1

BHARAT SANCHAR NIGAM LIMITED (A Govt. of Enterprise)

O/o The Principal General Manager Telecom Ernakulam

Bid Document

E - Tender for Diesel Filling, Housekeeping, Bush Cutting & Manual assistance at GSM sites in Ernakulam SSA

Tender No. MP/ NIT/ HK_& DF-/2016-17/1 Dated at ENK the 31.12.2016

Cost of Tender document is Rs.1050/- (Rs.1000 /- + VAT5%) , for one Zone and Rs.2010/-( Rs.2000 + 5% VAT) for both Zones

Time and last date of on-line submission of bid : 09-02-2017 (17.00 Hrs) Time and date of on-line technical bid opening : 10-02-2017 (15:00 Hrs)

Signature of bidder 2

TABLE OF CONTENTS

Section No. Item Page No. I Notice Inviting E-Tender 4-10 II Tender Information 11 III General Scope of work 12-22 IV E Tendering Instructions 23-32 V General Commercial Conditions 33-38 VI Bidders Profile 39 VII Undertaking & Declaration 40 VII No near relative certificate 41 VIII Letter of authorization for attending bid opening 42 IX Undertaking regarding genuineness of documents 43 X Mutual non-disclosure agreement 44-45 XI Service contract agreement 46-52 XII Performance security guarantee 53 XIII EMD refund 54 XIV Bid Form 55 XV Financial bid 56-57

Signature of bidder 3

List of Annexures

Annexures Description Page No.

Annexure I Contact Details of Deployed Personnel 58 Annexure II Log Book for diesel filling 59 Annexure III Log Book for housekeeping 60 Annexure IV Monthly Performance Certificates( DF & HK) 61 Annexure V Monthly Performance Certificates( Bush Cutting) 62 Annexure VI Monthly Performance Certifi manual assistance) 63 Annexure VII Monthly Diesel reconciliation Statement 64-65 Annexure VIII Diesel filling data to SDEs 66 Annexure IX Experience certificate 67 Annexure X Vendor Master Form 68-69 Annexure XI List of DF and HK sites 70-101 Annexure XII Bush cutting required site list 102-106

Signature of bidder 4

BHARAT SANCHAR NIGAM LIMITED

(A GOVERNMENT OF INDIA ENTERPRISE) OFFICE OF THE PRINCIPAL GENERAL MANAGER TELECOM DISTRICT ERNAKULAM

Tender No. MP/ NIT/ HK &_DF-/2016-17/1 Dated at ENK the 31-12-2016

E - Tender for Diesel Filling, Housekeeping, Bush Cutting & Manual assistance at GSM sites in Ernakulam SSA

SECTION I

NOTICE INVITING E-TENDER

E- Tenders on 2 bid system are invited by the Principal General Manager, Telecom, BSNL, Ernakulam, from Reputed and Experienced Registered/ Licensed agencies or firms / contractors or Labour Co-operative societies for undertaking the following works at various GSM BTS sites in Ernakulam SSA. Those who are having EPF, ESI, Service Tax Registration and PAN only are eligible for participating in this tender.

1. ESTIMATED COST OF WORK:

Sl Zone /Division Description of Unit Estimated EMD/ BID No. Quantity under Cost (Rs.) Security(Rs) Activity/Sites the

Contract(Appro ximate)

1 Housekeeping – Site 251 93,73,800/- 2,34,345/- Normal site Zone I Housekeeping – Site 4 ERNAKULAM Hard station BSS Urban , and Rural area sites Diesel Filling – Site 250 Normal site

Diesel Filling – Hard Site 1 station

Bush cutting/ clearing Instances 453 of vegetation in BTS

Signature of bidder 5

Compound/tower

Manual assistance Sub 11 Division

2 Housekeeping – Site 44 26,93,400/- 67,335/- Normal site

Housekeeping – Site 14 Hard station

Diesel Filling – Site 50 Zone II Normal site

BSS Diesel Filling – Hard Site 21 station & IDUKKI AREA Bush cutting/ clearing Instances 102 of vegetation in BTS Compound/tower

Manual assistance Sub 5 Division

Note 1: The quantity/no.of Sites stated above are estimated and BSNL reserves the right to vary the quantity to the extent of -25 % to +25 % of specified quantity at the time of award of the contract i.e. APO without any change in unit price or other terms & conditions.

Note 2.No separate bid form is required for each Zone. The evaluation of the tender as well as allotment of the work will be done Zone wise.

Note 3. Financial bid should be quoted on-line only.

Signature of bidder 6

2. Schedule to The Invitation Of Tender

1 Description of work Diesel Filling, House keeping, Bush Cutting & Manual assistance at GSM sites in Ernakulam SSA

2 Period of contract One year from the date of agreement

3 Eligibility condition Those who are having EPF, ESI, Service Tax Registration and PAN only are eligible for participating in this tender.

4 On line Sale of Document Upto 15.00 Hrs on 09-02-2017

5 Time and last date of On Up to 15.00 hrs on 09-02-2017 line submission of Bid 6 Time and Date of Upto 14-00 Hrs on 10-02-2017 Physical Submission of Technical Bid

7 Time and date of Online At 15-00 Hrs on 10-02-2017 Technical Bid opening

8 Venue of tender O/o AGM (Mobile Planning), Ravi Vihar Building, Ist floor, BSNL opening BHAVAN, Kalathiparambil Road, Ernakulam-682016 9 Approximate As shown in Section I quantum of work 10 Total Estimated cost For Zone1- Rs. 93,73,800/-

For Zone II- Rs. 26,93,400/-

11 Cost of Bid Document Rs.1,050/- Quoting for one Zone- and Rs. 2100/- Quoting for both zones

12 Bid Security (EMD) For Zone-I Rs.2,34,345/- For Zone – II –Rs. 67,335/-

13 Bid validity 180 days from the tender opening date

Note 1: The List of GSM BTS sites under Ernakulam SSA where the diesel filling / house keeping / bush cutting/ Manual assistance are required is furnished in Annexure-XI and XII. BSNL is empowered to increase / decrease the number of sites/manpower/instances at any point of time according to the requirement.

Signature of bidder 7

Tender Document can be downloaded from the website www.keralatelecom.com or https://www.tenderwizard.com/BSNL . Bank Demand Draft for Rs.1050/- ( one thousand fifty only) for quoting one Zone and Rs.2100/-/-(Two Thousand One Hundred Only) for quoting both zones ,towards cost of tender document & DD for Rs.2,34,345/-(Rupees Two Lakh Thirty Four Thousand Three Hundred and Forty Five Only) for Zone-I, and Rs. 67,335/-(Rupees Sixty Seven Thousand Three Hundred and Thirty Five Only) for Zone-II , towards EMD, drawn in favour of Accounts Officer (Cash), O/o PGMT, BSNL, Ernakulam from any Nationalized / Scheduled Bank payable at Ernakulam, should be uploaded along with the tender in token of purchase of tender form and EMD respectively. Bid can be submitted online after uploading the mandatory scanned documents such as DD for EMD / Cost of Bid Document. Processing fee as required by M/s ITI is to be paid on line , in favour of M/s ITI Limited. The last date for online submission of tender is 09-02-2017 at 17-00 Hrs

The tender documents shall be issued to MSE bidders free of cost provided the tendered items are listed in the Registration Certificate of MSE. The MSE units registered with the designated MSME bodies , like National Small Industries Corporation (NSIC) etc shall be given exemption from payment of Bid Security deposit, provided the tendered items are listed in the Registration Certificate of MSE.

