I:\Drive D\tender\2015\Safai Work\Safai Work 2015-10\Safai Work (2015-10).doc

BHARAT SANCHAR NIGAM LTD O/O THE GENERAL MANAGER TELECOM DISTT.

e-Tender Document

No. : 2015 - 10

Providing Safai Work of Various Telecom Installations / Premises in Meerut SSA

( 1 ) Signature of Tenderer With Seal I:\Drive D\tender\2015\Safai Work\Safai Work 2015-10\Safai Work (2015-10).doc

Table of Contents

S.N. Particulars Page No. 1. NIT 3 - 4 2. Instructions to bidders 5 - 7 3. e-tendering instructions to bidders 8 - 11 4. General Terms & Conditions 12 - 16 5. Special Terms of Contract 17 - 18 6. Profile of the Firm 19 7. Financial Bid 20 - 21

( 2 ) Signature of Tenderer With Seal I:\Drive D\tender\2015\Safai Work\Safai Work 2015-10\Safai Work (2015-10).doc

BHARAT SANCHAR NIGAM LTD. OFFICE OF THE G.M. TELECOM DISTT. MEERUT

NOTICE INVITING TENDER e-TENDER NO : 2015 - 10

Digitally sealed e-tenders are invited by General Manager Telecom Distt. Meerut on behalf of BSNL for "Providing Safai Work of Various Telecom Installations / Premises in Meerut SSA" from eligible firms/contractors. 1 Name of Item Providing Safai Work of Various Telecom Installations / Premises in Meerut SSA 2 Estimated Tender Value :

3 Cost of Tender Document : Rs. 23,31,000/- Approx. (Rs Twenty three lac thirty one thousand only) 4 Earnest Money : Rs. 563/- non refundable in the form of Cash/Demand Draft in favour of AO (Cash) BSNL O/o GMTD, Meerut. : Rs. 58,275/- (Rs. fifty eight thousand two hundred seventy five) in the form of Demand Draft in favour of AO (Cash) BSNL O/o GMTD Meerut. 5. Period of contract : One Yearwww.eprocure.gov.in 6. Availability of tender document : e-tender document can be obtained by downloading it from the website from 17.10.2015 at 10:00 Hrs. onwradse-tender. The portal physical copy of the tender document would not be available for sale. 7. Date & Time of Submission of : On from 17.11.2015 at 10:00 hrs. to 17.11.2015 Tender document upto 14:00 hrs. 8. Opening of tender bid : 17.11.2015 at 15:00 hrs in the chamber of AGM (NWP & MIS) O/o GMTD, Meerut 9. Mode of payment (For Tender : Crossed Demand Draft from any Nationalized / Scheduled Bank, Document Cost & Bid Security / in favour of AO (Cash)-BSNL-GMTD, Meerut payable at Meerut. EMD) 10. Bid Validity Period/Validity of Bid : 150 Days from the date of opening of Technical (Qualifying) Bid Offered

11. Concessions to MSEs will be available as per clause 2(a) of General Terms & conditions. 12. The tender, which is not accompanied by the requisite Bid Security, shall be summarily rejected. Tender will not be 13. Eligibilityaccepted/ Criteria received : after expiry date and time. The GMTD Meerut reserves the right to reject any or all tenders without assigning any reason what –so-ever.

1. Average annual financial turnover during the last 3 years, ending 31st March of the previous financial year (i.e. 2012- 13, 2013-14 & 2014-15) should be atleast 30% of the estimated cost. 2. Having experience of Cleaning & Safai Work in DOT/MTNL/BSNl/PSU/Central Govt. / State Govt. during last seven financial years (2008-09, 2009-10, 2010-11, 2011-12, 2012-13, 2013-14 & 2014-15) in DOT/MTNL/BSNL/PSU / Central Govt. / State Govt Department should be either of the following a) The above given works of not less than Rs. 9,32,400/- in each financial year for any three financial years. or b) The above given works of not less than Rs. 11,65,500/- in each financial year for any two financial years. The experience certificate should have been issuedor by an officer not below the rank of JAG Level of the organization.c) The above given works of not less than Rs. 18,64,800/- in any one financial year.

( 3 ) Signature of Tenderer With Seal I:\Drive D\tender\2015\Safai Work\Safai Work 2015-10\Safai Work (2015-10).doc

3. Photocopy of PAN Card duly attested by the Gazetted Officer/Notary. 4. The duly attested copy by the Gazetted officer / Notary. a) The registration of the firm & Authenticated(on Rs. copy 10/ -ofstamp partnership paper) deed in case of partnership firm. b) Certificate of incorporation and Memorandum of Associates in case of Limited / Pvt. Limited Company. c) In case of proprietary firm, Affidavit in original from the proprietor of the firm that he is the sole proprietor of the firm. As the case may be for above. 5. Copy of PF & ESI Registration certificate under EPF act, 1952 duly attested by Gazetted Officer / Notary / Self attested. 6. Copy of Service Tax Registration(Declaration based on PAN on Rs. issued 10/ -byStamp Service Paper) Tax Department duly attested by Gazetted Officer / Notary / Self attested. 7. Non Near Relative Certificate. (Declaration on Rs. 10/- Stamp Paper) 8. The bidder should submit an undertaking that he has not been black listed OR debarred from participation in Tender anywhere in BSNL/MTNL/ DOT/PSU. 9. Authenticated copy of valid NSIC/MSMED registration, items covered in the registration & monetary ceiling of each Note : 1.item. Scanned copies of all documents mentioned above should be signed with Digital Signature Certificate (DSC) by the authorized signatory of the bid offer.

