Page-1

भ딾रत सच딾र नꄿगम ल줿लमट絇ड BHARAT SANCHAR NIGAM LIMITED मह딾प्रबधक दरसच딾रद ज焿줿딾, क啋ट्टयम क딾 क딾य딾र्या줿य O/o The General Manager Telecom District (भ딾रत सरक딾र क딾 उदयम A Govt. of Enterprise)

ब넿ड दससस्ताव핇ज B i d Do c u ment

E- TENDERS FOR THE PROVISION AND MAINTENANCE OF LANDLINE AND BROADBAND FOR EXTERNAL PLANT OF COPPER NETWORK IN KOTTAYAM BA

Tender No: T-10/ Mntce & Prov of LL & BB in Kottayam BA dated at Kottayam the 01.01.2020

Signature of Bidder Page-2

ववषयससच楀 क啀 सस्तारण楀 TABLE OF CONTENTS

SECTION TITLE PAGE NO 1 Notice Inviting Tender (NIT) 3_5 2 Instructions to bidders for online bidding 5-8 3 Instruction to tenderer 9-16 4 List of Documents to be enclosed 17 Terms and conditions of the work contract 5 18-24 (ANNEXURE-I) 6 Scope of Work (ANNEXURE-II) 25-29 Proforma Invoice (ANNEXURE-II A) 30 Prforma Invoice (ANNEXURE-II B) 31-32 7 Bidder’s Profile (ANNEXURE-III) 33 Declaration of Near Relatives 8 34 (ANNEXURE-IV) Conditions and Agreement (ANNEXURE- 9 35-36 V) 10 Financial Schedule (ANNEXURE-VI) 37-38 11 Bid Form (ANNEXURE-VII) 39 Performance Bank Guarantee 12 40-41 (ANNEXURE-IX) 14 Letter of Authorisation (ANNEXURE-X) 42 15 Agreement-Draft (ANNEXURE-XI) 43-47 E-Payment Mandate Form (ANNEXURE- 16 48 XII) 17 Check List (ANNEXURE-XIII) 49 E-Tender Technical Bid (ANNEXURE- 18 50 XIV) 20 Vendor information updation form 51 Declaration for non-requirement of GST 21 52 registration 22 Vendor form 53

Signature of Bidder Page-3

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise) Tender No: T-10/ Mntce & Prov of LL & BB in Kottayam BA dated at Kottayam the 01.01.2020 SECTION_1 NOTICE INVITING TENDER

For and on behalf of Bharat Sanchar Nigam Limited, General Manager, Kottayam BA invites digitally sealed tenders from Indian registered companies/ LLP/ Registered Firms for the Maintenance and Provisioning of Land line, Broadband, ISDN and Leased circuit for external plant of Copper network in various Clusters of Kottayam Business Area for Two years. The bidder can participate for any number of clusters; but the contract to one bidder shall not exceed 70% of total working lines of Kottayam BA . The estimated cost of the tender, EMD and cost of tender form are given in the table below, against each Cluster. The geographical boundaries and exchange areas of the Clusters are as defined by the Business Areas as on 01.01.2020

Working lines in the cluster Total No of Cost of Total LL+ Estimated S.No. Cluster Id Cluster Name Excha Land Land Line ISDN & EMD tender BB+ ISDN cost for the nges Line with Broad Lease form & Lease cluster Only Band Circuit Circuit 1 KLKTM001 KOTTAYAM WEST 3 6141 3069 110 9320 9278352 185600 1180 2 KLKTM002 GANDHINAGAR 5 3887 1661 47 5595 5469048 109400 1180 3 KLKTM003 6 4756 2442 32 7230 7135896 142800 1180 4 KLKTM004 KANJIKUZHY 2 3244 2009 30 5283 5320392 106500 1180 5 KLKTM005 KOTTAYAM EAST 4 2316 1305 26 3647 3652200 73100 590 6 KLKTM006 5 2568 1885 22 4475 4577640 91600 590 7 KLKTM007 MANARCAD 5 3494 1805 24 5323 5260680 105300 1180 8 KLKTM008 CHANGANACHERY 5 4367 2089 62 6518 6444192 128900 1180 9 KLKTM009 KURISUMMOOD 3 3391 2203 18 5612 5655744 113200 1180 10 KLKTM010 5 4045 2150 37 6232 6186840 123800 1180 11 KLKTM011 9 3098 2655 32 5785 6009000 120200 1180 12 KLKTM012 KANJIRAPALLY 9 1928 2322 26 4276 4595496 92000 590 13 KLKTM013 MUNDAKKAYAM 11 2314 1385 28 3727 3755400 75200 590 14 KLKTM014 RAMAPURAM 8 2461 1767 27 4255 4353096 87100 590 15 KLKTM015 KIDANGOOR 6 2514 2254 26 4794 5002872 100100 1180 16 KLKTM016 PALA 9 2819 3083 62 5964 6384384 127700 1180 17 KLKTM017 6 2348 2237 38 4623 4872456 97500 590 18 KLKTM018 THALAYOLAPARAMBU 6 2573 2521 47 5141 5438568 108800 1180 19 KLKTM019 KURUPPATHARA 7 2461 2457 33 4951 5229336 104600 1180

Signature of Bidder Page-4

Tender document can be obtained by downloading it from the website https://etender.bsnl.co.in /irj/portal or following the Tender’s link of the BSNL Corporate website bsnl.co.in & then clicking on “BSNL’s ERP E-tender Portal” link. The bidders shall furnish a declaration that “No addition/deletion/ modification have been made in the downloaded tender document being submitted and it is identical to the tender document appearing on Website”.

The intending bidder should pay EMD and Cost of tender form for all the clusters for which he is participating. DDs towards cost of tender document and EMD shall be drawn from any Nationalized / Scheduled Bank in favour of AO (Cash),O/o GMT, BSNL. Kottayam and payable at Kottayam.

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 Kottayam BA.

Tender forms can be downloaded from website upto : 14.00 hrs of 17.01.2020 Last Date/Time of Online and Physical submission : 14.30 hrs of 17.01.2020 Date/Time of opening of Tender : 15.00 hrs of 17.01.2020

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

The MSE units registered with the designated MSME bodies, like National Small Industries Corporation (NSIC) etc. shall be given exemption from payment of Bid Security deposit, provided the tendered item is listed in the Registration Certificate of MSE. The MSE bidder has to submit the UAM number. The bidders who fail to submit the UAM number shall not be able to avail the benefits available to MSEs as contained in Public Procurement Policy for MSEs order 2012 issued by MSME. a) Proof regarding current registration with the designated MSME bodies, like District Industries Centers or with National Small Industries Corporation (NSIC) for the tendered items will have to be attached along with the bid. b) The enlistment certificate issued by bodies registered under MSME like District Industries Centers or National Small Industries Corporation (NSIC) should be current and valid on the date of opening of bid. The intending bidder can apply for registration through the BSNL e-tendering portal by clicking on link “New Bidder? Apply for Access Authorization” and following the procedures.

BSNL reserves the right to reject any or all tenders without assigning any reason what so ever. BSNL reserves the right to award addition or reduction of number of workers based on the actual requirement. The rate quoted should be inclusive of any levies and taxes but exclusive of GST.

Assistant General Manager (NWP) O/o GMT,BSNL, Kottayam. Ph. 0481-2563344/ 2569000

Signature of Bidder Page-5

SECTION- 2 Instructions to Bidders for E-tendering(through ERP) Note :- Please refer to Bidders Manual, Guidelines to bidders & FAQ available at https://etender.bsnl.co.in/irj/portal. General These Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, as mentioned in the tender documents. BSNL has decided to use process of e-tendering for inviting this tender and thus the physical copy of the tender would not be sold. Submission of Bids through online process is mandatory for this Tender. For conducting electronic tendering,BSNL, Telecom Circle, Kottayam 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 – The sealed envelope (Technical/Qualifying Bid only) to be submitted to the AGM (NWP), O/o GMT, BSNL, Kottayam as well as by soft copy by uploading in E-portal of BSNL ERP. Financial bid is also to be uploaded by the bidder at the same time in the E-portal. (Financial bid not to be submitted in hard copy)

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 ( i)Query to BSNL (Optional) (ii).View response to queries posted by BSNL. 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

Signature of Bidder Page-6

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 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. Tender document can be downloaded from the website: https://etender.bsnl.co.in/irj/portal and to be submitted in the e-format as well as hard copy by post/courier/by hand. Cost of Tender Document (DD in original) and Bid Security (DD in original), along with the hard copies of all documents which are uploaded in the e –tender portal to be submitted to the AGM (NWP), O/o GMT, BSNL Bhavan, Kottayam- 686001, before the scheduled date and time of submission of the tender.