(a) A proof regarding current registration with the designated MSME bodies , like District Industries Centers or with National Small Industries Corporation (NSIC) for the tendered items will have to be attached along with the bid.

(b) The enlistment certificate issued by bodies registered under MSME like District Industries Centers or National Small Industries Corporation (NSIC), should be current and valid on the date of opening of bid.

The intending bidder shall get registered with M/s ITI Ltd. by making online payment of required amount with registration particulars. For details kindly visit the website https://www.tenderwizard.com/BSNL or contact AGM (Mobile Planning), O/o PGMT, BSNL, Ernakulam-682016.

BSNL reserves the right to reject any or all tenders without assigning any reason what so ever. BSNL reserves the right to increase or decrease the quantum of work by 25% of total quantum of work as mentioned in the tender. The rate quoted should be inclusive of all Taxes except Service Tax. The contractor should intimate Central Service Tax registration details in case he is a service tax payer as per rules. The tender , which is not accompanied by the requisite Cost of Bid document and Bid Security, shall be summarily rejected. Tender will not be accepted / received after expiry date and time. PGMT , BSNL, Ernakulam reserves the rights to reject any or all the tenders without assigning any reason whatsoever.

Signature of bidder 8

3) ELIGIBILITY OF BIDDERS : a) Intending bidders should be Well Reputed and experienced/Licensed agencies or firms of contractors or Labour Co-operative Societies/ registered company under the Indian Companies Act, 1956. (Proof should be attached) b) The total annual turnover (audited) of the bidder should be at least Rs. 50 Lakhs or more during any one of the preceding two financial years. Copy of audited Annual Reports for this is to be enclosed along with the bid. c) Bidder should have successfully executed similar /related works with any of the Telecom service provider/Telecom Infra Provider at least for two years during any of the previous five years with effect from 01.04.2011. The documentary proof in original for this shall be submitted by the bidder, signed by the authorized signatory of the company, in the format attached in Annexure – IX. In the case of BSNL, the certificate shall be obtained from an officer not below the rank of DE/AGM. d) The company should have been registered under Ministry of Labour and should have valid PAN No. e) The Bidder should not have been black-listed by central/ state governments/ PSUs. A self declaration to this effect may be submitted along with the bid document. 3.1 The bidders shall submit necessary documentary proof showing that they meet the eligibility criteria along with their tender bid. All documents submitted will also be self attested by the bidder.

If any of the clause under 3 is not satisfied, tender is liable for rejection.

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

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

Slno Description Scanned copy of all pages of Tender document signed by the bidder or Authorised Person on all 1 pages along with seal 2 Self-Attested Scanned copy of EPF registration 3 Self-Attested Scanned copy of ESI registration 4 Self-Attested Scanned copy of Service Tax registration 5 Self-Attested Scanned copy of PAN Card 6 Self-Attested Scanned copy of Turnover Certificate 7 Scanned copy of payment details of Cost of Tender document and EMD/Bid Security 8 Scanned copy of Bidder’s profile duly filled in 9 Scanned copy of Undertaking and Declaration/Non tampering the tender Document /etc 10 Scanned copy of No near relative certificate duly filled in and signed 11 Scanned copy of Letter of Authorization to Tender Opening Event (TOE) , if any 12 Scanned copy of Request for EMD Refund 13 Scanned copy of Duly filled Vendor Master Form 14 Self-Attested Scanned copy of Original "Power of Attorney" in case person signed the tender documents is other than proprietor

15 Self-Attested Scanned copy of "Partnership Deed" duly registered if applicable 16 Self-Attested Scanned copy of Certificate of incorporation if applicable

Signature of bidder 9

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 NSIC Certificate (for the tendered item) duly certified by NSIC(if applicable) 19 Scanned copy of Experience certificate

4.2 Tender documents in original, should be duly filled in and signed by the bidder on each page. 4.3 Bid Security /EMD should be in the form of Demand Draft in favour of Accounts Officer(Cash), O/o PGMT, BSNL, Ernakulam. 4.4 Cost of Tender documents should be in form of crossed Demand Draft drawn in favour of Accounts Officer(Cash), O/o PGMT, BSNL, Ernakulam. 4.5 It is the sole responsibility of the bidder to confirm from the E-Tender Portal and/or from the following contacts regarding amendments, if any, or any other clarifications before uploading of the tender document. Telephone/Mobile Nos

ITI Helpdesk ([between 9:30 hrs to 18:00 hrs on working days]

(1)Mr.Tharanath, Mob No . 9746118519 e-mail [email protected] (2) Mr Sanil Mob. 09747363433 e-mail :[email protected] BSNL C ontact (between 9:30 hrs to 17:00 hrs on working days)

AGM (Mob.Plg) O/o PGMT, BSNL, Ernakulam-682016 0484- 2377778 Mob No. 9446570350

Assistant General Manager(MP) O/o PGMT,BSNL,Ernakulam Phone- 0484-2377778, 9446570350

Signature of bidder 10

SECTION – 1 (Part B)

NEWS PAPER Notice Inviting Tender (NNIT)

BHARAT SANCHAR NIGAM LIMITED

O/o Principal General Manager Telecom, BSNL Bhavan, Kalathiparambil Road,

Ernakualm – 682016.

NOTICE INVITING TENDER

Tender No. MP/ NIT/ HK &_DF-/2016-17/1 Dated at ENK the 31-12-2016

Sealed tenders are invited by Principal General Manager Telecom, BSNL, Ernakualm – 682 016 from the prospective bidders for the following work:

SL Name of the work Quantity (With Estimated cost in No. Unit) Rs

1 Diesel Filling , House Keeping As per tender SOR ,Bush Cutting and Manual assistance at BTS site in Zone-I, Rs. 93,73,800/- in Ernakulam SSA

2 Diesel Filling , House Keeping As per tender SOR , Bush Cutting and Manual assistance at BTS site in Zone- Rs. 26,93,400/- II, in Ernakulam SSA

Last date of on line submission of tender is 17-00Hrs on 09-02-2017

Last date of physical submission of tender documents 10-02-2017 at 14.00 hrs.

For further detailed information, kindly visit our website www.keralatelecom.com.