AGM (NWP & MIS.) O/O GMTD, Meerut

( 4 ) Signature of Tenderer With Seal I:\Drive D\tender\2015\Safai Work\Safai Work 2015-10\Safai Work (2015-10).doc

INSTRUCTION TO THE BIDDERS 1. Documents required to be submitted in technical bid for establishing bidder’s eligibility and qualification:

(i) The turnover of the company / contractor as required in eligibility criteria to be issued / certified by a chartered accountant auditor. (Photocopy attested by Gazetted Officer / Public Notary) (ii) Exp. Certificate of satisfactory completion/performance for Cleaning & Safai Work as per NIT. (iii) PAN Card (Photocopy attested by Gazetted Officer / Public Notary). (iv) Article of memorandum of association or partnership deed or affidavit of the sole proprietorship deed as the case may be. (v) Power of attorney in favour of authorized signatory signing the tender/bid. (vi) PF & ESI registration. (Photocopy attested by Gazetted Officer / Public Notary). (vii) Service Tax Registration. (Photocopy attested by Gazetted Officer / Public Notary). (viii) Non Near Relative Certificate. (ix) Blacklisted / debarred certificate. Note:(x) Authenticated copy of valid NSIC/MSMED registration, items covered in the registration & monetary ceiling of each item. If any one of the above documents, required to be submitted along with the technical bid, is found wanting, the offer is liable to be rejected at that stage. However, the purchaser at its discretion may call for any clarification regarding the document. The purchaser at its discretion may also ask for the submission of any additional/missing /incomplete document(s) within a stipulated time period. In such case(s), the bidder shall have to comply the purchaser’s requirement within the specified time. In case of non-compliance to such queries, the bid will be out rightly rejected without entertaining further correspondence in this regard. Note:(xi) Submission of EMD of amount as mentioned in notice inviting tender in the form of Demand Draft in (i) favour of AO (cash) BSNL O/o GMTD, Meerut.

(ii) Scanned copies of all documents mentioned above should be signed with Digital Signature Certificate (DSC) by the authorized signatory of the bid offer. (iii) Submission of documents listed above is mandatory and non-compliance may result in rejection of the Bid during evaluation. If some document is not applicable for the bidder then he has to upload scanned copy of paper mentioning 2. “TMethodhe docu ofm entpreparation< Name> call of bid:ed vide clause_ is not applicable on us”.

2.1 The bid may be called under : Single Stage Bidding & Two Electronic Envelope System. The details of sealing & marking of bids in each case is given below: o Techno-commercial bid. The bidder shall submit his bid in two envelopes The First electronic envelope will be named as This envelope will o Financial bid (BOQ) contain documents of bidders satisfying the eligibility / Technical & commercial conditions. The second electronic envelope will be named as containing Price Schedules as per Annexure-A. 4.2

2.2 (a) TheTheenvelAssistantope, contaGeneinirnalgMOanfflineagerd o(Planning)cuments mentioned in clause _ _of e-tendering instructionsOffice of Geneto bidderral Msanhallagerbe sealedTelecompro peDistrictrly by the bidder and addressed to: GPO Compound, Meerut Cantt - 250001

( 5 ) Signature of Tenderer With Seal I:\Drive D\tender\2015\Safai Work\Safai Work 2015-10\Safai Work (2015-10).doc

the name of the tender tender Number ‘ DO NOT OPEN BEFORE ’ (b) The envelope shall bear the name and comple, thete postal address, anofd thethewobidderrds due date& time. (c) The envelope shall indicate to enable the BSNL Meerut to return the envelope unopened in case it is declared "LATE". (d) The envelope containing all above offline documents shall be sealed properly by theThebAidsderstt. Geneand srhalallMbeandelageriver(edPlanningon or be)fore due Date & Time of submission of bid. (e) The envelope shoourld be deposited in the tender box available at the chamber of Office of General Manager Telecom District, GPO Compound, Meerut - 250001 sent by Registered Post/Speed Post/Currier or delivered in person on the above mentioned address (in clause 2.2 (a) above). The responsibility for ensuring that f outstation envelope are delivered in time shall rest with the bidder. The BSNL Meerut shall Venue of TendernotObepeninresponsg ible if the bids are delivered elsewhere. The Asstt. General Manage(r)(PlanningTender) not submitted in above mentioned manner will be rejected. : The e-Tender will be opened online in the chamber of Office of General Manager Telecom District, GPO Compound,www Meerut.eprocure- 250001.gov.inon/ www.upw.bsnl.co.indate & time specified /meerutin NIT. If due to administrative reasons, the venue of Bid opening is changed, it will be displayed prominently at venue and notice board and also on web site 3. SUBMISSION OF BIDS :

3.1 Bids must be submitted online on e-tender portal www.eprocure.gov.in and offline (Bid Document Cost, EMD, POA) by the bidders at the address specified under clause 2.2 not later than given date & time of 4. AWARDsubmission. OF CONTRACT :

4.1 The department shall consider award of contract only to those eligible bidders whose offers have been found technically, commercially and financially acceptable. 4.2 The work against the tender is for one year’s requirement and the terms and conditions of this tender shall be operative for a period of one year from the date of signing of agreement between the 5. DEPARTMENT’Sdepartment RIGHT and the TO contractor. VARY QUANTUM OF WORK:

The Department, at the time of award of work under the contract, reserves the right to decrease or increase the work by up to 25% of the total quantum of work specified in the schedule of requirements without any change in the rates or other terms and conditions.

