1

BHARAT SANCHAR NIGAM LIMITED

BID DOCUMENT

E-TENDER for Maintenance and provisioning of Landline & Broadband for External plant of Copper Network in 7 clusters of Ernakulam BA

Tender No. CP/200-21/Out Sourcing/2019-20/1 dated 17/02/2020

OFFICE OF THE PRINCIPAL GENERAL MANAGER TELECOM

ERNAKULAM BA BSNL BHAVAN, ERNAKULAM-682016. Telephone : AGM – 04842378005; SDE – 04842376666; email id. [email protected]

2

TABLE OF CONTENTS

SECTION TITLE PAGE NO

1 NIT 3-5 2 Instructions to bidders for online bidding 6-8 3 Instruction to tenderer 9-14 4 Terms and conditions of the work contract (ANNEXURE-I) 15-18 5 Scope of Work (ANNEXURE-II) 19-25 6 Bidder’s Profile (ANNEXURE-III) 26 7 Declaration of Near Relatives (ANNEXURE-IV) 27 8 Conditions and Agreement (ANNEXURE-V) 28-29 9 Financial Schedule (ANNEXURE-VI) 30-31 10 Bid Form (ANNEXURE-VII) 32 11 BID SECURITY (ANNEXURE-VIII) 33-34 12 Performance Bank Guarantee (ANNEXURE-IX) 35-36 13 Letter of Authorisation (ANNEXURE-X) 37 14 Agreement-Draft (ANNEXURE-XI) 38-39 15 E-Payment Mandate Form (ANNEXURE-XIII) 40 16 Check List (ANNEXURE-XIV) 41 17 E-Tender Technical Bid (ANNEXURE-XV) 42 18 E-Tender Financial Bid (ANNEXURE-XVI) 43 19 Vendor information updation form 44 20 Vendor form 45 21 Sample calculation sheet (Annexure A) 46-47 22 Sample calculation sheet (Annexure B) 48

3

Bharat Sanchar Nigam Limited (A Government of Enterprise)

Tender No. CP/200-21/Out Sourcing/2019-20/1 dated 17/02/2020

NOTICE INVITING TENDER

For and on behalf of Bharat Sanchar Nigam Limited, Principal General Manager Telecom, Ernakulam BA invites digitally sealed tenders from Firms/agencies/dealers/individuals for Maintenance and provisioning of Landline & Broadband for External plant of Copper Network in 7 clusters of Ernakulam BA for TWO years. Each bidder can participate for any number of clusters but the contract to one bidder shall not exceed 70% of total working lines of BA to ensure minimum two bidder in the BA. The choice of clusters will rest with successful bidder..The estimated cost of the tender and the cost of EMD are given in the table below for each DIVISION/ Cluster. If the bidder has MSME/NSIC registration, the bidder is exempted from the payment of the cost of tender form and EMD. The geographical boundaries and exchange areas of DIVISIONs and DIVISION/ Clusters are as defined by the Business Areas as on 31/12/2019. Total ISDN Exch Land LandLine & Cost of Cluster ange Line with Lease ESTIMATE Tende S.No. Id Cluster Name s Only BroadBand Circuit D COST EMD r Form KLENK 1 028 7 3933 2393 30 7982000 159640 1180 KLENK 2 029 POTHANIKKAD 10 3205 1732 23 6860000 137200 1180 KLENK 3 033 KARIMANNOOR 16 3613 2935 33 9068000 181360 1180 KLENK 4 034 ADIMALY 9 2559 1431 35 5193000 103860 1180 KLENK 5 035 VAZHATHOPPU 12 2222 1421 39 5462000 109240 1180 KLENK 6 037 14 3645 2259 33 7937000 158740 1180 KLENK 7 039 LAKSHADWEEP 10 2733 1696 9 5888000 117760 1180 Tender document can be obtained by downloading it from the Tender link of website or from https://etender.bsnl.co.in/irj/portal. The DD/Banker’s cheque shall be drawn from any Nationalized / Scheduled Bank in favour of AO (Cash),O/o PGMT, BSNL. Ernakulam and payable at Ernakulam.

Eligibility Criteria

1.1 General Qualification 1.1.1 The Bidder must be Indian registered Companies under Companies Act 1956/2013 or a LLP or a Firm registered under applicable Acts or individuals. Already BSNL enlisted individual contractors with requisite experience are also eligible for participating in the tender subject to the condition that they will register under applicable act before award of the tender contract

4

1.1.2 The Bidder must not be black-listed for Telecom business by any Central/ State Governments/ PSUs in India at the time of submission of bid. An undertaking must be submitted in this regard. 1.1.3 The Bidder must have a valid PAN & valid registration under GST Act, EPF and ESI in India.

1.2 Technical Qualification 1.2.1. The Bidder must have an experience of executing works related to provisioning new connection or construction/maintenance of underground telecom cables/ maintenance and installation of OF Cable/telecom outdoor network/BTS maintenance of any Telecom Service Providers (holding service license) in the last two financial years i.e. 2017-18, 2018-19. OR 1.2.2 BSNL Franchisee associated with BSNL for more than 5 years.

If a bidder is not meeting the experience criterion as above, then the bid cab submitted through legally bound consortium with a company / firm etc. who has the required experience as 1.2 above . Client certificate issued to the consortium partner shall be submitted duly signed by consortium partner & lead partner in this regard as per 1.2 above. It is clarified that legally bound consortium shall consists two companies/ firms etc. only one lead bidder and one consortium partner.

(Bidders will be required to support claims of their required experience , through certificates issued by any executive with approval of AGM rank officer, in case of PSUs or with approval of Circle Head, in case of private TSPs.)

1.3 Financial Qualification 1.3.1 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 as mentioned in 1.2.1 in Technical Qualification. 1.3.2 For BSNL Franchisee, total turnover from franchisee business with BSNL in (FY 2017-18 + FY 2018- 19 ) shall be as below:

Total working lines in all the clusters for which Required turnover from Franchisee business tender/bid is submitted by a bidder. (INR) 3,000-5,000 1 crore 5,000-10,000 2 crore 10,0001 or more 3 crore .

Bidders will be required to support claims of their financial qualification through their audited financial statements duly certified by their CA. Note 1 :- 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 2:- Work Order(s) will be issued or Contract agreement(s) will be signed only upon successful verification of the eligibility documents submitted in- the bid, with the originals of the eligibility documents, which shall have to be produced by successful bidder.

Cost of tender form , crossed DD for the above said amount drawn in favour of Accounts Officer (Cash), O/o PGMT, BSNL, Ernakulam issued by any Nationalized Bank/Scheduled Bank. Requisition received by post /by courier service for sending Tender Form will not be accepted. Near relatives of the BSNL employees are prohibited from participation in tender execution of works in BSNL units in Ernakulam BA.

Tender forms can be downloaded from website: 11.00 Hrsof 18.02.2020

5

Last Date/TimeofSubmission : 03.03.2020:10.00hrs

-Last Date/Time of opening of Tender : 03.03.2020 :11.00 hrs

The Tender which is not accompanied by the DD for cost of Tender document and EMD shall be summarily rejected. However bidders having valid NSIC/MSME registration are exempted from the payment of Cost of Tender document / EMD.

Assistant General Manager (P) O/o PGMT, BSNL, Ernakulam

6 E-tendering(through ERP) Instructions to Bidders

Note :- Please refer to Bidders Manual, Guidelines to bidders & FAQ available at https://etender.bsnl.co.in/irj/portal. General These Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, as mentioned in the tender documents. BSNL has decided to use process of e-tendering for inviting this tender and thus the physical copy of the tender would not be sold. Submission of Bids through online process is mandatory for this Tender. For conducting electronic tendering,BSNL,ErnakulamTelecom Circle, Ernakulam (BA) is using the portal (https://etender.bsnl.co.in/irj/portal) of BSNL, a Government of India Undertaking.

1. Tender Bidding Methodology: Sealed Bid System – ‘TwoStage’ – Using Two Envelopes’, Financial & Techno-commercial bids shall be uploaded by the bidder at the same time. 2. Broad outline of activities from Bidders prospective: 1. Procure a Digital Signing Certificate (DSC) (Class-3) 2. Register on Electronic Tendering System® (BSNL ERP TENDER PORTAL) 3. Create Users and assign roles on BSNL ERP TENDER PORTAL 4. View Notice Inviting Tender (NIT) on BSNL ERP TENDER PORTAL 5. Download Official Copy of Tender Documents from BSNL ERP TENDER PORTAL 6. Clarification to Tender Documents on BSNL ERP TENDER PORTAL  Query to BSNL (Optional)  View response to queries posted by BSNL, as addenda. 7. Bid-Submission on BSNL ERP TENDER PORTAL 8. Attend Public Online Tender Opening Event (TOE) on BSNL ERP TENDER PORTAL Opening of Financial /Techno-commercial Part 9. View Post-TOE Clarification posted by BSNL on BSNL ERP TENDER PORTAL (Optional) Respond to BSNL’s Post-TOE queries. 10. Participate in e-Reverse Auction on BSNL ERP TENDER PORTAL For participating in this tender online, the following instructions need to be read carefully. These instructions are supplemented with more detailed guidelines on the relevant screens of the BSNL ERP TENDER PORTAL. Note 1: It is advised that all the documents to be submitted are kept scanned or converted to PDF format in a separate folder on your computer before starting online submission. Note 2: While uploading the documents, it should be ensured that the file name should be the name of the document itself 3. Digital Certificates

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

4. Registration Tender document can be downloaded from the website: https://etender.bsnl.co.in/irj/portal and to be submitted in the e-format. Amendments, if any, to the tender document will be notified in the above website as and when such amendments are notified. It is the responsibility of the bidders who have downloaded the tender document from the website to keep themselves abreast of such amendments before submitting the tender document. Intending bidders are requested to register themselves with BSNL Tender Portal through https://etender.bsnl.co.in/irj/portal for obtaining user-id, Digital Signature etc., by paying Vendor registration fee. Tender processing fee payment should be done during requisition of tender on line. BSNL has decided to use process of e-tendering for inviting this tender and thus the physical copy of the tender would not be sold. Note: After successful submission of Registration details and Vendor registration fee and processing fee ( as applicable). Please contact BSNL ERP TENDER HELP DESK(as given below), to get your registration accepted/activated.