Sd/- AGM(MOB.PLG) O/o. P G M T, BSNL, Ernakulam Tel. No 0484-2377778

Signature of bidder 11

SECTION-II

TENDER INFORMATION

1. Bid for each tender should be submitted in two envelopes placed inside the main envelope. These envelopes should contain the following: The first envelope named “Cost of tender form and EMD’ should contain DD for cost of tender document and EMD” , second envelope named ‘ Technical Bid’ should contain all bid documents . Financial Bid should be submitted on-line only. 2.All envelopes should be properly sealed (with sealing wax/packing PVC tape). The tenders which are not submitted in the above mentioned manner shall be summarily rejected. 3.The main envelope must bear the following:

“Tender for Diesel Filling, House keeping, Bush Cutting & Manual assistance, at GSM sites in Ernakulam SSA “

Tender No. MP/ NIT/ HK_DF-/2016-17/1 Dated at ENK the 31-12-2016

“NOT TO OPEN BEFORE 15-00Hrs on 10-02-2017

Signature of bidder 12

SECTION III

GENERAL SCOPE OF WORK

A. General

Tender for Diesel Filling, House keeping activities, Bush cutting & manual assistance at GSM sites in Ernakulam SSA a) Diesel Filling :-The activities to be carried out in the BTS sites are listed below. i) Carrying Diesel from Pump and Diesel filling in the DG Set available at the site. ii) Checking the level of diesel in the DG tank at the time of filling (opening level & closing) and making entries in the Log book for diesel filling. iii) Collection of data directly from the site pertaining to monthly diesel reconciliation statement. iv) Checking the meter reading in the DG run hour meter (opening and closing) and Controller logged hours (if available) and making entries of DG run hours in the Log book. v) Ensuring availability of 50% tank capacity of diesel in the DG at any point of time. vi) Arranging test run in case, if any dispute arise between the Contractor and the BSNL official concerned. b) Housekeeping at GSM BTS sites :-The activities to be carried out in three categories of sites are same as listed below. i) Sweeping, cleaning and up keeping of the BTS Sites - including all equipments, tower surroundings, shelter/OD cabinet, DG etc. This includes small bush cutting in the BTS sites. ii) Manual Operation (ON/OFF) of DG sets and monitoring of fuel level etc., whenever required iii) Manual assistance in changeover of KSEB/DG supply and attending to minor faults like tripping of switches, manual changeover in AC units. iv) Daily visit to the site for general up keeping. v) Assisting in Diesel filling in the DG Set available at the site. vi) Assistance in handling of minor store items. vii) Routine check of DG, Power plant , Battery, BTSs and record the same in log book as per the instructions given in the log book. Reporting of any alarms/faults/untoward incident to the concerned officer. viii) Collection of KSEB bills from site and handing over the same to the Site in charge in time; coordination of KSEB bill payment in time. In case of any EB failure issue at site, intimate the EB failure case to KSEB and rectify the EB fault in coordination with KSEB. ix) Prompt action (within 30 minutes) on receipt of instructions (by call or by SMS/IVRS call from OMCR) from concerned officer regarding manual assistance in rectification of alarms/faults in site. x) Assistance in OD BTS /Power plant/Node B Air filter cleaning, wherever required. xi) Any other miscellaneous work related to the BTS site maintenance, assigned by the concerned Sub Divisional Engineer(BSS)/Junior Telecom Officer (BSS)/any officer in charge

C. Bush cutting and clearing Vegetation from BTS sites:- This includes bush/ grass/creepers/climbers cutting including small trees inside the tower base, near the beds of BTS/ Power plant//DG/ battery bank etc and removing climbers from tower/shelter/DG/ power plant etc and clearing of weeds in the BTS site compound. Frequency of the work will be intimated by work order.

Signature of bidder 13

D. Manual assistance works

The main activities to be carried out in this are:-

a. Assisting for Checking Power and VSWR at BTS sites b. E1 and Alarm wiring c. Checking electrical fittings d. Assisting for Checking earth value e. Replacing faulty cards of BTS f. Collecting faulty cards for repair from BTS sites g. LAN cable/fiber routing for 3G h. BSC/RNC wiring and fiber routing i. Assisting in repair BTS cards/parts/and collecting stores j. All the above works where House Keeping is done by land/building owners

Signature of bidder 14

SECTION- III Part B TECHNICAL SPECIFICATIONS/ Requirements General : The scope of this CONTRACT to be followed are the , diesel filling & housekeeping at BTS sites, keeping the BTS room and surrounding places neat & clean, liaisoning with KSEB, Manual changeover of switches, routine checks of all Equipments at Site , manual assistance to engineers on duty in subdivisions while they carry out Hardware optimization or similar type of routine works which involve carrying of tools and testers and other accessories required for testing and maintenance works .

Technical specifications: The detailed scope of the works involved in the Tender are given below 1. Scope related to Diesel filling in DG Sets: This is to carry out diesel filling in NBSNL BTS sites on a periodic basis. On an average every site needs diesel filling of one to two times per month. However in some of the sites, it can go up to four times a month depending on the tank capacity and the frequency of EB supply interruption. Other than the periodic refilling whenever there is emergency requirement, based on OMCR low fuel alarm or message given by the concerned officer, refilling is to be arranged within three hours on getting such intimation. Bidder has to ensure availability of 50 % tank capacity of diesel in the DG at any point of time. The diesel charges in respect of the usage of the diesel generator sets at the site shall be reimbursed by BSNL in proportion to the actual diesel consumption, whenever diesel is procured by vendor on payment basis. Depending on the log book data on Diesel filling and DG run hours in run hour meter, the diesel charges in respect of each site will be paid by BSNL on monthly basis. BSNL have an option to enter into direct MOU with oil companies for procurement of diesel from their specified outlets through petro/ fleet cards. In such an event petro/ fleet card will be issued to the contractor on proper acquittance by the authorized person of the vendor & payment will be made directly to the oil companies by BSNL. Any loss / misuse of the petro/ fleet cards issued to the vendor will be the responsibility of the vendor. Any such losses will be recovered by BSNL from the vendor by adjusting against the payment due to the vendor or will be recovered from PBG. In the case of any misuse causing loss to BSNL, a penalty of 10% of the contract value or forfeiture of the bank guarantee along with termination of contract, as decided by the competent authority of BSNL will be imposed on the contractor. Any reduction in the diesel cost/ loyalty benefits in view of the MOU will be availed by BSNL. It will be the responsibility of the contractor to reconcile the diesel consumption as per actual usage in field with that in petrol/ fleet card account. The payment of diesel cost from BSNL will be limited to actual consumption based on log book after applying the ceiling limit based on the consumption computed with run Hr meter reading and per hour consumption indicated in this tender document. The sites for which even one instance of diesel filling per month is not recorded will not be considered for Diesel filling expenses for the said month. The bills ,will be verified, passed & forwarded by BSNL representative(Divisional Engineer BSS) based on the consumption in liters/ Hour indicated in the tender document. Any extra cost incurred will be the responsibility of the vendor. If the diesel cost through Petro/ fleet card is found to be less than the diesel consumption based on mileage, the contractor will not have any claim for the additional cost. If the ceiling limit based on the Circle Average consumption/hour in a site is less than the actual consumption based on log book entry continuously for two consecutive months, and the contractor feels that Average consumption per litre in that site is to be reviewed due to aging of DG or other factors then a test run can be requested by the vendor to calculate the Average consumption/hour for that particular site. The test run will be conducted by a joint team consisting of representatives of Contractor and BSNL. Test run will be conducted only on quarterly basis. The test run report will be signed by the Contractor and the BSNL team(SDE BSS), countersigned by DE(BSS) and to be submitted along with the performance report. If the test run reports are not sent along with the performance report, the consumption will be taken as per the circle average CPH and the HMR readings . The Average consumption/hour calculated will be made

