BHARAT SANCHAR NIGAM LIMITED (A Govt. of Enterprise)

E-Tender for service and repair of Engine Alternator sets at various Telephone Exchanges in CALICUT BA

Tender no : BPE- 0070 /2020-21/01, Dtd at CLT the 06.10.2020

Phone: 0495-2772422

(Visit us at www. keralatelecom.com)

2

TABLE OF CONTENTS

Section Title Page No. I NOTICE INVITING TENDER 3-7 II TENDER INFORMATION 7 III GENERAL SCOPE OF WORK 8-9 IV GENERAL TERMS AND CONDITIONS 10 -24 IV A E- Tendering instructions to Bidders 25 -30 V SPECIAL CONDITIONS OF CONTRACT 31 -33 VI UNDERTAKING AND DECLARATION 34 VII LETTER OF AUTHORISATION FOR ATTENDING BID OPENING 35 VIII GST DATA TO BE SUBMITTED BY VENDOR 36 IX TENDERER’S PROFILE 37 X BID FORM 38 XI CERTIFICATE OF NO NEAR RELATIVES IN BSNL 39 XII CERTIFICATE ON INTERNET DOWNLOADING 39 XIII REFUND OF EMD 40 XIV ADVANCE STAMPED RECEIPT 41 XV POWER OF ATTORNEY 42 XVI AGREEMENT FORMAT 43-44 XVII FINANCIAL BID 45-50 XVIII VENDOR MASTER FORM 51-52 XIX PERFORMANCE SE CURITY FORMAT 53-54

List of Annexure

Annexure Description Page No.

Annexure 1 Contact Details of Deployed Personnel 55 Annexure 2 Undertaking & Declaration of EPF 55 Annexur e 3 Undertaking & Declaration of ESI 56 Annexur e 4 Inventory for Zone I 57 -59 Annexure 5 Inventory for Zone II 59 -61 Annexure 6 Inventory for Zone III 62 -63

Signature of the bidder 3

BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise) OFFICE OF THE GENERAL MANAGER TELECOM BSNL, CALICUT 673001

SECTION I

NOTICE INVITING TENDER

Tender no : BPE- 0070 /2020-21/01, Dtd at CLT the 06.10.2020

On behalf of GMT, BSNL, Calicut, Digitally Sealed Tenders are invited separately from well reputed and experienced agencies / firms/ contractors for repair of Engine Alternator sets at Telephone Exchanges in three zones of CALICUT BA, on call basis, for a period of one year.

Name of ZONE Name of Estimated Value of EMD (in INR) area the BA Divisions work for ONE year wise ZONE I Calicut 9,60,816 INR 19,216

Kunnamangal am CALICUT ZONE II Badagara 9,82,354 INR 19,647

Koyilandy ZONE III Wayanad 6,59,075 INR 13,182

1. ELIGIBILITY OF BIDDER :

1) The Contractor satisfying the following conditions shall be eligible to bid:

A. Average annual turnover during the last 3 years, ending 31st March of the previous financial year, should be at least 30% of the total estimated cost of the tender for the zone/zones he is bidding.

AND B. i)BSNL enlisted contractors in Electrical category of respective class as per their tendering limits. OR ii) The manufacturer/authorized dealer/OEM of EA sets. The letter of authorization from manufacturer in original/photocopy attested by BSNL Executive shall be submitted OR iii) Experience of having successfully completed similar works (Maintenance work of EA sets) in Central Government / State Government/ Central Autonomous body/Central Public Sector Undertaking/State PSUs during last 7 years ending last day of month previous to the one in which applications are invited, should be any of the following. The documentary proof for this shall be submitted by the bidder, signed by

Signature of the bidder 4

the authorized signatory of the company. In the case of BSNL, the certificate shall be obtained from an officer not below the rank of DE/AGM/EE(Ele).

 Three similar successfully completed works costing not less than the amount equal to 40% of the estimated cost put to tender. OR  Two similar successfully completed works costing not less than the amount equal to 60% of the estimated cost put to tender . OR  One similar successfully completed work costing not less than the amount equal to 80% of the estimated cost put to tender.

Note 1. Estimated cost of zone wise shall be considered for evaluation of the eligibility criteria. Note 2. In case of any clarification required in respect of the eligibility documents uploaded, the original documents shall be produced to the tender accepting authority as per the requirement.

2. Schedule of invitation of tender 1 Description of work Maintenance of Engine Alternator sets at various Telephone Exchanges in three zones of CLT BA, on call basis, for one year Estimated cost of work (in Rs.) 26,02,245 /- Bid security (EMD) (Rs) 52 ,045 /- 2 Period of contract One year from the date of agreement, or completion of work put to tender whichever is earlier. However BSNL reserves the right to extend the tender for a further period up to one year duration 3 Online Sale of Document 20.11.2020 to 11.12.20 20 4 Time and last date of On line submission of Up to 1 3.00 Hrs on 11.12.20 20 Bid 5 Time and Date of Physical Submission of Up to 1 3.00 Hrs on 11.12.20 20 Technical Bid 6 Time and date of Bid opening At 14.3 0 hrs on 11.12.20 20 7 Cost of Bid document Rs 590/ - for GST registered vendors. 595/-(500 + 9 % SGST + 9% CGST+1% Flood Cess for unregistered vendors)

Note 1: The quantity /no / Sites stated above are estimated and BSNL reserves the right to vary the quantity to the extent of -50 % to +50 % of specified quantity at the time of award of the contract i.e. APO without any change in unit price or other terms & conditions. Note 2: BSNL is empowered to increase / decrease the number of sites/manpower/instances at any point of time according to the requirement

3. Tender document can be obtained by downloading it from the website https://etender.bsnl.co.in/irj/portal or www..bsnl.co.in . The intending bidder can apply for

Signature of the bidder 5

registration through the BSNL e-tendering portal by clicking on link “New Bidder? Apply for Access Authorization” and following the procedures. 4. 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”. 5. The intending bidder should pay EMD and Cost of tender form. 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. CALICUT and payable at CALICUT. 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 the tender. 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.

6. BSNL reserves the right to reject any or all tenders without assigning any reason what so ever. BSNL reserves the right to award an additional work of 50% of total quantity and estimated cost of work mentioned in the tender. BSNL reserves the right to award any site to any contractor according to the priority of work. If any contractor fails to complete the work awarded within the stipulated time, BSNL reserves the right to award the work to other approved contractor, at the approved rate, based on performance.

7. The rate quoted should be excluding GST. Tender will not be accepted / received after expiry date and time. GMT CALICUT reserves the rights to reject any or all the tenders without assigning any reason whatsoever. 8. The bidders downloading the tender document are required to submit the prescribed tender fee amount through DD/Banker’s Cheque along with their tender bid failing which the tender bid shall be left archived unopened /rejected. The DD/ Banker’s Cheque shall be drawn from any Nationalised/Scheduled Bank in favour of AO(Cash), O/o the GMT,BSNL, Calicut-673001 and payable at Calicut. 9. The tender documents shall be issued free of cost to MSME/NSIC bidders on production requisite proof in respect of valid certification from MSME/NSIC for the tendered item. 10. A declaration to the effect that “No addition/deletion/ modification has been made in the downloaded tender document” is also to be attached with the tender document. 11. In case of any correction/addition/alteration/omission in the tender document, the tender bid shall be treated as non responsive and shall be rejected summarily. 12. The bids of bidders who failed to meet the contractual obligation in earlier tender of Kerala Circle will not be considered. 13. Availability of Tender document: i. Tender document shall be available for downloading as mentioned in NIT Table. ii. In case of tenders invited through e-tendering process physical copy of the tender document would not be available for sale. iii. Tender documents shall not be available for download on its submission/closing date. 14. Date and time of submission of Tender bids: i. As mentioned in NIT Table. ii. Note: In case the date of submission/opening of bid is declared to be holiday, date of submission/opening of bid will get shifted automatically to next working day at the same

Signature of the bidder 6

scheduled time. Any change in bid submission/opening date due to any other unavoidable reasons will be notified through BSNL website and/or e-Tender portal and/or newspapers 15. Opening of Tender bids: As mentioned in NIT table 16. Place of opening of Tender bids:

Authorized representative of bidders (i.e Vendor Organization) can attend the online Tender Opening Event (TOE) at the chamber of Assistant General Manager(Planning),O/o the GMT, BSNL, Calicut, Asokapuram,Calicut-1 where BSNL’s Tender Opening Officers would be conducting on online e- Tender opening. 17. Bid Security/EMD: i. The bidder shall furnish the requisite Bid EMD in the form of Demand Draft/Banker’s Cheque drawn in favor of Accounts Officer (Cash), O/o GMT, BSNL, Calicut-1 payable at Calicut ii. The MSME units shall be exempted from submission from Bid security deposit on production of requisite proof in respect of valid certification from MSME/NSIC for the tendered item. iii. At the time of uploading bid on e-tender portal amount of EMD should be filled as per the NIT table above 18. Tender bid received after due time and date will not be accepted. Incomplete, ambiguous, conditional, unsealed tender bids are liable to be rejected. 19. GMT, BSNL, Calicut reserves the right to accept or reject any or all tender bids without assigning any reason. He is not bound to accept the lowest tender. 20. All documents submitted in the bid offer should be preferably in English. In case the certificate viz. experience, registration etc. is issued in any other language other than English, the bidder shall attach an English translation of the same duly attested by the bidder & the translator to be true copy in addition to the relevant certificate. All computer generated documents should be duly signed by the bidder. 21. All statutory Taxes as applicable shall be deducted at source before payment. 22. Amendments, if any, to the tender document will be notified in the above website as and when such amendments are made. It is the sole 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. 23. Intending bidders are requested to register themselves using the portal https://etender.bsnl.co.in/irj/portal for obtaining user-id, Digital signature etc., by paying vendor registration fee and processing fee for participating in the above mentioned tender. 24. The documents as listed out in the clause 8 under Section-IV should be uploaded in the E-Tender portal.

CONCESSION to MSME Units

MSME bidders ( Micro , Small and Medium Enterprises) which are registered with the National Small Scale Industries Corporation or any other body specified by Ministry of Micro, Small & Medium Enterprise have been allowed the following concessions. 1 . Supply of tender document : The Tender document shall be issued to MSE bidders free of cost provided the tendered item is listed in the Registration Certificate of MSME 2. Exemption from payment of Bid Security Deposit / Earnest Money Deposit: The MSME Units registered with bodies as detailed above shall be exempted from payment of Bid security deposit provided the tendered item is listed in the Registration Certificate of MSME.

Signature of the bidder 7

A proof regarding current registration with bodies as detailed above for the tendered items will have to be attached along with the bid. The enlistment certificate issued by bodies as detailed above should be current & valid on the date of opening of bid However all successful bidders including MSMEs who are registered with the designated MSME should furnish performance security for an amount equal to 5 % of the total estimated cost

Note:- For technical details regarding the work, please contact SDE Electrical: 9447560100

Assistant General Manager (Plg) O/o GMT BSNL, CALICUT -673001 TelNo.0495-2772422

SECTION -II Tender information

1) Techno- commercial Bid for the tender should be uploaded online and hard copy of the same to be submitted. The hard copy to be submitted in two envelopes placed inside the main cover. These envelopes should contain the following:

Envelope Marking on the cover Contents of The Envelop Envelope - 1 Cost of Bid document and Bid Security Containing (1) cost of bid document (2) Bid security as per clause 5 of NIT Envelope -2 Technical Bid Containing documents as per clause 7 under Section-IV, except Rate schedule, Cost of Bid Document & Bid security.

On all these envelops the name of the firm and whether “Cost of Bid document & Bid Security” or “Technical Bid“ must be clearly mentioned and should be properly sealed (with sealing wax/ packing PVC tape). These envelopes are to be placed inside an outer envelope and properly sealed (with sealing wax/ packing PVC tape).

All envelopes must bear the following: E-Tender for service and repair of Engine Alternator sets at various Exchanges in CALICUT BA

“NOT TO OPEN BEFORE (due date of tender) (Tender no : BPE- 0070 /2020-21/01, Dtd at CLT the 06.10.2020) (Full Address of the Tenderer and addressed to AGM (PLG) , 2th Floor, O/o GMT, BSNL, CALICUT- 673001) 2) Financial bid should be uploaded online only.

Signature of the bidder 8

SECTION III

GENERAL SCOPE OF THE WORK

1. The contractor shall keep the EA sets and control panel including associated electrical connection and accessories in clean and healthy working condition during the visit. 2. Attending day to day routine complaints in a prompt and satisfactory manner on call basis. 3. The contractor shall carry out maintenance tasks as mentioned in the maintenance Schedule and maintain the register and service report. The same shall be made available for inspection as and when required. 4. The EA Sets and accessories shall be thoroughly checked for proper working of the safety features provided in order to avoid accidents and fire hazards. 5. Make, capacity and quantity of EA sets are included in the schedule of work and inventory. Firm shall also undertake maintenance of additional sets in the same station if included at a later date during the currency of the agreement. 6. The faults if any reported shall be carried out immediately. 7. Servicing and breakdown maintenance has to be got done by experienced persons 8. For claiming any damage due to force majeure clause, where other telecom equipment is also damaged a certificate to this effect shall be obtained from the SDE {E} or SDE in charge of the unit. Necessary photo graph proof for the damage shall be submitted by the firm for verification of claim.