Signature of the bidder 7 Sr. Type of Query Contact Person No. 1. For User ID/Registration Please write Email to related assistance to bidders/vendors. [email protected]

Landline: 0120-2755008 0120-2755002 0120-2755042

2. For bid specific query Contact the person mentioned in the tender document or the unit by whom tender is invited.

3. For any other assistance to 1. Neelesh Bansal bidders/vendors viz. AM, ERP-MM query/suggestions/feedback Email: [email protected]

2. Amit Kumar Sharma AM, ERP-MM Email: [email protected]

3. Rajiv Verma AGM, ERP-MM Email: [email protected]

BSNL Contact-1 AGM(P),O/o PGMT,BSNL BHAVAN, ERNAKULAM BSNL’s Contact Person Latha K Telephone/ Mobile 9446535411

E-mail ID [email protected] BSNL Contact-2 SDE(CP), O/o PGMT,BSNL BHAVAN, ERNAKULAM BSNL’s Contact Person ROSE MARY BINDU Telephone/ Mobile 9446534550

E-mail ID [email protected] 5 . Some Bidding related Information for this Tender. The entire bid-submission can be online on ETS. Broad outline of submissions are as follows: 1. Submission of Bid Security/ Earnest Money Deposit (EMD) 2. Submission of digitally signed copy of Tender Documents/ Addendum/addenda 3. Eligibility proof 4. Techno-commercial /Financial in electronic form. 6. Offline Submissions: The bidder is requested to submit the all the below documents offline to AGM(CP),O/o PGMT, BSNLErnakulamin a sealed envelope. The envelope shall bear (name of the work), the tender number and the words ‘DO NOT OPEN BEFORE’ (due date & time). 1. EMD : for Rs------/-in the form of Demand Draft / Banker’s Cheque/ Bank Guarantee (original)(Amount +GST applicable) 2. Tender fee for RS.------/- in the form of DD/Bankers Cheque. 3. Power of Attorney, if applicable.

.

7. Public Online Tender Opening Event (TOE) BSNL ERP TENDER PORTAL offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. Tender Opening Signature of the bidder 8 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 enhances Transparency. Detailed instructions are given on relevant screens.

NOTE: In case of internet related problem at a bidder’s end, especially during ‘critical events’ such as – a short period before bid-submission deadline, during online public tender opening event, during e-auction, it is the bidder’s responsibility to have backup internet connections. In case there is a problem at the e-procurement/ e-auction service-provider’s end (in the server, leased line, etc) due to which all the bidders face a problem during critical events, and this is brought to the notice of BSNL by the bidders in time, then BSNL will promptly re-schedule the affected event(s). 10. 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 ‘FOUR KEY INSTRUCTIONS for BIDDERS’ must be assiduously adhered to: 1. Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender submission deadline on 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. 11. Minimum Requirements at Bidders end Computer System with good configuration (Min P IV, 1 GB RAM, Windows XP) ,Broadband connectivity. Microsoft Internet Explorer 6.0 or above ,Digital Certificate(s) 12. Vendors Training Program Vendors may contact the BSNL ERP TENDER HELP DESKpersonnel given in clause 4 of Section 4 Part C ,for any type of training/help, which they may require while uploading the bids.

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

Signature of the bidder 9

Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Office of PGMT ,BSNL,Ernakulam

INSTURCTIONS TO TENDERER

Tender No. CP/200-21/Out Sourcing/2019-20/1 dated 17/02/2020

For and on behalf of the BSNL, digitally signed Tenders for Maintenance and provisioning of Landline & Broadband for External plant of Copper Network in 7 clusters of Ernakulam BA for two year which can be extended up-to One year are hereby invited by the Principal General Manager Telecom, BSNL, Ernakulam. This includes attending faults, Provision of New Phone connections and Maintenance of External Plant-in Ernakulam Business Area on contract basis.The tender must be submitted only in the prescribed Tender Form along with the other documents required.Cost of Tender Form is Nonrefundable and not transferable. Not applicable in case the bidder has MSME/NSIC registration

EARNEST MONEY DEPOSIT Completed Tender forms should be accompanied with Demand Draft drawn on any Registered / Nationalised bank in favour of Accounts Officer (Cash), O/o PGMT, BSNL, Ernakulam towards EMD or a valid NSIC/MSME registration certificate or BG issued by a Nationalised Bank(Amount+GST applicable).

.

The EMD will not carry any interest.

The EMD will be refunded to the unsuccessful tenderers after finalization of the tender.

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

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

SUBMISSION OF TENDER: (E-Tender) For e-tendering, the following documents are required to be submitted offline, in a sealed envelope(i.e. offline submissions) toAGM(P),O/o PGMT,BSNL BHAVAN , ERNAKULAMon or before the last date & time of submission of bids(03.03.2020 :10.00) locking time.The envelope shall bear the tender number, name of work , cluster name and the phrase: “Do Not Open Before (due date & time of opening of tender). 1) EMD – Bid security (original copy) i) DD/ Banker’s cheque of Tender fee iii) Power of Attorney,if applicable.

(a) Technical Bidshall contain: (b) Attested copy of Certificate of Registration of the firm or Attested copy of partnership deed in case of partnership firms or Attested copy of Certificate of incorporation in case of Ltd., company. (Not Signature of the bidder 10 applicable in case ofindividuals) (c) Valid MSME or NSIC registration certificate ifapplicable (d) Proof for Cost of Application form Rs------/- ifapplicable (e) Proof for EMD as per NIT ifapplicable (f) Valid Labour License issued by the labour Enforcement office/Ministry of labour if available or declaration for submission of the same within one month from the date of award of work if applicable. (g) EPF Registration certificate with EPF code number and Latest EPF payment challans copy in respect of previous work if applicable(If the workers are less, only certificate related to total workers to be submitted by the contractor)or declaration for submission of the same within one month from the date of award of work if applicable (h) ESI Registration certificate with ESI code number and Latest ESI payment challans copy in respect of previous work if applicable or declaration for submission of the same within one month from the date of award of work ifapplicable (i) GST Registration Certificate ifapplicable (j) Near relativecertificate (k) Letter ofauthorization (l) Bidder’sprofile (m) Experience certificate (n) Self-declaration stating that the tenderer is not blacklisted by GSTauthorities. (o) Pan card/ Latest ITReturn (p) BIDform (q) Electronic payment mandateform

(r) Financial Bidshall contain: Electronic Form- financial quote along with Price Schedule as per tender document.

Completed Tender Forms should be uploaded in E-Tender not later than 03.03.2020 :10.00 hrs. Tenders received after the due date and time will not be considered. The Tenders will be opened at 03.03.2020 :11.00 hrs on the same day in the presence of those Tenderers or their Agents who may be presentatthetimeofopening The tender will be for a period of TwoYEAR, extendable for a period of one more year at the sole discretion of PGMT, BSNL, Ernakulam, or up to the date of finalization of new Tender whichever is earlier on the same terms and condition.

Tender Documents: 1. E-Tender document can be downloaded / uploaded from the E-Portal website of BSNLi.e.https://etender.bsnl.co.in/irj/portal.Tender documents may be available only for viewing by using the link available in the website: As tenders are invited through E- tendering process, physical copy of the tender document would not be available for sale. The Tenderer should submit the cost of the tender document. The cost of Tender document and EMD may be submitted in the form of Demand Draft drawn in favour of Accounts Officer (cash) O/o PGMT, BSNL, Ernakulam. 2. All the mandatory / eligibility documents mentioned in the tender document should be scanned and uploaded in the e-tender portal and non-receipt of any of the mandatory documents is liable for rejection. The hard copies of Mandatory/eligibility documents envisaged along with DD for the cost of the document and DD for EMD in original as explained in this BID elsewhere and should be submitted to AGM (P),O/o PGMT, BSNL ,Ernakulam on or before(03.03.2020 :10.00 ) lockingtime. 3. Late and delayed tenders will not beconsidered. 4. If the tender opening day happens to be a holiday, the tender will be opened at the same time on the next workingday. 5. The tenderer will be bound by all terms, conditions and specifications as detailed in this tender document. 6. The cost of tender document is neither refundable nor transferable. This office is not responsible for any postal delay. The Bidders are requested to go through the tender. 7. MSME/NSIC Certificate holders who are having MSME/NSIC Registration are exempted from paying the required Cost of Tender form &EMD.

Mandatory offline documents should be submitted in sealed (Wax/PVC tape) covers super scribed as “Qualifying Bid of Tender for Maintenance and provisioning of Landline & Broadband for External plant of Copper Network in 7 clusters of Ernakulam BA”

Signature of the bidder 11

SECURITY DEPOSIT: a) The successful tenderer has to deposit an amount equal to 5% of the estimated cost of the concerned exchange/exchanges towards Security Deposit at the time of signing of the contract, bycash or by crossed DD drawn in favour of Accounts Officer(Cash),O/o PGMT, BSNL, Ernakulam. Obtained from Nationalized /Scheduled Bank .The security deposit can also be given in the form of Bank Guarantee (Amount +GST applicable) for a period of 36 (Thirty six) months, obtained from a Nationalized Bank in favour of Accounts Officer(Cash),O/o PGMT, BSNL, Ernakulam. The amount together with EMD paid will be treated as Security Deposit. The EMD/Security Deposit will not carry any interest during the period they are in the custody ofBSNL. b) If the successful Tenderer fails to deposit the Security Deposit within 15 days, his Tender will automatically be treated as lapsed and the EMD amount will be forfeited by BSNL Account. No separate notification will be given to the Tenderer in this regard. In case of MSME registered bidders, the security deposit to be paid shall be as per the MSME guidelines issued from time totime. c) The bid security of the successful bidder will be converted into part of securitydeposit. d) The Security Deposit of the successful tenderer will be forfeited by the BSNL if after acceptance of the tender the tenderer violates or fails to carry out the job in accordance with the terms and conditions of the tender. GENERAL: 1. The right to accept any Tender rests with the PGMT, BSNL,Ernakulam BA, who does not bind himself to accept the Lowest Tender, and PGMT, BSNL, Ernakulam, reserves the right to reject any or all the Tenders without assigning any reasonthereof. 2. The Principal General Manager Telecom, BSNL,Ernakulam also reserves the right to offer the contract to any other Tenderer or any other agency in case of un -satisfactory work PGMT, BSNL, Ernakulam, has the right to call the Lowest tenderer and conduct negotiations if felt necessary. 3. The EMD will be refundable to the unsuccessful Tenderers only after the finalization of the Tender and the EMD will not bear anyinterest. 4. The terms and conditions for the work contract are enclosed as Annexure–I. 5. The specification of contract work is enclosed as Annexure–II. 6. The contractor should carry out the contract work to the satisfaction of the BSNL Officer-in- charge and in the event of his/their failure, the contract work will be got done through some other agency at the cost of the contractor and the payment will be settled on pro rate basis. 7. The contractor should submit the bill before 20thof each month for the completed work of the previous month. Only one bill must be submitted for all the completed works in a month. Each claim bill for completion of work must be showing the details of work done. 8. Belated submission of bill and submission of bill without the above documents will not be considered for payment. Payment will be made through Electronic mode. 9. The contractor should have persons with proven integrity to carry out the contract work. The contractor shall be solely responsible for payment and compensation under W C Act 1923 as in force from time to time applicable in the event of accidents causing injury/death to his/their workers and the PGMT, BSNL, Ernakulam, shall not involve in anymanner. 10. The contractor should produce the valid Labour License for carrying out the Contract in the assigned area if applicable. In case the bidder is not having the valid license, he shall produce the same within one month of award of contract ifapplicable. 11. The contractor should quote the rate both in figures and in words without ambiguity. Corrections and erasures shall have to be attested by thecontractor. 12. The PGMT, BSNL, Ernakulamreserves the rightto (a) reject any or all tenders without assigning anyreasons, (b) select one or more tenderers, (c) cancel this tender at anytime, (d) have a separate contractor apart from thistender. The decision of PGMT, BSNL, Ernakulam ,on any matter connected to this Tender is final, binding and his decision shall not be questioned in any court of law. 13. The PGMT, BSNL, Ernakulam reserves the right to terminate this contract by giving 15 days time without assigning any reasons and this cannot be questioned in any court of law. If the contractor is found to be a benami of any other person at a later date, this contract will be immediately terminated. 14. The contractor is responsible for any loss/damage caused to the BSNL properties by him/them or