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.

Please contact BSNL ERP TENDER HELP DESK (as given below), to get your registration accepted/activated.

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

Signature of Bidder Page-7

Contact details for bid specific query

BSNL Contact-1 AGM (NWP) Telephone/ Mobile 0481-2563344 E-mail ID [email protected]

BSNL Contact-2 SDE (TP) 0481-2569000 Telephone/ Mobile Mob No: 9446529770 E-mail ID [email protected]

5 . Some Bidding related Information for this Tender. Broad outline of online submissions are as follows: 1. Submission of Cost of tender document and Bid Security/ Earnest Money Deposit (EMD) 2. Submission of digitally signed copy of Tender Documents/ Addendum/addenda 3. Eligibility proof 4 .Techno-commercial and Finacial in electronic form.

6. Offline Submissions: The bidder is requested to submit the Techno commercial bid, offline to ( AGM (NWP), O/o GMT, BSNL Bhavan, Kottayam -686001) in a sealed envelope. The envelope shall bear (name of the work), the tender number and the words ‘DO NOT OPEN BEFORE’ (due date & time). 7. Public Online Tender Opening Event (TOE) BSNL ERP TENDER PORTAL offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. Tender Opening Officers as well as authorized representatives of bidders can attend the Public Online Tender Opening Event (TOE) from the comfort of their offices. For this purpose, representatives of bidders, duly authorized are requested to carry a Laptop and Wireless Connectivity to Internet.Every legal requirement for a transparent and secure ‘Public Online Tender Opening Event (TOE)’ has been implemented on BSNL ERP TENDER PORTAL. BSNL ERP TENDER PORTAL has a unique facility of ‘Online Comparison Chart’ which is dynamically updated as each online bid is opened. The format of the chart is based on inputs provided by the Buyer for each Tender. The information in the Comparison Chart is based on the data submitted by the Bidders in electronic forms. A detailed Technical and/ or Financial Comparison Chart 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

Signature of Bidder Page-8 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) (Class-3) 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 DESK personnel given in clause 4 of Section 2, for any type of training/help, which they may require while uploading the bids.

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

Signature of Bidder Page-9

Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Office of the General Manager, Kottayam SECTION-3 INSTURCTIONS TO TENDERER Tender No: T-10/ Mntce & Prov of LL & BB in Kottayam BA dated at Kottayam the 01.01.2020

For and on behalf of the BSNL, digitally signed Tenders for the Provision and Maintenance of Land line, Broad band, ISDN and Leased circuit for External Plant of copper network in Kottayam Business Area for Two years, which can be extended up-to One more year, are hereby invited by the General Manager Telecom, BSNL, Kottayam. This includes maintenance and provisioning of land line, broadband, ISDN and leased circuit network from last main pillar to customer premises with all materials like UG cable, drop wire, jumper wire, CLIP instrument, LJU & Splitter etc. (50 pair and above UG cable as well as BSNL owned modem repairing/ replacement will be provided by by BSNL to bidder)

The tender must be submitted only in the prescribed Tender Form along with the other documents required. Cost of Tender Form for each cluster is shown in section-1 (Non refundable and not transferable) (Not applicable in case the bidder has MSME/NSIC registration)

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. 1.1.2 The bidder must not be black listed for Telecom business by any Central/ State Government/ 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 (Experience) 1.2.1 The Bidder must have an experience of executing works related to provisioning new connections or Construction/ Maintenance of underground telecom cables (Copper cable or OF cable) / telecom outdoor networks/ BTS maintenance of any Telecom Service Providers (holding service licence) in last two financial years 2017-18 and 2018-19.

1.2.2 BSNL Franchisee associated with BSNL for more than 5 years. (Bidders will be required to support claims of their required experience, through certificates issued by any executive with approval of AGM rank officer, in case of PSUs or with approval of Circle head, in case of private TSPs)

Signature of Bidder Page-10

1.3 Financial Qualification

1.3.1 The Bidder must have minimum annual turnover of 50% of total estimated cost of the clusters in which he is participating, during each of the consecutive financial years 2017-18 and 2018-19 from telecom business as mentioned in 1.2.1 in Technical Qualification

OR

1.3.2 For BSNL Franchisee, Business with BSNL in (FY 2017-18) + (FY 2018-19) shall be

Cluster Size 3K-5K 1 Cr. 5K – 10 K 2 Cr. Bidders will be required to support claims of their financial qualification through their audited financial statements duly certified by their CA

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

EARNEST MONEY DEPOSIT Completed Tender forms should be accompanied with Demand Draft as per Annexure-I drawn on any Registered / Nationalised bank in favour of Accounts Officer (Cash), O/o GMT, BSNL, Kottayam towards EMD or a valid NSIC/MSME registration certificate. The EMD will not carry any interest. The EMD will be refunded to the unsuccessful tenderers after finalization of tender on production of advance stamped receipt, which is enclosed in this tender document.

The EMD will be forfeited if a successful 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 for rejection

Signature of Bidder Page-11

SUBMISSION OF TENDER: (E- Tender)

Techno-commercial and Financial bid should be uploaded online.

The following documents are required to be submitted offline, in a sealed (Wax/PVC tape) envelope (i.e. offline submissions) to AGM ( NWP), O/o GMT, BSNL, Kottayam on or before the last date & time of submission of bids (locking time). The overs superscribed as “Qualifying Bid of Tender for Maintenance and Provisioning of Land line and Broadband for external plant of Copper network in various Clusters of Kottayam BA” The envelope shall bear the tender number, name of work and the phrase: “Do Not Open Before (due date & time of opening of tender).

Technical Bid shall contain: (a) DDs for EMD and cost of Tender form, from a Nationalised / Sheduled Bank. (Seperate DDs for each cluster, in which the bidder is participating) (b) Tender Document, in original, duly filled in and signed by tenderer or his authorized representative along with seal on each page. All corrections and overwriting must be initialed with date by the tenderer or his authorized representative. (single tender document is sufficient for participating in any number of clusters) (c) Attested copy of Certificate of Registration of the company/ firm or Attested copy of partnership deed in case of partnership firms or Attested copy of Certificate of incorporation in case of Ltd., company. (d) Original “power of Attorney” in case of person other than the tenderer has signed in the tender document. (e) Valid MSME or NSIC registration certificate if applicable (f) Proof for Cost of Application form if applicable (g) Proof for EMD as per NIT, if applicable (h) 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. (i) 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 (j) 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 (k) GST Registration Certificate if applicable (l) Declaration regarding no close relative working in BSNL (m) Letter of authorization (n) Bidder’s profile (o) Experience certificate – As per clause 1.2 of section -3. (p) The turnover of the company / contractor as required in eligibility criteria to be issued /certified by a

Signature of Bidder Page-12

Chartered Accountant / Auditor as per clause 1.3 of Section-3 (q) Self-declaration stating that the tenderer is not blacklisted by GST authorities. (r) PAN card/ Latest IT Return (s) BID form (t) Electronic payment mandate form

Financial Bid :

Electronic Form- Financial quote along with Price Schedule as per tender document. Completed Tender Forms should be uploaded in E-Tender not later than 14.30 hrs on 17.01.2020. Tenders received after the due date and time will not be considered. The Tenders will be opened at 15.00 hrs on 17.01.2020 in the presence of those Tenderers or their Agents who may be present at the time of opening The tender will be for a period of Two Years, extendable for a period of one more year at the sole discretion of GMT, BSNL, Kottayam, or up to the date of finalization of new Tender whichever is earlier, on the same terms and condition.