Signature of bidder 15 applicable only in the subsequent Quarterly invoice period. The contractor can request for only one test run in any site during the whole AMC period. In the case of MOU with oil companies, BSNL will pay directly to the Oil companies. Any excess usage of Diesel after tallying with log book entries/Run hour meter will be adjusted from the vendor from their monthly bills. The bidder has to maintain a log book in every site for Diesel filling, as per the format in Annexure II. It is the responsibility of the bidder to update the logbook promptly on Diesel filling. Concerned BSNL officers(SDE BSS/JTO BSS) will periodically verify the logbook entries and put their initials. The bidder has to seal and lock the hour meter in the presence of BSNL representative . Every month the hour meter reading is to be noted by bidder along with the BSNL representative and a consolidated statement along with log book reports is to be submitted by the contractor. Under any circumstances if any of the units run hour meter is faulty then the diesel filling should be done under the supervision of any of the BSNL officers/ persons authorized by BSNL. The payment will be based on logbook entries, but will be limited to monthly consumption based on run hour meter reading and Circle Average consumption in litres/hour. The method for calculating the same is as follows:

Circle Average consumption in litres/hour for various makes of DG with Different capacity

Circle Avge Capacity Make consumption in litres/hour * Eicher 1.6 7.5KVA Mahindra 1.8 PH 1 1.5

FG Wilson 2.1 Eicher Ph IV 2.1 Eicher Ph V 1.8 APC 2.4 Mahindra 2.1 Kirloskar 2.1 Automech 1.9 Pinnacle 2.1 15KVA KEC 2.5 SIMPSON 2.5 JEEVAN 1.9 LISTER PETTER 2.5 INNOVA 2.0 STANFORD 2.1 DIESEL TECK 2.0 INDO FRENCH 2.0 30KVA Kirloskar 3.0

Note: * In case of addition of new make /type of DG in the BSNL network, the per hour diesel consumption will be arrived by BSNL and will be intimated to the bidder. For some sites with high load, CPH will be more than the circle average. Site wise CPH values are given in the Annexure. Obtaining of special permit if any required, from Motor vehicle department for transporting Diesel in bulk through motor vehicle, will be the responsibility of the contractor.

Signature of bidder 16

2. Scope related with House keeping: The BTS sites are classified into three categories : (i) Urban sites- sites in Corporation/Municipal areas (ii) Rural sites – Sites in Panchayat areas (iii) Hard Stations – Sites which are remote/geographically spread out (about 8km distance from nearby sites) or sites in hill stations. The rate to be quoted are same for category (i) & (ii) sites whereas separate rate is to be quoted for category 3 sites. The maximum number of sites which can be applied for these three category of sites are different. The activities to be carried out in these three category of sites are same as listed below. i) Sweeping, cleaning, and up keeping of the BTS Sites - including all equipments, tower surroundings, shelter/OD cabinet,OD power plant, Node B DG set etc. This includes small bush cutting in the BTS sites also. ii) Manual Operation (ON/OFF) of DG sets and monitoring of fuel level, KSEB reading, alarms in power plant module/BTS etc., whenever required iii) Manual assistance in changeover of KSEB/DG supply and attending to minor faults like tripping of switches, manual changeover in AC units, swapping of power plant module etc. iv) Daily visit to the site for general up keeping. v) Assisting in Diesel filling in the DG Set available at the site. vi) Assistance in handling of minor store items. vii) Routine check of DG, Power plant , Battery, EB hour meter and BTSs and record the same in log book as per the instructions given in the log book. Reporting of any alarms/faults/untoward incident to the concerned officer. viii) Collection of KSEB bills from site and handing over the same to the Site in charge in time; coordination of KSEB bill payment in time/submission of RTGS/any other means of payment intimation to KSEB in time. ix) Prompt action (within 30 minutes) on receipt of instructions (by call,IVRS or by SMS) from concerned officer/OMCR regarding manual assistance in rectification of alarms/faults in site. x) Assistance in BTS, Power plant, Air conditioner, free cooling air filter cleaning, wherever required. Tightening of all nuts/screws in interconnecting points of power cables from EB panel board to each equipment once in three months. xi) Report KSEB failure of GSM BTS site to concerned KSEB and intimate the docket number if any to concerned BSNL official, co ordinate with KSEB for restoration of power and after restoration of EB power fail, ensure proper working of BTS/PP/DG. xii) Periodically check power plant modules and replacing faulty modules with good ones supplied by BSNL . xiii) In case of BTS outages due to control card faults of BTSs/Node B s or rectifier module faults , replace the faulty items with the spare modules/cards available in nearby sites as per the instructions from SDE(BSS)/JTO(BSS). xiv) Any other miscellaneous work related to the BTS site maintenance, assigned by the concerned Sub Divisional Engineer(BSS)/Junior Telecom Officer (BSS) or any other officer in charge of BSS.

XV) There are sites in which the owner is given the responsibility of keeping the tower premises clean and tidy and to operate DG in power failure, in addition to ensuring general security . In such cases, the remaining items in the scope of Housekeeping mentioned above, will have to be carried out by the bidder and the cluster persons are to be deployed accordingly.

xv) Any other miscellaneous work related to the BTS site maintenance/BSS activities, assigned by the concerned Sub Divisional Engineer (BSS)/Junior Telecom Officer (BSS) or any other officer in charge of BSS .

Signature of bidder 17

3. Scope related with Bush cutting/Clearing at BTS site This includes bush/grass cutting including small trees inside the tower base and removing creepers and climbers from tower/shelter/DG/OD power plants etc and clearing/cleaning of weeds in the BTS site compound. DE (BSS) will issue work order for bush cutting as and when required and work is to be completed within the time specified in the work order.

4. Scope related with Manual assistance.

Various activities to be carried out in this are:-

a. Assisting for Checking Power and VSWR at BTS sites b. E1and Alarm wiring c. Checking electrical fitting d. Assisting for Checking earth value e. Replacing faulty cards f. Collecting faulty cards for repair from BTS sites g. LAN cable/fiber routing for 3G h. BSC/RNC wiring and fiber routing i. Assisting in repair centre/stores for collecting faulty cards from subdivisions, sending for repair and returning repaired cards j. Manual assistance at sites where HK is done by land owners

They should be available in the field as per the time to time instruction by the concerned BSS SDE and should be having their own transportation facility to BTS sites as and when required.

5 OTHER CONDITIONS :

5.1 Bidder shall be responsible to have their own teams to perform the day-to-day works as per this contract. The persons utilised by the contractor for House keeping & Manual assistance to subdivisions should be capable of assisting NQM/BSS activities. The persons should necessarily have a Two-wheeler and a mobile connection. They should visit the BTS Site, minimum once in a day to carry out the activities listed in above clauses. They should also attend to the works on call basis whenever there is such requirement, at any time. The persons utilized by the contractor should preferably be a local resident with sufficient knowledge of operating DG and other electronic switches fuse-carriers, fuse cut-outs and changeovers who shall reach the site within half an hour of getting the calls.