DETAILED TECHNICAL SPECIFICATION OF THE WORK

1.The work has to be executed by the vendor on need and “on call “by the concerned BSNL officers. It should be carried out as per the general safety and maintenance standards recommended by the engine manufacturer and instruction of the Engineer in charge. The agency should report and attend the site “On call” by the concerned within a reasonable time (48 Hrs), failing which the performance guarantee will be forfeited. The decision taken by the DGM(NWP)/ GM will be final in this regard.

2. Replacement of AVR, battery charger, AMF controller and contactor should be done on need basis and the agency should ensure minimum 1 year warranty for the supplied products. 3. The agency should use only recommended grade of oil and Filters (Both diesel and Oil) by the manufacturer. 4. In case of minor top overhauling of engine, the agency should supply genuine engine parts as per the make of the engine and ensure good professional labour quality during the work. It is to be ensured that it will work for the next 1000 hrs / 6 months (Whichever is earlier) trouble free. Any subsequent fault due to poor labour quality or materials within this period should be attended by the agency free of cost. (Minor overhauling includes replacement of head cover gasket, piston rings etc to arrest oil leak) 5. Major overhauling to be done only in case where it actually requires. The reason for the same should be ascertained by the joint inspection of the agency with the engineer in charge. The agency should supply genuine engine parts as per the make of the engine and ensure good professional labour quality during the work. The agency should produce the invoice of the genuine materials purchased

Signature of the bidder 9

for this work and before executing the work should got it approved from the engineer in charge to avoid any discrepancy. It is to be ensured that it will work for the next 1000 hrs/6 months (Whichever are earlier) trouble free. Any subsequent fault due to poor labour quality or materials within this period should be attended by the agency free of cost.( Major overhauling includes replacement of head cover gasket, piston rings, CR bearings, liner, piston etc as per the site condition) 6. Rewinding of stator/ rotor etc should be done with suitable grade enamelled copper wire and should be properly varnished and baked as per the manufactures recommendation. The agency has to deduct the cost of scrap winding and the rate quoted should be exclusive of this item. Minimum 6 months warranty should be given for the winding done. Any subsequent fault due to poor labour quality or materials within this period should be attended by the agency free of cost. 7. After intimating the fault, the rectification shall be done within the time as mentioned below. a) The mechanic/ electrician should attend the site and faults except (b), (c), (d) & (e) mentioned below shall be cleared within 24 hours. b) For alternator rewinding and re-conditioning of engines when the engine seizes shall not take more than 15 days c) In case of starting motor failure possible alternate arrangement shall be made to start the engine alternator within 24 hours. d) AMF Controller faults shall be attended within 5 days e) Radiator, turbo charger within 5 days.

8. For any fault for which rates are not specified in the rate schedule, the stipulated time for rectification of faults as mentioned above will commence after rate approval from the authority competent.

SCHEDULE OF REQUIREMENTS (SOR) (See the Section-XVII- FINANCIAL BID)

1. Quantity /no. /sites stated in SoR are estimated and BSNL reserves the right to vary the quantity to the extent of -50 % to +50 % of specified quantity at the time of award of the contract i.e. APO without any change in unit price or other terms & conditions. 2.BSNL reserves the right for placement of additional order or up to 50% of the additional quantities of goods and services contained in the running tender / contract within a period of twelve months from the date of acceptance of APO in the tender at the same rate or a rate negotiated (downwardly) with the existing vendor considering the reasonability of rates based on prevailing market conditions and the impact of reduction in duties and taxes etc and supplies to be obtained within delivery period scheduled afresh.

Signature of the bidder 10

SECTION IV

GENERAL TERMS AND CONDITION OF CONTRACT

1. Tender should be uploaded online. Hard copy of technical bid should be addressed to AGM (PLG), O/o GMT, BSNL, Balan K Nair road, CALICUT -673001 and should reach him/her on or before 13:00 hrs on 12.11.2020. Envelope containing the Tender should be properly sealed with sealing wax or packing pro-tape and superscribed as Tender for Maintenance contract for repair and service of Engine Alternators at Telephone Exchanges of CALICUT BA

2. Tenders can either be sent by registered post with acknowledgement due or can be deposited in the box provided for the purpose in the chamber of AGM (PLG), O/o GMT, BSNL, Balan K Nair Rd, CALICUT - 673001. No separate acknowledgement will be given. BSNL will not be responsible for any delay in transit of tender sent by post or any other means.

3. Bid Security (EMD): The bidders have to submit Bid Security (EMD) for the amount with respect to their selection of zone(s) mentioned in the table in section I as shown in NIT in the form of Crossed DD drawn in favour of the Accounts Officer (Cash), O/o GMT, BSNL, CALICUT obtained from any Scheduled / Nationalized bank and payable at CALICUT with the tender document. Those bids which are not accompanied with the EMD are liable to be rejected. The EMD of unsuccessful bidders will be refunded after finalization of the tender. EMD will not bear any interest. The bidder will have to submit an advance stamped receipt in the prescribed format as per section XIV, of the tender document. EMD of the successful tender will be converted as security deposit.

4. Eligibility Conditions: Kindly refer to Section I 4.1 Should have Valid PAN & GST Registration 4.2 List of Documents for eligibility requirement as mentioned in clause8 (8.1 to 8.19) of this document. 5. Cost of bidding

The bidder shall bear all costs associated with the preparation and submission of the bid. BSNL will, in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. 6. Amendment of Bid document: At any time prior to the date of submission of bids, BSNL may, for any reason whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the bid documents by amendment.

7. Documents comprising the bid 7.1 The bid prepared by the bidder shall ensure availability of the following components

i. Documentary evidence establishing that the bidder is eligible to bid and is qualified to perform the contract if its bid is accepted in accordance with clause 4 & 8 ii. Bid security furnished in accordance with clause 3 iii. Rate schedule ( online only) completed in accordance with clause 13 & 14.

7.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid documents. Failure to furnish all information required as per the Bid Documents or submission of bids not substantially responsive to the Bid Documents in every respect will be at the bidder’s risk and may result in rejection of the bid.

Signature of the bidder 11

8 LIST OF DOCUMENTS TO BE SUBMITTED AS PART OF THE BID

The following documents should be submitted online by uploading in the-tender portal:

Sl no Description Scan ned cop y of al l pa ges of Tende r docu men t si gne d by the bidder o r A uthorize d Person on al l 1 pages along with seal 2 Self -At te sted S canne d copy of EPF registration 3 Self -At te sted S canne d copy of ESI registration 4 Self -At te sted S can ne d copy of GST registration 5 Self -At te sted S canne d copy of P AN Card 6 Self -At te sted S canne d copy of Tu rnover Cer tifica te 7 Scanned copy of payment details of Cos t of Tende r documen t and EMD/ Bid S ecu rit y 8 Scan ned cop y of Bidder ’s profil e dul y fil led in ( Section IX) 9 Scanned copy of Undertaking and Declaration/Non tampering the tender Document /etc (Section VI)

10 Scan ned co py of No nea r r el ative ce rt ifica te du ly fil led in and signe d (Section XI ) 11 Scanned copy of Letter of Authorization to Tender Opening Event(TOE) ,if any(Section VII) 12 Scanned copy of ADVANCE STAMPED RECEIPT for EMD Refund (Section XIV)

13 Scan ned cop y of Du ly fille d V endo r Mas ter Form(Section XVIII ) 14 Sel f-Attest ed S canned cop y of Original" Power of A tto rne y" in cas e pe rso n sign ed the te nde r documents is other than proprietor 15 Sel f-Attest ed S canned cop y of "Partne rshi p Deed" dul y re gi st ered if applica ble 16 Sel f-Attest ed S canned cop y of Cert ificate of incor porat ion if applica ble 17 Self-Attested Scanned copy of Article and Memorandum of Association or partnership deed or proprietary deed as the case may be. 18 Self-Attested Scanned copy of Latest and valid MSME/NSIC Certificate ( for the tendered item ) duly certified by MSME (if applicable) 19 Scanned copy of Eligibility documents

8.1 Tender documents in original, should be duly filled in and signed by the bidder on each page. 8.2 Bid Security/EMD should be in the form of Demand Draft/ cash receipt/ FDR as prescribed. 8.3 Cost of Tender documents should be in form of crossed Demand Draft/Cash Receipt. 8.4 It is the sole responsibility of the bidder to confirm from the E-Tender Portal regarding amendments ,if any ,or any other clarifications before uploading of the tender document. 8.5 . Firms registered under MSME/NSIC are exempted from remitting EMD/Cost of tender document on production of valid certification from MSME/NSIC for the tendered item.

Original copies of the above documents should be submitted for verification as and when demanded by BSNL

Signature of the bidder 12

9. Performance Security

9.1All contractors including MSMEs who are registered with the designated MSME bodies, like National Small Scale Industries Corporation etc. shall furnish performance security to the BSNL for an amount equal to 5% of the total estimated cost, within 7(Seven) days from the date of issue of Letter of Indent/ APO by the BSNL and valid for 24 months

9.2 The performance security can be remitted either by demand draft drawn in favour of the Accounts Officer (Cash), BSNL,O/o the GMT, CALICUT and payable at CALICUT or in the form of Bank guarantee for an amount equal to 5% of the total estimated cost of contract issued by a scheduled Bank and in the proforma provided in 'Section-XIX of this Bid Document.. EMD remitted by the successful bidder can be adjusted against the performance security. The performance security will be refunded after one year from the date of payment of the final bill during the contract period/extended period on receipt of no liability certificate from concerned DEs and after meeting all contractual obligations. 9.3 . EMD and Security Deposit will not bear any interest. 10 . Period of bid validity: The tender will remain open for acceptance up to 180 days from the date of opening of the tender. In exceptional circumstances, the customer may request the bidder’s consent for an extension to the period of bid validity. The request and response thereto shall be made in writing. The period of discharge of EMD provided under clause 3 shall also be accordingly extended. A bidder accepting the request of period extension of the validity of bid will not be permitted to modify any of the terms and conditions of the bid.

11 . Format and signing of Bid: 11.1 All pages of the bid shall be signed by the authorised signatory. The bid submitted shall be properly sealed. 11.2. Corrections /Alteration: Each correction/alteration in the bid document has to be necessarily authenticated by the authorized representative of the bidder.

11.3 Complete document of bid in original duly filled and signed by the authorized representative of the bidder, on each page of the document, has to be submitted as bid document in accordance with the instructions given under the submission of bid.

12 . Power of Attorney: 12.1 The power of attorney should be submitted and executed on the non-judicial stamp paper of appropriate value as prevailing in the respective states and the same may be attested by a Notary Public or registered before Sub-Registrar of the state(s) concerned as per Section XV. 12.2 The power of Attorney should be executed by a person who has been authorized by the Board of Directors of the bidder in this regard, on behalf of the Company/institution/body corporate. 12.3 In case of the bidder being a partnership firm, the said Power of attorney should be executed by all the partner(s) in favour of the said Attorney. 13 . The rate quoted shall be inclusive of any levies and taxes but exclusive of GST, and in such cases the GST registration number shall be furnished in invoices. 14 . The rate should be quoted online in the Rate schedule proforma attached/uploaded along with the tender document (Section XVII), in figures.

Signature of the bidder 13

15.Submission of bids 15.1 Bids must be submitted by the bidders on or before the specified date & time indicated in clause 2 of section I. 15.2 The BSNL may, at its discretion extend this deadline for the submission of the bids by amending the bid documents in accordance with Clause 6 under Section IV. In such case all rights and obligations of BSNL and bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

16. LATE BIDS: Any bid received by BSNL after the deadline for submission of bids prescribed by BSNL pursuant to Clause15 shall be rejected and returned to the bidder unopened.

17. MODIFICATION AND WITHDRAWAL OF BIDS: 17.1 The bidder may modify or withdraw his bid after submission provided that the written notice of the modification or withdrawal is received by BSNL prior to the deadline prescribed for submission of bids. The latest dated modifications of the bidder or the withdrawal notice will be taken as final. 17.2 The bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched as required in the case of bid submission in accordance with the provision of clause 15. A withdrawal notice may also be sent by Fax / email, but followed by a signed confirmation copy by post, marked not later than the deadline for submission of bids. 17.3 No bid shall be modified subsequent to the deadline for submission of bids.

18. BID OPENING AND EVALUATION

Opening of bids : 18.1 BSNL shall open the techno commercial bids, online and physically, on the date and time mentioned in the NIT or on the adjourned date as may be notified later, in the presence of bidders or their authorized representatives who choose to attend, at due time on due date in the chamber of AGM (PLG) O/o GMT, BSNL, Balan K Nair Rd, CALICUT -673001or any other office authorized for the purpose by the General Manager Telecom, BSNL, CALICUT . The bidder’s representatives, who are present, shall sign in an attendance register. Authority letter to this effect shall be submitted by the bidders before they are allowed to participate in bid opening (Format is given in section VII). 18.2 A maximum of two representatives for any bidder shall be authorized and permitted to attend the bid opening. 18.3 BSNL shall examine the bids to determine whether these are complete and are generally in order, without errors, with required enclosures and appropriate documents.

18.4 The Bidder's name, modifications, bid withdrawals and such other details as the purchaser, at its discretion, may consider appropriate; will be announced at the opening. 18.5 The date fixed for opening of bids, if subsequently declared as holiday by the BSNL, the revised date of schedule will be notified. However, in absence of such notification, the bids will be opened in the next working day, time and venue remaining unaltered. 18.6 The “ Financial Bid,” will be opened online for qualified bidders in “ Techno- Commercial Bid” .