Tender Documents: a.1.E-Tender document can be downloaded / uploaded from the E-Portal website of BSNL i.e. https://etender.bsnl.co.in/irj/portal or following the Tender’s link of the BSNL Corporate website bsnl.co.in & then clicking on “BSNL’s ERP E-tender Portal” link. 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 General Manager, BSNL, Kottayam. a.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 ( NWP), O/o GMT, BSNL Bhavan, Kottayam- 686001 on or before locking time. a.3.Late and delayed tenders will not be considered. a.4.If the tender opening day happens to be a holiday, the tender will be opened at the same time on the next working day. a.5.The tenderer will be bound by all terms, conditions and specifications as detailed in this tender document. a.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.

a.7. MSME/NSIC Certificate holders who are having MSME/NSIC Registration are exempted from paying the required Cost of Tender form &EMD

Signature of Bidder Page-13

SECURITY DEPOSIT: a) The successful bidders including MSEs who are registered with the designated MSME has to deposit an amount equal to 5% of the estimated cost of the concerned clusters towards Security Deposit at the time of signing of the contract, by crossed DD drawn in favour of Accounts Officer(Cash),O/o GMT, BSNL, Kottayam, obtained from Nationalized /Scheduled Bank .The security deposit can also be given in the form of Bank Guarantee for a period of 36 (Thirty Six) months, obtained from a Nationalized Bank in favour of Accounts Officer(Cash),O/o GMT, BSNL, Kottayam. The amount together with EMD paid will be treated as Security Deposit. The EMD/Security Deposit will not carry any interest during the period they are in the custody of BSNL.

b) If the successful 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. I c) The bid security of the successful bidder will be converted into part of security deposit. 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 General Manager, BSNL, Kottayam BA, who does not bind himself to accept the Lowest Tender, and GMT, BSNL, Kottayam, reserves the right to reject any or all the Tenders without assigning any reason thereof. 2. The General Manager, BSNL, Kottayam also reserves the right to offer the contract to any other Tenderer or any other agency in case of un -satisfactory work. General Manager, BSNL, Kottayam, 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 any interest. 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 prorate basis. 7. The contractor should submit the bill before 15th of each month for the completed work of the previous month. Only one bill must be submitted for all the completed works in a month. Each claim bill for completion of work must be showing the details of work done. 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 BSNL, Kottayam, shall not involve in any manner. 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 if applicable. 11. The contractor should quote the rate both in figures and in words without ambiguity. Corrections and erasures shall have to be attested by the contractor. In the case of any ambiguity, amount in words will be

Signature of Bidder Page-14

taken as final. 12. The GM, BSNL, Kottayam reserves the right to (a) reject any or all tenders without assigning any reasons, (b) select one or more tenderers, (c) cancel this tender at anytime, (d) have a separate contractor apart from this tender. The decision of GM, BSNL, Kottayam, on any matter connected to this Tender is final, binding and his decision shall not be questioned in any court of law. 13. The GM, BSNL, Kottayam 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 his/their workers and he/they shall have to make good such loss. His/their workers should vacate premises immediately after completion of the contract work. 15. BSNL will be absolved of all legal or labour issues related to workers. 16. The security deposit shall be refundable within six months of payment of final bill, after obtaining a non liability certificate from BSNL officer in charge of the concerned cluster, provided there are no recoveries to be made and satisfactory performance of work and strict compliance of statuary Act/Regulations,during the contract period, 17. It is the sole duty and responsibility of the contractor to pay the mandatory EPF / ESI contributions of his/her workers and BSNL will be absolved of all legal or labour issues related to workers. 18. 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.

EVALUATION: The evaluation of the lowest L1 Tender, for provision and maintenance of land line , Broad band, ISDN and Leased line, shall be based on the lowest rate quoted for the “item A” mentioned in the financial schedule (Annexure- VI), for each Cluster individually subject to eligibility. The tender for each Cluster shall be awarded separately. The rates finalized for each Cluster may vary based on the rates quoted by the bidders.

“Item B” mentioned in the financial schedule (Annexure- VI) will be evaluated separately for the finalisation of the rate for that concerned work. The competent authority will have the option to award item B, fully or partially. Security Deposit @5% of the contract amount of the work under “Item B” to be paid separately, at the time of executing agreement for work under “Item B.”

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:

Signature of Bidder Page-15

11. 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.

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

Claim amount (excluding Number of claim for counter Appointing Authority arbitrator claim, if any) Sole Arbitrator to be BSNL (Note: BSNL will forward a list containing names of Above appointed from a three empanelled arbitrators to the other party for selecting Rs. 5 Lakhs to Rs.5 panel of arbitrators one from the list who will be appointed as sole arbitrator by Crores. of BSNL. BSNL) One arbitrator by each party and the 3rd arbitrator, who shall be Above Rs. 5 Crores 3 Arbitrators the presiding arbitrator, by the two arbitrators. BSNL will appoint its arbitrator from its panel.

13. Neither party shall appoint its serving employee as arbitrator.

14. 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.

15. Parties agree that neither party shall be entitled for any pre-reference or pendente lite interest on its claims. Parties agree that any claim for such interest made by any party shall be void.

16. 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. d.i. The award under this section shall be made within a period of six months from the date the arbitral tribunal enters upon the reference. d.ii. 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.

Signature of Bidder Page-16

d.iii. 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 ]

17. 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) Upto Rs. 5crores Within 6 months (Fast Track procedure) Above Rs. 5Crores Wihin 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.

18. 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 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, Kerala 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 Chief General Manager, Kerala Circle or such other places as the arbitrator may decide.

Signature of Bidder Page-17

SECTION- 4 List of documents to be uploaded

I. SELF ATTESTED COPIES OF: 1. Attested copy of Certificate of Registration of the firm or Attested copy of partnership deed in case of partnership firms or Attested copy of Certificate of incorporation in case of Ltd., company. 2. Valid MSME or NSIC registration certificate if applicable 3. Proof for Cost of Application form , if applicable 4. Proof for EMD as per NIT Page No.1,if applicable 5. Valid Labour License issued by the labour Enforcement office/Ministry of labour if available or declaration for submission of the same within one month from the date of award of work if applicable. 6. EPF Registration certificate with EPF code number and Latest EPF payment challans copy in respect of previous work, if applicable. (If the workers are less than the prescribed limit as per EPFO, only certificate related to total workers to be submitted by the 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 if applicable 8. GST Registration Certificate if applicable 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 signed by the bidder (Off line only enough) II. ORIGINAL: 1. DD taken for EMD and Tender cost drawn in favour of AO(Cash),O/o GMT Kottayam payable at Kottayam obtained from any Nationalized /scheduled Bank (or) cash receipt obtained by remitting cash at cash counter O/o AO(cash),BSNL,-Kottayam if applicable. 2. Power of attorney, if applicable.

Signature of Bidder Page-18

SECTION- 5

TERMS AND CONDITIONS OF THE WORK CONTRACT ( ANNEXURE -l)

1. The BSNL reserves the right to reject / accept any/ part or whole tender without assigning any reasons whatsoever. 2. The BSNL reserves the right to change the award of work to deserving party either in full or parts thereof. The decision of the BSNL is final and binding. 3. The BSNL reserves the right to change the Terms and Conditions at any stage before commencement of the said work. 4. The EMD may be submitted in the form of DD drawn in favour of Accounts Officer (Cash) O/o GM, BSNL Kottayam obtained from any Nationalized /scheduled Bank(or) cash receipt obtained by remitting cash at cash counter O/o AO(cash),BSNL,Kottayam. 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 MSME guidelines. 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 estimated cost of the cluster, in the form of performance guarantee is to be deposited with the BSNL by the successful bidder within the stipulated period. This Security Deposit will be refunded interest free on expiry of the contract through proper application. The Security Deposit can also be given in the form of Bank Guarantee obtained for 36 months from a Nationalized Bank in favour of the Accounts Officer (Cash), O/o GM, BSNL, Kottayam. The security deposit to be paid by The successful bidders having MSME registration should also pay security deposit.