Signature of the bidder 12 his/their workers and he/they shall have to make good such loss. His/their workers should vacate premises immediately after completion of the contractwork. 15. BSNL will be absolved of all legal or labour issues related to workers. 16. The security deposit shall be refundable after payment of final bill provided there are no recoveries to be made and satisfactory performance of work and strict compliance of statuary Act/Regulations,during the contractperiod. 17. It is the sole duty and responsibility of the contractor to pay the mandatory EPF contributions of his/her workers and BSNL will be absolved of all legal or labour issues related to workers. 18. If no bid is received for any Division, the successful bidders of nearbyDivisionwill be given an offer to provide the service for the lowest approved rate of that nearby Division. EVALUATION: The evaluation of the lowest L1 Tender shall be based on the lowest rate quoted for all the items mentioned in Annexure-VI combined together for each Division/ Cluster individually subject to eligibility. The tender for each Division/ Cluster shall be awarded separately. The rates finalized for each Division/ Cluster may vary based on the rates quoted by the bidders. In any of the cluster, if no bid is received/ no contract is approved, competent authority will have the power to award the work of that cluster to any of the approved contractors of any other cluster.

The rate quoted for “Item B”will be evaluated seperately to finalise the rate for the concerned work. . The competant authority will have the power to award the item B in Annexure VI, fully or partially..

Security Deposit @ 5% of the contract amount of the work under item B to be paid seperately at the time of execution of agreement for that particular work.

DISPUTES / ARBITRATIONS 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 provided hereunder:

1. A party wishing to commence arbitration proceeding shall revoke Arbitration clause by giving 60 days notice to the designated officer of the other party. The notice invoking arbitration shall specify all the points of disputes with details of the amount claimed to be referred to arbitration at the time of invocation of arbitration and not thereafter. If the claim is in foreign currency, the claimant shall indicate its value in Indian Rupee for the purpose of constitution of the arbitral tribunal.

2. The number of the arbitrators and the appointing authority will be as under:

Claim amount (excluding claim for Number of Appointing Authority counter claim, if arbitrator any) Sole Arbitrator BSNL Above to be appointed (Note: BSNL will forward a list containing names of three empanelled arbitrators Rs. 5 Lakhs to Rs.5 from a panel of to the other party for selecting one from the list who will be appointed as sole Crores. arbitrators of arbitrator by BSNL) BSNL.

One arbitrator by each party and the 3rd arbitrator, who shall be the presiding arbitrator, Above Rs. 5 Crores 3 Arbitrators by the two arbitrators. BSNL will appoint its arbitrator from its panel.

Signature of the bidder 13 3. Neither party shall appoint its serving employee as arbitrator. 4. If any of the Arbitrators so appointed dies, resigns, becomes incapacitated or withdraws for any reason from the proceedings, it shall be lawful for the concerned party/arbitrators to appoint another person in his place in the same manner as aforesaid. Such person shall proceed with the reference from the stage where his predecessor had left it both parties consent for the same; otherwise, he shall proceed de novo. 5. Parties agree that neither party shall be entitled for any pre-reference or pendent lite interest on its claims. Parties agree that any claim for such interest made by any party shall be void. 6. Unless otherwise decided by the parties, Fast Track procedure as prescribed in section 29 B of the Arbitration conciliation Act, 1996 for resolution of all disputes shall be followed, where the claim amount is Rs.5 Crores. [ 29B. Fast track procedure- (1) Notwithstanding anything contained in this Act, the parties to an arbitration agreement, may, at any stage either before or at the time of appointment of the arbitral tribunal, agree in writing to have their dispute resolved by fast track procedure specified in sub-section (3). (2) The parties to the arbitration agreement, while agreeing for resolution of dispute by fast track procedure, may agree that the arbitral tribunal shall consist of a sole arbitrator who shall be chosen by the parties. (3) The arbitral tribunal shall follow the following procedure while conducting arbitration proceedings under sub-section (1):- a. The arbitral tribunal shall decide the dispute on the basis of written pleadings, documents and submissions filed by the parties without oral hearing; b. The arbitral tribunal shall have power to call for any further information or clarification from the parties in addition to the pleadings and documents filed by them; c. An oral hearing may be held only, if , all the parties make a request or if the arbitral tribunal considers it necessary to have oral hearing for clarifying certain issues; d. The arbitral tribunal may dispense with any technical formalities, if an oral hearing is held, and adopt such procedure as deemed appropriate for expeditious disposal of the case.

(4) The award under this section shall be made within a period of six months from the date the arbitral tribunal enters upon the reference. (5) If the award is not made within the period specified in sub-section (4), the provision of sub-section (3) to (9) of section 29 A shall apply to the proceedings. (6) The fees payable to the arbitrator and the manner of payment of the fees shall be such as may be agreed between the arbitrator and the parties ]

7. The arbitral tribunal shall make publish the award within time stipulated as under: Amount of claims and counter claims Period for making and publishing of the award (counted from the date the arbitral tribunal enters upon the reference) UptoRs. 5crores Within 6 months (Fast Track procedure) Above Rs. 5Crores Within 12 months However, the above time limit can be extended by the arbitrator for reasons to be recorded in writing with the consent of parties and in terms of provisions of the Act.

8. In case of arbitral tribunal of 3 arbitrators, each party shall be responsible to make arrangements for the travel and stay, etc. of the arbitrator appointed by it. Claimant shall also be responsible for making arrangements for travel/stay arrangements for the presiding arbitrator and the expenses incurred shall be shared equally by the parties. In case of sole arbitrator, BSNL shall make all necessary arrangements for his travel/stay and the expenses incurred shall be shared equally by the parties. 9. The Arbitration proceeding shall be held at New Delhi or Circle or SSA Headquarter (as the case may be) 10. Subject to the aforesaid conditions, provisions of the Arbitration and Conciliation Act, 1996 and any statutory modifications or re-enactment thereof shall apply to the arbitration proceedings under this clause.

II. (applicable in case of supply orders/ contracts with Central/State Government (s) as the case may be in terms of DPE guidelines for settlement of commercial disputes between Public Sector Enterprises inter-se and Public Sector Enterprise(s) and Government Department(s) through Permanent Machinery of Arbitrators (PMA) in the Department of Public Enterprises.

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

Signature of the bidder 14 invoked in case the parties waive, subsequent to disputes having arisen between them, the applicability of sub-section (5) of section 12 by an express agreement in writing. III. APPLICABLE LAW AND JURISDICTION a) The supply order for good or services, including all matters connected with this supply order shall be subject governed by the Indian law both substantive and procedural, for the time being in force and shall be subject to the exclusive jurisdiction of Indian courts at the place from where the purchase order has been placed.

b) Foreign companies, operating in India or entering into Joint Ventures in India, shall have to obey the law of land and there shall be no compromise or excuse for the ignorance of the Indian legal system in any way.

In the event of such an arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reason whatsoever, the CGMT, BSNL, or the said officer shall appoint another person to act as an arbitrator in accordance with terms of the agreement and the person so appointed shall be entitled to proceed from the stage at which it was left out by his predecessors. The arbitrator may from time to time with the consent of both the parties enlarge the time frame for making and publishing the award. Subject to the aforesaid, Arbitration and Conciliation Act, 1996 and the rules made there under, any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this clause. The venue of arbitration shall be Office of the PGMT, BSNL BHAVAN,ERNAKULAM List of documents to be uploaded

I. SELF ATTESTED COPIES OF: 1. Attested copy of Certificate of Registration of the firm or Attested copy of partnership deed in case of partnership firms or Attested copy of Certificate of incorporation in case of Ltd., company. (Not applicable in case ofindividuals) 2. Valid MSME or NSIC registration certificate ifapplicable 3. Proof for Cost of Application form Rs------/- Ifapplicable 4. Proof for EMD as per NIT Page No.1 ifapplicable 5. Valid Labour License issued by the labour Enforcement office/Ministry of labour if available or declaration for submission of the same within one month from the date of award of work if applicable. 6. EPF Registration certificate with EPF code number and Latest EPF payment challans copy in respect of previous work, if applicable(If the workers are less than the prescribed limit as per EPFO, only certificate related to total workers to be submitted by the contractor)or declaration for submission of the same within one month from the date of award of work if applicable. 7. ESI Registration certificate with ESI code number and Latest ESI payment challans copy in respect of previous work if applicable or declaration for submission of the same within one month from the date of award of work 8. GST Registration Certificate 9. Near relative certificate 10. Letter of authorization 11. Bidder’s profile 12. Experience certificate 13. Self-declaration stating that the tenderer is not blacklisted by GST authorities. 14. Pan card/ Latest IT Return 15. BID form 16. Electronic payment mandate form 17. All pages of the Tender Document to signed by the bidder(Off line only enough)

II. ORIGINAL:

1. Completed Tender forms should be accompanied with Demand Draft drawn on any Registered / Nationalised bank in favour of Accounts Officer (Cash), O/o PGMT, BSNL, Ernakulam towards EMD or a valid NSIC/MSME registration certificate or BG issued by a Nationalised Bank(Amount+GST applicable) or cash receipt obtained by remitting cash at cash counter O/o PGMT, BSNL, Ernakulam if applicable

Signature of the bidder 15

ANNEXURE -l

TERMS AND CONDITIONS FOR THE WORK CONTRACT

1. The BSNL reserves the right to reject / accept any/ part or whole tender without assigning any reasons whatsoever. 2. The BSNL reserves the right to change the award of work to deserving party either in full or parts thereof. The decision of the BSNL is final and binding. 3. The BSNL reserves the right to change the Terms and Conditions at any stage before commencement of the said work. 4. The EMD may be submitted in the form of DD drawn in favour of Accounts Officer (Cash) O/o PGMT, BSNL, Ernakulam obtained from any Nationalized /scheduled Bank(or) cash receipt obtained by remitting cash at cash counter O/o PGMT, BSNL, Ernakulam. The DD/Receipt should be attached to the tender. Any tender received without the payment of EMD will be rejected. However bidders having NSIC/MSME registration are exempted from payment of cost of tender form/EMD. 5. The EMD of the unsuccessful tenderers will be refunded after the finalization of the tender. The EMD shall not carry any interest. 6. The EMD of the successful tenderer will form part of the proposed Security deposit and the remaining amount of security deposit has to be paid by the tenderer. The Security deposit will not carry any interest. The security deposit to be paid by the successful bidder having MSME registration shall be as per MSMEguidelines. 7. SD amount of successful tenderers will be forfeited by BSNL on the following grounds:. a. If the successful tenderer fails to carry out the work after acceptance of the Tender in accordance with the terms and Conditions of the tender as mentioned in the schedule of works. b. If the tenderer withdraws the tender during the currency of the tender period. c. Any damages caused to any of the property of the BSNL and delay in carrying out the work as per Tender terms. d. If the tenderer fails to remit Security Deposit within the due date from the date of intimation, the EMD will be forfeited. e. If he fails to execute the agreement, within stipulated time , the EMD will be forfeited. This may further warrant imposition of liquidated damages and / or terminating contract.