Signature of the bidder 14

18.7 The date and time of opening of “Financial bid” shall be conveyed to all the bidders who have qualified in Techno-Commercial Bid and their representative shall be allowed to attend the financial bid opening. 18.8 After opening the “Financial Bid” the bidder’s name, bid prices and such other details as the ‘BSNL’, at its discretion, may consider appropriate; will be announced at the opening.

CLARIFICATION OF BIDS BY THE ‘BSNL’

To assist in examination, evaluation and comparison of bids, the ‘BSNL’ may, at its discretion ask the bidder for clarification of its bid. Request for its clarification and its response shall be in writing. However, no post bid clarification at the initiative of the bidder shall be entertained.

19 Tender Evaluation

The tenders will be evaluated by a committee appointed by General Manager Telecom, BSNL, CALICUT .The tender evaluation will be done in two parts (a) Technical Evaluation and (b) Financial evaluation. Lowest Rate quoted taking all items together will be taken as lowest quote.

The GMT, BSNL, CALICUT may waive any minor infirmity or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of the bidder.

The purchaser shall open online and also the sealed tender documents at the specified date and time. Maximum of two representatives per bidder are permitted to attend the bid opening. The purchaser or the representative appointed for the purpose shall open the main cover of the bids to determine whether they are complete in every respect of tender cost receipt/DD, EMD or NSIC certificates, other documents comprising technical bid etc. The purchaser reserves the right to waive irregularities, which are minor in nature.

Bids without correct EMD /certificates and above documents shall be rejected as non- responsive bid. The technical Bid shall be opened first. Those who are qualifying the required technical requirements, only will be considered for financial bid. Evaluation of Tender will be done on the basis of the lowest net cost excluding GST, of all items, to BSNL quoted by eligible Tenderers. The purchaser reserves the right to negotiate specifications, prices during evaluation if found necessary. Preference will be given to those tenderer who are experienced more, only when the rate quoted is equal. The purchaser shall select optimum bidder on the basis of bid price. BSNL will have the full right to reject any or all the tenders without assigning any reason whatsoever and are not bound to accept the lowest tender.

The purchaser reserves the right to negotiate with the L1 bidder

Signature of the bidder 15

20. PRELIMINARY EVALUATION :

20.1 BSNL shall evaluate the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether the bids are generally in order.

20.2 If there is a discrepancy between the words and figures, the amount in words shall prevail. If the bidder does not accept the correction of the errors, his bid shall be rejected.

20.3 Prior to the detailed evaluation, pursuant to clause 22, the BSNL will determine the substantial responsiveness of each bid to the Bid documents. For purposes of these clauses, a substantially responsive bid is one which conforms, to all the terms and conditions of the Bid Documents without material deviations. BSNL's determination of bid's responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.

20.4 A bid determined as substantially non-responsive will be rejected by BSNL and shall not subsequent to the bid opening be made responsive by the bidder by correction of the non-conformity.

21. Waiving of minor infirmity 21.1 The BSNL may waive any minor infirmity or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder.

22. Evaluation of substantially responsive Bids: The BSNL shall examine the bids to determine whether these are complete and are generally in order, without computational errors, with required enclosures and appropriate documents.

23. Evaluation Criterion

23.1 Evaluation will be made on the basis of total amount quoted i.e., on the basis of the total cost for all the items, but excluding GST for each Zone separately. 23.2 . It may be noted that the methodology given in clause 23.1 is applicable only for the purpose of evaluation of bids and shall have no bearing on actual quantity of work/total payment to be made for the work to be carried out. 23.3. The ‘BSNL’ shall consider award of contract only to those eligible bidders whose offers have been found technically, commercially and financially acceptable. The GMT BSNL Calicut, in his discretion may award up to 30% of the work to the L2 bidder at the approved rate with the same Terms and condition of the tender.

24. Award of Contract

24.1 . BSNL will consider issue of Letter of Intent (LOI) to the lowest bidder amongst those who meet the eligibility requirements as mentioned in Clause 4 and agreeable to all the terms and conditions. The bidder shall within 14 days of issue of LOI give its acceptance and furnish security deposit as mentioned in clause 9

Signature of the bidder 16 and sign the contract with BSNL. The signing of contract shall constitute the award of the contract to bidder. 24.2. The successful bidder shall enter into contract and execute agreement, based on the terms and conditions of the bid document. The agreement as per Section –XVI, shall be executed in non judicial stamp paper of Rs. 200/-. The cost of the stamp paper shall be borne by the bidder.

24.3 After award of contract to the approved bidder the officer designated by the BA head/competent authority shall issue the work orders for commencement of the work.

24.4 Annual contract charges, terms and conditions of this tender etc. shall be valid in full, throughout the contract period. The above contract shall be signed between AGM(Plg), O/o GMT BSNL CALICUT and the chosen contractor. The signing of agreement shall constitute the award of contract to the bidder.

24.5 Issue of work order : After award of contract to the approved bidder, the officer designated by the BA head/competent authority (concerned DE ) shall issue the work orders with site details for commencement of the work. The time allowed for execution of work will be specified in the work order given by the DE.

24.6 If the work is not completed within the time specified in the work order, the penalty will be imposed as per clause 30.2 under section V special conditions of the contract 25. Right to vary quantum of work BSNL shall have the right to increase or decrease the quantity and estimated cost of work up to 50% of the total requirement without any change in the rate or other terms and conditions at the time of award of contract or during the operation of contract.

26. BSNL'S RIGHT TO EXTEND TIME OF AWARD: 26.1 The BSNL reserves the right to extend the contract period further for a period up to one year duration to the same bidder after the expiry of the initial contract period on the same rates as applicable to initial contract period with the applicability of all terms and conditions as mentioned in this bid document. 26.2. It shall be the responsibility of the contractor to keep the performance guarantee extended as required to cover the period of such extension or extension of validity period and a minimum period of three months beyond such period. Any failure on the part of the contractor to submit performance guarantee as required under this clause shall be deemed a breach of agreement inviting appropriate action.

27 . BSNL's right to accept any bid and to reject any or all bids: The BSNL reserves all rights to accept or reject wholly or partially any or all bids, at any time prior to award of contract without assigning any reasons and without incurring any liability of BSNL’s action on the above grounds, to the affected bidder(s). The decision of GMT BSNL CALICUT shall be final in this regard.

28 .Near relatives of BSNL Employees / deputation to BSNL are prohibited from participating in tenders in different units of BSNL. The near relatives for this purpose means a. Members of Hindu Undivided family, b. Husband and wife. c. The one is related to the other in the manner as father, mother, sons, daughters, daughters- in- law, sons-in-law, brother, brother’s wife, sister, sister’s husband. A certificate to this effect be given in the prescribed format enclosed.(Section XI)

Signature of the bidder 17

29.TERMINATION OF CONTRACT :

29.1. The General Manager, BSNL, CALICUT reserves the right to terminate the contract by giving notice of 15 days in writing without assigning any reason, thereof. The period of 15 days will count from the date of despatch of the notice. The BSNL shall not be liable for payment of any compensation for any loss that the contractor may be put to or alleged to be put to on account of such termination. 29.2 . The General Manager Telecom, BSNL CALICUT reserves the right to terminate the contract and to forfeit the Security Deposit of the contractor in the following reasons. (i) In case the Contractor fails to carry out the work during the contract period. (ii). If the works of the contractor is found unsatisfactory / violation of any or all terms and conditions of this tender shall lead to termination of contract. 30. Clause by Clause Compliance: All the conditions in the bid documents are critical and are to be complied and non-compliance of any clause of the bid document shall result in outright rejection of the bid. 31. The bidder is being permitted to give tenders in consideration of the stipulations on his part that after submitting his tenders, he will not resile from his offer or modify the terms and conditions thereof. If the bidder fails to observe and comply with the foregoing stipulation the aforesaid amount of EMD will be forfeited. In the event of the offer made by the bidder not being accepted, the amount of earnest money deposited by the bidder will be refunded to him after he has applied for the same, in the manner prescribed by BSNL, after finalization of the contract. 32 . The sections of the tender form should be returned intact and pages should not be detached. Overwriting/erasing in rates to be quoted by the bidder will not be allowed otherwise the tenders may be rejected. 33. The tenders are liable to be ignored if complete information as required is not given therein or if the particulars asked for in the sections to the tenders is not fully filled in.

34 . If the bidder does not accept the offer, after issue of letter of award by BSNL within 14 days, the offer made shall be deemed to be withdrawn without any notice & earnest money will be forfeited. 35. .In case of partnership firms, where no authority has been given to any partner to execute the contract/agreement concerning the business of the partnership, the tenders and all other related documents must be signed by every partner of the firm .A person signing the tender form or any other documents forming part of the contract on behalf of another shall be deemed to warranty that he has authority to bind such other and if, on enquiry it appears that the persons so signing had no authority to do so, BSNL shall without prejudice to other civil and criminal remedies cancel the contract and hold the signatory liable for all costs and damages. Each page of the tenders and the sections to the tenders and annexures, if any should be signed by the bidder. 36 . Bidder is at liberty to be present or to authorise a representative to be present at the time of opening of the tenders. The authorised representative should produce letter of authorisation from the bidder for attending bid opening as per section VII. 37. BSNL CALICUT is not bound to accept the lowest or any other tenders and also reserve to itself the right of accepting the tenders in whole or in part. Other conditional Tenders will not be accepted. 38. An amount of 5% of estimated cost as security deposit in the form of crossed demand draft or in the form

Signature of the bidder 18 of Bank guarantee issued by a scheduled Bank is to be deposited by the selected agency/successful bidder only after receiving a communication from BSNL CALICUT. In the event of non deposit of the same, the earnest money deposit will be forfeited.

39. The contractor shall pay any tax applicable or made applicable after awarding the contract in respect of this contract and BSNL will not entertain any claim whatsoever in this respect. (However the income tax or any other tax which is as per the rules of the Govt. shall be deducted at source from monthly bills of the successful bidder, as per rules/instructions made applicable from time to time by government.)

40. GMT,BSNL, CALICUT reserves the right to reduce or terminate the period of contract or to extend its duration in the interest of the BSNL, for any justifiable reasons, not mandatory to be communicated to the bidder.

41. Decision of the GMT, BSNL, CALICUT shall be final for any aspect of the contract and binding to parties. Disputes arising, if any on the contract will be settled at his/her level by mutual consultation and in case of failure of settlement dispute shall be referred to the sole arbitrator to be appointed by the GMT,BSNL, CALICUT. The decision of the sole Arbitrator so appointed shall be final and binding on the parties. Arbitration proceedings shall be governed by the Arbitration & Conciliation Act, 1996.

42. Acceptance of tender by the BSNL will be communicated by letter or any other form of communication. Formal letter of acceptance and work order of the Tenders will be forwarded as soon as possible, but the earlier instructions in the letters from BSNL CALICUT should be acted upon immediately. 43 The rate should be quoted keeping in view all statutory liabilities (like minimum wages, EPF, ESI etc.), other factors like GST, any other taxes etc.

44..DISPUTE AND ARBITRATION :

44.1 In the event of any question, dispute or difference arising under this tender or in connection thereof with exception as to matter the decision of which is specifically provided under this tender, the same shall be referred to sole arbitration of the General Manager Telecom, BSNL, CALICUT or in case his designation is changed or his office is abolished then in such case to the sole arbitration of the Officer for the time being entrusted whether in addition to the functions of the General Manager Telecom, BSNL, CALICUT or by whatever designation such Officers may be called (hereinafter referred to as the said officer) and if the General Manager Telecom or the said officer is unable or unwilling to act as such the sole arbitration some other person appointed by the General Manager Telecom BSNL CALICUT or the said Officer . The agreement to appoint as Arbitrator will be in accordance with the Arbitration and Conciliation Act 1996.

There will be no objection to any such appointment that the Arbitrator is BSNL Servant or that he has to deal with the matter to which the agreement relates or that in the course of his duties as BSNL servant he has expressed views on all or any of the matter under dispute. The award of the Arbitrator shall be final and binding on the parties. In the event of such Arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reasons whatsoever, such General Manager Telecom BSNL CALICUT or the said officer shall appoint another person to act as Arbitrator in accordance with terms of the agreement and the person so appointed shall be entitled to proceed from the stage at which it was left out by his predecessors.

Signature of the bidder 19

44.2. The Arbitrator may from time to time with the consent of parties enlarge the time for making and publishing the award. Subject to 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. 44.3 The venue of the arbitration proceeding shall be the office of the PGM Telecom, BSNL, CALICUT or such other places as the Arbitrator may decide.

45. SUBMISSION OF BILLS: Division wise bills in triplicate may be submitted bimonthly. Service report signed by the concerned SDE for each DG is to be attached. Details of work done and spares and consumables used should be clearly mentioned in the bill with applicable tax rate. PAN of the contractor, BSNL ERP Kerala Circle Vendor Code, GST Registration number of BSNL and contractor etc should invariably be written on all bills. The Contractor shall enclose the payment copies of the previous months EPF, ESI Statement contribution. Goods and Service Tax etc., paid to the concerned authorities as applicable. All invoices must be GST compliant and should indicate separately the CGST and SGST component for availing of ITC by BSNL. No bill will be entertained without GST details.