( 6 ) Signature of Tenderer With Seal I:\Drive D\tender\2015\Safai Work\Safai Work 2015-10\Safai Work (2015-10).doc

6. DEPARTMENT’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS:

The department reserves the right to accept or reject any bid and to annul the bidding process and reject all bids, at any time prior to award of contract without assigning any reason what-so-ever and without thereby 7. ISSUEincurring OF anLETTERy liability OF toINTENT: the affected bidder or bidders on the grounds for the department’s action

7.1 The issue of letter of intent shall constitute the intention of the department to enter in to the contract with the bidder. Letter of intent will be issued as offer to the successful bidder. 7.2 The bidder shall within 15 days of issue of letter of intent, give his acceptance along with security deposit provided with the bid documents, failing which his EMD may be forfeited and bid is liable to 8. SIGNINGbe OF cancelled. AGREEMENT:

8.1 The signing of agreement shall constitute the award of contract on the bidder. The agreement with the successful bidder shall be signed by the department within a week of submission of security deposit clause 7.2 above. 8.2 (a) Bid security of successful bidder either refunded as per option or will be adjusted in to the Performance Bank Guarantee. The bidder will submit PBG of entire amount mentioned in LOI or submit DD for balance amount. (b) In case bidder prefers to submit PBG then PBG will be taken for entire amount and EMD will be 9 ANNULMENTrefunded. OF AWARD:

Failure of the successful bidder to comply with the requirement of clause 7.2 shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security, in which event, the department 10. CANCELLATIONmay make the award OF WORK to any other bidder at the discretion of the department or call for new bids.

If a contractor fails to start the work or complete the work in stipulated time, than his tender will be straight away rejected and the work will be got done from any approved contractor at the approved rates in the same zone of the tender at the risk & cost of the defaulted contractor.

( 7 ) Signature of Tenderer With Seal I:\Drive D\tender\2015\Safai Work\Safai Work 2015-10\Safai Work (2015-10).doc

E-TENDERING INSTRUCTIONS TO BIDDERS Note :- The instructions given below are for NIC’s e-tender portal and for e-tenders invited by GMTD/SSA Head BSNL Meerut

General Submission of Bids only through online process is mandatory for this Tender. For conducting electronic tendering, BSNL Meerut has decided to use the portal http://www.eprocure.gov.in through Central Public Procurement Portal of NIC, (Govt. of India) New . 1. Tender Bidding Methodology: ‘Single

Sealed2. BrBoidadSyostemutline– of activiStatiesge Usfroingm TBidderswo Envelproopesspec’, tive: 1T.he Techno-commercial & Financial bids shall be submitted online by the bidder at the same time. 2. 3.Procure a Digital Signing Certificate (DSC) 4. Register on Electronic Tendering System® (ETS) 5. Create Users and assign roles on ETS 6. View Notice Inviting Tender (NIT) on ETS Download Official Copy of Tender Documents from ETS Clarification to Tender Documents on ETS 7. Query to BSNL (Optional) 8. View response to queries posted by BSNL, as addenda. 9. Bid-Submission on ETS 10. Attend Online Tender Opening Event (TOE) of Techno-commercial Part View Post-TOE Clarification posted by BSNL on ETS (Optional) Respond to BSNL’s Post-TOE queries 3.For parAttticipaend tOingnlineinTenderthis tOenderpeningoEnline,vent (TtOheE) offollFinowancialing in-Pastrruct (OnlytionfsorareTechnicalto beResreadponsivecarefully. These instructBionsiddearers). supplemented with more detailed guidelines on the relevant screens of the CPPP. a. 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 2 or above, issued by a Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in]. b. Registration : To use the Electronic Tender® portal (https://www.eprocure.gov.in)/, vendor needs to register on the portal. Registration of each organization is to be done by one of its senior persons who will be the main person coordinating for the e-tendering activities. For further details, use the Electronic Tender portal www.eprocure.gov.in, The vendor should visit the home page of the portal www.eprocure.gov.in and go to the eprocure link then select Bidders Manual KIT. On successful submission of Registration details . Please contact NIC Helpdesk as given below, to get your registrationaccepted/activated.

NIC HELPDESK

Telephone No. (Toll Free) 1800 233 7315 E-Mail I.D. BSNL [email protected] (Please mark cc to [email protected])

( 8 ) Signature of Tenderer With Seal I:\Drive D\tender\2015\Safai Work\Safai Work 2015-10\Safai Work (2015-10).doc

BSNL`s Contact Person-1 AGM(Planning),O/o GMTD, BSNL, Meerut 0121-2644000, 09412208100 Telephone No. (between 10:00 hrs. to 17.30 Hrs. on working days. E-Mail ID [email protected] BSNL`s Contact Person-2 SDE (Planning), O/o GMTD, BSNL Meerut Telephone No. 0121-2656600, 09412000701 E-Mail I.D. [email protected] 4. Method for submission of bid documents:- The bid-submission shall be online on CPPP, however Some documents mentioned in clause 4.2 are to be submitted physically offline as follows: 4.1 Online submission: (as per clause 1 & 2 of instructions to bidder)

st Contents of 1 Electronic Envelops Contents of 2nd Electronic Envelops Sl No.