5.2 This contract is valid for a period of one year. However BSNL reserves the right to extend the duration of CONTRACT for further ONE YEAR, at the same rate and terms & conditions. 5.3 BSNL also reserves the right to terminate this agreement at any time, by giving an advance notice of one month.

5.4 The exact site address details of all the BTS locations will be given while issuing work order by concerned DE BSSs . The GSM BTS locations are in the Ernakualm SSA area comprising of Ernakulam & Idukki revenue districts and LD Islands. Site details are available in Annexures XI and XII.

Signature of bidder 18

6 BSNL reserves the right to vary the quantity as per relevant tender clauses. 7 BSNL reserves the right to change the BTS locations under the contract, with 7 days notice. The bidder has to continue the support as per this contract in the changed locations. 8 Diesel filling should be from Public sector Oil companies or any other agencies approved by BSNL. If there is an MOU by BSNL with Oil Companies for Petro/Fleet card, Diesel filling should be with Petro/Fleet card as mentioned in Clause B.1 of Section III Part B. 9 As per this CONTRACT, the vendor has to ensure that there is no BTS outage due to delay in Diesel filling or unsatisfactory house keeping support. 10 Bidder shall station sufficient number of Persons to support the services as per this contract. Persons should be placed in such a way that they are able to carry out the day to day activities as mentioned in relevant clauses of this section and also to ensure compliance to performance indicators given below. Max Sites (Cluster size) Sl.No Description of Nature of Cluster that can be allotted per Personnel BTS Sites Classified as Hard stations where Sites are Geographically spread apart (more than 8 km from 01 nearby site) or hill stations. Four

BTS sites in Rural Sites other than the classified Hard 02 stations Eight 03 BTS sites in Urban (Municipal/Corporation) areas Twelve

10.4 During the agreement period bidder shall assign cluster coordinator in each Division, who shall act as a single point of contact in the Division respectively for BSNL for handling any service related issues under the agreement. The details of Cluster Co-ordinator and personnel deployed for house keeping/ diesel filling may be furnished at the time of signing the service contract with BSNL as per the Performa at Annexure- I

Signature of bidder 19

10.5 The bidder shall provide proper identity card to the persons utilized/ subcontractors. 10.6 The bidder shall support/co-ordinate with other agencies working at the BTS sites, which / who are authorized by the BSNL. 10.7 No staff deployed directly or indirectly by the contractor for the CONTRACT service would have any claim in any way for getting any future employment in BSNL.

6. PAYMENT TO THE SERVICE PERSONNEL: The persons employed by the bidder are to be paid by the bidder with fair wages as per Labour Laws of Central/State Government. Other benefits to the persons like Bonus, ESI, Gratuity, EPF etc., are falling under the complete responsibility of the bidder. All safety precautions are to be carried out by the house keeping personnel and manual assistance while performing their routine house keeping activities. Any injury/mishap caused to the worker during the course of work due to negligence or non-adherence to standard safety measures shall be the responsibility of the contractor. 7. The bidder is governed by the Workmen’s Compensation Act 1923 in case of any claim by the persons employed by him/her/firm. The Service Contractor shall indemnify the Department (BSNL) of all claims made by the employees of the service contractor. 8. Bidder shall have insurance / Group insurance scheme for the employs deployed for CONTRACT. 9. The Bidder would set up an office and help desk with sufficient number of staff in designated place in to accept telephone calls/SMS/email from BSNL officers. 10. The bidder should coordinate with OMCR and field level BSNL officers (BSS) to schedule and monitor the Diesel filling and House keeping activity. Arrangement to collect ‘Low fuel Alarms’ from OMCR is to be done by the bidder. Responsibility to communicate the centrally collected information from OMCR alarms or by SMS/calls/email, to the concerned field persons is with the vendor.

11. The bidder should provide the contact details of all the persons/agencies marked for Diesel filling activity and House Keeping works to the concerned BSS officers. In case of any change of persons, it should be with advance intimation to the concerned BSNL officers with the changes in contact details, if any. 12. BTS monitoring/repairing House Keeping, Diesel filling and DG run details are to be entered on a daily basis. The same shall be countersigned by the concerned BSNL in-charge for reference. The format of the logbook that will be kept at BTS site for recording the events is attached as Annexure -II( Format of log book for diesel filling) &Annexure-III(Format of log book for HK) 13. Officer in charge/duty officer of the BSNL site shall carefully monitor the entries and countersign the logbook periodically. 14. The Bidder shall also maintain a consolidated record of the activities carried out as per this contract, a copy of which along with performance reports from field unit is to be submitted along with the invoice for payment on a Monthly basis. 15. In order to ensure the security of the network, bidder will be required to submit the signed Non-Disclosure Agreement as per Section 11 within 15 days of issue of Work order. 16. Bidder shall ensure that the agencies or any other representative concerned for support strictly adheres to BSNL’s Third Party Connection Acceptable Use Policy which is as follows:

a. Any change on equipment shall only be performed by the bidder after notification and Approval by BSNL.

b. Passwords/locking system on any equipment will be set by BSNL representatives and should not be changed by bidder’s representative without the approval from concerned BSNL officer.

Signature of bidder 20 c. Bidder shall notify BSNL, when its employee who has access to BSNL Equipment/configuration leaves the company or is transferred to another position which no longer requires access. Also the bidder should surrender the Temporary ID cards of the employees issued by any agency related to BSNL during the course of housekeeping of specific sites at the time of cessation of service of a house keeping personnel from bidder’s company or from the company to which bidder has entered in to an agreement for service..

d. Bidder or its representatives shall not make a change on any system that is not directly related to his job/duty.

17. Fault classification & Penalties:

17.1 Classification of Performance Deviations and Rectification time Classification of Description of category Performance Deviations Major (i)BTS failure due to non availability of Diesel in DG where the filling is under the scope of the vendor.

(ii)BTS failure due to unsatisfactory support in House Keeping activities which leads to prolonged outage for more than 24 hrs. Minor (i)DG not working due to non-filling of Diesel, but BTS working on EB/Battery.

(ii) Non-compliance to the House keeping activities as listed in Section 3. Up to 24 hrs related to a specific instance will be treated as 1 minor deviation. (Each instance of the above deviation will be treated as one minor deviation)

17.2. Penalty Triggers:

The Bidder, if fails to comply to the service obligations and it reflects in Performance deviations as per 4.1, shall be liable to pay penalty as given below:

17.2.1 Major Deviation : BTS failure due to Major deviations as per this contract clause 4.1 shall have a penalty of Rs 3000/- per hour/failure.

17.2.2Minor Deviation: A penalty of Rs.500/ minor deviation (instance) will be imposed on all minor deviations.

17.2.3Penalties being charged for Performance Deviations attributable to the bidder shall not exceed 25% of the total contracted value for services of the relevant invoice period . Site wise capping of 25% is applicable in respect of House Keeping activities.

17.2.4. If any fraudulent activity by the personnel deployed in filling of diesel in GSM sites or in housekeeping activities ,is detected by BSNL authorised personnel/officer, then the bidder is liable to pay penalty ie. the cost of consequential damages to installation(s)/DG set(s) would be deducted at actual, from the service provider’s bill. Any loss to BSNL due to the fraudulent activity of contractor or his personnel will be realised from the contractor apart from any other action deemed fit.