The agency has obligation to file GSTR-1 on a monthly/quarterly basis as the case may be and shall include all the invoices raised to BSNL. BSNL will make payment to the bidder only after the invoice is uploaded by contractor in GST outward return i.e. GSTR-1 and it is reflected in GSTR-2A of BSNL. Contractor hereby agrees that it will be solely responsible for performing all compliances and making payments of GST, cess, interest, penalties or any other tax/ duty/ amount/ charge/ liability arising either out of laws/ regulations applicable in India and overseas or because of a demand/ recovery initiated by any revenue authority under laws/ regulations applicable in India or overseas. After acceptance of the contract if any or all the terms and condition(s) of the contract is / are violated, the BSNL reserves the right to terminate the contract with the forfeiture of SECURITY DEPOSIT to BSNL by giving 15 days notice. The decision of CGM, BSNL, Kerala, Thiruvananthapuram 695033 is final in this respect.

46. PAYMENT OF BILLS :

The contractor shall submit all bills in triplicate, on bimonthly basis for each division on serially machine numbered printed forms only, to Divisional Engineer, along with an advance stamped receipt for processing the payment. Necessary deductions towards income tax and surcharge and any other tax levied by state / central Government / Local administration shall be made from the bills at the time of payment as per rules in existence at that time. The payment will be made only through NEFT/RTGS.

46.1 The bills of work will be entertained bimonthly only after including consumables of the period.

46.2 95% of the payment will be made on successful work done certificate by field authorities. Invoice clearly indicating the break-up details of composite rates i.e. basic rate, GST and any other duties and taxes as applicable, freight, packing charges, etc.,

Signature of the bidder 20

46.2.1 The contractor shall permit the ‘BSNL’, at the time of making any payment to him for work done under the contract, to deduct such sum as performance security in addition to the sum already deposited as security deposit, an amount to the tune of 5 % of running bills/final bill. 46.2.2 The proceeds of the performance security shall be payable to the ‘BSNL’ as compensation for any loss resulting from the contractor’s failure to complete its obligations under the contract.

46.2.3 The performance security deposit shall be refunded after expiry of warranty period of last work executed provided there are no recoveries to be made arising out of poor quality of work, incomplete work and /or violation of any terms and conditions of the contract as stipulated in the bid document

46.2.4 No interest will be paid to the contractor on the security deposit

Paying Authority: Circle Settlement Cell, O/o CGMT, Trivandrum. Mode of payment: Through NEFT/RTGS only.

46.3. The contractor will not be eligible to get interest on the amounts due in the pending bills in case the bill(s) are delayed due to unavoidable reasons. Income Tax / Work Contract Tax or any other taxes payable as per Rules will be deducted from the bill of the contractor.

47. Any increase in Taxes or other statutory duties / levies shall be to the contractor's account. However, the contractor shall pass on benefit of any decrease in the taxes / duties to the BSNL.

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

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

Signature of the bidder 21

50. INSOLVENCY OR DEATH OF CONTRACTOR :-

In the event of the contractor being, adjudicated insolvent or going voluntarily into liquidation of having received order or other order under insolvency act made against him or in the case of Company, of the passing resolution, or making of any order for winding up whether voluntarily/or otherwise, or in the event of the contractor failing to comply with any of the conditions here in specified, the GMT ,BSNL, CALICUT shall have the power to terminate the contract without any notice. Contractor's heirs/representatives shall, without the consent in writing of the GMT, BSNL, CALICUT have no right to continue to perform the duties or engagement thereof, the contractor under the contract in case of his death. i. In the event of the contractor, winding up his company on account of transfer or merger of his company with any other, the contractor shall make it one of the terms and stipulations of the contract for the transfer of his properties and business, that such other person or company, shall continue to perform the duties or engagement of the contractor under this contract and be subject to his liabilities there under. ii. Without prejudice to any of the rights or remedies under this contract, if the contractor dies, the GMT, B S N L , CALICUT shall have the option of terminating the contract without compensation to the contractor, which does not amount to Breach of the contract. iii. If contractor without written approval of Competent BSNL Authority assign or sublet his contract, or attempt to do so, or become insolvent or commence any insolvency proceedings or make any composition with his creditors or attempt to do so, or if any bribe gratuity, gift, loan, perquisite, reward or advantage pecuniary or otherwise, shall either directly, or indirectly, be given, premised or offered by the contractor, or any of his servants or agent to any public officer or person in the employment of Government in any way relating to the office or employment, or if any such officer or person shall become in any way directly or indirectly interested in the contract, the GMT, BSNL, CALICUT shall have power to adopt any of the courses as he may deem fit in the interest of BSNL. Where the contractor is a partnership firm, the previous approval in writing of the GMT, BSNL, CALICUT shall be obtained before any change is made in the constitution of the firm. Where the contractor is an individual or a Hindu undivided family business concern such approval as aforesaid shall likewise be obtained before the contractor enters into any partnership agreement where under the partnership firm would have the right to carry out the work hereby undertaken by the contractor. If previous approval as aforesaid is not obtained, the contract shall be deemed to have been assigned in the contravention of terms of tender and the same & action may be taken accordingly. 51. COURT JURISDICTION : i. Any dispute arising out of the tender/bid document/evaluation of bids/issue of APO shall be subject to the jurisdiction of the competent court at CALICUT . ii. Where a supplier has not agreed to arbitration, the dispute/claims arising out of the contract /PO entered with him shall be subject to the jurisdiction of the competent court at CALICUT .This contract/work order is subject to the jurisdiction of court at CALICUT .

52 . GST Invoice & Compliances under Goods & Service Tax Act (GST), 2017.

52.1 Tax Clause - All taxes except CGST, SGST, UTGST and IGST if any, required to be paid on the invoices shall be borne by the Contractor

Signature of the bidder 22

52.2 Payment terms: BSNL will make payment to the bidder only after the invoice is uploaded by contractor in GST outward return i.e. GSTR-1 and credit of GST is available (reflected in GSTR-2A) to BSNL. Contractor hereby agrees that it will be solely responsible for performing all compliances and making payments of GST, cess, interest, penalties or any other tax/ duty/ amount/ charge/ liability arising either out of laws/ regulations applicable in India and overseas or because of a demand/ recovery initiated by any revenue authority under laws/ regulations applicable in India or overseas

52.3 GST Invoice - It shall be the responsibility of bidder to raise appropriate tax invoice as per the provisions of GST Act.. BSNL reserves the right to be indemnified for the credit loss in case BSNL is unable to claim the input tax credit for any non-compliance / default in raising appropriate invoice by Contractor. Further all invoices should be sent to BSNL promptly.

Further the Contractor is required to comply following requirements w.r.t. issuance of invoice: • All the details of contractor (name, address, GSTIN/ unregistered vendor, place of supply, SAC/ HSN code etc.) and other mandatory details shall be mentioned on the invoice; • Invoice/DN/CN need to be issued timely within the time prescribed under GST law; • In case of any deficient supply, BSNL shall convey the same in a reasonable time to enable the Contractor to issue credit note and take tax adjustment; • It would be the responsibility of the Contractor to declare correct information on invoice and GST portal viz. the amount, the place of supply, rate of tax etc. In case, the eligibility of input tax credit is questioned or denied to BSNL on account of default by the Contractor, the same would be recovered by BSNL from the Contractor; • Registered location of the both the parties i.e. BSNL and Contractor should be mentioned in the agreement with GSTIN No. Further, Contractor should raise invoices at the registered premise of BSNL for availing of credit and ensure that the place of supply as per GST law is same as registered premise; • It shall be the responsibility of Contractor to raise invoice within the prescribed timelines; • E-waybill number should be mentioned on the invoices;

A declaration by the contractor as shown below is to be attached along with each bill submitted by the contractor.

DECLARATION

I/We hereby declare that, the Invoice No.______dated ______for Rs.______issued to BSNL CALICUT for the work______for the month of ______has been uploaded against the GSTIN of BSNL Number.32AABCB5576G5ZQ in the GSTN site on ______and which will not be withdrawn/modified without prior approval/consent from BSNL CALICUT . Place: Signature: Date: Name of Agency: (Authorised Seal)

Signature of the bidder 23

52.4 Indemnity It is the responsibility of the Contractor to ensure that outward supply return (GSTR-1) is filed correctly and to declare correct information on the invoice and GST portal.

In case of mismatch because of vendor’s fault, prompt amendments must be made by the Contractor else Contractor shall be required to indemnify BSNL of the loss of credit due to mis-match and BSNL shall recover the said amount from the payment to the vendor. The compliances to be adhered by Contractor includes (but is not limited to the following:

(i) Uploading appropriate invoice details on the GSTN (Goods and Service Tax Network) within the stipulated time; (ii) Issuing GST compliant invoice / CN/ DN. Work order issued by BSNL should be referred by Contractor for capturing information on the invoice; (iii) Acceptance of changes made by BSNL on GSTN on account of non-upload or incorrect upload of details on GSTN. Such changes w.r.t. the mis-match are required to be accepted by Contractor within the time limit prescribed under the GST law. It must be noted that in case Contractor does not accept such changes within the time limit prescribed under GST law, the loss of input tax credit (if any) would be recovered from the Contractor.

BSNL reserves the right to be indemnified for the credit loss and recover the said amount from the Contractor in case BSNL is unable to claim the input tax credit for any non-compliance or default or due to lack of diligence on the part of the Contractor. Further in case any credit is not received or short credit is received or in case of any error because of which no credit is received then such equivalent amount is not liable to be paid by BSNL. Where, however the amount has already been paid by BSNL the same is liable to be recoverable or adjustable against subsequent payments

52.5 Debit/Credit Note:- The Contractor acknowledges and agrees to issue appropriate debit note/ credit note as prescribed under GST Act and send to BSNL within the prescribed time. All documents should be received well in advance so as to enable BSNL to claim proper credit.

Further it shall be the responsibility of Contractor to declare the details of such credit note in the return for the month during which such credit note has been issued but not later than September following the end of the financial year in which such supply was made, or the date of furnishing of the relevant annual return BSNL reserves the right to be indemnified for the credit loss by Contractor in case BSNL is unable to claim the input tax credit for any non-compliance or default or due to lack of diligence on the part of the Contractor, whichever is earlier. 52. 6 Work Order - It is understood between the parties that Contractor shall raise invoice on the basis of work order issued by BSNL. In case of any deviation or disagreement by Contractor on place of work, billing location, HSN code/ SAC code stated on work order, it shall be the responsibility of Contractor to intimate BSNL well in advance. Further, in case Contractor raises the invoice on an address other than agreed, it shall be the responsibility of the Contractor to modify the invoice.

52.7 Place of supply - For the purpose of this agreement, place of supply under GST Act shall be the place of supply as determined under purchase order raised by BSNL. It shall be the responsibility of Contractor to intimate BSNL well in advance in case of deviation / disagreement with the place of supply as determined in work order. 52.8 Deficient Supply/ Incomplete supply/ Rejected supply - Each party to contract agrees that in case of any deficient supply or incomplete supply or rejected Contractor, it shall be the responsibility of Contractor

Signature of the bidder 24 to issue GST compliance credit note within the reasonable time and take tax adjustment. In case the Contractor fails to issue proper credit note within the time stipulated under the GST law the taxes charged and not adjusted would be borne by the Contractor. 52. 9 Discount clause- In cases where Contractor is providing discount to BSNL for the goods supplied by it or service rendered, following should be predetermined or mutually agreed between Contractor and BSNL: 1. Situations in which discount would be allowed by Contractor to BSNL (e.g. Value-based/ quantity-based discounts) 2. Basis and manner in which discount would be computed and allowed to BSNL 3. Deduction of such discount from the value of supply as per provision of GST Act 52.10 Compliance Rating - Contractor shall be liable to comply with all the compliances as may be prescribed to ensure that compliance rating is not reduced below the prescribed limit as laid down under GST Act and GST regulations. Contractor shall be required to submit a self-declaration from time to time, that they are not black-listed on the GST portal. Notwithstanding anything contained in agreement, in the event of black listing of Contractor i.e. compliance rating reduced below the prescribed limit, the amount related to tax shall be paid to Contractor only on receipt of input tax credit to BSNL. 52.11 way bill - It shall be the responsibility of Contractor to obtain way bill in case of movement of goods exceeding limit as prescribed under the GST Act. Contractor would indemnify BSNL in case of any non- compliance or default or due to lack of diligence on the part of the Contractor to comply with the e-waybill requirement. 52.12 Penalty - It is agreed by Contractor that in case of any deviation, default or negligence on the part of Contractor due to which it is liable to pay penalty to BSNL, the same shall be recovered by BSNL from Contractor along with applicable GST tax (as may be applicable).

52.13 Liquidated damage – GST on account of liquidated damages due to delay in supply of goods /completion of work would be borne by Contractor.

Signature of the bidder 25

SECTION IV-A

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.

SUBMISSION OF TENDER

The bid contains two parts– Part A: The First part relates to uploading of scanned documents required for Technical Bid in the appropriate place of the e-Tender Portal.