8. A Security Deposit of 5% of the tender cost in the form of performance guarantee(Amount+GST applicable) is to be deposited with the BSNL within the stipulated period. This Security Deposit will be refunded interest free on expiry of the contract through proper application. The Security Deposit can also be given in the form of Bank Guarantee (Amount+GST applicable) obtained for 36 months from a Nationalized Bank in favour of the Accounts Officer (Cash), O/o PGMT,BSNL, Ernakulam. The security deposit to be paid by the successful bidder having MSME registration shall be as per MSME guidelines. 9. After acceptance of the contract if any / all the terms and conditions of the contract is / are violated, the PGMT,BSNL,Ernakulam reserves the right to terminate the contract. In such cases the Security Deposit amount will be forfeited by BSNL. BSNL has the legal right to invoke Performance guarantee in the event ofrepudiation of contractual obligation and action will be initiated to BLACKLIST the Tenderer. 10. The BSNL reserves the right to terminate the contract by giving 15 days notice and without assigning any reason whatsoever. 11. The period of contract will be for two Year with effect from the date of execution of tender agreement and shall be extended by One year in steps of six months on satisfactory performance at the approved rate and on the same terms and condition. Successful tenderer will enter into an agreement on a Non-judicial Rs.200/- worth Stamp Paper. 12. The rates for each work exclude GST 13. Rates sanctioned shall remain fixed during the period of contract and will not be increased at any cost due to increase in labour rates etc. 14. The tenderer should sign in all the pages (Schedule of works and Annexure) and submit the same along with EMD to this office. 15. Tenders of agencies whose performance and paying habits are not up to the mark will be rejected. 16. In case of any dispute before and after awarding the tender the decision of the PGMT, BSNL,Ernakulam. will be thefinal. 17. BSNL reserves the right to terminate the Contracts without notice in the event of any prohibition notified by appropriate Government 18. The bills submitted by the contractors must accompany the following documents. Bills without the

Signature of the bidder 16 documents mentioned below shall not be paid a. List showing the details of the works b. The invoice should contain GSTIN number of BSNL along with the vendors GSTINnumber. c. Bills should be submitted in triplicate. d. Bills should be accompanied by Log register/Fault register copy duly attested by the officer in-charge.

GENERAL CONDITIONS FOR WORK AND LABOUR

1. No labour below the age of 18 years shall be employed for the work. 2. If in any case by virtue of the provisions of section (1) of the workmen compensation Act 1923, it becomes liable to pay compensation to a workman employed by the contractor in execution of the work, the contractor will be responsible to pay such compensation to the workman for injuries or disability or death caused to him in the process of executing the work without prejudice to the rights of the Department under section 12 sub section of the said act, BSNL shall be at liberty to recover such amount or any part thereof by deducting it from the security deposit or any due by BSNL to the contractor whether under this contract or otherwise. 3. BSNL shall not bound to contest any claim made by the contractor against it under section 2 Subsection 1 of the said Act. 4. The contractor shall at all times hold the BSNL harmless and indemnified against all claims cost, charges and expenses for which the BSNL may be held liable or may incur or pay on account of the negligence or misconduct of the contractor or his workman or any of them of any person under his control whether in respect of injury to the persons or damage to the property of any member of the public or any other concern on account of any defect or want of repair in such works, or in the equipment used by the contractor in connection with or otherwise and against all claims and demands in respectof damage is caused to persons or assets of private parties or the properties of other utility organizations such as electricity gas or water supply authorities, Municipal Corporations , Highways Department, during the course of work, the damage shall be made good by the contractor at his owncost. 5. The contractor will also be responsible to comply with relevant rules and laws including those relating to the labouretc in force from time to time. 6. A log book will be maintained by the officer in charge of the work and all observations and instructions will be recorded therein. The contractor is required to note all such remarks etc and take necessary action to remedy defects instructions and comply with instructions. Faults not booked in CDR may be recorded by the Officer in Charge in the logbook and the same may be cleared by the contractor in the prescribed time frame. 7. The contractor is not eligible for travelling and overtime allowances. The department will not undertake payment of travelling or expenses or overtime allowances etc for workman or any of his employees who are employed in the line construction work under contract. The contractor is responsible to stock sufficient medicines in the First Aid Boxes to treat the workman in the case of any injury /damage. 8. All materials and relevant tools required for provision of new connections or attending faults shall be procured by the contractor. 9. A Cluster is defined as part of Division with landline connection >3000 10. All network elements are to be maintained as per telecom standards. 11. The contractor or his/her workers should not misuse the LL/BB connections of BSNL by any means. 12. The telephone instrument may be purchased by the Customer from open market or from BSNL counters, subject to availability. 13. In the case of major roadworks, Culvert works, Shifting and rearrangement of cables BSNL will supply the materials. 14. The un-executed work shall be got executed through the qualified bidder from amongst the bidders, who participated in the bidding process, by giving them offers in their order or ranking (L2, L3---) at their quoted rates. If the work was awarded on single tender basis then the department shall get the unexecuted work completed through any other contractor at the approved rates of that particular section or to execute the work departmentally, as is convenient or expedient to the Department at the risk and cost of the contractor. In such a event no compensation shall be payable by the BSNL to the contractor towards any inconvenience/loss that he may be subjected to as a result or such as action by the BSNL. In all these cases, expenses which may be incurred in excess of the sum which would have been paid to the original contractor if the whole work had been executed by him shall be borne and paid by the original contractor and shall be deducted from any money due to him by the BSNL under the contract or any other account what so ever anywhere in the department or from a security deposit.

Signature of the bidder 17

15. FORCE MEJEURE

Neither BSNL nor the Contractor shall be liable to the other for any delay in or failure of performance of their respective obligation under the agreement caused by occurrences beyond the control of BSNL or the Contractor including but not limited to fire (including failure or reductions), acts of God, acts of the public enemy, wars, insurrections, riots, strikes, lockouts, sabotage, any law, status or ordinance, thereof of any other local authority, or any compliance therewith or any other causes, contingencies of circumstances similar to the above. Either party shall promptly but not later than 20 days thereafter notify the other of the commencement and cessation of such contingencies and if such contingencies continue beyond three months. Both parties agree upon the equitable solution for termination of this agreement or otherwise decide the course of action to be adopted.

THE AGENCIES AND ITS RESPONSIBLITIES:

1) The contractor should possess valid License to take up the work in accordance with contract Labour (R & A) Act 1970 & Rules1971. 2) No child Labour will be permitted. 3) The contractor should replace its staff when it is found by the designated officer that they are not discharging their duties well. 4) The contractor will have access to the BSNL premises like MDF/Test positions for the clearing of faults. However, while accessing such locations, in case if it is found by the BSNL that any property or materials of the BSNL is lost or put to loss / damage due to the negligence of the workman the contractor will be held fully responsible and should reimburse the cost of loss / damage so incurred. The decision of the BSNL as to the quantum of loss and negligence isfinal. 5) In case any workman suffers injury / damage or meets with an accident during the discharge of duty the entire cost of compensation should be borne by the Contractor and the BSNL will not stand indemnified against any claims/damage/Compensation. 6) External plant and MDF with test facility and clarity access terminal will be made over to the contractor. Any major changes or recovery of any material or item cannot be done without the approval of competent authority. Any damage to any item by the vendor to be rectified or replaced by the vendor.

16. GST Invoice & Compliances under Goods & Service Tax Act (GST), 2017. 16.1 Tax Clause – All taxes except CGST, SGST, UTGST and IGST if any, required to be paid on the invoices shall be borne by the contractor. 16.2 Payment terms: BSNL will make payment to supplier only after the invoice is uploaded by supplier in GST outward return i.e. GSTR-1 and credit of GST is available (reflected in GSTR-2A) to BSNL. Contractor hereby agrees that it will be solely responsible for performing all compliances and making payments of GST, cesses, interest, penalties or any other tax/ duty/ amount/ charge/ liability arising either out of laws/ regulations applicable in India and overseas or because of a demand/ recovery initiated by any revenue authority under laws/ regulations applicable in India or overseas 27.3 GST Invoice - It shall be the responsibility of the contractor to raise appropriate tax invoice as per the provisions of GST Act. BSNL reserves the right to be indemnified for the credit loss in case BSNL is unable to claim the input tax credit for any non-compliance / default in raising appropriate invoice by the contractor. Further the contractor is required to comply following requirements with respect to the issuance of invoice: • 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. • The invoice should clearly indicate the breakup details of composite price ie. Basic, GST etc. • Invoice/Debit Note/Credit Note need to be issued timely within the time prescribed under GST law; • In case of any deficient works, BSNL shall convey the same in a reasonable time to enable the contractor to issue credit note and take tax adjustment; • It is the responsibility of the supplier to ensure that outward supply return (GSTR-1) would be filed correctly. In case, the eligibility of input tax credit is questioned or denied to BSNL on account of default by the contractor, the same would be recovered by BSNL from the contractor. Signature of the bidder 18 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 are not limited to) the following: (i) Uploading appropriate invoice details on the GSTN within the stipulated time; (ii) Issuing GST compliant invoice / CN/ DN. Work Order issued by BSNL should be referred by supplier for capturing information on the invoice. • Supplier needs to pay the entire self-assessed tax on timely basis. • 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 with respect to 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. • 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. • It shall be the responsibility of the supplier to mention State of place of supply of goods/services in the invoice issued to BSNL. • It shall be the responsibility of the contractor to raise invoice within the prescribed timelines. A declaration by the contractor as shown below is to be attached along with each bill submitted by the contractor. DECLARATION I/We hereby declared that, the Invoice No.______dated ______for Rs.______Issued to BSNL Ernakulam For the work of ______for the month of ______has been uploaded against the GSTIN of BSNL Number.32AABCB5576G5ZQ in the GSTIN site on ______and which will not be withdrawn/modified without prior approval/consent from BSNL Ernakulam. Place: Signature: Date: Name of Agency: (Authorised Seal)

Signature of the bidder 19

Annexure-II

SCOPE OF WORK

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

Signature of the bidder 20

ITEM B II Infra Maintenance :-

The work includes:

1. Sweeping, cleaning and up keeping of the station/exchange – including all equipments, surroundings, DG, wash area etc. 2. Manual operation (ON/OFF) of DG sets and monitoring of fuel level etc, whenever required. 3. Manual assistance in changeover of KSEB/DG supply and attending to minor fautts tike tripping of switches, manual changeover in AC units. 4. Daily visit to the site for general up keeping. 5. Diesel filling in the DG Sets available in the site. 6. Assistance in handling of minor store items. 7. Routine check of DG, Power Plant, Battery, other equipments and BTSs and record the same in log book as per the instructions given in the log book. Reporting of any alarms/faults/untoward incident to the concerned officer. 8. Prompt action (within 30 minutes) on receipt of instructions (by call or by SMS) from concerned officer regarding manual assistance in rectification of alarm/fault in site.