9. After acceptance of the contract if any / all the terms and conditions of the contract is / are violated, the BSNL, Kottayam 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

Signature of Bidder Page-19

event of repudiation 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 Years with effect from the date of execution of tender agreement and shall be extended by One year in steps of six months on satisfactory performance at the approved rate and on the same terms and condition. Successful 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 General Manager, BSNL, Kottayam. will be the final. 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 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 GSTI N number. c. Bills should be submitted in triplicate. d. Bills should be accompanied by Log register/Fault register copy duly attested by the BSNL officer in-charge. e. The copy of ESI/ EPF challan and the proof of GST Tax remittance to State and Central agencies should be furnished in respect of remittance made in previous month

Signature of Bidder Page-20

GENERAL CONDITIONS FOR WORK AND LABOUR

1. Contractor should have 2 Years working experience in as show in clause 1.2 of section -3. 2. The contractor should possess valid License to take up the work in accordance with contract Labour (R & A) Act 1970 & Rules1971. 3. No labour below the age of 18 years shall be employed for the work. 4. 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. 5. BSNL shall not bound to contest any claim made by the contractor against it under section 2 Subsection 1 of the said Act. 6. 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 respect of damage is caused to persons or assets of private parties or the properties of other utility organizations such as electricity gas or water supply authorities, Municipal Corporations , Highways Department, during the course of work, the damage shall be made good by the contractor at his own cost. 7. The contractor will also be responsible to comply with relevant rules and laws including those relating to the labour etc in force from time to time. 8. 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. 9. The contractor is not eligible for traveling and overtime allowances. The department will not undertake payment of traveling 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. 10. All materials ( except 50 pair and above size cable) and relevant tools required for provision of new connections or attending faults shall be procured by the contractor 11. A Cluster is defined as part of division / group of exchanges 12. All network elements are to be maintained as per telecom standards. 13. The contractor or his/her workers should not misuse the LL/BB connections of BSNL by any means. 14. The telephone instrument may be purchased by the Customer from open market or from BSNL

Signature of Bidder Page-21

counters, subject to availability. The repair of BSNL owned telephone instrument will be arranged by the contractor. 15. In the case of major roadworks , Culvert works, Shifting and rearrangement of cables, BSNL will supply the materials. RoW permission, payment and coordination with local body will be dealt by BSNL 16. The contractor should replace its staff when it is found by the designated officer that they are not discharging their duties well. 17. 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 is final. 18. 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. 19. 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. 20. 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 un-executed 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

21. FORCE MAJEURE

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.

Signature of Bidder Page-22

Special condition of contract:

The bidder can participate for any number of clusters, but the contract to one bidder shall not exceed 70% of total working lines of SSA. The choice of clusters will rest with the successful bidder. Key Performance indicator(KPI): SLA (Service Level Agreement) is defined as under: 1. Repeat fault- Fault booked for a connection ,more than once in a calender 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 Hrs 12 Hrs 6 Hrs 4 Hrs 3 Hrs

3. % Fault Clearance in 24 hours: More than 95% of the faults booked shall be cleared with in 24 hrs. 4. Provisioning of New LL or New BB : All booked connections shall be provided within 3 days of receiving OB for execution. However bidder shall attempt 75% provisioning within 2 days. 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 /CPE arranged by customer resulting in delay then such delay will be excluded from the total time taken for provisioning .However ,maximum 7 days will be excluded. 8. In case of delay due to cable fault (between MDF & Main Pillar) to the extent that alternate pair could not be arranged , such faults/provisioning will not form part of list considered for adherence of SLAs (MTTR for fault & provisioning time for new LL/BB).

Incentive :

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

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

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

Signature of Bidder Page-23

Penalty : a) Penalties will be levied on monthly KPI s

KPI SLA Penalty Fault Clearance 95% in 24 Hrs 0.2% of invoice value for each 1 % of slippage MTTR 12 Hrs 0.3 % of invoice value for each hour of slippage (rounded off) MTTR 6 Hrs 0.5 % of invoice value for each hour of slippage (rounded of) MTTR 4 Hrs 1.0 % of invoice value for each hour of slippage (rounded off) MTTR 3 Hrs 1.33 % of of invoice value for each hour of slippage (rounded off) Repeat fault 10.00% 0.50% of invoice value for each 1 % of slippage (pro-rata basis) New connection provisioning 3 days Rs.25/-per day delay (max.Rs.100/- for each connection ) LL or BB for each connection. Provisioning BB on existing 2 days Rs.25/- per day delay (max.Rs.100/- for each connection ) LL for each connection. Provisioning of new ISDN 3 days Rs.50/- per day delay (max.Rs.200/- for each connection ) PRI/SIP Trunk/Leased 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 SLA s i.e. MTTR, Provisioning, fault clearance and repeat faults parameters. Notice to be served for non-performance in 1 st month, 2 nd month and 3 rd month before final termination. c) In case partial SLA s are met then also it is liable for termination. However ,OEI/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 actuals and shall be in addition to penalties for network maintenance.

Signature of Bidder Page-24

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 Land line shall be based on the number of new land line 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 January2019 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.

Signature of Bidder Page-25

SECTION- 6

SCOPE OF WORK (ANNEXURE-II ) 1) Maintenance of external plant includes 1.a) Attending all types of faults in overhead lines 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 etc. 1.b) Attending all types of cable faults from 5pair cable to higher size such as Underground cable break, foreign voltage, earth faults etc and end to end testing. 1.c) Testing/Jumpering at the MDF/Pillar for fault repair, pair change, new Land line/BB connections 1.d) Collection of booked faults and Closing of fault dockets in the system after clearing the faults 1.e) Attending the Broad band fault at the customer premises including configuration of CPE related issues. 1.f) Attending the faults as intimated by the Officer in Charge. 1.g) Attending ISDN/PRI/Leased Circuits etc Copper Cable faults and all other services running on Customer Access Network. 1.h) Manual assistance for operating DG ( diesel generator), Power plant, Battery, KSEB supply; these activities are to be coordinated round the clock. (Item 1.h is optional) 2) Provision of new phone connections to the customers 3) Provision of new Broadband connections on existing Land line 4) Provision of new Broadband connections with new Land line 5) Shifting of land line and broad band connection. 6) Provision of ISDN PRI, leased lines etc on copper media 7) All stores related to the Maintenance of external plant and provision of new land line/broadband/leased line, except 50 pair and above UG cable, should be supplied and installed by the contractor and BSNL will not make any payment for these store items. 8) All stores related to maintenance of telecom external plant from last main pillar/cabinet to the customer terminal viz. Drop wire, 5 pair cable,10 pair cable, 20 pair cable, jointing kits and its accessories, jumper wires, DP tag blocks and other subscriber end line materials be supplied by the bidder. 9) The repair of BSNL owned telephone instrument will be arranged by the bidder. 10) Storing, packing and transportation of materials shall be done by the bidder. 11) 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 contractor. 12) Materials used/provided by the contractor for maintenance an provisioning shall become the property of BSNL. 13) All the faults made over to contractor (through APP) after 17.00 hrs, the time beyond 8 pm to next morning 8 am will not be counted in MTTR for first 24 hours. In all other cases MTTR will be counted between the time, fault made over to bidder and the time, fault is cleared by bidder. 14) MDF to Main Pillar UG cable fault will not be counted in MTTR. 15) The delay due to natural calamity or other uncontrollable reason shall be excludrd by ITPC after receiving the approval of BA Head prior to generation of performance invoice, as a force majeure case. 16) No extension of UG copper cable Network to be done. But if the contractor is finding such case as commercially feasible for them, then the contractor can lay UG copper cable on their own

Signature of Bidder Page-26

cost. Any material will not bw given by BSNL for such cases. 17) If any theft of materials happens, then it will be the responsibility according to deliverables of material, a per policy (ie, Bidder for everything including 50 pair and above copper cables, once issued to the contractor)