Part B: The Second part relates to uploading of Financial Bid containing the Price schedule in excel format filled carefully in the appropriate place of the e-Tender Portal. a) All the clauses of the bids must be complied with and price bids must be quoted online by the bidders before the locking/closing time of the bid as specified in NIT b) Bids shall remain valid for 180 days from date of opening of the bid. A bid valid for a shorter period shall be rejected by BSNL as substantially non-responsive bid; the concerned bid shall be rejected at the opening stage itself. c)The BSNL may, at its discretion, extend this deadline for the submission of the bids by amending the bid document in accordance with NIT in which case all rights and obligations of the BSNL and bidders previously referred to the deadline will thereafter be subject to the extended deadline. 1. The bidder shall submit the original tender form duly filled in and signed on all pages along with the prescribed EMD and the cost of the tender documents (in the form of Demand Draft/ cash receipt as prescribed )shall also be submitted as part of the Bid before the last date and time for submission of Tender document as mentioned in NIT. . Firms registered under MSME/NSIC are exempted from remitting EMD/ Cost of tender document on production of valid certificate 2 All over writing/erasures/corrections in the bids hall be attested with date by the person signing the bid. 3. The tender in the enclosed proforma should be submitted in sealed cover and superscripted as “Te nder for Providing breakdown maintenance and oil servicing of Engine Alternator sets at various Exchanges in ...... (Zone number) of Calicut BA ”and addressed to AGM(Plg), O/o GMT, BSNL, Asokapuram , -673001. Tenders may be dropped in the Tender Box kept for the purpose at Office of General Manager, II Floor, O/O GMT, BSNL, ASOKAPURAM , Kozhikode 673001 or sent by Registered Post with Acknowledgement Due. Address: AGM (Plg) O/o GMT, BSNL, Asokapuram , Kozhikode-673001. No separate acknowledgement will be given. The letter of authorization shall be indicated by written power-of-attorney accompanying the bid.

Power of Attorney • The power of Attorney should be submitted and executed in the non-judicial stamp paper of appropriate value as prevailing in the BA and the same be attested by a Notary public or registered before Sub-registrar of the state(s) concerned. • In case of the bidder being a firm, the said Power of Attorney should be executed by all the partner(s) in favor of the said Attorney. • Attestation of the specimen signatures of authorized signatory by the Company’s/ firm’s bankers shall be furnished.

Signature of the bidder 26

Name, designation, Phone number, mobile number, email address and postal address of the authorized signatory shall be provided.

Price Bid should be submitted through e-tender portal only. 4.Bids shall be received only up to the closing date &time prescribed in the NIT. In case the closing date prescribed happens to be an official holiday for the BSNL office, the closing date shall stand extended to the next working day without any change in the closing time. 5. Bids received after the last date and time shall be rejected and returned to the bidder unopened. BSNL shall not be responsible for any postal delays or other reason by which the delivery of the bid is delayed and no demands for consideration of such bids shall be entertained by BSNL.

General

These Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, as mentioned in the tender documents.

BSNL has decided to use process of e-tendering for inviting this tender and thus the physical copy of the tender would not be sold. Submission of Bids through online process is mandatory for this Tender.

For conducting electronic tendering,BSNL, Kerala Telecom Circle, CALICUT 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 (PLG), O/o GMT, BSNL, CALICUT 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.

Signature of the bidder 27

10. Participate in e-Reverse Auction on BSNL ERP TENDER PORTAL

For participating in this tender online, the following instructions need to be read carefully. These instructions are supplemented with more detailed guidelines on the relevant screens of the BSNL ERP TENDER PORTAL.

Note 1: It is advised that all the documents to be submitted are kept scanned or converted to PDF format in a separate folder on your computer before starting online submission.

Note 2: While uploading the documents, it should be ensured that the file name should be the name of the document itself

3. Digital Certificates

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

4. Registration

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 (PLG), O/o GMT, BSNL, CALICUT- 673001, 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] Landline: assistance to bidders/vendors. 0120-2755008 0120-2755002 0120-2755042 2 For bid specific query Contact the person mentioned in the tender document or the

Signature of the bidder 28

unit by whom tender is invited.

3. For any other assistance to 1. Neelesh Bansal, AM, ERP -MM bidders/vendors viz. Email: [email protected] query/suggestions/feedback 2. Amit Kumar Sharma, AM, ERP-MM Email: [email protected] 3. Rajiv Verma, AGM, ERP-MM Email: [email protected]

Contact details for bid specific query BSNL Contact -1 AGM (PLG) Telephone/ Mobile 0495 -2772422 E-mail ID [email protected]

BSNL Contact-2 SDE(Electrical),Telephone Bhavan,ellayil,Calicut-32 Telephone/ Mobile Mob No: 9447560100

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 Financial bids in electronic form.

6. Offline Submissions :

The bidder is requested to submit the Techno commercial bid, offline to ( AGM (PLG), O/o GMT, BSNL, Balan K Nair road, CALICUT -673001) 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

Signature of the bidder 29

Tender Opening Event (TOE) from the comfort of their offices. For this purpose, representatives of bidders, duly authorized are requested to carry a Laptop and Wireless Connectivity to Internet.Every legal requirement for a transparent and secure ‘Public Online Tender Opening Event (TOE)’ has been implemented on BSNL ERP TENDER PORTAL.

BSNL ERP TENDER PORTAL has a unique facility of ‘Online Comparison Chart’ which is dynamically updated as each online bid is opened. The format of the chart is based on inputs provided by the Buyer for each Tender. The information in the Comparison Chart is based on the data submitted by the Bidders in electronic forms. A detailed Technical and/ or Financial Comparison Chart enhances Transparency. Detailed instructions are given on relevant screens.

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

10. Other Instructions

For further instructions, the vendor should visit the home -page of the portal (https://etender.bsnl.co.in/irj/portal).

Important Note: It is strongly recommended that all authorized users of Supplier organizations should thoroughly peruse the information provided under the relevant links, and take appropriate action. This will prevent hiccups, and minimize teething problems during the use of BSNL ERP TENDER PORTAL.

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

1. Obtain individual Digital Signing Certificate (DSC or DC) (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.

Signature of the bidder 30

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 the bidder 31

SECTION V

SPECIAL CONDITIONS OF CONTRACT

1.The BSNL reserves all rights to accept or reject wholly or partially any or all bids, at any time prior to award of contract without assigning any reasons and without incurring any liability of customer’s action on the above grounds, to the affected bidder(s).

2. The rate may be quoted online in the Rate schedule proforma attached along with the tender document (Section XVII), in figures. The offer shall be in Indian Rupees. The rate quoted should be all inclusive except GST which will be paid extra as applicable.

3. The prices quoted by the bidder shall remain firm and final during the entire period of contract and shall not be subjected to variation on any ground. In the case of downward revision of statutory levies/taxes during the contract period, such benefits will be passed on to BSNL. Incomplete and/or conditional quote shall not be considered.

4. The tender will be accepted based on the report submitted by the Tender Evaluation Committee nominated by GMT, BSNL CALICUT . Bidder whose tender is accepted will have to execute an agreement in a stamped paper of required value within 14 days of being asked to do so, failing which the EMD will be forfeited to the BSNL and the bidder will be blacklisted for one year from participating in any tender floated by the BA. After execution of the agreement, the approved rate and contract shall be valid up to yea r from the date of execution of agreement and can be extended up to a period of one year on the same rate, terms and conditions.

5. The GMT, BSNL, CALICUT reserves the rights : 5a. To accept or reject any or all the Tenders including the lowest in part or full or annul tendering process or to cancel the tender without assigning any reasons thereof.

5b. If the rate quoted is more than the maximum workable rate , the tender is liable to be rejected 5c. To extend the period of CONTRACT up to one year, if found necessary. During such extended period also, the same terms and conditions shall be applicable.

6. Bids shall be quoted as per the tender document and the tender document should not be altered / modified. Altered / modified document shall summarily be rejected. In the case of tender documents downloaded from web site, a declaration as per Section XII is to be attached. 7. Tenders will be opened at the time of opening by AGM (Plg) or by such of whom he may authorise on his behalf in the chamber of AGM( Plg), O/o GMT, BSNL, Balan K Nair road, CALICUT -673001, or any other office authorized for the purpose by General Manager Telecom, BSNL, CALICUT in the presence of those bidders or by their authorized agents who will be present at the time of opening of the tenders. If the date fixed happens to be closed holiday, the tender will be opened on the next working day at the same time and venue. The authorized agents should produce letter of authorization from the bidder for attending the tender opening as per Section VII.

8. Tenders should be properly sealed. Tenders received late will be straight away rejected. Only one tender should be included in one cover. Tender document issued to one supplier is not transferable to others. Cost

Signature of the bidder 32 of the tender form will not be refunded under any circumstance. 9. The person or persons signing the bid shall sign all pages of the original tender document.

10. If the performance of the successful bidder is not satisfactory, the concerned unit officer should intimate the fact in writing to the bidder. If there is no improvement, the agreement with the bidder is liable to be cancelled followed by the forfeiture of EMD/SD and black listing the bidder for a period of one year. 11. If low quality materials are used for the work, the unit head (SDE/JTO) has the liberty to ask the contractor to remove such materials and use quality materials. Using substandard materials is a sufficient reason to terminate the contract and to blacklist the contractor. 12. Warranty of the works shall be for a minimum period of six months from the date of completion of the work. 13. The employees deployed for the work should be disciplined in the premises of BSNL. 14. The contractor shall not sublet the work without prior written permission of the BSNL. 15. The contractor or his workers shall not misuse the premises allotted to them for any purpose other than for which the contract is awarded. 16. The workers provided by the agency under this contract will not be the employee of the BSNL and there will be no employer employee relationship between the BSNL and the persons engaged by the contractor in the aforesaid services.

17. Payment for work under the contract will be made after completion of all works specified by the office in charge and submission of pre receipted bill in bimonthly basis, for each division.

18 . The Tenders should indicate the lumpsum amount in respect of all the services covered under this contract. No request for alteration in the rates once quoted will be permitted within one year and during the extended period if any 19 . The rates to be quoted should include cost of each and every item including transportation cost, manpower cost and (taxes etc). BSNL shall not bear any extra charge on any account whatsoever i.e. EPF contribution, Uniform, OTA etc. 20. All the safety measures required during the execution of the work shall be ensured by the contractor. The contractor should have arranged insurance coverage for all the employees deployed for any kind of such works. Any unexpected eventuality happened during the execution of the work in the contract period shall be covered under the responsibility of the contractor. BSNL is fully exempted from the responsibility of such unexpected acts. 21. The contractor will discharge all his legal obligations in respect of the workers/supervisors to be employed/ deployed by him for the execution of the work in respect of their wages and service conditions and shall also comply with all the rules and regulations and provisions of law in force that may be applicable to them from time to time. 22.The contractor shall indemnify and keep indemnified the BSNL from any claims, loss or damages that may be caused to it on account of any failure to comply with the obligations under various laws. In case of any dispute, the decision of GMT, BSNL, CALICUT shall be final and binding on the contractor. 23. Income Tax will be deducted from the payments due for the work done as per rule. 24. The Contractor must employ adult employees only. Employment of the child labour may lead to the termination of the Contract. 25. The contract is subject to the condition that the bidder will comply with all the laws and acts of Central Govt., State Govt. relating to this contract made applicable from time to time.

Signature of the bidder 33

26. Risk Clause: BSNL CALICUT reserves the right to discontinue the service at any time, if the services are found unsatisfactory by giving a show cause to be replied within a week and also has the right to award the contract to any other agency at the risk and cost of current agency and excess expenditure incurred on account of this can be recovered from Security deposit or pending bills or by rising a separate claim. 27. The BSNL will not be responsible either to the Contractor or to its workers deployed at these work points for any medical assistance/injuries/death or any kind of loss occurred to employees deployed by the contractor.

28. The contractor shall be fully responsible for the damages caused by the workers during execution of work, to the properties belonging not only to BSNL but also to other Departments, Organizations, Other Private Operators/ Organizations and individuals and the cost of such damages will be recovered from the amount payable to the contractor. 29 . The GMT, BSNL, CALICUT reserves the right to reject any or all Tenders in whole or in part without assigning any reasons therefore. The decision of GMT, BSNL, CALICUT BA shall be final and binding on the contractor/agency in respect of any clause covered under the Contract.

30.1 Firm should have rounded the clock contact telephone number (Mobile and land line). In case of emergency, contractor or authorized engineer/ supervisor shall be made available at site on short notice or telephonic call from Engineer in charge and make all efforts to bring the situation to normal at the earliest.

30.2 All the EA set faults should be rectified within the time mentioned in the work order. If the agency does not rectify the faults within the stipulated time, a penalty of Rs 500/- day or part thereof will be levied for three days and Rs.1000 / day will be levied after 3 days till the fault is rectified. However, the decision of the Engineer-in-Charge shall be final and binding and in any case the total penalty imposed shall not exceed 50 % of the total tendred cost of the contract.

Signature of the bidder 34

SECTION VI

UNDERTAKING AND DECLARATION

For understanding the terms & condition of Tender & Specification of work Certified that:

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

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

The tenderer hereby covenants and declares that:

All the information, Documents, Photocopies of the Documents/Certificates enclosed along with the tender offer are correct.

If anything is found false and/or incorrect and/or reveals any suppression of fact at any time, BSNL reserves the right to debar our tender offer/ cancel the LOA/ Purchase/ work order if issued and forfeit the EMD/ SD/ Bill amount pending with BSNL. In addition, BSNL, may debar the contractor from participation in its future tenders.