1 The documents listed in Clause 1 of (1) Original Price Schedule (BOQ) Instructions to bidders (Download Price Schedule(BOQ), duly fill in the required details & upload) Note:-

(i) If some document is not applicable for the bidder then he has to upload scanned copy of paper mentioning “The document < Name> called vide clause is not applicable on us”. (ii) If document asked for contains more than one page then all those pages may be uploaded in one a. PleasePDtakeF forcamatrefiltoe scan documents such that the total size of documents to be uploaded remains minimum. If required, documents may be scanned at lower resolutions say at 150 dpi. However it shall be sole responsibility of bidder that the uploaded documents remain legible. b. Utmost care may be taken to name the files / documents to be uploaded on CPPP. There should be no special character or space in the name of file. Only underscores are allowed. The illustrative examples are given below:- File Name Allowed or not Reason for allowed / not allowed allowed in CPPP

QA Certificate Notallowed Space in between words / characters not allowed QACertificate(I) Notallowed Special characters not allowed. QA_Certificate Allowed Under Score allowed between words / characters. QACertificate Allowed Upper & Lower case allowed c. It is advised that all the documents to be submitted as per Clause 2 & 7 of instructions to bidder of bid document are kept scanned or converted to PDF format in a separate folder on your computer before starting on-line submission. d. The names and total size of each document (Preferable below 50 MB) may be checked before uploading.

( 9 ) Signature of Tenderer With Seal I:\Drive D\tender\2015\Safai Work\Safai Work 2015-10\Safai Work (2015-10).doc

4.2 Offline Submissions: The bidder shall submit the following documents offline to Assistant General Manager (Planning), O/o GMTD, GPO Compound Meerut 250001. on or before the date & time of submission of bids specified in NIT, in a Sealed Envelope. The envelope shall bear (the tender name), the tender number and the words ‘DO NOT OPEN BEFORE’ (due date & time). 1. . 2. “AO(Cash),BSNL,O/o GMTD Meerut”, EMD-Bid Security (Original copy) 3. PowerDD/ Bofanakettorsrneyche(qIuef applic- darawnble) ( O inrigfiavournal inkofsigned copy) against 4. IpantegymrentityofPacttender.( If afeepplica). ble) Note: The Bidder has to upload the Scanned copy of all above said documents during Online Bid submission also.

5. Special Note on Security of Bids : Security related functionality has been rigorously implemented in ETS in a multi-dimensional manner. Starting with 'Acceptance of Registration by the Service Provider', provision for security has been made at various stages in Electronic Tender’s software. 6. Online Tender Opening Event (TOE) : CPPP offers a unique facility for ‘Online Tender Opening Event (TOE)’. Tender Opening Officers as well as authorized representatives of bidders can attend the Online Tender Opening Event (TOE) . Every legal requirement for a transparent and secure ‘Online Tender Opening Event (TOE)’ has been implemented on CPPP. (i)

The bids will be opened in 2 stages i.e.(i) Techno-commercial bid & (ii) Financial bid (BOQ). The techno  Ascommsoeorncialasbiad Bshidallisbedoecpenedryptedon theby datethe TofOC,tendertheodpoencuingmentsgivenwinillDNbeIT.opTheenedfinancialfrombidthe(BTOQec)hwnoill- conotmmbe eoprcialenedbidonothenedabyteonofeoapenind tnheg ofsatmechnoe repo-commercirt of TOCalwillbidsbe. uploaded on e-tender portal .  Thereafter the TEC will evaluate Techno-commercial bids and the report of TEC will be approved by competent authority and the same report of TEC will be uploaded on e-tender portal of techno- commercially compliant bidders for information of financial bid opening.  The financial bids of those bidders who are approved to be techno-commercially compliant by the competent authority will be opened by TOC in front of techno-commercially eligible bidders/ authorized representatives. (ii) The following information should be read out at the time of Techno-commercial bid opening:- a) Name of the Bidder b) Name of the item c) EMD amount & validity and acceptability d) Information in respect of eligibility of the bidder e) Details of bid modification / withdrawal, if applicable (iii) The following information should be read out at the time of Financial bid opening:- a) Name of the Bidder b) Name of the item c) Quantities / prices quoted in the bid d) Taxes & levies. 7. PRICE SCHEDULE / (Bill of Quantity)

1. Utmost care may kindly be taken to upload Price Schedule/ BOQ (Financial Bid) . Any change in the format of Price Schedule / BOQ file shall render it unfit for bidding. Following steps may be followed:- Down load (i) price schedule / BOQ (Financial Bid) in XLS format ( 10 ) Signature of Tenderer With Seal I:\Drive D\tender\2015\Safai Work\Safai Work 2015-10\Safai Work (2015-10).doc

2.

3. BFilOlQraftilees iins dopawsswon loaderd prd potectrice scedhedulXLS efile./ BODQona’st supenpcirfotectied intheXLSffile.ormParticeonlyhasin tWohbeitefbailledck ginrounthed scaellms.eDon’file tandfill ihasn grteoybbaeckupglorounadedd .cells. 4.

Save filled copy of downloaded price schedule / BOQ file in your computer and remember 8. OTHitsERnaINSTRUCme & locTatIioONSn fo:r uploading correct file (duly filled in) when required.

For further instructions, the vendor should visit the home-page of the portal (www.eprocure.gov.in), and go to the Bidders Manual Kit. The compatible support software (PDF Converter, Java, etc) for online bid submission may be downloaded from CPP Portal. Important Note: It is strongly recommended that all authorized users of Supplier organizations should thoroughly Tpeherusefollowithe infgo‘rFOURmationKEproY IvidNSTedRUCunderTIONSthefrorelevantBIDDEliRS’nksmofuste-prbeocuassreidmuentouslyporadhetal (CrPedPPto:), and take appropriate action.1.This will prevent hiccups, and minimize teething problems during the use of CPPP.

2. Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender submission deadline on CPPP. 3. Register your organization on CPPP well in advance of your first tender submission deadline on CPPP. 4. Get your organization’s concerned executives trained on CPPP well in advance of your first tender submission deadline on CPPP. Submit your bids well in advance of tender submission deadline on CPPP as there could be last minute problems due to internet timeout, breakdown, etc. While the first three instructions 9. Minimum Requirementionmeden atbsoveat Biddersare especiallyend relevant to first-time users of CPPP, the fourth instruction is relevant  at all times. (BSNL shall not be responsible any problem arising out of internet connectivity issues).   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) for users.

( 11 ) Signature of Tenderer With Seal I:\Drive D\tender\2015\Safai Work\Safai Work 2015-10\Safai Work (2015-10).doc

GENERAL TERMS & CONDITIONS

1. DEFINITIONS 1.a) The "Contract" means the document forming the tender and acceptance thereof and the formal agreement executed between the GMT, BSNL Meerut & the Contracotr(s) together with the documents referred to therein including these conditions the specifications, designs and drawings, and instructions issued from time to time by the Officer-in-charge and all these documents taken together shall be deemed to form one contract and shall be complementary to one another. 1.b) In the contract the following expressions shall unless where the context otherwise requires, have the meanings hereby respectively assigned to them :

(i) The 'Contractor' shall mean the individual or firm, company, whether incorporated or not, undertaking the works and shall include the legal personal representatives of such individual or the persons composing such firm or company, or the successors of such firm or company and the permitted assigns of such individual or firm or firms of company. (ii) The 'BSNL' means the Bharat Sanchar Nigam Ltd. (iii) The 'Officer-in-Charge' means the Divisional Engineer or Sub Divisional Engineer who shall be the authority to verify the quality of job being performed by the contractor. (iv) Area Manager means Junior Administrative Grade of ITS or equivalent officer or Officer designated by GMTD Meerut.

1.c) Submission of tender will bind the tenderer to the acceptance of all conditions specified in the tender documents. Conditional offer will not be accepted and will be rejected straightway. The tenderer quoting non-workable rates will be rejected out-rightly.

2. EARNEST MONEY DEPOSIT a) The bidder shall furnish, as part of his bid, a bid security (EMD) for an amount shown in the NIT. The bidders who are registered with MSE under single point registration scheme of National Small Scale Industries (NSIC) Corporation or any other body specified by Ministry of Micro, Small & Medium Enterprise, for tender items shall be exempted from Payment of bid cost & bid security (EMD) upto the amount equal to their monetary limit or Rs. 50 lacs whichever is lower. b) Earnest money deposit of unsuccessful tenderers shall be refunded after final acceptance of tender and within reasonable time. c) The EMD will not carry any interest for any period whatsoever. d) The EMD will be forfeited to the Govt. in the event of the tenderer withdrawing his offer before final acceptance of tenders. e) EMD of successful tenderer shall also be forfeited to the BSNL in the event of successful tenderer failing to remit the required security deposit within specified time when required to do so.

3. SECURITY DEPOSIT 3.1 Security deposit equal to the 10% of contractual value is to be remitted by successful tenderer either in cash or in form of Govt. securities or fixed deposit duly pledged to AO (Cash)-BSNL- GMTD Meerut. 3.2 Security deposit will not bear interest for any period what so ever.

( 12 ) Signature of Tenderer With Seal I:\Drive D\tender\2015\Safai Work\Safai Work 2015-10\Safai Work (2015-10).doc

3.3 The BSNL reserves the right to forfeit earnest money and security deposit if the tenderer, after acceptance of the tender, fails to comply or neglect to perform with any of the terms and conditions under the contract. 3.4 If the contractor fully performs and completes the work in all respects satisfactorily, the BSNL shall after the expiry of the contract period, refund the security deposit to the contractor after deducting all costs and other expenses that the BSNL might have incurred for making good any loss due to any action attributed to the contractor which the BSNL is entitled to recover from the contractor.

4. PRICE VALIDITY The tender shall remain open for acceptance for a period of 150 days from the date of opening of tender. If any tenderer withdraws his tender before the said period or makes any modification in the terms and conditions of the tender which are not acceptable to the BSNL, then the BSNL shall without prejudice to any other right or remedy be at liberty to forfeit the earnest money of the tenderer.

5. The accepted rates will be operative for a period of one year from the date of execution of the agreement. The contract may be extended further in broken periods upto one year depending upon the requirement of the BSNL at the same rates and same terms & conditions. GMTD Meerut may reduce the period of contract according to the requirement without assigning any reason. No escalation in the approved rates will be allowed on account of any reason whatsoever.

6. Any amount which becomes due and recoverable from the contractor on account of any matter relating to this contract, shall, also be recoverable from any sum that is due or any sum that may become due to the contractor out of this contract or any other contract with the BSNL.

7. SETTLEMENT OF CLAIMS FOR LOSSES & DAMAGES

In the matter of settling any claim for losses / damages cost of expenses to which the BSNL may be put by reasons of default or negligence of contractor, the decision of the GMTD Meerut in writing will be final and binding on the contractor. If the contractor fails to execute the work as per specification at the accepted rates at specified time or no work has been done, the department will deduct charges two times for the same day as liquidated damages and the same can also be deducted from the Security Deposit or from any bill(s) payable to the contractor. In such case it will also be open for the department to get the work executed from any other sources and excess amount paid to the other party(s), if any, will be deducted from the Security Deposit or from what-so-ever sources available to the BSNL including bill(s) pending for payment.

8. TERMINATION OF CONTRACT The GMTD Meerut has the right to terminate the contract either partly or fully at any stage without assigning any reason by giving 10 days notice in writing to that effect and shall not be liable to pay any compensation to the contractor thereof.