18) Different Clusters (group of exchanges) are formed as shown below. The number of lines shown is indicative. There may be some variation (+/- 20%) in the count and exact count will be given at the time of issue of APO/work order. Sl.No. of Division Cluster Name Cluster ID Exchange Code Exchange Name Exge 1 KTMKTM KOTTAYAM KOTTAYAM (U) KOTTAYAM WEST KLKTM001 2 KTMVLU VELOOR 3 KTMKMM 1 KTMGNR GANDHINAGAR 2 KTMKMR KUDAMALOOR KOTTAYAM (U) GANDHINAGAR KLKTM002 3 KTMKNL KUMARANELLOR 4 KTMAYD AYMANAM II 5 KTMAYM AYMANAM 1 KTMETR ETTUMANOOR 2 KTMKCH KATTACHIRA-DLC 3 KTMKRI KOTTAMURI-DLC KOTTAYAM (U) ETTUMANOOR KLKTM003 4 KTMATP ATHIRAMPUZHA 5 KTMNDR NEENDOOR 6 KTMTLM THELLAKOM 1 KTMKJY KANJIKKUZHY KOTTAYAM RURAL KANJIKUZHY KLKTM004 2 KTMMOM MOOLEDAM 1 KTMCGV CHINGAVANAM 2 KTMNTM NATTAKOM KOTTAYAM RURAL KOTTAYAM EAST KLKTM005 3 KTMPNC PANACHIKKAD 4 KTMPTM PATHAMUTTOM-DLC 1 KTMKRP KOOROPPADA 2 KTMKTC KUTTICKAL -DLC KOTTAYAM RURAL PAMPADY KLKTM006 3 KTMMEM MEENEDAM 4 KTMPMY PAMPADY 5 KTMVEL VELLOOR -DLC 1 KTMAKN AYARKUNNAM 2 KTMMCD MANARCADU KOTTAYAM RURAL MANARCAD KLKTM007 3 KTMMTK MATTAKARA-DLC 4 KTMPLD PALLIKKATHODE 5 KTMTVR THIRUVANCHOOR CHANGANACHERY CHANGANACHERY KLKTM008 1 KTMCHC CHANGANACHERRY

Signature of Bidder Page-27

2 KTMFPM FATHIMAPURAM-DLC 3 KTMNLK NALUKODI 4 KTMPPD PAYIPPADU-DLC 5 KTMTTY THURUTHI 1 KTMKSD KURISUMOOD CHANGANACHERY KURISUMMOOD KLKTM009 2 KTMMMD MAMMOOD 3 KTMTKM THRIKKODITHANAM 1 KTMCPK CHAMPAKARA-DLC 2 KTMKRB KARUKACHAL CHANGANACHERY KARUKACHAL KLKTM010 3 KTMPTY PUTHUPALLY 4 KTMTTD THOTTAKKADU 5 KTMVKT VAKATHANAM 1 KTMCGL CHANGALAM 2 KTMCGM CHANGALAM 2 3 KTMKGZ 4 KTMNDM NEDUNKKUNNAM KANJIRAPALLY PONKUNNAM KLKTM011 5 KTMPKU PONKUNNAM 6 KTMPTX PANAMOTTOM 7 KTMTKH THEKKETHUKAVALA 8 KTMTVK THAZHATHUVADAKARA-DLC 9 KTMVZR 1 KTMCDV CHIRAKADAVU 2 KTMCPD CHENAPPADY 3 KTMKPL 4 KTMKYD KADAYANICKAD KANJIRAPALLY KANJIRAPALLY KLKTM012 5 KTMMKD MUKKADA 6 KTMMNM MANIMALA 7 KTMPDM PODIMATTOM -DLC 8 KTMPKD PINNAKKANADU 9 KTMPTZ PONTHENPUZHA 1 KTMELI ERUMELI 2 KTMKRH KORUTHODU 3 KTMKTL KOOTTICKAL 4 KTMKVP KOOVAPPALLY 5 KTMMDM KANJIRAPALLY MUNDAKKAYAM KLKTM013 6 KTMMKT MUKKOOTTUTHARA 7 KTMPPY PAMPAVALLY 8 KTMPRT PARATHANAM 9 KTMPVL PUNCHAVAYAL 10 KTMVLN VELICHIYANI

Signature of Bidder Page-28

11 KTMYDR YENDAYAR 1 KTMAMN AMANAKARA-DLC 2 KTMCDY CHOONDACHERRY 3 KTMKLP KOLLAPPALLY 4 KTMKUU KURUMANNU PALA RAMAPURAM KLKTM014 5 KTMRPB RAMAPURAM 6 KTMUZR UZHAVOOR 7 KTMVLR VALAVOOR 8 KTMVYU VELIYANNOOR 1 KTMBGM BHARANANGANAM 2 KTMKGR KIDANGOOR 3 KTMKZV KOZHUVANAL PALA KIDANGOOR KLKTM015 4 KTMMGY MARANGATTUPALLY 5 KTMPLR PULIYANNOOR 6 KTMPOI POOVARANI 1 KTMCHD CHENNAD 2 KTMERT 3 KTMKNO KUNNONNI 4 KTMMKM MELUKAVUMATTOM PALA PALA KLKTM016 5 KTMMOV MOONNILAVU 6 KTMPGL PERINGULAM 7 KTMPLI PALAI 8 KTMPZA PATHAMPUZHA 9 KTMTKY TEEKOY 1 KTMCPU CHEMPU 2 KTMKDC KUDAVECHOOR 3 KTMTVP TV PURAM VAIKOM VAIKOM KLKTM017 4 KTMUPM UDAYANAPURAM-DLC 5 KTMVAM VAIKOM 6 KTMVKM VAIKOM OCB 1 KTMAYK AYAMKUDY 2 KTMKDY

THALAYOLAPARAM 3 KTMMLV MEVELLUR VAIKOM KLKTM018 BU 4 KTMNJR NJEZOOR 5 KTMPRV 6 KTMTYP THALAYOLAPARAMBU 1 KTMKLR KALLARA 2 KTMKRT KURUPPANTHARA VAIKOM KURUPPATHARA KLKTM019 3 KTMKTH KOTHANALLOOR 4 KTMKVG

Signature of Bidder Page-29

5 KTMKZL KUZHIYAMCHAL-DLC 6 KTMMOP MONIPPALLY 7 KTMVYL VAYALA

Preparation of Bills.

Separate bills for maintenance and new provision (in triplicate) must be submitted for all the completed works in a month per cluster. Certificate from the respective unit officer regarding the works claimed in the bill, countersigned by the Officer in charge should be attached with each bill.

Sample Calculation: The maintenance charges shall be paid for a cluster per month based on the number of average working lines for the month (working lines on 1st and last day of the month added and divided by 2) for which maintenance charges is being calculated irrespective of the number of line/cable faults attended.

For example: Cluster 1 having 2000 Land lines without BB, 1000 Broadband with LL, 100 PRI/ SIP Trunk/ Leased circuits on Copper network

Calculation sheet is attached as Annexure II (A) and II (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 Bidder Page-30

Annexure II (A) (all the calculation is exclusive of GST)

IV-1 : Invoice performa for Maintenance charges with unit rate Rs.35/-.

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

IV-2 : Invoice performa for Provisioning charges

1 Provision of New Land Line 210 40 8400 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 15050

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

Signature of Bidder Page-31

Annexure II (B) (All calculation is excluding GST) Penalty calculation for Maintenance Invoice of Rs. 173950

No Parameters Penalty SLA SLA % of Slippage Cou Amount achd Invoice in % or nt hr 1 Fault 0.2% of invoice value for each 95% 90% 0.2 5% 0.01 1739.5 Clearance(95%) 1% of slippage 2 MTTR 12hrs 0.3% of invoice value for each 12hrs 18 0.3 6 0.02 3131.1 hour of slippage(rounded off ) 3 MTTR 8hrs 0.5% of invoice value for each 8 hrs 9 0.5 1 0.01 869.75 hour of slippage(rounded off ) 4 MTTR 4hrs 1% of invoice value for each 4 hrs 4 1 0 0 0 hour of slippage(rounded off )

5 MTTR 3hrs 1.33% of invoice value for 3hrs 4 1.33 1 0.02 2313.54 each hour of slippage (rounded off )

6 Repeat fault 0.5% of invoice value for each 10% 16% 0.5 6% 0.03 5218.5 (10%) 1% of slippage

Total Penalty for (max.15% ie Rs 26092/-) 13272.39 Maintenance Payable Maintenance charges after Penalty 160677.6 calculation