Date: …………………… Signature of Tenderer

Place: ………………….. Name of Tenderer With date and seal

Signature of the bidder 35

SECTION VII

Letter of Authorisation for attending Bid opening

(To be submitted before Tender Opening)

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

Signature of Tenderer

Order of Preference Name Specimen Signatures ______

I.

2. .

Signature of bidder or

Officer authorized to sign the bid Documents on behalf of the bidder

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

Signature of the bidder 36

SECTION VIII

GST DATA TO BE SUBMITTED BY VENDOR Sl Particulars No

1 Vendor Account No (To be filled by BSNL Office)

2 Vendor Name

3 Permanent Account Number

4 Type of Vendor (GST Registered/ Unregistered)

5 GSTIN or GST Provisional ID. of Registered Vendor

6 Whether Compounding scheme applicable (Yes or No)

7 Email address of Vendor

8 Mobile number of Vendor

9 Phone number of Vendor

10 Registered Addresses under GST

House Name/No.

Street

Street1

Street2

City

PIN CODE

11 State/Union Territory of GST registration Status of Vendor (SEZ, EOU, DTA, government, local 12 authority) Provision of goods/ services 13 (Separate line item for each good/ service) HSN/SAC code 14 (Separate line item for each good/ service) 15 Whether supply is exempt/ non taxable Place Signature Date Name

Signature of the bidder 37

SECTION IX

TENDERER’S PROFILE

1. Name of the tenderer : Photo

2. Name of the person submitting the tender : (In case of Proprietary / Partnership firms, the tender has to be signed by Proprietor / Partner

3. Address of the firm :

4. i Telephone No. (with STD code ) :

ii. Mobile No. iii. Fax No. : iv. E-Mail address :

5. Registration & incorporation particulars of the firm:

i) Proprietorshi p : ii) Partnership : iii) Private limited : iv) Public limited : (Please attach attested copies of documents of registration / incorporation of your firm with the competent authority as required by business law)

6. Name of Proprietor/Partner/Directors

7. PAN No.

8. Goods &Service Tax Registration No.

9.EPF Registration No.

10. ESI Registration No,

I/We hereby declare that the information furnished above is true and correct.

Place: Date:

Name of the Tenderer with Seal

Signature of the bidder 38

SECTION X

BID FORM Full Name & Address of the Agency ...... Telephone No. : ………………………………………………… FAX/Cellular No.: ………………………………………………… E-Mail address: ………………………………………………… . Any other Relevant Information ………………………………………………… ...

To The GMT, BSNL, CALICUT -673001 Sir, I/We have read all the particulars regarding the General information and other terms and conditions of the contract for Maintenance, service and repair of EAs at Telephone Exchange sites of CALICUT BA you, may specify in the acceptance of the Tender at the rates given in Schedule-I to this Tender and I/We agree to hold this offer open till 180 days. The rates quoted will be valid for a period of one year in the event of award of the Contract. I/We shall be bound by a communication of acceptance dispatched within the prescribed time. I/We have understood these terms and conditions for the contract and shall provide the best services strictly in accordance with these requirements. Demand Draft No. ______dated ______of Rs. /- drawn in favour of the Accounts Officer (Cash), BSNL, O/o the General Manager Telecom, CALICUT -673001, payable at CALICUT is also enclosed as Earnest Money Deposit. I/We agree to forfeit of the earnest money if I/we fail to comply with any of the terms and conditions in whole or in part laid down in the Tender form. I/We have carefully read the terms and conditions of the Tender and are agreed to abide by these in letter and spirit. I/We have duly signed and sealed each and every page of the Tender Document showing our unconditional acceptance of all the Terms and Conditions of the Tender. Name & Signature of Witness : Address: Yours faithfully, Dated : Signature& Seal of the Bidder

Signature of witness to contractor's signature

Signature of the bidder 39

SECTION XI

Certificate of No Near Relatives in BSNL

I, …………………………………….. S/o………………………………………….. hereby certify that none of my relative(s) as defined in the tender document is/are employed in BSNL. 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.

Place:

Date:

Signature of Tenderer :

Name& Address

SECTION XII

CERTIFICATE FOR TENDER DOCUMENT DOWN LOADED FROM INTERNET

I …...... …...... (authorized signatory) hereby declare that the tender document submitted has been down loaded from web site https://etender.bsnl.co.in/irj/portal or www.kerala.bsnl.co.in and no addition deletion / correction has been made in the down loaded tender document. I also declare that I have enclose a DD for Rs …...... ………………. towards the cost of bid document along with the tender.

Signature of tenderer /authorised signatory

Place...... Date …......

Name of the tenderer......

Seal of the tenderer

Signature of the bidder 40

SECTION XIII

REFUND OF EMD

From

To The General Manager Telecom, BSNL, CALICUT

Sir, Sub: Request for refund of EMD reg:

Ref: Tender no : BPE- 0070 /2020-21/01, Dtd at CLT the 06.10.2020)

I/We have submitted tender for Maintenance contract service and repair of Engine alternators Telephone Exchange sites of CALICUT BA as per tender notification cited above. In case my/our tender is not accepted by the Company, the EMD remitted by me/us may kindly be refunded as soon as possible. An advance stamped receipt for the above is attached herewith.

Thanking you Yours faithfully

Place: Signature of Tenderer : Date: Name& Address

------…. ------

Signature of the bidder 41

SECTION XIV

ADVANCE STAMPED RECEIPT

Received an amount of Rs………. (Rupees……………………………………only) from Accounts

Officer (Cash), BSNL, Office of the GENERAL MANAGER TELECOM, BSNL, CALICUT towards EMD amount remitted as per Tender no : BPE- 0070 /2020-21/01, Dtd at CLT the 06.10.2020

Signature : Place : Date : Name & Address:

Signature of the bidder 42

SECTION XV

PROFORMA OF POWER OF ATTORNEY (Refer Clause 12 of Section-IV)

(Non-Judicial Stamp paper) POWER OF ATTORNEY Be it known all to whom it concerns that:

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

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

(Address)______hereby Appoint Shri______s/o ______residing at______as my/our Attorney to act in my/our name and on behalf and sign and execute all documents/ agreements binding the firm for all contractual obligations (including references of cases to arbitration) arising out of contracts to be entered into by the firm with the GMT, BSNL CALICUT in connection with their Tender no : BPE- 0070 /2020-21/01, Dtd at CLT the 06.10.2020 For servicing and repair of diesel generators at telephone Exchanges in CALICUT BA due for opening on ………………………… …………

In short he is fully authorized to do all, each and everything requisite for the above purpose concerning M/s______. And I/We hereby agree to confirm and ratify his all and every act of this or any documents executed by my/our said Attorney within the scope of the authority hereby conferred on him including references of cases to arbitration and the same shall be binding on me/us and my/our firm as if the same were executed by me/us individually or jointly.

Witness (with Address) Signature of the Proprietor/Partners/Directors 1. 1. 2. 2. Accepted (Signature of Signatory of Tender Offer of the firm) ______ATTESTED Notary Public (Signature with Official Seal) OR REGISTERED Before (SUB – REGISTRAR) …………………………….. (Of concerned State) Signature with Official Seal

Signature of the bidder 43

SECTION XVI

AGREEMENT

(To be typed on non-judicial stamp paper of required value)

The successful tenderer shall have to execute the following agreement;

This agreement made on ...... day of…………….. (month)

………………. between the GMT, Bharath Sanchar Nigam Limited, CALICUT, hereinafter called the BSNL (Which expression shall unless excluded by or repugnant to the context, include its successors, heir, executors, administrative representative and assignee) represented by the Asst. General Manager (Plg) on the one part AND ...... having its registered office at...... herein after called “The Contractor” (Which expression shall unless excluded by or repugnant to the context, include its successors, heir, executors, administrative representative and assignee) of the other part.

Whereas the contractor has offered to enter into contract with the said BSNL for undertaking repair and service of EAs in various Telephone Exchanges sites of CALICUT BA on the terms and conditions herein contained in the Tender Tender no : BPE- 0070 /2020-21/01, dated at CLT the 06.10.2020)and the rates approved by the BSNL (copy of Rates annexed) have been duly accepted and whereas the necessary security deposits have been furnished in accordance with the provisions of the tender document and whereas no interest will be claimed on the security deposits.

Now these presents witness and it is hereby agreed and declared by and between the parties to these presents as follows.

1)The contractor shall, during the period of this contract that is to say from...... to...... or completion of work whichever is earlier or until this contract shall be determined by such notice as is hereinafter mentioned, safely carryout, by means of labours employed at his own expenses and by means of tools, implements and equipment etc. to be supplied by him to his labour at his own expenses, all repair and service works as described in tender documents (annexed to the agreement), when the BSNL or GENERAL MANAGER CALICUT BA or any other persons authorised by the GENERAL MANAGER in that behalf require. It is understood by the contractor that the quantity of work mentioned on the schedule is likely to change as per actual requirements as demanded by exigencies of service.

2) The Bid documents, letter of intent, approved rates annexed hereto and such other additional particulars, instructions, work orders as may be found requisite to be given during execution of the work shall be deemed and taken to be an integral part of the contract and shall also be deemed to be included in the expression “The Agreement” or “The Contract” wherever herein used.

3) The contractor shall also supply the requisite number of workmen with means & materials as well as tools, appliances, machines, implements, vehicles for transportation, cartage etc. required for the proper execution of work within the time prescribed in the work orders.

Signature of the bidder 44

4) The contractor hereby declares that nobody connected with or in the employment of the BSNL is not/shall not ever be admitted as partner in the contract.

In witness whereof the parties hereto have executed these present the day and year first above written

In the presence of

Witness

1.

2.

Signature of the contractor

Witness

1.

2.

Signed and delivered for and on behalf of GMT, BSNL,CALICUT

Signature of the bidder 45

SECTION XVII

FINANCIAL BID (ONLINE SUBMISSION ONLY) To The General Manager, BSNL, KOZHIKODE.

Sub: Our Financial bid for Providing breakdown maintenance and oil servicing of Engine Alternator sets at various Exchanges under Zone: 1/2/3 of Calicut BA Ref: Tender no : BPE- 0070 /2020-21/01, Dtd at CLT the 06.10.2020 Dear Sir, With reference to your Tender cited above, we the under signed offer to undertake “Providing breakdown maintenance and oil servicing of Engine Alternator sets at various Exchanges under Zone: 1/2/3 of Calicut BA in conformity with the said specifications and conditions of contract at the rate quoted below:

ZONE:1

Name of Work: Providing breakdown maintenance and oil servicing of Engine Alternator sets at various Exchanges under ZONE I of Calicut BA (CALICUT AREA)

RATE per unit AMOUN Sl. No Description QTY UNIT (excluding T GST) S/F of following components in Engine/ Control Panel for the proper functioning of the EA set i/c dismantling 1 faulty components, testing commissioning etc as reqd..(Note Item shall be examined and replaced at the time of Oil Service.)

a Stop solenoid 10 Jobs Job

b LLOP Switch with sensor 7 Jobs Job

c RPM cum Hour meter with cable 10 Jobs Job

d Relay for the solenoid 7 Jobs Job

Charges for dismantling the alternator from Engine, shifting to work shop and back. reconditioning including 2 heating, varnishing, baking, re-connection, testing, commissioning, etc. as reqd.

a) upto 30 KVA 2 Jobs Job

b) Above 30 KVA upto 40 KVA 2 Jobs Job

c) Above 40 KVA upto 63 KVA 5 Jobs Job

3 S/F of AVR suitable for the following capacity EA sets, i/c connection, testing and commissioning etc. as reqd. a Above 10 KVA upto 15 KVA 1 Nos Each

b Above 15 KVA upto 63 KVA 6 Nos Each

c Above 63 KVA upto 100 KVA 2 Nos Each

Signature of the bidder 46

4 S/F of SMPS type Battery charger for following rating as reqd.

a) 12V, 10 A rating 16 Nos Each

b) 24V, 10A rating 5 Nos Each

Carrying out oil servicing of following capacity EA set i/c draining the existing lub oil and supplying and filling of 5 superior quality and grade lub oil (15 W 40) replacing of fuel filters, lub oil filters etc complete as per the maintenance schedule, terms and conditions and specification attached

a Above 10 KVA upto 15 KVA 3 Jobs Job

b Above 15 KVA upto 30 KVA 4 Jobs Job

c Above 30 KVA upto 40 KVA 5 Jobs Job

d Above 40 KVA upto 63 KVA 34 Jobs Job

e Above 63 KVA upto 100 KVA 2 Jobs Job

f Above 100 KVA upto 160 KVA 2 Jobs Job

g Above 160 KVA upto 250 KVA 1 Job Job

h Above 250 KVA upto 500 KVA 2 Jobs Job

Reconditioning of starting motor i/c servicing and replacement of faulty components and re winding if 6 5 Jobs Job required i/c dismantling, re fixing, testing and commissioning etc as reqd.