( 13 ) Signature of Tenderer With Seal I:\Drive D\tender\2015\Safai Work\Safai Work 2015-10\Safai Work (2015-10).doc

9. In the event of contractor failing to execute the contract to the satisfaction of GMTD Meerut / DET concerned, the GMTD Meerut shall have the right : i. to reject or / and withhold the payment for the period services have not been rendered to the BSNL satisfaction. ii. GMTD Meerut may even terminate the contract as per clause 8 above.

10. ARBITRATION i) In respect of any dispute arising out in connection with the interpretation of any clause in the terms of contract / agreement or otherwise except for the matters the decision of which is given in this agreement, the matter shall be referred for arbitration to the CGMT, U.P. (W) Circle, Meerut who shall appoint an Arbitrator to decide the case. The appointment of such Arbitrator shall not be questioned by the contractor on the ground that the Arbitrator belongs to the BSNL. The provision of the Arbitration Act, 1940 or any statutory modification or enactment thereof and the rules there under in force shall apply to the Arbitration proceedings under this clause.

ii) Even during the Arbitration the work can not be stayed because it pertains to essential public utility service. The BSNL reserve the right to get the work completed through any other contractor at the risk and cost of the contractor.

11. Bill for payment on monthly basis will be furnished by the contractor to AGM (Plg.) in triplicate duly verified by the Officer-in-charge. The payment will be made only after the officer concerned will give certificate regarding satisfactory execution of the work/ supply made in good condition. No interest is payable on account of delay if any in processing of claim.

12. Each page of the tender documents should be signed by the tenderer. Non filling of information as required, non signing of each page of tender documents or non furnishing the required documents may render the offer liable to be rejected.

13. No engineer of Gazetted rank or other gazetted officer who retired from any Engg. or Administrative Deptt. of the Govt. of India / BSNL is allowed to work as contractor for a period of two years of his retirement from Govt. service / BSNL without the prior permission of the BSNL. An affidavit to this effect will be submitted by the contractor. The tender is liable to be cancelled if either contractor or any of his employee is found any time to be a person retired from Govt. service / BSNL as indicated above & who has not obtained permission of the BSNL before submission of the tender or engagement in contractor's service.

14. No sub-contracting is permissible by BSNL. The near relatives of all BSNL employees {Non-executive employees working in BSNL & executive employees (also called Group 'A' & Group 'B' officers) working in BSNL either directly recruited or on deputation are prohibited from participation in this tender. The near relatives for this purpose are defined as : (a) Members of Hindu Undivided Family, (b) They are husband and wife, (c) The one is related to the other in the manner as father, mother, son(s), son's wife (daughter-in- law), Daughter(s) & daughter's husband (son-in-law), brother(s) & brother's wife, sister(s) & sister's husband (brother-in-law).

( 14 ) Signature of Tenderer With Seal I:\Drive D\tender\2015\Safai Work\Safai Work 2015-10\Safai Work (2015-10).doc

15. The tenderer(s) should give a certificate to the effect that none of his/her such relative is working in the units of BSNL as defined above. In case of proprietorship firm the certificate will be given by the proprietor, for partnership firm certificate will be given by all the partners and in case of Limited company by all Directors of the Company. Any breach of these conditions by the company or firm or any other person, the tender/work will be cancelled and earnest money/security deposit will be forfeited at any stage whenever it is noticed. The BSNL will not pay any damages to the company or firm or concerned person. The company or firm or the person will also be debarred for further participation in the concerned unit.

16. Canvassing in connection with this tender may result in rejection of the tender.

( 15 ) Signature of Tenderer With Seal I:\Drive D\tender\2015\Safai Work\Safai Work 2015-10\Safai Work (2015-10).doc

SPECIAL TERMS AND CONDITION

1. The cleaning & sweeping work in the offices, telephone exchanges & their campus will have to be done twice in day between 8:00 AM to 9:30 AM and 5:00 P.M. to 6:00 P.M. 2. The cleaning of toilets, bathrooms, washbasins, lavatories etc. will have to be done twice in a day by flow of water & phenyl. 3. Cleaning of floors & furniture by Moist Cloth & Duster properly will have to be done before the office starts in the morning. 4. The material used / required for the cleaning, sweeping & dusting work will be supplied by the contractor. 5. Penalty (In addition to any other clause of tender document) 5.1 In case the work is not found satisfactory by the building in-charge of the concerned location, the payment will be deducted as per the clause no. 7 of General Terms & conditions of the tender document. 5.2 If no work is done at any location, BSNL will have the right to get the work done by other means and the cost so incurred will be deducted from the bills / security deposit of the bidder as per clause no. 7 of General Terms & conditions of the tender document. 6. The payment will be made only on getting the satisfactory work certificate from unit officer and duly verified by the officer-in-charge of the concerned location. 7. The tender will remain operative for one year from the date of agreement. However GMTD Meerut reserves the right to extend or cancel the tender at any time without assigning any reason. 8. Successful tenderer will have to start the work within one week from the date of agreement. If not so, the tender liable to be cancelled without any further notice & Security Deposit will be forfeited. 9. The tenderer will be responsible for the loss/damage caused by the man power supplied by the tenderer and the amount so involved will be recovered from the bill / security deposit of the tenderer. 10. If a person performing the safai work is found guilty for any loss / damage / misbehaviour, he will have to be immediately removed from the job & will not be utilized at any other location too 11. The UPST no. should be mentioned in the firm's profile. 12. The rates should be quoted clearly and over writing and cutting should be strictly avoided. Any addition/alteration should be duly attested by the Agency with the full initials. 13. The locations where work is to be performed, shown in tender document may increase or decrease as per requirement. 14. Work to be executed at All Locations : 14.1 Cleaning Work of Toilets & Bathrooms : The contractor will have to make arrangement for daily including holidays (if any) cleaning of toilet, corridors, floor of the bathroom at 9:00 hrs. before the office starts. The time may vary on the requirement of offices & locations. During the day time the cleaning work may have to be got done at least twice or more than that as per requirement. All the material like soap, phenyl, broom etc. required for this job will be supplied by the Contractor. 14.1.1 If site has covered area more than 20000 Sq. Ft. then regular attendant for toilet cleaning should be available from 9:30 AM to 7:30 PM. 14.2 Sweeping & cleaning work of campus : The contractor will have to make arrangement for daily sweeping, cleaning the campus with broom, collect the all garbage and put it out of campus at the right place. The work may have to be got done at least twice in a day.