Working connection of the exchanges /cluster as on 31 12 2019

ISDN Total Cluster Land LandLine & wkng SL. Name Exchange Exchange Line & Lease conns No. Cluster Code Exchange Name Type Only Broadband Ckt 1 KLENK028 ENKCVT CHERUVATTUR RURAL 303 220 0 2 KLENK028 ENKKMX KOTHAMANGALAM URBAN 2075 1195 19 3 KLENK028 KOTHAM ENKKZP KOZHIPPILLY URBAN 779 547 3 4 KLENK028 ANGALA ENKNDP NEENDAPARA RURAL 52 18 1 6356 5 KLENK028 M ENKNLT NELLIMATTAM RURAL 207 88 3 6 KLENK028 ENKNRM NERIYAMANGALAM RURAL 189 94 2 7 KLENK028 ENKOKL OONNUKAL RURAL 328 231 2 8 KLENK029 ENKCHD CHELAD RURAL 898 290 4 9 KLENK029 ENKCHM CHATHAMATTOM RURAL 184 81 1 10 KLENK029 ENKEDR EDAMALAYAR RURAL 4 10 1 11 KLENK029 ENKKDV KADAVOOR RURAL 273 133 2 12 KLENK029 POTHANI ENKKMZ KUTTAMPUZHA RURAL 143 109 3 4960 13 KLENK029 KKAD ENKKPD KOTTAPPADY RURAL 416 260 3 14 KLENK029 ENKPKY POOYAMKUTTY RURAL 35 7 1 15 KLENK029 ENKPTK POTHANIKKAD RURAL 779 509 6 16 KLENK029 ENKVDT VADATTUPARA RURAL 126 51 1 17 KLENK029 ENKVPY VARAPPETTY RURAL 347 282 1 18 KLENK033 ENKAKL ARAKKULAM RURAL 385 267 4 6581 19 KLENK033 ENKANC ANCHIRI RURAL 79 80 1 20 KLENK033 KARIMAN ENKELD ELAMDESAM RURAL 229 234 3 21 KLENK033 NOOR ENKELP ELAPPALLY RURAL 46 29 1 22 KLENK033 ENKEZL EZHALLOOR RURAL 120 97 1 23 KLENK033 ENKKDK KODIKKULAM RURAL 162 169 2

Signature of the bidder 21 KLENK033 ENKKLO KALOOR- RURAL 178 197 1 24 THODUPUZHA 25 KLENK033 ENKKLV KULAMAVU RURAL 36 35 1 26 KLENK033 ENKKRK KARIMKUNNAM RURAL 382 237 4 27 KLENK033 ENKKRM KARIMANNOOR RURAL 522 441 3 28 KLENK033 ENKMGD MULLARINGAD RURAL 90 34 1 KLENK033 ENKMT MUTTOM RURAL 482 346 4 29 M 30 KLENK033 ENKPML POOMALA RURAL 84 57 1 31 KLENK033 ENKPPZ PARAPUZHA RURAL 138 170 1 32 KLENK033 ENKUBR UDUMBANNOOR RURAL 394 263 2 33 KLENK033 ENKVPM VANNAPPURAM RURAL 286 279 3 34 KLENK034 ENKADM ADIMALY RURAL 1079 621 24 35 KLENK034 ENKBVY BISON VALLEY RURAL 165 82 1 36 KLENK034 ENKCPM CHITHIRAPURAM RURAL 252 239 2 37 KLENK034 ENKIKN IRUTTUKANAM RURAL 165 76 1 38 KLENK034 ADIMALY ENKIRP IRUMPUPALAM RURAL 190 107 1 4025 39 KLENK034 ENKKCT KUNJITHANNI RURAL 288 127 1 40 KLENK034 ENKKPR KATHIPPARA RURAL 124 52 2 41 KLENK034 ENKVTL VELLATHOOVAL RURAL 148 82 1 42 KLENK034 ENKVTR VATTAYAR RURAL 148 45 2 43 KLENK035 ENKCHU CHELACHUVADU RURAL 51 45 1 44 KLENK035 ENKEML EZHUKUMVAYAL RURAL 308 61 1 45 KLENK035 ENKETR ERATTAYAR RURAL 424 160 2 46 KLENK035 ENKIDK IDUKKI URBAN 126 175 20 47 KLENK035 ENKKKY KANJIKKUZHY RURAL 65 88 3 48 KLENK035 VAZHATH ENKKRB KARIMBAN RURAL 189 104 1 3682 49 KLENK035 OPPU ENKMKY MURIKKASSERRY RURAL 222 153 2 50 KLENK035 ENKMLK MULLARIKKUDY RURAL 62 38 1 51 KLENK035 ENKPTD PARATHODE RURAL 210 151 2 52 KLENK035 ENKTNK THANKAMANY RURAL 115 77 1 53 KLENK035 ENKTPY THOPRAMKUDY RURAL 105 71 2 54 KLENK035 ENKVTP VAZHATHOPPU URBAN 345 298 3 55 KLENK037 ENKBMT BODIMETTU RURAL 93 25 1 56 KLENK037 ENKCMR CHEMMANNAR RURAL 167 55 1 57 KLENK037 ENKDCM DEVIKULAM RURAL 143 132 2 58 KLENK037 ENKKNR KANTHALLOOR RURAL 98 61 2 59 KLENK037 ENKMAR MUNNAR RURAL 1127 597 10 60 KLENK037 ENKMRY MARAYOOR RURAL 247 285 1 61 KLENK037 ENKMTY MATTUPETTY RURAL 33 61 1 MUNNAR 5937 62 KLENK037 ENKRJD RAJAKKAD RURAL 510 318 2 63 KLENK037 ENKRJK RAJAKUMARI RURAL 327 174 1 64 KLENK037 ENKSNP SENAPATHY RURAL 258 110 1 65 KLENK037 ENKSRN SURYANELLI RURAL 228 211 2 66 KLENK037 ENKSTH SANTHANPARA RURAL 152 102 3 67 KLENK037 ENKTLR THALAYAR RURAL 84 37 1 68 KLENK037 ENKUBL UDUMBANCHOLA RURAL 178 91 5 69 KLENK039 ENKADT ANDROTH RURAL 235 208 1 4438 70 KLENK039 ENKAGT AGATTI RURAL 225 129 1 LAKSHAD 71 KLENK039 ENKAMN AMINI URBAN 220 155 1 WEEP 72 KLENK039 ENKBTR BITRA RURAL 22 0 0

73 KLENK039 ENKCHL CHETLET RURAL 78 52 0 74 KLENK039 ENKKDM KADAMATH RURAL 212 103 1 Signature of the bidder 22 75 KLENK039 ENKKLP KALPENI RURAL 349 67 0 76 KLENK039 ENKKLT KILTAN RURAL 64 53 1 77 KLENK039 ENKKVR KAVARATTI URBAN 461 749 2 78 KLENK039 ENKMNY MINICOY URBAN 867 180 2

Eligibility Criteria

1.4 General Qualification 1.4.1 The Bidder must be Indian registered Companies under Companies Act 1956/2013 or a LLP or a Firm registered under applicable Acts or individuals. Already BSNL enlisted individual contractors with requisite experience are also eligible for participating in the tender subject to the condition that they will register under applicable act before award of the tender contract 1.4.2 The Bidder must not be black-listed for Telecom business by any Central/ State Governments/ PSUs in India at the time of submission of bid. An undertaking must be submitted in this regard. 1.4.3 The Bidder must have a valid PAN & valid registration under GST Act, EPF and ESI in India.

1.5 Technical Qualification The Bidder must have an experience of executing works related to provisioning new connection or construction/maintenance of underground telecom cables/ maintenance and installation of OF Cable/telecom outdoor network/BTS maintenance of any Telecom Service Providers (holding service license) in the last two financial years i.e. 2017-18, 2018-19. OR 1.5.2. BSNL Franchisee associated with BSNL for more than 5 years.

(Bidders will be required to support claims of their required experience , through certificates issued by any executive with approval of AGM rank officer, in case of PSUs or with approval of Circle Head, in case of private TSPs.)

1.6 Financial Qualification 1.6.1 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 as mentioned in 1.2.1 in Technical Qualification. 1.6.2 For BSNL Franchisee, total turnover from franchisee business with BSNL in (FY 2017-18 + FY 2018-19 ) shall be as below:

Total working lines in all the clusters for which Required turnover from Franchisee business tender/bid is submitted by a bidder. (INR) 3,000-5,000 1 crore 5,000-10,000 2 crore 10,0001 or more 3 crore . 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.

Signature of the bidder 23

Special condition of Contract :

Each bidder can participate for any number of clusters but the contract to one bidder shall not exceed 70% of total working lines of SSA to ensure minimum two bidder in the SSA. The choice of clusters will rest with successful bidder.

Key Performance Indicator (KPI): SLA is defined as under:

1. Repeat fault- Fault booked for a connection, more than once in a calendar month will be counted as repeat fault.The % of numbers out of total numbers in the fault list appearing as repeat fault shall not exceed 12% in first three months & 10% in onward months. 2. Mean Time to Repair the Fault (MTTR)should be as under:

FMC in Rs. 0-300 301-600 601-800 and 800+ ISDN PRI/SIP Trunk/ Leased circuit MTTR in 12 Hrs 8Hrs 4 Hrs 3 Hrs Hrs

3. % Fault Clearance in 24 hours: More than 95%of the faults booked shall be cleared within 24hrs. 4. Provisioning of New LL or New BB :Allbooked connections shall be provided within 3 days of receiving OB for execution. However bidder shall attempt 75% provisioning within 2 days. 5. Provisioning of new BB on existing LL :All booked connection shall be provided within 2 days of receiving OB for execution. 6. Provisioning of new ISDN PRI/SIP Trunk/Leased Circuits : All booked connection shall be provided within 3 days of receiving OB for execution. 7. If Telephone/Broadband CPE arranged by customer resulting in delay then such delay will be excluded from the total time taken for provisioning. However, maximum 7 days will be excluded.