17.2.5 Deviations due to BSNL reasons will be exempted from Penalties.

Signature of bidder 21

8.Submission of bills

5.1 The bills in triplicate shall be submitted in the printed format with bill numbers in running sequence. o PAN should be furnished in the bill o Service Tax registration details shall be available in the bill if service tax is payable. Copy of Service Tax paid chalan may also be attached with the bill o Approved tender rates shall be printed in the bill itself. o Copy of EPF/ESI remittance challans of previous month along with the list of Labourers for whom the remittances have been made and amount paid each labour should be enclosed along with the bill from second month onwards without which payment of monthly bill will not be released. The list should contain the EPF/ESI account numbers of the labourers. Monthly remittance challans should not include remittance details of labourers engaged on other contracts.

The compensation for interruption of service rendered by the Contractor while carrying out the work will be deducted from the bills submitted by the bidder for payment.

In case of downward revision of statutory levies/Taxes during the contract period, such benefits will be passed on to BSNL.

The service contract charges shall be paid by BSNL to the contractor on monthly basis.

All Taxes ,duties, and levies payable under the provisions of Statutory, Rules or Regulations of the Central/State Government or Local Bodies arising out of the contract in respect of the works or operation or any part thereof to be performed by the Contractor as applicable of the amount for which the bill has been passed will be deducted at source, under relevant Government Rules from time to time.

Signature of bidder 22

SECTION-III Part C

SCHEDULE OF REQUIREMENTS (SOR)

(For Site Details Refer ANNEXURE – XI and XII)

Sl Zone /Division Category of BTS site Approximate No. number( BTSs/Instances/Sub Divisions)

1 Housekeeping – Normal site 251

Zone I Housekeeping – Hard station 4

ERNAKULAM BSS 250 Urban and Rural sites Diesel Filling – Normal site

Diesel Filling – Hard station 1

Bush cutting/ clearing of vegetation in 453 BTS Compound/tower

Manual assistance 11

2 Zone II Housekeeping – Normal site 44

DUKKI & Housekeeping – Hard station 14 THODUPUZHA BSS sites Diesel Filling – Normal site 50

Diesel Filling – Hard station 21

Bush cutting/ clearing of vegetation in 102 BTS Compound/tower

Manual assistance 5

Signature of bidder 23

Section- IV

E-tendering Instructions to Bidders

Note :-The instructions given below are ITI’s e-tender portal centric and for e-tenders invited by PGM, ,BSNL, Ernakulam of Kerala Telecom Circle only. General These Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, as enclosed in Sec IV of the Tender Documents. Submission of Bids only through online process is mandatory for this Tender. For conducting electronic tendering, BSNL, Kerala Telecom Circle, is using the portal (https://www.tenderwizard.com/BSNL) of M/s ITI a Government of India undertaking. 1. Tender Bidding Methodology: Sealed Bid System –‘Two Stage – Using Two Envelopes’, Financial and Techno-commercial bids shall be submitted by the bidder online. 2. Broad outline of activities from Bidders prospective: 1. Procure a Digital Signing Certificate (DSC) 2. Register on Electronic Tendering System® (ETS) 3. Create Users and assign roles on ETS 4. View Notice Inviting Tender (NIT) on ETS 5. Download Official Copy of Tender Documents from ETS 6. Clarification to Tender Documents on ETS Query to BSNL (Optional) View response to queries posted by BSNL, as addenda. 7. Bid-Submission on ETS 8. Attend Public Online Tender Opening Event (TOE) on ETS Opening of Techno-commercial Part 9. View Post-TOE Clarification posted by BSNL on ETS (Optional) Respond to BSNL’s Post- TOE queries 10. Attend Public Online Tender Opening Event (TOE) on ETS Opening of Financial-Part (Only for Technical Responsive Bidders) 11. Participate in e-Reverse Auction on ETS

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 ETS. Note 1: It is advised that all the documents to be submitted (See clause 7 of section IV) are kept scanned or converted to PDF format in a separate folder on your computer before starting online submission. Financial Bid Part 1 (Excel Format) may be downloaded and rates may be filled appropriately. This file may also be saved in a secret folder on your computer. Note 2: While uploading the documents ,it should be ensured that the file name should be the name of the document itself 3. Digital Certificates For integrity of data and its authenticity/ non-repudiation of electronic records, and be compliant with IT Act 2000, it is necessary for each user to have a Digital Certificate (DC). also referred to as Digital Signature Certificate (DSC), of Class 3 or above, issued by a Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in]. 4. Registration Tender document can be downloaded from the website: www.tenderwizard.com/BSNL and to be submitted in the e-format as well as by post/courier/by hand. Cost of Tender Document (in the form of DD) and Bid security in the form of DD ,Power of Attorney in original along with the hard copies of all documents which are uploaded in the e –tender portal to be submitted to AGM (MP) , BSNL, Ernakulam-682016, before the scheduled date and time of submission of the tender otherwise the Bid will not be considered. Signature of bidder 24

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 M/s. ITI through www.tenderwizard.com/BSNL for obtaining user-id, Digital Signature etc., by paying Vendor registration fee. Tender processing fee payment should be done during requisition of tender on line. BSNL has decided to use process of e-tendering for inviting this tender and thus the physical copy of the tender would not be sold. Note: After successful submission of Registration details and Vendor registration fee and processing fee ( as applicable). please contact ITI Helpdesk (as given below), to get your registration accepted/activated.

ITI Helpdesk

Telephone/Mobile Nos Mr.Tharanath, 9746118519 e-mail [email protected] Mr Sanil Mob. 09747363433 e-mail :[email protected] [between 9:30 hrs to 18:00 hrs on working days]

E-mail ID [email protected]

BSNL Contact-1 Telephone/Mobile Nos AGM (MP), O/o PGMT, , BSNL, Ernakulam- 682016 0484- 2377778 [between 9:30 hrs to 17:00 hrs on working days]

E-mail ID [email protected]

5. Some Bidding related Information for this Tender (Sealed Bid) The entire bid-submission would be online on ETS. Broad outline of submissions are as follows: The documents should be uploaded as follows During “Request “ stage of uploading ,upload the following documents only. 1. DD for Tender Fee as per DNIT (Scanned copy on eTendering Portal and Physically to Tender Inviting Officer in case of e-Tender). 2. DD for EMD as per DNIT(Scanned copy on eTendering Portal and Physically to Tender Inviting Officer in case of e-Tender). 3. Valid Experience Certificate 4. Attested Copy of PAN 5. Valid MSE Certificate, if applicable. In case the ownership of such MSE Entrepreneurs happens to be from SC/ST category, proof in this regard also need to be submitted. 6. Valid Sales, Service Tax Registration Certificate, TIN No or exemption certificate No 7. Article of Association , Memorandum of Association , partnership deed or proprietorship deed as the case may be wherever required. 8. . Attested copy of Service Tax Registration 9. Certificate of incorporation wherever applicable