Rewinding the burnt alternator stator winding of the following capacity EA set using fine quality copper conductor, 7 Insulating materials and other accessories i/c providing warrantee for one year as per the terms and conditions and specifications attached. (Rate shall be quoted after deducting scrap value of old winding)

a) Job Up to 15 KVA 1 Job

b) Above 15 KVA up to 40 KVA 1 Job Job

c) Above 40 KVA up to 63 KVA 2 Jobs Job

Providing specialized man power for EA maintenance to attend the emergency E/A break down and rectification of fault etc as required on call basis. Attending EA sets , checking all electrical connections and safety devices, checking the oil level and top up the oil ( Oil will be 8 75 Nos Each supplied by Exchange in Charge) , Checking and toping up the coolant/water level in the radiator and battery, Checking and correcting belt tensions , replacing of minor spares like flexible fuel pipe, relays, v belt etc complete as required

TOTAL

Signature of the bidder 47

ZONE:II

Name of Work: Providing breakdown maintenance and oil servicing of Engine Alternator sets at various Exchanges under ZONE II of Calicut BA (BADAGARA AREA) RATE per unit Sl.No Description QTY UNIT AMOUNT (excluding GST) S/F of following components in Engine/ Control Panel for the proper functioning of the EA set i/c dismantling 1 faulty components, testing commissioning etc as reqd..( Note Item shall be examined and replaced at the time of Oil Service.) a Stop solenoid 10 Jobs Job

b LLOP Switch with sensor 7 Jobs Job

c RPM cum Hour meter with cable 10 Jobs Job

d Relay for the solenoid 7 Jobs Job

Charges for dismantling the alternator from Engine, shifting to work shop and back. reconditioning including 2 heating, varnishing, baking, re-connection, testing, commissioning, etc. as reqd.

a) upto 30 KVA 2 Job Job

b) Above 30 KVA upto 40 KVA 2 Job Job

c) Above 40 KVA upto 63 KVA 6 Jobs Job

3 S/F of AVR suitable for the following capacity EA sets, i/c connection, testing and commissioning etc. as reqd

a Above 10 KVA upto 15 KVA 1 Nos Each

b Above 15 KVA upto 63 KVA 8 Nos Each

c Above 63 KVA upto 100 KVA 1 Nos Each

4 S/F of SMPS type Battery charger for following rating as reqd a) 12V, 10 A rating 16 Nos Each

b) 24V, 10A rating 6 Nos Each

Carrying out oil servicing of following capacity EA set i/c draining the existing lub oil and supplying and filling of 5 superior quality and grade lub oil (15 W 40) replacing of fuel filters, lub oil filters etc complete as per the maintenance schedule, terms and conditions and specification attached a Above 10 KVA upto 15 KVA 2 Jobs Job

b Above 15 KVA upto 30 KVA 5 Jobs Job

c Above 30 KVA upto 40 KVA 8 Jobs Job

d Above 40 KVA upto 63 KVA 28 Jobs Job

Reconditioning of starting motor i/c servicing and replacement of faulty componrnts and re winding if 6 5 Jobs Job required i/c dismantling, re fixing,testing and commissioning etc as reqd.

Signature of the bidder 48

Rewinding the burnt alternator stator winding of the following capacity EA set using fine quality copper 7 conductor, insulating materials and other accessories i/c providing warrantee for one year as per the terms and conditions and specifications attached. (Rate shall be quoted after deducting scrap value of old winding)

a) Up to 15 KVA 1 Job Job

b) Above 15 KVA up to 40 KVA 1 Job Job

c) Above 40 KVA up to 63 KVA 4 Jobs Job

Providing specialized man power for EA m aintenance to attend the emergency E/A break down and rectification of fault etc as required on call basis. Attending EA sets , checking all electrical connections and safety devices, checking the oil level and top up the oil ( Oil will be 8 supplied by Exchange in Charge) , Checking and toping 60 Nos Each up the coolant/water level in the radiator and battery, Checking and correcting belt tensions , replacing of minor spares like flexible fuel pipe, relays, v belt etc complete as required

9 Major ove rhauling and servicing of Following capacity E/A sets installed at different Exchange building , i/c dismantling, machining of the cylinder heads of the engine by taking to work shop i/c replacing of faulty components such as piston ring set, Main bearings, CR Bearings, Valve guide, valve stem seal, exhaust and inlet gaskets, head cover and side gaskets, oil filter, diesel filter i/c 15 W 40 lub oil (aprox 15Ltrs), branch pipes, push rod "O" rings, gland rings etc., i/c testing and commissioning as reqd.

a Above 15 KVA upto 30 KVA 1 Job Each

b Above 30 KVA upto 63 KVA 1 Job Each

TOTAL

ZONE:III Name of Work: Providing breakdown maintenance and oil servicing of Engine Alternator sets at various Exchanges under ZONE III of Calicut BA (WAYANAD AREA)

RATE per unit Sl.No Description QTY UNIT AMOUNT (excluding GST) S/F of following components in Engine/ Control Panel for the proper functioning of the EA set i/c dismantling 1 faulty components, testing commissioning etc as reqd..( Note Item shall be examined and replaced at the time of Oil Service.) a Stop solenoid 7 Jobs Job

b LLOP Switch with sensor 7 Jobs Job

c RPM cum Hour meter with cable 10 Jobs Job

d Relay for the solenoid 5 Jobs Job

Charges for dismantling the alternator from Engine, shifting to work shop and back. reconditioning including 2 heating, varnishing, baking, re-connection, testing, commissioning, etc. as reqd.

Signature of the bidder 49

a) upto 30 KVA 1 Job Job

b) Above 30 KVA upto 40 KVA 1 Job Job

c) Above 40 KVA upto 63 KVA 2 Jobs Job

3 S/F of AVR suitable for the following capacity EA sets, i/c connection, testing and commissioning etc. as reqd.

a Above 10 KVA upto 15 KVA 1 Nos Each

b Above 15 KVA upto 63 KVA 3 Nos Each

c Above 63 KVA upto 100 KVA 2 Nos Ea ch

4 S/F of SMPS type Battery charger for following rating as reqd a) 12V, 10 A rating 8 Nos Each

b) 24V, 10A rating 2 Nos Each

Carrying out oil servicing of following capacity EA set i/c draining the existing lub oil and supplying and filling of 5 superior quality and grade lub oil (15 W 40) replacing of fuel filters, lub oil filters etc complete as per the maintenance schedule, terms and conditions and specification attached a Above 10 KVA upto 15 KVA 3 Jobs Job

b Above 15 KVA upto 30 KV A 14 Jobs Job

c Above 30 KVA upto 40 KVA 10 Jobs Job

d Above 40 KVA upto 63 KVA 11 Jobs Job

e Above 63 KVA upto 100 KVA 4 Jobs Job

f Above 160 KVA upto 250 KVA 1 Job Job

Reconditioning of starting motor i/c servicing and replacement of faulty componrnts and re winding if 6 5 Jobs Job required i/c dismantling, re fixing,testing and commissioning etc as reqd. Rewinding the burnt alternator stator winding of the following capacity EA set using fine quality copper 7 conductor, insulating materials and other accessories i/c providing warrantee for one year as per the terms and conditions and specifications attached. (Rate shall be quoted after deducting scrap value of old winding) a Above 15 KVA up to 40 KVA 2 Job Job

b Above 40 KVA up to 63 KVA 2 Jobs Job

Providing specialized man power for EA maintenance to attend the emergency E/A break down and rectification of fault etc as required on call basis. Attending EA sets , checking all electrical connections and safety devices, checking the oil level and top up the oil ( Oil will be 8 55 Nos Each supplied by Exchange in Charge) , Checking and toping up the coolant/water level in the radiator and battery, Checking and correcting belt tensions , replacing of minor spares like flexible fuel pipe, relays, v belt etc complete as required TOTAL

Signature of the bidder 50

IMPORTANT NOTES FOR BIDDERS : 1. For the purpose of this agreement, the term 'GST' shall include Central Goods and Service Tax Act, 2017 (CGST), State Goods and Service Tax Act, 2017 (SGST), Integrated Goods and Service Tax Act, 2017 (IGST), Union Territory Goods and Service Tax Act, 2017 (UTGST) and any other taxes levied under the GST related legislation in India, as may be applicable. 2. All taxes except CGST, SGST, UTGST and IGST if any, required to be paid on the invoices as specified in clause above shall be borne by the supplier. The agency shall ensure that entire input tax credit on account of GST is fully creditable to BSNL. 3. All invoices towards the work shall invariably uploaded through GSTN Portal for processing payments by BSNL. 4. The rates are inclusive of CESS and Exclusive of GST. 5. For any unforeseen major works/service/accessories for which rates are not stipulated in this tender, that may arise during the period of this contract, such works too have to be executed by the agency and the rates shall be arrived and agreed in writing with the Engineer in Charge of the station before commencing the work.

Signature of the bidder 51

SECTION XVIII

VENDOR MASTER FORM

Signature of the bidder 52

Signature of the bidder 53

SECTION XIX

FORMAT OF THE PERFORMANCE BANK GUARANTEE (To be typed on Rs.200/- non-judicial stamp paper)

Bank Guarantee in respect of LoI dated ______between Bharat Sanchar Nigam Limited and M/s______, having its Registered Office at______(hereinafter called CONTRACTOR ) has entered into an agreement dated ______(hereinafter referred to as “the said agreement”) with M/s Bharat Sanchar Nigam Limited (BSNL in short) (A Government of India Enterprise) with Corporate office at Harish Chandra Mathur Lane, Janpath, New Delhi - 110 001 and having Business Area office at CALICUT through GMT CALICUT whereby BSNL has agreed to appoint CONTRACTORs for providing BSNL services on the terms and conditions exclusively mentioned therein for the Business Area CALICUT ..

It has been agreed between the parties that a Bank Guarantee for Rs. ______(Rupees ______thousand only) shall be given by the CONTRACTOR in favour of the BSNL for due and faithful performance of the terms and conditions of the said agreement. ______Bank having its office at ______has at the request of the CONTRACTOR (M/s ), agreed to give the guarantee as hereinafter contained:

1. We, ______(hereinafter called ‘the Bank”) do hereby undertake and assure to the BSNL that if in the opinion of the BSNL, the CONTRACTOR 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 of Rs…………/- (Rupees……………………………… lakh only) or such lesser amount as BSNL may demand without requiring BSNL to have recourse to any legal remedy that may be available to it, compel the Bank to pay the same.

2. Any such demand from the BSNL shall be conclusive as regards the liability of CONTRACTOR to pay to BSNL or as regards the amount payable by the Bank under this guarantee. The Bank shall not be entitled to withhold payment on the ground that the CONTRACTOR 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 CONTRACTOR and BSNL regarding the claim.

3. We, the Bank further agree that the guarantee shall come into force from the date hereof and shall remain in full force and effect for the period of twenty four months from the date of commencement of the agreement or the term of this guarantee whichever is later. But if the period of the said agreement is extended either pursuant to the provisions in the said Agreement or by mutual agreement between the CONTRACTOR and the BSNL, the Bank shall automatically renew the period of the Guarantee for such period which expires 6 (six) months after the renewed period of the said agreement failing which it shall pay to the BSNL the said sum of Rs. /- (Rupees …………………….only) without BSNL demanding the payment of the above sum.

4. The Bank further agrees that the BSNL shall have the fullest liberty without the consent of the Bank and without affecting in any way the obligations hereunder to vary any of the terms and conditions of the said agreement or to extend the time for performance of the said agreement from any of the powers exercisable

Signature of the bidder 54 by BSNL against the CONTRACTOR 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 CONTRACTOR or through any forbearance, act or omission on the part of BSNL or any indulgence by BSNL to CONTRACTOR 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.

5. The Bank further agrees that in case this Guarantee is required for a larger period and it is not extended by the Bank beyond the period specified above in Clause 3, the Bank shall pay to BSNL without BSNL having to demand the payment of the said sum of Rs…………/- (Rs. ………… ………………… only) on the last day on which the Bank Guarantee is due to expire.

6. Notwithstanding anything herein contained;

The liability of the Bank under this guarantee is restricted to Rs…………/- (Rs. …………… only) and it will remain in force for a period of 2 years, i.e. up to ______.

(b) The guarantee shall stand completely discharged and all rights of the BSNL under this Guarantee shall be extinguished if no claim or demand is made on us in writing on or before ______.

7. The Bank guarantees under its constitutional power to give this guarantee and______and ______who have signed it on behalf of the Bank have authority to do so.

(Authorized Signature of the Bank Official)

Power of Attorney General:

Dated:

Signature of the bidder 55

ANNEXURE –1

Contact Details of Deployed Personnel and supervisor

(a) Contact details work supervisor

Sl No Cluster Name Address Phone Mobile E-mail

(b) Contact details of personnel for EA Set maintenance site details

Sl No Site Details Sub div Div Name of Mobile Residential Personnel Number Phone

ANNEXURE – 2

UNDERTAKING REGARDING EPF PROVISIONS

I / We ...... S/o...... Resident of ...... hereby given an undertaking that :-

I/ We have employed only ...... persons in our establishment and hence the EPF and Miscellaneous Provisions Act, 1952 is not applicable to my/ our establishment.

I/ We have registered as per the EPF and Miscellaneous Provisions Act, 1952 and our Registration No is ...... We undertake to keep it valid during the currency of contract.

In case at any stage, it is found that the information given by me/ we is false/ incorrect, BSNL shall have the absolute right to take any action as deemed fit/ without any prior intimation to me.

(Seal of the Firm) (Dated Signature of the Contractor)

*Strike out which is not applicable.

Signature of the bidder 56

ANNEXURE – 3

UNDERTAKING REGARDING ESI PROVISIONS

I / We ...... S/o...... Resident of ...... hereby given an undertaking that :-

I/ We have employed only ...... persons in our establishment and hence the Employees State Insurance Act, 1948 is not applicable to my/ our establishment.