Incentive : Monthly Incentive for high FMC working numbers ( having different MTTR ).

FMC – Rs. 301-600 : Rs.17 per customer of FMC Rs.301 to 600 FMC – Rs. 601-800 : Rs.27 per customer of FMC Rs.601 to 800 FMC – Rs. 800+ : Rs.35 per customer of FMC Rs.800+ PRI/SIP Trunk/Leased Circuits : Rs.70 per customer of PRI/SIP Trunk/Leased ckts

Plan up-gradation : 50% of difference of upgraded plan FMC with existing plan FMC (one time to be given as incentive as per FMS entry). No further incentive will be given for the same LL/BB number.

Penalty : a) Penalties will be levied on monthly KPIs

KPI SLA Penalty Fault Clearance 95% in 0.2% of invoice value for each 1% of 24 hrs. slippage. MTTR (0-300) 12 Hrs. 0.3% of invoice value for each hour of slippage ( rounded off) MTTR (301-600) 8 Hrs. 0.5% of invoice value for each hour of slippage ( rounded off) MTTR(601-800) and 4 Hrs. 1.0 % of invoice value for each hour of 800+ slippage ( rounded off)

Signature of the bidder 24 MTTR(ISDNPRI/SIP 3 Hrs. trunk/Leased circuit) 1.33% of invoice value for each hour of slippage ( rounded off) Repeat fault 10% 0.5% of invoice value for each 1% of slippage (pro-rata basis). New connection 3 days Rs.25/- per day delay (max.Rs.100/-for each provisioning LL or BB connection) for each connection. Provisioning BB on 2 days Rs.25/- per day delay (max.Rs.100/-for each existing LL connection) for each connection. Provisioning of new ISDN 3 days Rs.50/- per day delay (max.Rs.200/-for each PRI/SIP Trunk/Leased connection) for each connection. Circuits or any other services on customer Access NW

b) The contract will be terminated with PBG forfeiture for consecutive 3 months non-performance on failure to meet all the SLAs i.e. MTTR, Provisioning, fault clearance and repeat faults parameters. Notice to be served for non-performance in 1st month, 2nd month and 3rd month before final termination. c) In case partial SLAs are met then also it is liable for termination. However, EOI/Tender accepting authority reserves the right to grant any relief in action for termination considering the circumstances/nature on the appeal made by the bidder if one or more parameter are met. d) Total penalties for network maintenance shall be capped at 15% of invoice value of maintenance work .However penalty for delay in new provisioning will be levied as per ctual and shall be in addition to penalties for network maintenance.

Payment terms:

1. The bidder should submit the invoice to the officer in-charge of the cluster on receipt of performa Invoice generated from BSNL IT System. 2. The charges for provision of new Landline shall be based on the number of new landline provision during the month. Maintenance charges for the new connections shall be payable from the new calendar month after 90 days of date of installation (for connections provided in January’2019 month will be counted from 1-5-2019 for maintenance calculation). 3. For the purpose of invoice preparation, Number of working connections in a cluster shall be calculated taking the average of working connections on the first and last day of the month. 4. Two performa Invoices will be generated i.e. IV-1: Invoice Performa for Maintenance Charges and IV-2 : Invoice Performa for Provisioning Charges 5. 90% of the payment of the monthly invoices shall be processed on submission of Invoices by the bidder and Balance 10% after 30 days from the payment of 90% of Invoice. Financial SCHEDULE : Base Price Per Unit * Quote % w r t Base price Quote % w r t Base price per per unit Infigures unit Inwords Rs.35(Rs. Thirty Five Only)

*Excluding GST

Signature of the bidder 25 Sl Type of maintenance work Basic Rate No equivalent to(Units) 1 Monthly maintenance charges for each working LL without BB 1 unit

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

3 Monthly maintenance charges for each working ISDN PRI/Leased 1 unit +Rs.70/- Circuits/SIP Trunk 4 MDF related work for each working lines (for cluster size <10K lines) 0.1 5 MDF related work for each working lines (for cluster size >10K lines) 0.07

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

Sl.No. Type of Provisioning work if the Gross provisioning of the Additional charges month is more than or equal to 1.5% * of the cluster size ** 1. Provision of New Land Line Rs.125/- 2. Provision of New Broadband including new Landline Rs.125/-

(Note1 * : No. of lines provisioned will be counted based on no. of only Landlines + No. of Broadband with LL provided in the month. Broadband provisioned in existing Landline will not be counted for calculation of 1.5%)

(Note 2 ** : Cluster size (No. of only LL + No of LL with BB) will be taken as on date of issue of work order and reviewed after every one year)

Sample Calculation:

I. The maintenance charges shall be paid for a cluster per month based on the number of average working Lines for the month ( working lines on 1st and last day of the month added and divided by 2)for which maintenance charges is being calculated irrespective of the number of line/cable faults attended. For example: Cluster 1 having 2000 Landlines without BB, 1000 Broadband with LL, 100 PRI/SIP Trunk/Leased circuits on Copper network

Calculation sheet is attached as Annexure –A and Annexure-B Remark: The bill for provision and maintenance of land line, BB and ISDN will be system generated. The bill for infra maintenance to be prepared manually.

Signature of the bidder 26

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

1. Name of the Individual/Firm: 2. Present CorrespondenceAddress

Telephone No…………………………….. Mobile No.………………………… FAX No. Section B. Address of place of Works ……….…………….………………………………………………. ………………… ………………….……………………………………………………………………… Telephone No. ..……………………….. Mobile No. …………………………… 4. State the Type of Firm: Sole proprietor-ship/partnership firm / (Tick the correct choice): Private limited company. 5. Name of the sole proprietor/ partners/ Director(s) ofPvt. Ltd Co.: Slno Name Father’s name Designation

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

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

Signature of the bidder 27

Annexure-IV

DECLARATION OF NEAR RELATIVES OF BSNL EMPLOYEES

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

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

Place:

Date: Signature of the Contractor: Name in block letters: Address :

Signature of the bidder 28 ANNEXURE-V

CONDITIONS AND AGREEMENT

1) I/We execute the agreement with PGMT, BSNL,Ernakulam, for the work as specified in the tender on work contract basis and in accordance with the specifications, terms and conditions and instructions annexed hitherto or that may be given by on behalf of PGMT, BSNL, Ernakulam BA or by his representative in consideration of the payment that will be made at the rate quoted by me/us I nAnnexure-VI.

2) I/We agree to abide by the terms and conditions if the Tender is accepted

3) I/We do hereby abide by the conditions that the Earnest Money Deposit already remitted will be forfeited, if I/We withdraw the Tender at any stage before or after finalization of theTender.

4) I/We will not claim any interest on the Earnest Money Deposit or Security Deposit while it is in the control of BSNL, Ernakulam.

5) I/We agree that the decision of the PGMT, BSNL, Ernakulam, regarding the meaning and effects of this Tender and the Agreement and also on the disputes that may arise out of the execution of the works and settlements of my/our claims, shall be final and legally binding

6) I/We have personally visited and assessed the area and other particulars of the Exchanges/Offices before quoting the rates.

7) I/We are accepting that the accepted rates will be valid for a period of twoyear commencing from the date of awarding the tender. We agree for the extension of one year or up to the finalization of New Tender on the same rates and conditions

8) I/We agree that we will be held fully responsible to reimburse the cost of the loss / damages incurred due to the negligence of our staff and the decision of the BSNL to the loss and negligence is final.

9) I/We agree to provide any feedback information as and when required by the BSNL at ourcost.

10) I/We agree to undertake the work within the stipulated time mentioned in AnnexureII.

11) I/We agree to submit the License from the concerned Labour authority within one month from the date of award of thework.

12) I/We agree that if the services are found to be unsatisfactory or if we are unable to fulfill the agreement, the BSNL reserves the right to terminate the contract giving 15 days’ notice, with the forfeiture of Security Deposit besides blacklisting.

13) I/We understand that Tender will be terminated for violation of any of the above condition.

14) I/We agree to the following SERVICECONDITIONS.

i. The agency should be capable of providing all the services mentioned in the schedule ofworks. ii. The actual nature and quantum of work will be assigned by the controlling officer of theplace.

Signature of the bidder 29

15) I/We agree that in case of any dispute, the decision of the PGMT, BSNL,Ernakulam regarding meaning and effects of this tender and agreement and also on the disputes arising out of the execution of the work and settlement of claims shall be final and legally binding.

16) I/We agree that to settle the disputes, the matter should be referred to an Arbitrator so appointed by the BSNL for the purpose and the decision of the arbitrator will be final and binding on both theparties.

17) Any Legal litigation is to be restricted to Ernakulam/Districtjurisdiction.

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

Witness(s) Signature(s) of the Contractor(s) 1.

2.

NAME (in block letters) : ADDRESS :

Signature of the bidder 30

ANNEXURE-VI Financial Schedule : Item A :- Section A.

Maintenance and Provisioning of External Plant of Landline/Broadband/Leased Circuits/PRI/SIP Trunk in different Clusters in Ernakulam BA, Kerala Circle.

Basic price per unit* Quote % w.r.t base price Quote % w.r.t Base price per unit in figures per unit in words Rs.35 (Rs thirty Five only) *Excluding GST

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

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

3 Monthly maintenance charges for each working ISDN PRI/Leased 1 unit +Rs.70/- Circuits/SIP Trunk 4 MDF related work for each working lines (for cluster size <10K lines) 0.1 5 MDF related work for each working lines (for cluster size >10K lines) 0.07

Section B.

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

Item B :- Infra maintenance

Infra maintenance / per station / Rate quoted for Rate quoted for exchange per month exchange per month (in exchange (in figures) Rs. words )

< 1000 working lines >1000 working lines

*Rate should be quoted in the E-Tender Financial Bid rate sheet enclosed to the Tender

Signature of the bidder 31 schedule only excluding GST. GSTshall be paid extra as per prevailing rate and rules subject to the condition that

1. GSTIN number should be indicated on bills/invoices /documents etc 2. GSTIN number of BSNL should be distinctly in thebill 3. The proof of GST Tax having been remitted to State and Central agencies should havebeen furnished in respect of remittance made in previous month.