Signature of bidder 25

10. The authorization of the competent authority for signing the tender document, bid agreement etc. 11. Certificate regarding no close relatives working in BSNL 12. Letter of authorization for attending bid opening 13. Tender’s Profile 14. Bid form 15. Certificate if tender form is downloaded from Internet During “submission” stage, upload the remaining documents alone. 6. Offline Submissions: The bidder is requested to submit the all documents offline to AGM (MP), O/o PGMT, BSNL,, Ernakulam-682016 before 14Hrs on 10-02-2017 7. 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. Specifically for Bid Submission, some security related aspects are outlined below: As part of the Electronic Encrypter functionality, the contents of both the ‘Electronic Forms’ and the ‘Main- Bid’ are securely encrypted using a Pass-phrase created by the server itself. The Pass- phrase is more difficult to break. This method of bid-encryption does not have the security and data-integrity related vulnerabilities which are inherent in e-tendering systems which use Public- Key of the specified officer of a Buyer organization for bid-encryption. Bid-encryption in ETS is such that the Bids cannot be decrypted before the Public Online Tender Opening Event (TOE), even if there is connivance between the concerned tender-opening officers of the Buyer organization and the personnel of e-tendering service provider. 8. Public Online Tender Opening Event (TOE) ETS offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. Tender Opening Officers as well as authorized representatives of bidders can attend the Public Online Tender Opening Event (TOE) from the comfort of their offices. For this purpose, representatives of bidders (i.e. Contractor organization) dully 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 ETS.

As soon as a Bid is decrypted with the corresponding ‘Pass-Phrase’ as submitted online by the bidder himself (during the TOE itself), salient points of the Bids are simultaneously made available for downloading by all participating bidders. The work of taking notes during a manual ‘Tender Opening Event’ is therefore replaced with this superior and convenient form of ‘Public Online Tender Opening Event (TOE)’. ETS 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. ETS has a unique facility of a detailed report titled ‘Minutes of Online Tender Opening Event (TOE)’ covering all important activities of ‘Online Tender Opening Event (TOE)’. This is available to all participating bidders for ‘Viewing/ Downloading’. There are many more facilities and features on ETS. For a particular tender, the screens viewed by a Contractor will depend upon the options selected by the concerned Buyer. 9.E-Reverse Auction E-Reverse Auction would be conducted on unit/total package/net cost to BSNL value for bid evaluation, subsequently after the opening of the Financial Part.

Signature of bidder 26

The following would be parameters for e-Reverse Auction Sl No Parameter Value

1 Date and Time of reverse Auction bidding event Will be intimated to Technically Responsive bidders after the opening of financial part 2 Duration of Reverse –Auction bidding event ……………(typically1to 2) hours

3 Automatic extension of the Reverse –Auction Required Closing Time, if last bid received is within a pre- defined Time Duration before the Reverse Auction closing Time

3.1 Pre defined Time Duration …………xx Minutes (typically 05 minutes) 3.2 Time Duration of Automatic extension ………….yy Minutes (Typically 10 minutes) 3.3 Maximum number of Auto Extensions ……….nn Automatic Extensions (Typically 04 to 06 extensions)

4 Criteria of bid acceptance Beat on starting last quoted price as well as Beat on Rank-1 Bid Value 5 Entity start price Unit/total package/net cost to BSNL ( To be decided by planning cell) 6 Minimum bid decrement …………..(Value in currency) to be decided by planning cell

7 Display of Pseudo identity of bidders during Tot all Bidders, as well as BSNL’s bidding Officers period 8 Display of Bidder’s own current Rank Required

Signature of bidder 27

Note: Parameters at Sl No. 5 and 6 shall be confirmed after opening & evaluation of Financial bid parts. 10. Other Instructions For further instructions, the vendor should visit the home -page of the portal (https://www.tenderwizard.com/BSNL). Important Note: It is strongly recommended that all authorized users of Contractor 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 ETS.

The following ‘FOUR KEY INSTRUCTIONS for BIDDERS’ must be assiduously adhered to: Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender submission deadline on ETS

Register your organization on ETS well in advance of your first tender submission deadline on ETS. Get your organization’s concerned executives trained on ETS well in advance of your first tender submission deadline on ETS Submit your bids well in advance of tender submission deadline on ETS (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 ETS, the fourth instruction is relevant at all times. 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 ITI Helpdesk personnel given in clause 4 of Section 4 Part C ,for any type of training/help, which they may require while upload

Signature of bidder 28

SECTION-IV Part A

GENERAL INSTRUCTIONS TO BIDDERS (GIB)

1. COST OF BIDDING

1.1 The bidder shall bear all costs associated with the preparation and submission of the bid. The BSNL will, in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

1.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid Documents and clarifications/ amendments/ addenda, if any. Failure to furnish all information required as per the Bid Documents or submission of the bids not substantially responsive to the Bid Documents in every respect will be at the bidder's risk and may result in rejection of the bid.

2. BID SUBMISSION

2.1Submission of bids Technical Bid should be uploaded online and also dropped in person or by registered post with AD in the tender box placed in the office of AGM (Mobile Planning), O/o PGMT, BSNL, Ernakulam- 682016, before the closing dates of tender, as mentioned in NIT. Financial Bid should be submitted online only. Techinichal Bid should be sent in SEALED ENVELOPES prominently super scribed “E - Tender for Diesel Filling, Housekeeping, Bush Cutting & manual assistance at GSM sites in Ernakulam SSA “ and should be addressed to AGM (Mobile Planning), Ravi Vihar Building, O/o PGMT, BSNL, Ernakulam, PIN-682016. Technical Bid should be sent by registered post with AD or should be dropped in the tender box available in the office of AGM( Mobile Planning), O/o PGMT, BSNL, Ernakulam- 682016. No separate acknowledgement will be issued. Tenders received in unsealed covers and those received late will be rejected. The tenders will be opened by AGM(MP), O/o PGMT, BSNL, Ernakulam-682016 or any other person as may be authorized by the PGMT, BSNL, Ernakulam on his behalf, in the presence of the tenderers or their authorized representatives available.

2.2 Bids must be submitted by the bidders on or before the specified date & time indicated in the Notice Inviting Tender. 2.3 BSNL may, at its discretion extend this deadline for the submission of the bids. 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.

3. CLARIFICATION OF BID DOCUMENTS

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

3.2 If any of the documents, required to be submitted along with the technical bid is found wanting, the offer is liable to be rejected at that stage. However the BSNL at its discretion may call for any clarification regarding the bid document within a stipulated time period. In case of non compliance to such queries, the bid will be out rightly rejected without entertaining further correspondence in this regard.

Signature of bidder 29

4.AMENDMENT OF BID DOCUMENTS

4.1 The BSNL may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, may modify bid documents by amendments prior to the date of submission of Bids with due notification to prospective bidders.

4.2 In order to afford prospective bidders a reasonable time to take the amendment into account in preparing their bids, the BSNL may, at its discretion, extend the deadline for the submission of bids suitably.