( 16 ) Signature of Tenderer With Seal I:\Drive D\tender\2015\Safai Work\Safai Work 2015-10\Safai Work (2015-10).doc

14.3 Dusting & cleaning work in equipments rooms : In the equipment rooms, daily dusting & cleaning of the floors and equipments as directed by the officer-in-charge. Daily cleaning of window & door glasses & roofs of the cabin. In tiled flooring washing / cleaning using moist cloth will have to be done wherever required the use of vacuum cleaner may have to be done. Vacuum cleaner will be provided by Department.. 14.4 Dusting & cleaning work of office chamber & rooms : In the office chambers, daily dusting of furniture & cleaning of floors, washing the floor with moist cloth etc. will have to be got done before the office starts. Walls & roofs of the cabin may have to be cleaned once in a week. 15. The quantity shown in the bid is tentative and may vary. The bidder will not be entitled to any compensation due to change of quantity 16. The General Manager Telecom Distt. Meerut does not bind himself to accept lower/lowest tender and reserves the right to reject any or all tenders without assigning any reason. 17. Offer of only those contractors having the experience as per NIT will be entertained 18. Lump sum rate shall be quoted for the work at the places mentioned in the Financial Bid. 19. Rates should be quoted in figures as well as words at the appropriate place i.e. in the Financial Bid. This should be inclusive of all the incidental expenses and nothing extra has to be paid on any account. Tender quoted with any additional conditions are liable to be rejected. 20. The tenderer will have to accept the tender unconditionally and immediately but not later than a period of 10 days from date of issue of letter of acceptance and execute the contract agreement on judicial paper of rupees Ten. 21. The contractor shall either himself supervise the execution of work or shall appoint a competent agent approved by the officer incharge. If the contractor cannot give full attention to the works, the contractor shall at his own expense may employ a competent agent. The officer in-charge shall have full power to suspend the execution of work untill such date the suitable agent is appointed or the work is not supervised by contractor himself and the contractor shall be held responsible for the delay so caused to the work. 22. The contractor shall not sublet contract or any portion of the contract 23. Subject to as otherwise provided in this contract, all notices to be given on the behalf of GMTD Meerut and all other action to be taken on his behalf, may be given or taken by officer in-charge or any officer for the time being entrusted with the function, duties and power of the officer in-charge. 24. The contractor shall not cause or permit any nuisance at the site or do anything which shall nuisance at the site or do anything which shall cause unnecessary disturbance / inconvenience to the employee. The contractor should ensure that operators are well behaved, properly dressed and should not have the habit of alcohol drinking. If any of the operator found in drunken state during the duty period, the contract will be liable to terminated in addition to police action against the erroring operator 25. The contractor shall provide proper I-cards and uniforms at his own cost. The contractor shall deploy a project manager at Meerut to supervise the works and to maintain liason with GMTD Meerut at his own cost. 26. i) The contractor shall be responsible for providing all statutory benefits to the personnel employed by him including off days after 6 days work and national holidays PF, ESI etc

( 17 ) Signature of Tenderer With Seal I:\Drive D\tender\2015\Safai Work\Safai Work 2015-10\Safai Work (2015-10).doc

ii) He shall also be solely responsible for compliance of various statutory obligation (including the financial liability) under the contract labour (Regulation and Abolition Act), workman compensation Act and other laws and rules as applicable from time to time. iii) It will be sole responsibility on the contractor to ensure that all statutory obligation regarding labour act and various welfare legislations are adhered strictly. In case of any monitory loss suffered by BSNL due to non-adherence of statutory obligation under various legislations including labour laws, will be liable to be recovered from defaulter contractor. The contractor shall comply with all the instructions given by the GMTD Meerut and his authorised officer from time to time. The contractor's engaged personnel shall ensure the compliance of all the systems as applicable and maintain record thereof 27. The contractor shall be responsible for making suitable arrangement for boarding and lodging for the operators at his cost and Deptt. has no liability in this regard 28. The contractor shall maintain absolute secrecy with regard to all matters concerning BSNL and aforesaid building and also matters that come within the knowledge of the contractor by virtue of contract. In the event of any breach of this provision, GMTD Meerut shall be entitled to terminate the contract forthwith without assigning any reason. 29. No employee of the contractor during the currency or termination of contract shall have claim for absorption in the BSNL in permanent or temporary capacity. 30. Income Tax at the existing rate as applicable will be deducted from the bills of the contractor. 31. The material for Safai work are to be provided by the contractor himself. 32. GMTD Meerut reserves the right to add/modify any condition which may be necessary for operating the contract properly & effectively. The decision of GMTD Meerut shall be final in this respect. 33. No unauthorised person will be permitted inside the exchange 34. No material will be permitted to be taken out without proper orders. 35. In case any new location is added which is not mentioned in the tender document the payment for that location will be made on the basis of the rates prevailing in the nearest location of the same type.