I have paid the EMD of Rs…………….. /-By DD to Accounts Officer [Cash], O/O PGMT, BSNL ,ErnakulamReceipt No……Dated ...... (Exempted for bidders having NSIC/MSME registration) If my tender is accepted, I agree to abide by the terms and conditions mentioned in the Tender document.

Signature: Date :

Name of the Tenderer

Signature of the bidder 32

ANNEXURE-VII BID FORM To Principal General Manager Telecom BSNL, Ernakulam

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

Ref: Your Tender No. ………………………………… dated ………………… Cluster Name : ------Dear Sir,

1) Having examined the Terms and conditions of contract and specifications including addenda, the receipt of which is hereby duly acknowledged, we, undersigned, offer to execute the work of “ Maintenance and provisioning of Landline & Broadband for External plant of Copper Network in 7 clusters of Ernakulam BA”, in conformity with said conditions of contract and specifications as may be ascertained in accordance with the schedule of prices attached herewith and made part of this bid. In conformity with said conditions of contract and specifications as may be ascertained in accordancewiththescheduleofpricesattachedherewithandmadepartofthis bid. 2) Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and replacement. 3) We agree to abide by this Bid for a period of 150 days from the date fixed for Bid opening or for subsequently extended period, if any, agreed to by us. This bid shall remain binding upon us up to the afore saidperiod. 4) Weunderstandthatyouarenotboundtoacceptthelowestoranybid,youmayreceive. 5) If our Bid is accepted, we will submit the securities as per the conditions mentioned in the contract. 6) We undertake, if our Bid is accepted, to execute the work in accordance with specifications time limits &terms and conditions stipulated in the tender document/ Agreement/Work orders. 7) Until a formal Agreement is prepared and executed, this Bid together with your written acceptance thereof in your notification of award shall constitute a binding contract between us. Dated:... .dayof.20…

Signature …………………………. Witness Name…………………………….. Signature…………………………. In the capacity of…………………………. Name…………………………….. Duly authorized to sign the bidfor Address ...... and on behalf of...

Signature of the bidder 33 ANNEXURE-VIII BID SECURITY (To be typed on Rs.200/- non-judicial stamp paper)

Sub: Bid Security/EMD guarantee

WhereasM/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 favourofPGMT, BSNL, Ernakulam(Hereafter referred to as BSNL) for participation in the tender of work of ...... vide tenderno. …………………………………. 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: 1. 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”. (Amount+GST applicable)

2. 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 theretoourliabilityunderthispresentguaranteebeingabsoluteandunequivocal.ThePaymentso 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 suchpayment.

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

4. 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 andconditionsofthesaidAgreementortoextendtimeofperformancebythesaidbidder(s)from timetotimeortopostponeforanytimeorfromtimetotimeanyofthepowersexercisablebythe 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.

5. Notwithstanding anything herein contained; (a) The liability of the Bank under this guarantee is restricted to the “B. G. Amount” (Amount +GST applicable)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.

6. In case BSNL demands for any money under this bank guarantee, the same shall be paid through banker’s Signature of the bidder 34 Cheque in favour of “AO (Cash) O/o PGMT, BSNL,Ernakulam payable at Ernakulam.

7. 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: …………………………. Rubber stamp of the bank

Signature of the Bank Officer

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

Signature of the bidder 35

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

Dated:…………….. Sub: Performance guarantee.

1. Whereas PGMT BSNL, Ernakulam,(hereafter referred to as BSNL) has issued an APO no. …………..………. Dated ……/……/20…..awarding the work of …………… …… … ………………………………….. to M/s …………………..…………………………… R/o……………………………………… (hereafter referred to as “Bidder”) and BSNL has asked him to submit a performance guarantee infavour of PGMT BSNL, ------ofRs ...... /- (hereafter referredto as “P.G. Amount”) valid up to ……… …… (hereafter referred to as “Validity Date”) Now at the request of the Bidder, We …………………………… Bank …………………………Branch having ……………………..…………………… ………. .……………………………………. (Address) and Regd. office address as ……… …………… ……… ……… …………… (Hereinafter called ‘the Bank”) agreed to give this guarantee as hereinafter contained: 2. We, “the Bank” do hereby undertake and assure to the BSNL that if in the opinion of the PGMT, BSNL, Ernakulam-, 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 thesame.

3. Any such demand from the PGMT, BSNL, Ernakulam , shall be conclusive as regards the liability of Bidder to pay to PGMT, BSNL, Ernakulam 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 PGMT ,BSNL, Ernakulam regarding theclaim.

4. We, the Bank further agree that the guarantee shall come into force from the date of its issue and shall remain in full force and effect upto its Validitydate. 5. The Bank further agrees that the PGMT, BSNL, Ernakulam, 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 PGMT, BSNL, Ernakulamagainst 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 PGMT, BSNL, Ernakulamor 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 theguarantor. 6. Notwithstanding anything herein contained; (a) The liability of the Bank under this guarantee is restricted to the P.G. Amount and it will remain in force up to its Validitydate. (b) The guarantee shall stand completely discharged and all rights of the PGMT, BSNL, Ernakulam under this Guarantee shall be extinguished if no claim or demand is made on us in writing on or before its validitydate.

Signature of the bidder 36

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

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 delegatedpower.

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: …………………………………….

Signature of the bidder 37

ANNEXURE-X LETTER OF AUTHENTICATION (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 respectof ...... (Item ofwork) which is due to open on …………………………….. (date) in the Meeting Room, O/o……………………………………………………………………………….

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

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

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

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

Above Signatures Attested

Note: 1. Only one representative will be permitted to attend the Bidopening

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

Signature of the bidder 38 ANNEXURE-XI

AGREEMENT [ DRAFT ] This Deed of Agreement is made on this day of ... Year. between Principal General Manager Telecom, BSNL BHAVAN, Ernakulam BA on behalf of Bharat Sanchar Nigam Limited , Herein called the "BSNL" which expression shall, unless excluded by or repugnant to context, include his successors and assignees or any other officer nominated by him or by the CGMT, Kerala Circle, B S N L of the first part and M/S------represented by ...... having the registered office at ...... herein after called the " Contractor" or Successful tenderer/vender [Which ] expression shall wherever the context so admits include their successors and assignees also of the second part Whereas the BHARAT SANCHAR NIGAM LIMITED is desirous of appointing the said contractor for Maintenance and provisioning of Landline & Broadband for External plant of Copper Network in Ernakulam BA cluster name:-………………………………….………………………………………………………… …………………………………………………for two years are hereby invited by the Principal General Manager Telecom, BSNL, Ernakulam BA for a period of 2 years which may get extended for another one year for the same terms and conditions. During the contract period the BSNL has every right to terminate the contract at any time with 15 days of notice. I Maintenance of Customer Access Network includes a) Attending all types of faults in Customer Access Network from MDF to sub premises such as drop-wire break and drop cable break down, overhead cable break, foreign voltage faults, cleaning the joints in overhead lines and changing the wires, cables, DP Tag blocks faults, faults in telephone instrument, LJU, splitter etc. b) Attending all types of cable faults from 5pair cable to higher size such as Underground cable break, foreign voltage, earth faults , faults at MDF, Pillar and end to end testing and all other MDF,Pillar related works. c) Testing/jumpering at the MDF for fault repair, pair change, new LL/BB connections. d) Clearing of fault dockets in the system after clearing of the faults. e) Attending the Broadband fault at the customer premises including configuration of CPE related issues. f) Attending ISDN PRI/Leased Circuits/SIP Trunk copper cable faults and all other services running on Customer Access Network II) Provision of new Landline connections to the customers. III) Provision of New Broadband connections on existing Landline IV) Provision of New Broadband connections with new Landline V) Shifting of landline and broadband connection VI) Provisioning of New ISDN PRI/Leased Circuits/SIP Trunk on copper media VII) All stores shall be supplied and installed by bidder at own cost except 50 pair and above UG cables. These cost will be borne by bidder and BSNL will not make any payment for these stores items. VIII) All stores related to the Maintenance of telecom external plant from the MDF to the customer terminal viz. Drop- wire, 5 pair cable, 10 pair cable, 20 pair cable, jointing kits and its Accessories, Jumper wires, DP Tag blocks and other subscriber end line materials viz CLIP instruments, LJU & splitter etc. shall be supplied by the bidder. IX) Storing Packing and transportation of materials shall be done by the bidder. X) Packing and freight charges if any for taking out and return of BSNL provided items like 50 Pair cable etc. shall be borne by the bidder. XI) Material used/Provided by the out sourced agency for maintenance and provisioning shall become the property of BSNL. XII) The line should be checked for the proper working after attending the Fault. XIII) All the pairs to be checked with MDF for proper working if cable faults attended in a cable. XIV) Faults register should be maintained and get signature from the officer/official for attending the faults who will order the faults. XV) Reinstatement work should be done properly after completing the cable Faults.

XVI) Infra Maintenance work includes :- The work includes:

1. Sweeping, cleaning and up keeping of the station/exchange - including all equipments, surroundings, DG, wash area etc. 2. Manual operation (ON/OFF) of DG sets and monitoring of fuel level etc, whenever required. Signature of the bidder 39 3. Manual assistance in changeover of KSEB/DG supply and attending to minor faults like tripping of switches, manual changeover in AC units. 4. Daily visit to the site for general up keeping. 5. Diesel filling in the DG Sets available in the site. 6. Assistance in handling of minor store items. 7. Routine check of DG, Power Plant, Battery, other equipments and BTSs and record the same in log book as per the instructions given in the log book. Reporting of any alarms/faults/untoward incident to the concerned officer. 8. Prompt action (within 30 minutes) on receipt of instructions (by call or by SMS) from concerned officer regarding manual assistance in rectification of alarm/fault in site.

XVII) Necessary identity cards should be issued by the contractor to the servicing personnel for getting entries to the concerned Telephone exchanges / offices/sub premises.

XVIII) The NIT (notice inviting tender), Bid Documents (qualifying and financial), approved rate and such other additional particulars instructions viz as contained in the pages from 1 to ….. of this tender document issued to the bidder s h a l l be deemed and taken to be an integral part of the contract and shall also be deemed to be included in the expression ”The agreement” or “the Contract” wherever here in used.

Cluster Name :- ………………………………… Approved Rate :- ……….% above basic price Rs.35/- Approved Rate for infra Maintenance:- For Exchanges <1000 working lines :- Rs……………….. For Exchanges >1000 working lines :- Rs………………..

SIGNED BY THE SAID CONTRACTOR

IN THE PRESENCE OF WITNESS

Signature of the bidder 40

ANNEXURE-XII

E- PAYNENTMANDATEFORM To PGMT, BSNL Ernakulam

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

Date: Name &Signature oftheAuthorised signatory with seal

1 Name of theTenderer/Company/Firm

2 Address

3. Name of the Bank & Branch

4 Name of Account Holder

5 Branch Code

6 Bank’s IFSC Code

7 Type ofAccount

8 Account Number

9 BankAddress

10 BankTelephoneNumber(& Code) (To be filled in by theBank Authorities) Certifiedthatthe particulars furnished above are correct asper ourrecords.