I/ We have registered as per the Employees State Insurance Act, 1948 and our Registration No is ...... We undertake to keep it valid during the currency of contract.

In case at any stage, it is found that the information given by me/ we is false/ incorrect, BSNL shall have the absolute right to take any action as deemed fit/ without any prior intimation to me.

(Seal of the Firm) (Dated Signature of the Contractor)

*Strike out which is not applicable.

Signature of the bidder 57

ANNEXURE- 4

INVENTORY

EA SET DETAILS OF ZONE I (CALICUT AREA ) AS ON 31.05.2020 Sl No Name of site EA Engine make Alternator Date of installation set make cap acit y 1 GMT Office, Calicut 63 Kirloskar KEL 7.04.1998 2 Palayam 500 Greaves Stamford 30.10.2009 3 Palayam 500 Greaves Stamford 17.08.2009 4 Mananchira 250 Cummins Stamford 22.11.2010 5 Mananchira 160 Greaves Cr.Greaves 2007 DET 1 TE Thamarassery 40 Ashok Leyland Cr.Greaves 09.08.2017 2 TE Puthuppadi 60 Greaves AVKC 24.09.2002 3 TE Puthuppadi 30 Kirloskar KEL 24.09.2002 4 TE Kodenchery 60 Greaves KEL 15.03.1999 5 TE Kodenchery 125 CUMMINS KEL 05.03.1999 6 TE Kattippara 60 Kirloskar Stamford 20.03.2001 7 TE 50 Kirloskar Cr.Greaves 1995 8 TE Koduvally 60 Kirloskar AVKCE 1998 9 TE Maikkave 15 Kirloskar Stamford 08.11.2018 10 TE Omassery 60 Greaves LG 04.06.2003 11 TE Valiyaparamba 15 Kirloskar Stamford 03.07.2018 12 TE Narikkuni 60 Kirloskar KEC Re installed 8.01.2003 13 TE Mukkom 60 Greaves Kirloskar 11.03.1998 14 TE Cheruvady 50 Kirloskar Kirloskar 1995 15 TE 60 Ashok Leyland Kirloskar 06.10.2003 16 TE Pullurampara 60 KOEL Stamford 28.07.2000 17 TE KOOMPARA 60 Greaves Cr.Greaves 16.03.2001 DET 1 TE Ferooke 100 Greaves ELGI 16.09.2002 2 TE Ferooke 100 Greaves ELGI 2003 3 TE Kadalundy 60 Ashok Leyland Cr.Greaves 25.07.1997 4 TE Nallalam 30 Kirloskar Stamford 2017 5 TE Pantheerankave 50 Ashok Leyland Kirloskar 22.02.1989

Signature of the bidder 58

6 TE Pantheerankave 50 Ashok Leyland Kirloskar 22.02.1999 7 TE 30 ESCORTS Cr.Greaves 26.06.2014 8 TE 40 Kirloskar Kirloskar 1998 DET MALAPARAMBA 1 TE Malaparamba 63 Greaves KEL 19.11.1997 2 TE Malaparamba 63 Ashok Leyland KEC 21.02.2002 3 TE Vellimadukunnu 50 Kirloskar Cr.Greaves 24.04.2001 4 TE West Hill 40 Greaves KEL 13.01.1998 5 TE Puthiyangadi 60 Ashok Leyland Kirloskar 28.03.2001 6 TE Chevayur 40 Greaves Kirloskar 1999 7 TE Nellikkode 30 Mahindra Cr.Greaves 2005 8 TE Mankave 60 Ashok Leyland Stamford 06.03.2001 9 TE Panniyankara 60 Kirloskar KEL 26.02.1999 10 TE Panniyankara 60 Greaves KEL 06.11.1998 Cr. Kuttikkattoor DLC 15 26.05.2010 11 Mahindra Greaves DET 1 TE Chelanur 40 Kirloskar Kirlosker 12.01.1999 2 TE Kuruvatoor 40 Greaves ELGI 29.01.2003 3 TE 60 Ashok Leyland ELGI 14.03.2001 4 TE Nanminda 63 Greaves ELGI 13.02.2003

5 TE REC 60 Ashok Leyland ELGI 02.01.2001 6 TE Thalakkulathoor 63 Kirloskar Kirlosker 04.02.1998 7 TE Cheroopa 63 Kirloskar Kirlosker 04.02.1998 Crom. TE Elathoor 63 Greaves 08.07.1998 8 Greaves 9 TE Kunnamangalam 60 Greaves ELGI 18.09.2002 Crom. TE Kunnamangalam 63 Greaves N/A 10 Greaves TE Cheekilode 60 Ashok Leyland ELGI 12.02.2002 11 12 TE Kakkodi 50 Kirloskar Kirlosker N/A

Signature of the bidder 59

SL QT RATING No Y Above 10 K VA up to 1 15KVA 3 Above 15KVA up to 2 30KVA 4 Above 30KVA up to 3 40KVA 6 Above 40KVA up to 4 63KVA 34 Above 63KVA up to 5 100KVA 2 Above100KVA up to 6 160KVA 2 Above 160KVA up to 7 250KVA 1 Above 250KVA up to500 8 KVA 2 TOTAL 54

ANNEXURE-5

EA SET DETAILS OF ZONE II(BADAGARA AREA ) AS ON 31.05.2020 Sl Name of site EA set Engine Alternator Date of No capacity make make installation

DET BADAGARA 1 TE Badagara 250 Greaves Kirloskar 23.05.2000 2 TE Badagara 250 Greaves Kirloskar 18.08.2000 3 TE Chombala 60 Greaves Kirloskar 06.02.1998 4 TE Thiruvallur 60 Greaves Kirloskar 25.01.1999 Ashok TE Aroor 60 13.02.2002 5 Leyland LG Ashok TE Villiappalli 30 18.11.2014 6 Leyland Stamford 7 TE Edachery 30 Escorts Cr.Greaves 26.04.2014 Ashok TE Iringannur 60 08.04.2003 8 Leyland LG 9 TE Makkoolpeedika 60 Greaves LG 12.07.2002 10 Kainatty DLC 15 Mahindra Cr. Greaves 2009 DET

Signature of the bidder 60

11 TE Nadapuram 50 Kirloskar KEL 10.06.1996 12 TE Nadapuram 50 Greaves KEL 01.01.1999 13 TE Parakkadave 60 Greaves KEL 02.11.1999 Ashok TE Bhoomivathukkal 60 15.02.2001 14 Leyland LG 15 TE Valayam 60 Greaves Kirloskar 1998 16 TE Vilangad 30 Greaves LG 05.12.2002 17 TE Kakkattil 50 Kirloskar Kirloskar 07.08.2002 18 TE Mokeri 60 Greaves Cr.Greaves 01.04.2008 Ashok TE Kuttiadi 63 01.10.2000 19 Leyland Kirloskar 20 TE Thottilppalam 63 Kirloskar Kirloskar 01.04.1998 21 TE Velom 40 Greaves LG 01.04.2002 DET 22 TE Kakkayam 15 Greaves KEL > 10 yrs 23 TE Muyipoth 40 Greaves ELGI 30.01.2003 Ashok TE Paleri 60 ELGI 08.02.2001 24 Leyland Ashok TE Perambra 60 ELGI 06.06.2001 25 Leyland 26 Kayanna 40 Greaves ELGI N/A 27 Koorachundu 60 Kirloskar Stamford 03.8.2000 Ashok Avala 60 ELGI 21.05.2002 28 Leyland 29 Chenbanoda 30 Kirloskar Kirlosker 27.02.2002 Ashok Chakkitapara 60 ELGI 25.04.2001 30 Leyland 31 TE 63 Kirloskar KEL 24.02.1996 Ashok TE Meladi 60 01.04.00 32 Leyland Kirloskar 33 TE Bazar 40 Greaves ELGI 05.07.03 34 TE Palayanada 63 Greaves Kirloskar 30.09.04 DET QUILANDY A TE Arrikkulam 15 Cr. Greaves 2016 35 Leyland 36 TE Atholi 60 Kirloskar Stamford 29.07.2000 A TE 30 Stamford 22.12.2014 37 Leyland 38 TE Kokkallur 40 Greaves Kirlosker 05.07.2003 39 TE Koomully 40 Greaves ELGI 06.02.2003 40 TE Koottalida 40 Greaves ELGI 02.11.2001 Ashok TE Moodadi 60 Kirloskar 30.03.2001 41 Leyland

Signature of the bidder 61

Ruston TE Quilandy 60 NGEF 1993 42 India 43 TE Quilandy 60 Greaves kirlosker 14.12.1998 44 TE Pookkadu 60 Greaves ELGI 13.11.2002 TE Naduvannur 40 Ashok 17.04.2017 45 Leyland Cr.Greaves Ashok TE Unnikulam 60 KEL 06.3.2002 46 Leyland 47 TE Vengalam 63 Greaves ELGI 07.09.2002 48 Payyoli MW 30 Kirloskar Stamford 2007

SL RATING QTY No Above 10 KVA up to 1 15KVA 3 Above 15KVA up to 2 30KVA 6 Above 30KVA up to 3 40KVA 8 Above 40KVA up to 4 63KVA 29 Above 63KVA up to 5 100KVA 0 Above100KVA up to 6 160KVA 0 Above 160KVA up to 7 250KVA 2 8 TOTAL 48

Signature of the bidder 62

ANNEXURE-6

EA SET DETAILS OF ZONE III (WAYANAD AREA ) AS ON 31.05.2020 Sl No Name of site EA set Engine make Alternator Date of installation capacity make

DET MANANTHAWADY 1 TE Karthikulam 40 Kirlosker Kirlosker 31.3.2003 Cromption TE Mananthavady 100 13.11.1996 2 Greaves Greaves Ashok TE Panamaram 62.5 20.05.2003 3 layland ELGI 4 TE Payyampally 30 Greaves Kirlosker 11.07.2000 5 TE Periya 30 Kirlosker KEL 18.06.2002 6 TE Thalapoya 40 Ashoklayland KEL 10.04.2003 7 TE Thirunelly 40 Kirlosker Kirlosker 29.09.2004 8 TE Valad 40 Greaves ELGI 25.04.2003 Ashok TE Vellamunda 62.5 10.10.2001 9 Le yland ELGI 10 TE Korom 62.5 Leyland ELGI 09.10.2001 11 TE Karakkamala 62.5 Greaves ELGI 23.08.2003 DET SULTAN BATHERY 1 TE Ambalavayal 40 GREAVES ELGI 03.03.2003 2 TE Cheeral 40 Kirlosker Crompton 07.05.2002 3 TE Chulliyode 30 Kirlosker Kirlosker 18.08.2017 Ashok TE Erulam 60 09.03.2002 4 Leyland Kirlosker 5 TE Kenichira 40 Kirlosker Kirlosker 15.12.1997 6 TE Kenichira 40 Kirlosker Kirlosker 12.03.1998 7 TE Meenangady 60 Greaves Crompton 15.01.1998 8 TE Noolpuzha 40 Kirlosker Crompton 23.10.2002 Ashok TE Padichira 63 26.02.2002 9 Leyland Kirlosker Ashok TE Pulpally 62.5 24.05.2003 10 Layland ELGI 11 TE Sulthan Bathery 100 Kirlosker KEL 15.01.1998 12 TE Sulthan Bathery 180 Ruston Kirlosker Re installed 26.06.2003 13 TE Vaduvanchal 30 Kirlosker Kirlosker 19.08.2017 14 TE Vakery 15 Ruston Kirlosker Re installed 10.08.2005 15 TE Varadoor 20 Ruston Kirlosker Re installed 10.10.2000 DET KALPETTA 1 TE Cheriankolly 30 Kirloskar KEL 23.03.2002

Signature of the bidder 63

2 TE Chooranmala 40 Kirlosker Kirlosker 16.12.2002 3 DLC Chundel 25 Ruston Kirloskar (Re installed) 13.04.2007 4 TE Kalpetta 100 Cummins AVK SEG 22.02.2000 5 TE Kalpetta 70 Greaves ELGI (Reinstalled) 04.03.2016 6 M/W Kalpetta 60 Greaves Kirlosker 04.05.1998 7 TE Mandad 25 Ruston KEC Re installed 20.02.2007 8 DLC Manivayil 20 Ruston Crompton (Re installed) 17.02.2007 9 TE Meppady 30 Mahindra Kirlosker 28.12.2009 10 TE Padinjarathara 30 Kirlosker Kirlosker 23.08.2017 Ashok TE Pallikkunnu 62.5 24.08.2001 11 Layland ELGI 12 DLC Rippon 15 Mahindra KEC (Reinstalled) 06.01.2016 Ashok TE Thariode 63 10.07.2002 13 Layland Kirloskar 14 TE Vythiri 30 Kirloskar Kirlosker 01.01.1998 15 TE Vythiri 30 Greaves KEC > 10 years 16 Admn, Bldg Kalpetta 15 Greaves KEC (Reinstalled) 2003 17 MW Lakkidi 30 Kirloskar KEC

SL RATING QTY No Above 10 KVA up to 1 15KVA 3 Above 15 KVA up to 2 30KVA 14 Above 30KVA up to 3 40KVA 10 Above 40KVA up to 4 63KVA 11 Above 63KVA up to 5 100KVA 4 Above100KVA up to 6 160KVA 0 Above 160KVA up to 7 250KVA 1 8 TOTAL 43

Signature of the bidder