Signature of Bidder Page-32

Penalty calculation for Provisioning

No Parameters Penalty SLA Prov SLA Delay Penalt Amount achd y 1 New LL or BB 3days 10 4 1 25 250 2 New LL or BB Rs.25/-per day delay (max 3days 10 5 2 25 500 .Rs.100/- for each connection 3 New LL or BB )for each connection 3days 10 6 3 25 750 4 New LL or BB 3days 10 10 7 25 1000 5 BB on existing LL 2days 5 1 0 25 0 6 BB on existing LL Rs.25/-per day delay (max 2days 5 2 0 25 0 .Rs.100/- for each connection 7 BB on existing LL )for each connection 2days 5 4 2 25 250 8 BB on existing LL 2days 5 8 6 25 500 9 New ISDN Rs.50/- per day delay 3days 5 2 0 50 0 PRI/SIP (max .Rs.200/-for each Trunk/Leased connection) for each Circuits connection Total Penalty for 3250 Provisioning Payable Provisioning charges after Penalty 9700 calculation

Total Payable Maintenance and Provisioning Charges after penalty 170377.6

Signature of Bidder Page-33

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

1. Name of the Individual/Firm: 2. Present Correspondence Address

Telephone No…………………………….. Mobile No.………………………... FAX No. 3. Address of place of Works ……….…………….………………………………………………. ………………… ………………….……………………………………………………………………… Telephone No. ..……………………….. Mobile No. …………………………… 4. State the Type of Firm: Sole proprietor-ship/partnership firm / (Tick the correct choice): Private limited company. 5 . Name of the sole proprietor/ partners/ Director(s) of Pvt. Ltd Co.: Sl No Name Father’s name Designation

6. Name of the person authorized to enter into and execute contract/ agreement and the capacity in which he is authorized (in case of partnership/private Ltd company): ……………………………………………………………………………………………………………… …………………..………………………

7. Permanent Account No.:

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

Signature of Bidder Page- 34

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, 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 Bidder Page- 35

ANNEXURE-V

CONDITIONS AND AGREEMENT

1) I/We execute the agreement with GMT, BSNL, Kottayam, 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 General Manager, Telecom, BSNL, Kottayam Telecom District or by his representative in consideration of the payment that will be made at the rate quoted by me/us in Annexure-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 the Tender.

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

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

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

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

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

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

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

11) I/We agree to submit the License from the concerned Labour authority within one month from the date of award of the work. 12) I/We agree that if the services are found to be unsatisfactory or if we are unable to fulfill the agreement, the BSNL reserves the right to terminate the contract giving 15 days’ notice, with the forfeiture of Security Deposit besides blacklisting.

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

14) I/We agree to the following SERVICECONDITIONS. i. The agency should be capable of providing all the services mentioned in the schedule of works. ii. The actual nature and quantum of work will be assigned by the controlling officer of the place.

Signature of Bidder Page-36

15) I/We agree that in case of any dispute, the decision of the General Manger, BSNL, Kottayam 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 the parties.

17) Any Legal litigation is to be restricted to jurisdiction.

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 YEARS with effect from the date of award of contract and GM Kottayam reserves the right for further extension of one year in steps of six months if necessary.

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

2.

NAME (in block letters) : ADDRESS :

Signature of Bidder Page- 37

ANNEXURE-VI FINANCIAL SCHEDULE

Tender No: T-10/ Mntce & Prov of LL & BB in Kottayam BA dated at Kottayam the 01.01.2020 Name of the Bidder:

Item A: Provision and Maintenance of Land Line Broad Band and ISDN Base Quote % w.r.t. Base price per Unit Price Per Below Above Unit Sl No Cluster ID Cluster Name At ( excludin in in Par in g GST) in words (in Rs.) figure words figure 1 KLKTM001 KOTTAYAM WEST 35 2 KLKTM002 GANDHINAGAR 35 3 KLKTM003 ETTUMANOOR 35 4 KLKTM004 KANJIKUZHY 35 5 KLKTM005 KOTTAYAM EAST 35 6 KLKTM006 PAMPADY 35 7 KLKTM007 MANARCAD 35 8 KLKTM008 CHANGANACHERY 35 9 KLKTM009 KURISUMMOOD 35 10 KLKTM010 KARUKACHAL 35 11 KLKTM011 PONKUNNAM 35 12 KLKTM012 KANJIRAPALLY 35 13 KLKTM013 MUNDAKKAYAM 35 14 KLKTM014 RAMAPURAM 35 15 KLKTM015 KIDANGOOR 35 16 KLKTM016 PALA 35 17 KLKTM017 VAIKOM 35 18 KLKTM018 THALAYOLAPARAMBU 35 19 KLKTM019 KURUPPATHARA 35

Item B: Infra maintenance (Optional) Description Rate quoted per Exchange per month (in Rs)

For Exchange having capacity For Exchanges having capacity less than or equal to 1000 lines more than 1000 lines

Manual assistance for operating DG (diesel generator), Power plant, Battery and KSEB supply round the clock

Signature of Bidder Page- 38

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/ Lease 1 unit + Rs.70/- circuit/ SIP Trunk etc 4 MDF related work for each working line 0.1

Type of Provisioning work

1 Provision of New Land line Rs.210/-

4 Provision of BB only (on existing Land Line) Rs.105/- 5 Provision of BB only including new Land Line RS.280/-

7 Provision of New ISDN PRI/ Leased line Rs. 350/-

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

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

I have paid the EMD of Rs…………….. /-By DD to Accounts Officer [Cash], O/o GM, BSNL, Kottayam Receipt 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:

Name of the Tenderer

Date :------

Signature of Bidder Page 39

ANNEXURE-VII BID FORM To General Manager, BSNL, Kottayam

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

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

Dear Sir,

1) Having examined the Terms and conditions of contract and specifications including addenda, the receipt of which is hereby duly acknowledged, we, undersigned, offer to execute the work of “ Maintenance of External Plant at Selected Exchanges in Kottayam Business Area”, in conformity with said conditions of contract and specifications as may be ascertained in accordance with the schedule of prices attached herewith and made part of this bid. In conformity with said conditions of contract and specifications as may be ascertained in accordance with the schedule of prices attached herewith and made part of this bid. 2) Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and replacement. 3) We agree to abide by this Bid for a period of 150 days from the date fixed for Bid opening or for subsequently extended period, if any, agreed to by us. This bid shall remain binding upon us up to the aforesaid period. 4) We understand that you are not bound to accept the lowest or any bid, you may receive. 5) If our Bid is accepted, we will submit the securities as per the conditions mentioned in the contract. 6) We undertake, if our Bid is accepted, to execute the work in accordance with specifications time limits &terms and conditions stipulated in the tender document/ Agreement/Work orders. 7) Until a formal Agreement is prepared and executed, this Bid together with your written acceptance thereof in your notification of award shall constitute a binding contract between us. Dated:... . Day of .20…

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

Signature of Bidder Page- 40 ANNEXURE-IX PERFORMANCE BANK GUARANTEE (To be typed on Rs.200/- Non-judicial stamp paper)

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

1. Whereas General Manager BSNL, Kottayam ,(hereafter referred to as BSNL) has issued an APO no. …………..………. Dated ……/……/20…..awarding the work of ……… …………………….. to M/s …………………..………… R/o……………………………………… (hereafter referred to as “Bidder”) and BSNL has asked him to submit a performance guarantee in favour of Principal General Manager 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 General Manager, BSNL, Kottayam , the Bidder has in any way failed to observe or perform the terms and conditions of the said agreement or has committed any breach of its obligations there-under, the Bank shall on demand and without any objection or demur pay to the BSNL the said sum limited to P.G. Amount or such lesser amount as BSNL may demand without requiring BSNL to have recourse to any legal remedy that may be available to it to compel the Bank to pay the same.

3. Any such demand from the General Manager, BSNL, Kottayam, shall be conclusive as regards the liability of Bidder to pay to General Manager, BSNL, Kottayam or as regards the amount payable by the Bank under this guarantee. The Bank shall not be entitled to withhold payment on the ground that the Bidder had disputed its liability to pay or has disputed the quantum of the amount or that any arbitration proceeding or legal proceeding is pending between Bidder and GM ,BSNL, Kottayam regarding the claim.