( 18 ) Signature of Tenderer With Seal I:\Drive D\tender\2015\Safai Work\Safai Work 2015-10\Safai Work (2015-10).doc

PROFILE OF THE FIRM

1. Name of the Firm : ......

2. Address : ......

......

......

3. Ownership : Individual / Partnership ......

4. UPST No. : ......

5. Name of the authorised signatory : ......

6. Telephone No. : ......

7. FAX No. : ......

8. Mobile No. : ......

9. Email address : ......

( 19 ) Signature of Tenderer With Seal I:\Drive D\tender\2015\Safai Work\Safai Work 2015-10\Safai Work (2015-10).doc

Financial Bid (Tender no. 2015 - 10)

Rates are to be filled in for all the works to be executed as specified in Clause 14 of Special Terms & Condition. For cleaning & sweeping work area has also been indicated against each location :

S.N. Exch./Office Covered & Uncovered Areas for Sweeping & Rates per month (In Rs.) Cleaning Works Covered area Uncovered area (Sq. Ft.) (In Figure) (In Words) (Sq. Ft.) B A Office / Exch. Resi. Area Area 1. Office of GMTD, GPO Compound 69000 40500 13500 (Including CTO Office & Residential colony)

2. Boundary Road Exchange 22000 7500 2500 (Including Residential Colony) 3. Pallavpuram RLU Telephone Exchange 1150 850 — 4. Shradhapuri Old 1000 1000 — 5. Shradhapuri New Exchange 5000 10000 — 6. Ganga Nagar Telephone Exchange 2440 4952 — 7. Brahampuri Telephone Exchange 35190 17000 — 8. Shastri Nagar Telephone Exchange 70616 60000 30000 (Including residential colony) 9. Nagla Battoo Exchange 1721 567 — 10. Ghanta Ghar Telephone Exchange 1080 1000 — 11. Baghpatd Road Telephone Exchange 1382 — 12. Pallavpuraam BTS 1200 1200 — 13. Pallavpuram Residential Colony 2459 9000 — 14. Shradhapuri Residential Colony 11000 30000 — 15. Partapur Exch. 2596 20000 — 16. Vikaspuri Residential Colony 20000 — 17. TC Meerut Kutchary 300 300 — 18. P&T Colony Mawana Road MT 60000 — 19. Ganga Nagar Store Meerut 800 9000 — 20. Nauchandi Telephone Exchange 1490 — 21. Sofipur Telehpone Exchange 880 300 — 22. SDEP 10095 10775 3590 (Including Resi. Colony) 23. Rohta Road Telephone Exchange 1000 500 — 24. MIET Telephone Exchange 1200 500 — 25. SDEP 15284 11396 5698 (Including Exch. & Colony) 26. Khawaja Nagla 945 462 — 27. Kirthal 956 70 — 28. Kotana 875 64 — 29. Kishanpur Baral 1100 86 — 30. Chhaprauli 566 — 31. Bamnoli 2100 800 — 32. Binoli 2000 300 — 33. Hazoorabad garhi 1900 1000 — 34. Daha 2250 1300 — 35. SDET Baraut 9500 13449 — 36. Doghat 1600 2000 — 37. Agarwal Mandi 1580 — 38. Aminagar Sarai 3194 4640 —

( 20 ) Signature of Tenderer With Seal I:\Drive D\tender\2015\Safai Work\Safai Work 2015-10\Safai Work (2015-10).doc

S.N. Exch./Office Covered & Uncovered Areas for Sweeping & Rates per month (In Rs.) Cleaning Works Covered area Uncovered area (Sq. Ft.) (In Figure) (In Words) (Sq. Ft.) B A Office / Exch. Resi. Area Area 39. Khekhra 6042 165 54.8 40. Rataul 1646 567 — 41. Dhikoli 1458 1333 — 42. Baleni 2450 440 — 43. Dhanaura 1139 774 — 44. Saroorpur Kalan 1810 144 — 45. SDET Sardhana 6381 450 — 46. Salawa 403 400 — 47. Khera 89.53 108.07 — 48. Sakoti 1800 — 49. Lawar 14500 — 50. Saroorpur Khurd 921 — 51. Daurala 900 234 — 52. Dabathuwa 566 150 — 53. Mawana Exch. 3520 4820 — 54. Phalawada Exch. 2631 2000 — 55. Hastinapur Exch. 2800 5200 — 56. Parikshitgarh Exh. 2616 4800 — 57. Rathora Khurd 450 45 — 58. Behsuma 601 1100 — 59. Rahawati 290 300 — 60. Alipur Morna 162 340 — 61. Agwanpur 824 600 — 62. Incholi 628 600 — 63. Azrada 1320 960 — 64. Pachpeda 46 50 — 65. Kharkhoda 5600 3600 — 66. Machhara 1464 3838 — 67. Sisoli 753 144 — 68. Kithore 4826 30 — 69. Jani 1025 800 — 70. Rohta 770 795 — 71. Rasoolpur Dholri 890 100 — 72. Kalyanpur 1140 150 — 73. Ganga Nagar Pocket 'D' Residential Colony 4685 8860 —

Note : 1. L-1 will be decided as per lowest comprehensive total (A + B) for one year. 2. Rates are inclusive of all taxes/duties excluding service tax which shall be paid (if applicable) on the bill amount. 3. Quantity may be vary ±25%

( 21 ) Signature of Tenderer With Seal