BankSeal ……………… Signature of theManager/AuthorisedOfficer. Date:

Signature of the bidder 41

ANNEXURE-XIII

CHECK LIST Sl. No Documents to be enclosed Yes/No Attested copy of Certificate of Registration of the firm or Attested copy of partnership deed in case of partnership firms or Attested 1. copy of Certificate of incorporation in case of Ltd., company. (Not applicable in case of individuals) 2. Valid MSME or NSIC registration certificate 3. Proof for Cost of Application form if applicable 4. Proof for EMD as per NIT Page No.1 if applicable Labour License issued by the labour Enforcement office/Ministry of 5. labour if available or declaration for submission of the same within one month from the date of award of work if applicable. EPF Registration certificate with EPF code number and Latest EPF payment challans copy in respect of previous work if applicable or 6. declaration for submission of the same within one month from the date of award of work if applicable ESI Registration certificate with ESI code number and Latest ESI payment challans copy in respect of previous work if applicable or 7. declaration for submission of the same within one month from the date of award of work if applicable 8. GST Registration Certificate 9. Near relative certificate 10. Letter of authorization 11. Bidder’s profile Experience certificate for. 12.

Self declaration stating that the tenderer is not blacklisted by GST 13. authorities. 14. Pan card/ Latest IT Return 15. BID form 16. E-Payment mandate form All pages of the Tender Document to signed by the bidder(Off line 17. only enough)

Signature of the bidder 42

ANNEXURE-XIV

https://etender.bsnl.co.in/irj/portal BHARAT SANCHAR NIGAM LIMITED Office of the PGMT,BSNL, Ernakulam

TechnicalBid

Tender No. CP/200-21/Out Sourcing/2019-20/1 dated 17/02/2020 Tender for Maintenance and provisioning of Landline & Broadband for External plant of Copper Network in 7 clusters of Ernakulam Business Area Name of the Company Sl.No Documents to be enclosed Yes/No 1. Attested copy of Certificate of Registration of the firm or Attested copy of partnership deed in case of partnership firms or Attested copy of Certificate of incorporation in caseof Ltd., company. (Not applicable in case of individuals) 2. Valid MSME or NSIC registration certificate 3. Proof for Cost of Application form Rs------/- if applicable 4. Proof for EMD as per NIT Page No.1 if applicable 5. Labour License issued by the labour Enforcement office/Ministry of labour if available or declaration for submission of thesamewithin one month from the date of award of work if applicable. 6. EPF Registration certificate with EPF code number and Latest EPF payment challans copy in respect of previous workif applicable or declaration for submission of the same within one month from the date of award of work if applicable 7. ESI Registration certificate with ESI code number and Latest ESI payment challans copy in respect of previous work if applicable or declaration for submission of the same within one month from the date of award of work if applicable 8. GST Registration Certificate 9. Near relative certificate 10. Letter of authorization 11. Bidder’s profile 12. Experience certificate.

13. Self declaration stating that the tenderer is not blacklisted by GST authorities. 14. Pan card/ Latest IT Return 15. BID form 16. E-Payment mandate form 17. All pages of the Tender Document to signed by the bidder(Off line only enough)

Signature of the bidder 43 ANNEXURE-XV FINANCIALBID

(ONLINE SUBMISSION ONLY)

To The PGMT, BSNL Ernakulam.

Subject: Financial Bid for Maintenance and provisioning of Landline & Broadband for External plant of Copper Network in 7 clusters of Ernakulam Business Area

Ref :Tender No. CP/200-21/Out Sourcing/2019-20/1 dated 17/02/2020

DearSir, Having examined the tender documents, terms and conditions stipulated therein specifications of work etc., we the undersigned offer to execute the Maintenance of External Plant in various SDCA/clusters of Ernakulam Business Area in conformity with the said specifications and conditions of contract at the percentage (Below/at par/above) on Financial schedule of rates in Annexure –VI Section ABasePrice Per Unit *Rs.35(Rs. Thirty Five Only)quoted asunder excluding GST.

In figures………………………………………% BELOW In words………………………………………..percent

OR In figures………………………………………% ATPAR In words………………………………………..percent

OR In figures………………………………………% ABOVE In words………………………………………..percent

*Monthly maintenance charges for each working LL without BB= 1 Unit

Financial Schedule of Rates given in Sectio Financial Schedule of rates in Section –B are fixed. If our Bid is accepted we shall submit the securities as per the conditions mentioned in the contract. We agree to abide by this Bid for a period of 150 days from the date of opening of financial bid and it shall remain binding upon as and may be accepted at any time before the expiry of thatperiod.

Date Signature of theTenderer Name of the Tenderer

44

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

Registration for State2 ( if applicable) (Please add field for other states in the form if applicable) Date of Registration GSTIN/UN

Registered Address PIN Code State Name State Code Composition scheme availed Declaration by Name Designatio n Date: Declaration by Name Designatio n Date: Note: Please provide a copy of document evidencing provisional GSTIN ID issued by GSTN

Note:In case you have multiple registration, please copy row 34 to 41 and insert the details

Signature of the bidder 45

VENDOR FORM

Sl.No Particulars 1. Vendor Code 2 Vendor Name 3 Type of Vendor ie. Whether registered or unregistered 4 Statewise registration addresses of the Vendor (in case vendor has multiple state operation) 5 State of registration along with Pincode 6 PAN No. of Vendor 7 GSTIN No. of the registered vendors (if registered in multiple state, listing of all GSTINS under which invoices are raised by vendors) 8 Status of Vendor, ie. Whether SEZ, EOU, DTA, Government, Local Authority 9 List of Goods and Services provided by Vendor

10 HSN Code for goods/ SAC for services supplied by each vendor 11 GST Compliance rating (optional) 12 Whether supply is exempt/ non taxable 13 Whether reverse charge scheme applicable (Yes or No) 14 Whether compounding scheme applicable (Yes or No) In case purchase is from dealers under composition scheme GST Cost will be inbuilt in supply and vendor will not charge GST Separately 15 Whether TDS applicable (Yes/ No) 16 Email address of vendor 17 Phone no. of vendor 18 Mobile no. of vendor

Signature of the bidder 46 Annexure - A (All the calculation is exclusive of GST) IV-1 : Invoice performa for Maintenance charges with unit rate Rs.35/- Cluster No Type of work Units Rate Amount 1 A B C# D=A*B*C Monthly maintenance charges for each working LL 1 1 35 2000 70000 without BB Monthly maintenance charges for each working LL 1+ 2 52 1000 52000 with BB Rs.17 Monthly maintenance charges for each working 3 1+Rs.70 105 100 10500 ISDN PRI/Leased Circuits/SIP Trunk MDF related work for each working lines (for 4 0.1 3.5 3100 10850 cluster size <10K lines) Monthly Incentive for high FMC working numbers 5 FMC Rs.301-600 17 500 8500 6 FMC Rs.601-800 27 300 8100 7 FMC 800+ 35 200 7000 8 PRI/SIP Trunk/Leased circuits 70 100 7000 Total Maintenance charges 173950

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

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

IV - 3 :- Invoice performa for Additional incentive

Cluster Size as on date of issue of work order : No. of Land line without Broad band 2000

No. of Land line with Broad band 1000 No. of ISDN PRI/ Leased Circuits/ SIP Trunk on copper 100

No. of monthly target for getting additional incentive is 45 (1.5% of (2000+1000) = 45)

Sample Calculation for Provisioning LL/BB if target of 45 lines not achieved (Total provisioning is 40) No. Type of Provisioning work Rate Count Amount

1. Provision of New Landline 210 30 6300 Signature of the bidder 47 2. Provision of BB only (on existing Land Line) 105 20 2100 3. Provision of New Broadband including 280 10 2800 New Land line 4. Provision of ISDN PRI/ Leased Circuits/ 350 5 1750 SIP Trunk on copper Total Provisioning charge 12950

Sample Calculation for Provisioning LL/BB if target of 45 lines achieved (Total count of provisioning is 55) No. Type of Provisioning work Rate Count Amount

1. Provision of New Landline 335 40 13400 2. Provision of BB only (on existing Land 105 30 3150 Line) 3. Provision of New Broadband including 405 15 6075 New Land line 4. Provision of ISDN PRI/ Leased Circuits/ 350 5 1750 SIP Trunk on copper Total Provisioning charge 24375

Signature of the bidder 48 (All the calculation is exclusive of GST) Annex:B Penalty calculation for Maintenance Invoice of Rs.173950

Slippage SLA % of No. parameters Penalty SLA in % or Amount achd Invoice hr

0.2% of invoice value Fault 1 for each 1% of 95% 90% 0.2 5% Clearance(95%) slippage 1739.5 0.3% of invoice value 2 MTTR 12hrs for each hour of 12 hrs 18 0.3 6 slippage ( rounded off) 3131.1 0.5% of invoice value 3 MTTR 8hrs for each hour of 8 hrs 9 0.5 1 slippage ( rounded off) 869.75 1.0 % of invoice value 4 MTTR 4hrs for each hour of 4 hrs 4 1 0 slippage ( rounded off) 0 1.33 % of invoice value 5 MTTR 3hrs for each hour of 3 hrs 4 1.33 1 slippage ( rounded off) 2313.54 0.5% of invoice value 6 Repeat fault(10%) for each 1% of 10% 16% 0.5 6% slippage 5218.5 Total Penalty for ( max . 15% ieRs

Maintenance 26092/- ) 13272.4 Payable Maintenance charges after Penalty

calculation 160677.6 Penalty calculation for Provisioning SLA Parameters Penalty SLA Prov Delay Penalty Amount Achd 1 New LL or BB Rs.25/- per day delay 3 days 10 4 1 25 250 2 New LL or BB (max.Rs.100/-for each 3 days 10 5 2 25 500 3 New LL or BB connection) for each 3 days 10 6 3 25 750 4 New LL or BB connection. 3 days 10 10 7 25 1000 6 BB on existing LL Rs.25/- per day delay 2 days 5 1 0 25 0 7 BB on existing LL (max.Rs.100/-for each 2 days 5 2 0 25 0 8 BB on existing LL connection) for each 2 days 5 4 2 25 250 9 BB on existing LL connection. 2 days 5 8 6 25 500 New ISDN Rs.50/- per day delay PRI/SIP (max.Rs.200/-for each 10 3 days 5 2 0 50 0 Trunk/Leased connection) for each Circuits connection. Total Penalty for

Provisioning 3250 Payable Provisioning charges after Penalty

calculation 9700.0 Total Payable Maintenance and Provisioning Charges after penalty 170377.6

Signature of the bidder