4. We, the Bank further agree that the guarantee shall come into force from the date of its issue and shall remain in full force and effect up to its Validity date. 5. The Bank further agrees that the Principal General Manager, BSNL, Kottayam, shall have the fullest liberty without the consent of the Bank and without affecting in any way the obligations here under 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 General Manager, BSNL, Kottayam, against the Bidder and to forebear to enforce any of the terms and conditions relating to the said agreement and the Bank shall not be relieved from its liability by reason of such failure or extension being granted to Bidder or through any forbearance, act or omission on the part of General Manager, BSNL, Kottayam or any indulgence by BSNL to Bidder or any other matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of relieving or discharging the guarantor. 6. Notwithstanding anything herein contained; (a) The liability of the Bank under this guarantee is restricted to the P.G. Amount and it will remain in force up to its Validity date. (b) The guarantee shall stand completely discharged and all rights of the General Manager, BSNL, Kottayam under this Guarantee shall be extinguished if no claim or demand is made on us in writing on or before its validity date. Signature of Bidder Page-41 7. In case General Manager, BSNL, Kottayam demands for any money under this bank guarantee, the same shall be paid through banker’s Cheque in favour of “AO (Cash),O/o General Manager, BSNL, Kottayam payable at Kottayam.

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

Place: ………………

Date: ……………….. 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 Bidder Page 42 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 respect of...... (Item of work) 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 Bid opening

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

Signature of Bidder Page- 43 ANNEXURE-XI AGREEMENT [ DRAFT ]

1. The agreement made this…………………….day of…………………………between the Gener- al Manager Telecom, BSNL, Kottayam of one part and Shri……………………… ……… …… ………..………………...Proprietor…………………………………………………………here- inafter called the successful tenderer or contractor of the other part

2. Whereas the General Manager Telecom, BSNL, Kottayam is desirous of appointing the said suc- cessful tenderer for providing infrastructure maintenance Services and whereas the said successful tenderer has agreed to provide the work of Provision and Maintenance of Land line, Broad band, ISDN and leased circuit for External Plant of Copper Network in Kottayam BA , in cluster ______

3. Whereas the BSNL accepted the tender of------.------(Contractor) for the above said work for a period of Two years or extendable for a maximum of one more year w e f …………… vide tender No.…………………………………..

4. Now, therefore, the BSNL and the said contractor have entered into this agreement on remittance of Rs…………………………………….. as Security Deposit vide Cash/DD/PBG No………………… after adjusting EMD of Rs………………… vide Receipt No. ------dat- ed ------.

5. The Tender notice, general instructions and guidelines to the tender, terms and conditions of the tender, tender schedule and all other particulars and instructions of the Tender notice No. Tender No: T-10/ Mntce & Prov of LL & BB in Kottayam BA dated at Kottayam the 01.01.2020 forms part of this agreement and the contractor agrees to comply with all the tender conditions.

6. The contractor is responsible to do the work of Provision and Maintenance of Land line, Broad band, ISDN and leased circuit for External Plant of Copper Network in Kottayam BA in Cluster ______7. Basic Rate for the cluster is Rs.______. SLA (Service Level Agreement ) , Incentive, Penalty, rate for different type of work etc. will be as per the tender conditions. 8. Description of work: a. Maintenance of external plant includes a.i. Attending all types of faults in overhead lines 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 etc. a.ii. Attending all types of cable faults from 5pair cable to higher size such as Underground cable break, foreign voltage, earth faults etc and end to end testing. a.iii. Testing/Jumpering at the MDF for fault repair, pair change, new Ll/BB connections a.iv. Collection of booked faults and Closing of fault dockets in the system after clearing the faults a.v. Attending the Broadband fault at the customer premises including configuration of CPE related issues. a.vi. Attending the faults as intimated by the Officer in Charge. a.vii. Attending ISDN/PRI/Leased Circuits etc Copper Cable faults and all other services running on Customer Access Network. b. Provision of new phone connections to the customers Signature of Bidder Page 44

c. Provision of new Broadband connections on existing Land line d. Provision of new Broadband connections with new Land line e. Shifting of land line and broad band connection. f. Provision of ISDN PRI, leased lines etc on copper media g. All stores related to the Maintenance of external plant and provision of new land line/broadband/leased line, except 50 pair and above UG cable, should be supplied and installed by the contractor and BSNL will not make any payment for these store items. h. All stores related to maintenance of telecom external plant from last main pillar/cabinet to the customer terminal viz. Drop wire, 5 pair cable,10 pair cable, 20 pair cable, jointing kits and its accessories, jumper wires, DP tag blocks and other subscriber end line materials be supplied by the bidder. i. Storing, packing and transportation of materials shall be done by the bidder. j. Packing and freight charges if any for taking out and return of BSNL provided items like 50 pair cable etc shall be borne by the contractor. k. Materials used/provided by the contractor for maintenance an provisioning shall become the property of BSNL.

l. All the faults made over to contractor (through APP) after 17.00 hrs, the time beyond 8 pm to next morning 8 am will not be counted in MTTR for first 24 hours. In all other cases MTTR will be counted between the time, fault made over to bidder and the time, fault is cleared by bidder. m. MDF to Main Pillar UG cable fault will not be counted in MTTR. n. The delay due to natural calamity or other un controllable reason shall be excludrd by ITPC after receiving the approval of BA Head prior to generation of performance invoice, as a force majeure case. o. No extension of UG copper cable Network to be done. But if the contractor is finding such case as commercially feasible for them, then the contractor can lay UG copper cable on their own cost. Any material will not be given by BSNL for such cases. p. If any theft of materials happens, then it will be the responsibility according to deliverables of material, as per policy (ie, Bidder for everything including 50 pair and above copper cables, once issued to the contractor)

8. GENERAL CONDITIONS FOR WORK AND LABOUR 1.The contractor should possess valid License to take up the work in accordance with contract Labour (R & A) Act 1970 & Rules1971. 2. No labour below the age of 18 years shall be employed for the work. 3. If in any case by virtue of the provisions of section (1) of the workmen compensation Act 1923, it becomes liable to pay compensation to a workman employed by the 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. 4. BSNL shall not bound to contest any claim made by the contractor against it under section 2 Subsection 1 of the said Act. 5. 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

Signature of Bidder Page 45

equipment used by the contractor in connection with or otherwise and against all claims and demands in respect of damage is caused to persons or assets of private parties or the properties of other utility organizations such as electricity gas or water supply authorities, Municipal Corporations , Highways Department, during the course of work, the damage shall be made good by the contractor at his own cost. 6. The contractor will also be responsible to comply with relevant rules and laws including those relating to the labour etc in force from time to time. 7. A log book will be maintained by the officer in charge of the work and all observations and instructions will be recorded therein. The 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. 8. The contractor is not eligible for traveling and overtime allowances. The department will not undertake payment of traveling 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. 9. All materials ( except 50 pair and above size cable) and relevant tools required for provision of new connections or attending faults shall be procured by the contractor 10. A Cluster is defined as part of division / group of exchanges 11. All network elements are to be maintained as per telecom standards. 12. The contractor or his/her workers should not misuse the LL/BB connections of BSNL by any means. 13. The telephone instrument may be purchased by the Customer from open market or from BSNL counters, subject to availability. The repair of BSNL owned telephone instrument will be arranged by the contractor. 14. In the case of major roadworks , Culvert works, Shifting and rearrangement of cables, BSNL will supply the materials. RoW permission, payment and coordination with local body will be dealt by BSNL. 15. The contractor should replace its staff when it is found by the designated officer that they are not discharging their duties well. 16. 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 is final. 17. 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. 18. 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. 19. 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 un-executed work completed through any other contractor at the approved rates of that particular section or to execute the work departmentally, as is convenient or

Signature of Bidder Page 46

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

8. TERMINATION, OTHER THAN DUE TO THE DEFAULT OF CONTRACTOR:

8.1. The contract will be terminated at any time by written notice stating reasons for such cancellation/termination to the Contractor, in which event the Contractor shall be entitled to payment for the work done up to the time of such cancellation. In all such cases, the written notice shall be served to the Contractor at least 15 days in advance from the probable date of cancellation/termination. No compensation shall be payable to the Contractor towards purchases and hire of manpower and other material for use in respect of the work.

8.2. If the ‘BSNL’ shall not require the whole work or part thereof to be carried out as specified in the Tender Document at any time, after the commencement of the work, the contractor shall have no claim to any payment of compensation whatsoever on account of any profit or advantage which he might have derived from the execution of work in full, but which he did not derive in consequence of the full amount of the work not having been carried out.

