of the Tender agreed to execute the Deed of Indemnity on such terms and conditions more fully mentioned below.

NOW THIS DEED OF INDEMNITY WITNESSETH AS FOLLOWS:

1. The Bidder shall, in consideration of the Purchaser making payment under and in accordance with the Tender Document, hereby agrees to indemnify the Purchaser against any costs, loss, damages and claims from third parties or liabilities suffered by the Purchaser and directly arising out of the following reasons:

a. Any illegal or unauthorized use or in connection with any claim or proceedings relating to any breach or violation of any permission/license terms by the Bidder or any of its sub-contractor in the process of fulfilment of required obligations during contract period.

b. The Bidder shall protect, defend, indemnify and hold harmless to BSNL and its employees from and against any and all liabilities, damages, fines, penalties and cost (including legal costs and disbursements) arising from:

I. Any breach of any statute, regulation, direction, orders or standards from any Governmental body, Agency or regulator issued with respect to the product /services being supplied/provided under this Tender. II. Any claim made by third parties arising out of the use of the services of BSNL being provided using the equipment/services supplied under the

115

Tender to the extent these are attributable solely to the poor quality or non-compliance of the products/services to the respective specifications. III. Any claims arising from other utility / service providers in connection with interruptions or degradation of their services due to services pro- vided by bidder under this Tender.

2. The bidder also declares that in case bidder is blacklisted by GST Authorities in future & which results in loss of Input Tax Credit (ITC) to BSNL, then BSNL shall have right to re- cover any such loss of ITC arising on account of such black-listing.

3. This Deed of Indemnity shall stand terminated on expiry of or early termination of the contract period as envisaged in the above said Tender requirement. 4. The Deed of Indemnity shall constitute the entire indemnity provided by the Bidder for the indemnities asked in said Tender. 5. This Deed of Indemnity shall be governed by and construed in accordance with Indian law.

(Authorized Signatory) Date: Place: << Name of the Bidder>>

Witness 1:

Witness 2:

116

ANNEXURE - 16

Particulars for Input Invoice, Receipt Voucher & GST Details of Purchaser

A. Input Invoice

Sl_No Particulars of Input Invoice 01 Name and Registered address of the supplier 02 GST Registration Number of the supplier 03 Name of BSNL Entity 04 ‘Bill to “ and ‘ship to’ address of BSNL 05 GST Registration Number of BSNL 06 Date of Invoice 07 Invoice Number 08 Place of Supply (Including state) 09 Type of Tax (CGST,SGST and IGST) 10 Rate of Tax 11 Value of Goods/Service and Type /rate/Amount of Tax should be sep rately mentioned 12 Quantity of goods 13 Total Value of Invoice 14 Description of supply of goods/service 15 HSN Code in case of goods 16 Accounting code in case of service 17 In case invoice has more than one Tax rates ,rate of tax and amount of tax for each supply should be mentioned separately

117

B. Receipt Voucher

Sl_No Particulars of Receipt Voucher 01 Name and Registered address of the supplier 02 GST Registration Number of the supplier 03 Name of BSNL Entity 04 ‘Bill to “ and ‘ship to’ address of BSNL 05 GST Registration Number of BSNL 06 Date of Document Issued 07 Document Number 08 Place of Supply (Including state) 09 Amount of Advance Taken 10 Type of Tax (CGST,SGST and IGST) 11 Rate of Tax 12 Quantity of goods 13 In case invoice has more than one Tax rates ,rate of tax and amount of tax for each supply should be mentioned separately Note: Invoice issued at a later stage against receipt voucher to mention this document number. Refund voucher to be issued against the advances received if no supply is made and no invoice is raised.

C. GST Details of BSNL Kerala

Provisional ID registered for the GST 32AABCB5576G5ZQ Bharat Sanchar Nigam Ltd. BSNL Kerala Circle Office Name & Address PMG Junction, Vikas Bhavan Post, -695033 State Of Registration Kerala

118

CHECKLIST FOR BIDDER

Sl.No Description Scanned copy of all pages of Tender document signed by the bidder or Author- 1 ized Person on all pages along with seal DD for Tender Fee as per DNIT (Scanned copy on E-TENDER Portal and Physi- 2 cally to Tender Inviting Officer in case of e-Tender).

Bank Guarantee/DD for EMD as per DNIT (Scanned copy on E-TENDER Portal 3 and Physically to Tender Inviting Officer in case of e-Tender

Certificates showing fulfilment of eligibility criteria stated in clause 5 of the 4 DNIT.

Power of attorney & authorization for executing the power of attorney in accor- 5 dance with clause 14.3 of Section 4 Part A. (if applicable)

6 Integrity Pact (if applicable)

7 Clause by clause compliance as per clause 11.2.b of Section 4 Part A

8 Bidder’s profile & questionnaire duly filled and signed as per Section 8.

9 No near relative certificate dully filled and signed.

10 Undertaking and declaration dully filled and signed as per Section 6[A].

11 Documents stated in clause 10 of Section -4 Part A 12 Tender/Bid form – Section 9 Part A 13 Attested copy of ESI registration 14 Attested copy of EPF registration 15 Attested copy of GST registration 16 Attested copy of PAN Card 17 Letter of authorization, if any Attested copy of Memorandum of association and articles of Association in 18 case of company. Details of the firm along with List of Directors on the Board of the Company, 19 list of partners, as applicable.

20 Attestation of the signature of the authorized signatory, issuing PoA, by Bank

Attested copy of Registration of the firm or authenticated copy of Partnership 21 Deed in case of partnership firms. Attested copy of “Power of Attorney” in case person other than the tenderer has 22 signed the tender documents Signature of Bidder 23 The authorisation of the competent authority for signing the tender 24 Letter showing authorised signatory. (If applicable)

119

Indemnity bond declaration for indemnifying BSNL against any non- 25 compliance by bidder towards all applicable statutory requirements, if work is awarded 26 Mandate form for ECS/EFT 27 Certificate regarding tender form downloaded from internet. In case of MSE bidders, valid certification from MSME (valid on the date of 28 opening of tender.) 29 Declaration regarding non blacklisting as per Section-6-6(D) Declaration that no changes has been made to the tender document as per 30 Section-6-6(C) 31 Any other supporting document asked for in the bid document

************************************

120