9. DEMISE OF THE CONTRACTOR BEFORE FULFILLING THE CONTRACT:

9.1. Without prejudice to any of the rights or remedies under this contract, if the Contractor expires, the contract will be terminated without forfeiting the Security Deposit to the ‘BSNL’ or any compensation to the Contractor, which does not amount to Breach of the contract. Any amount payable to the ‘BSNL’ under this contract shall be recoverable from any payment due to him or from the Security Deposit. 9.2. Contractor’s legal heirs/representatives shall not without the consent in writing of GMT Kottayam or Officer assigned by him, have the right to continue to perform the duties or engagements of the Contractor or under the contract, in case of his death. In all cases proof of death and other relevant documents to this effect shall be submitted to the Officer-in-charge in writing.

10. PENALTY FOR BREACH OF CONTRACT:

10.1. When the Contractor has made himself liable for action under any of the aforesaid reasons, the Officer-in-charge for and on behalf of the ‘BSNL’ shall have powers

i) To terminate or rescind the contract as aforesaid after proper notices (of which termination or rescission order in writing to the Contractor by the Officer-in-charge shall be conclusive evidence). Upon such determination or rescission the Security Deposit remitted by or recovered from the Contractor under the contract shall be forfeited and shall be absolutely at the disposal of ‘BSNL’. ii) To measure up the quantum of work completed in all respect of the Contractor after giving notice to the Contractor, and to take such part thereof as shall be unexecuted out of his hands and to give it to another Contractor to complete, in which case the Earnest Money Deposit and

Signature of Bidder Page 47

Security Deposit submitted by the former Contractor shall be forfeited and shall be absolutely at the disposal of the ‘BSNL’ iii) To debar the Contractor from participating in any of the tenders, pertaining to that Division in case the Breach of Contract is being committed for first time, or that pertaining to all the Divisions under the jurisdiction of a Deputy General Manager/Area Manager, in case the Breach of Contract is being committed for second time or further, for a period of one year from the date of issue of termination or rescission order of the Officer- in- charge.

10.2. In any case in which any of the powers conferred upon the Officer–in-charge by the above clauses, shall have become exercisable and the same shall not be exercised, the non-exercise thereof shall not constitute a waiver of any of the conditions thereof and such powers shall not withstanding be exercisable in the event of any future case of default by the Contractor and the liability of the Contractor for compensation shall remain unaffected. 10.3. The Contractor whose work has been terminated or rescinded due to breach of contract and carried out through another Contractor shall not have any right to initiate any legal proceedings to stall the work. Upon receiving the termination or rescission order in writing, under the hand of the GMT Kottayam or officer assigned by him, the Contractor shall return the unused materials supplied by the ‘BSNL’ within the date specified in the termination or rescission order, otherwise the cost of the materials supplied by the ‘BSNL’ shall be recovered from the Contractor .

10.4. In the event of any one or more of the courses of action, that may be adopted by the GMT Kottayam or officer assigned by him, in accordance with the aforesaid clauses contained in this Section of the Tender document, the Contractor shall have no claim for compensation towards any loss sustained by him by reason of having purchased or procured any materials or entered into any engagements or made any advances on account of the execution of the work or the performance of contract.

11. SET OFF Any sum of money due and payable to the tenderer (including Security Deposit refundable to him) under this contract may be appropriated by the GMT, BSNL Kottayam and set off against any claim of the BSNL for payment of a sum of money arising out of this contract or under any other contract made by the contractor with the BSNL.

Agreed and accepted Signed,sealed and delivered by the above named contractor.

Asst. General Manager (NWP) CONTRACTOR On Behalf of GMT, BSNL Kottayam

In the presence of (Witnesses) In the presence of (witnesses) 1) 1) 2) 2) Place:

Date:

Signature of Bidder age- 48 ANNEXURE-XII

E- PAYNENTMANDATEFORM To Principal General Manager, BSNL ------Sir ,

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

Date: Name &Signature of the Authorised signatory with seal

1 Name of the Tenderer/Company/Firm

2 Address

3. Name of the Bank & Branch

4 Name of Account Holder

5 Branch Code

6 Bank’s IFSC Code

7 Type of Account

8 Account Number

9 Bank Address

10 Bank Telephone Number(& Code)

(To be filled in by the Bank Authorities) Certified that the particulars furnished above are correct as per our records.

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

Signature of Bidder Page - 49

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 1. partnership deed in case of partnership firms or Attested 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 4. Proof for EMD as per NIT Page No.1 if applicable Labour License issued by the labour Enforcement office/Ministry of labour if 5. 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 6. 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 ESI Registration certificate with ESI code number and Latest ESI payment 7. challans copy in respect of previous work if applicable or declaration for submission of the same within one month from the date of award of work if applicable 8. GST Registration Certificate if applicable 9 Power of Attorney 10 Near relative certificate 11 Letter of authorization 12 Bidder’s profile 13 Experience certificate 14 Self declaration stating that the tenderer is not blacklisted by GST authorities. 15 Pan card/ Latest IT Return 16 BID form 17 E-Payment mandate form 18 All pages of the Tender Document to signed by the bidder (Off line only enough)

Signature of Bidder Page-50

ANNEXURE-XIV https://etender.bsnl.co.in/irj/portal BHARAT SANCHAR NIGAM LIMITED Office of the Principal General Manager,BSNL, Technical Bid Tender No: Dated Tender for Maintenance of External Plant in Kottayam Business Area Name of the Company Sl.No Documents to be enclosed Yes/No 1. Attested copy of Certificate of Registration of the firm or Attested copy of partnership deed in case of partnership firms or Attested copy of Certificate of incorporation in case of Ltd., company. (Not applicable in case of individuals) 2. Valid MSME or NSIC registration certificate 3. Proof for Cost of Application form . 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 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 or declaration for submission of the same within one month from the date of award of work if applicable 7. ESI Registration certificate with ESI code number and Latest ESI payment challans copy in respect of previous work if applicable or declaration for submission of the same within one month from the date of award of work if applicable 8. GST Registration Certificate if applicable 9. Power of Attorney 10 Near relative certificate 11 Letter of authorization 12 Bidder’s profile 13 Experience certificate for at least One Year to prove that the tenderer is capable of doing External Plant work, issued by BSNL/any TSP in the last Six years. 14 Self declaration stating that the tenderer is not blacklisted by GST authorities. 15 Pan card/ Latest IT Return 16 BID form 17 E-Payment mandate form 18 All pages of the Tender Document to signed by the bidder(Off line only enough)

Signature of Bidder Page-51 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/UNnumber Registered Address PIN Code State Name State Code Composition scheme availed Declaration by Name Designation Date: Registration for State2 ( if applicable) (Please add field for other states in the form if applicable) Date of Registration GSTIN/UN Registered Address PIN Code State Name State Code Composition scheme availed Declaration by Name Designation Date: Declaration by Name Designation Date: Note: Please provide a copy of document evidencing provisional GSTIN ID issued by GSTN Note:In case you have multiple registration, please copy row 34 to 41 and insert the details

Signature of Bidder Page- 52

DECLARATION FOR NON –REQUIREMENT OF GST REGISTERATION <>

Date: To,

<< Name and address of the BSNL>>

Sub: Declaration regarding non-requirement to be registered under the Central/ State/Integrated/ Union Territory Goods and Services Tax Act 2017(Act)

Dear Sir/Madam,

We have received your communication dated asking us to provide you with details of GST registrations such as GST registration number, GST registration certificate and the address registered under GST obtained by us.

In this regard , we hereby state that since <>,we are not required to get ourselves registered under the ACT due to the applicability of Section << section Number>> of the Act.

We request you to treat this communication as declaration regarding non-requirement to be registered under the Act.

Thanks and regards,

<> <>

Signature of Bidder Page -53

VENDOR FORM

Sl.No Particulars

1. Vendor Code 2 Vendor Name 3 Type of Vendor ie. Whether registered or unregistered 4 State wise registration addresses of the Vendor (in case vendor has multiple state operation) 5 State of registration along with Pin code 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 Bidder