B. The bid security may be forfeited: If the bidder withdraws or amends its bid or impairs or derogates from the bid in any respect during the period of bid validity specified by the bidder in the bid form or extended subsequently; or

Signature of bidder 30 a. the case of successful bidder, if the bidder fails to sign the contract in accordance in time as mentioned in the LOI( Letter of intent) c. The front bidder shall submit an irrevocable undertaking in non-judicial stamp paper of appropriate value duly signed by it and its technology/ consortium partner stating that both of them i.e. the front bidder and its technology/ consortium partner shall be liable for due performance of the contract jointly and severally, failing which both of them shall be liable to be barred from participating in future tenders/EOIs/ RFPs of BSNL for a period of two years.

5. PERIOD OF VALIDITY OF BIDS

5.1 Bid shall remain valid for period specified in clause of Tender Information. A bid valid for a shorter period shall be rejected by the BSNL being non-responsive. 5.2 In exceptional circumstances, the BSNL may request the consent of the bidder for an extension to the period of bid validity. The request and the response thereto shall be made in writing. The bid security provided under Section 1 shall also be suitably extended. The bidder can refuse the request with permission to forfeiting its bid security. A bidder accepting the request and granting extension will not be permitted to modify its bid.

5.3. The bid shall contain no interlineations, erasures or overwriting necessary to correct errors made by the bidder in which case such corrections shall be signed by the person or persons signing the bid. All pages of the original bid, except for un-amended printed literatures, shall be signed by the person or persons signing the bid.

6..Power of Attorney

6.1 The power of Attorney should be submitted and executed on the non-judicial stamp paper of appropriate value as prevailing in the concerned states(s) and the same be attested by a Notary public or registered before Sub-registrar of the state(s) concerned. 6.2 The power of Attorney 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. 6.3 In case of the bidder being a firm, the said Power of Attorney should be executed by all the partner(s) in favour of the said Attorney. 6.4 Attestation of the specimen signatures of such authorized signatory of the bid by the Company’s/ firm’s bankers shall be furnished. Name, designation, Phone number, mobile number, email address and postal address of the authorized signatory shall be provided.

PRELIMINARY EVALUATION

BSNL shall evaluate the bids to determine whether they are complete, whether any computational errors have been made, whether required bid secuirty have been furnished, whether the documents have been properly signed and whether the bids are generally in order. Bid without quoting for all items in the zone quoted will not be evaluated.

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

Signature of bidder 31

8 Evaluation will be done Zone Wise , based on the total contract charges per annum. ie, on the basis of the total cost obtained by multiplying the quoted rate for each item of work with quantity of work for one year and then summing up the amount quoted for carrying out the whole work ,but excluding service tax. The rate should be quoted both in figures and words in English in the quotation. However it shall not be binding on BSNL to award the contract to the lowest bidder and the decision of the Principal General Manager, BSNL, Ernakulam in this regard shall be final and binding on all. 9 The evaluation and comparison of responsive bids shall be done on the basis of Net cost to BSNL on the prices quoted inclusive of Duties and taxes(but excluding cenvatable Duties and Taxes) 10 A bid, determined as substantially non-responsive will be rejected by the BSNL and shall not subsequent to the bid opening be made responsive by 11 The BSNL may waive any minor infirmity or non-conformity or irregularity in a bid which doesn't constitute a material deviation, provided such waiver doesn't prejudice or affect the relative ranking of any bidder.

12 Evaluation will be made zone wise.

8.1 Evaluation will be made Zone Wise on the basis of the rate quoted for work and multiplied with number of quantity mentioned and summing up the cost for all the work points for one year, , but excluding service tax.

8.2 It may be noted that the methodology given in clause 8.1 is applicable only for the purpose of evaluation of bids and shall have no bearing on actual number of sites for which the services are required. 8.3 SIGNING OF CONTRACT shall constitute the award to Diesel filling , House keeping , manual assistance and Bush Cutting contract on the bidder(in a Stamp paper of Rs.200/-)

9.ANNULMENT OF AWARD

Failure of the successful bidder to comply with the requirement as per agreement executed shall constitute sufficient ground for the annulment of the award and the forfeiture of the bid security & Performance security in which event the BSNL may make the award to any other bidder at the discretion of the BSNL or call for new bids.

10. BSNL’s right to disqualify

BSNL reserves the right to disqualify/bar the contractor for a period of not less than 2 years in future contracts if habitually failed to adhere the requirements of BSNL as per agreement

11 NEAR-RELATIONSHIP CERTIFICATE

11.1. The bidder should give a certificate that none of his/ her near relative, as defined below, is working in the units where he is going to apply for the tender. In case of proprietorship firm certificate will be given by the proprietor. For partnership firm certificate will be given by all the partners and in case of limited company by all the Directors of the company excluding Government of India/ Financial institution nominees and independent non-Official part time Directors appointed by Govt. of India or the Governor of the state and full time Directors of PSUs both state and central. Due to any breach of these conditions by the company or firm or any other person the tender will be cancelled and Bid Security will be forfeited at any

Signature of bidder 32

stage whenever it is noticed and BSNL will not pay any damage to the company or firm or the concerned person.

11.2. The Company or firm or the person will also be debarred for further participation in the concerned unit.

11.3 The near relatives for this purpose are defined as:-

a. Members of a 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) and daughter's husband (son in law), brother(s) and brother's wife, sister(s) and sister's husband (brother in law).

11.4. The format of the certificate is given in Section 8

12. VERIFICATION OF DOCUMENTS AND CERTIFICATES

The bidder will verify the genuineness and correctness of all documents and certificates, including experience/performance certificates, issued either by the bidder or any other firm / associate before submitting them in the bid. The onus of proving genuineness of the submitted documents would rest with the bidder.

As per requirement of the tender’s conditions, if any document / paper / certificate submitted by the participant bidder is found to be false / fabricated / tempered / manipulated at any stage during bid evaluation or award of contract, then the bid security (EMBG) of the bidder would be forfeited and the bidder would be disqualified from the tender. Action would also be taken for banning of business dealing with the defaulting firm. In case contract has already awarded to the bidder, then PBG would be forfeited and the contract would be rescind / annulled and BSNL would be at liberty to procure the ordered goods and services from any other source at the risk and cost of the defaulting bidder. Action would also be taken for banning business dealing with the defaulting firm.

13. The contractor shall quote the rate per site in each category of site in one or many of the zones. The rate quoted shall be inclusive of any levies and taxes but exclusive of service tax if applicable. Service tax will be paid at prevailing rates to the agencies who have valid service tax registration and in such cases the service tax registration number shall be furnished in invoices and Service Tax should be shown separately in the invoice.

Signature of bidder 33

SECTION-V Part A

GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT

1. APPLICATION

The general condition shall apply in contracts made by the BSNL for providing service.

2. STANDARDS

The service provided under this contract shall conform to the standards prescribed in the Technical Specifications mentioned in section -3 Part B.

3. PATENT RIGHTS

The contractor shall indemnify the BSNL against all third-party claims of infringement of patent, trademark or industrial design rights arising from use of the goods or any part thereof in Indian Telecom Network.

4. PERFORMANCE SECURITY

4.1 All contractors including MSEs 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 10% of the annual estimated cost of contract within 14 days from the date of issue of Letter of Indent/ APO by the BSNL and valid for 24 months. In case BSNL extends the CONTRACT beyond one year, PBG validity shall have to be extended accordingly as per relevant tender clauses.

4 .PBG should be valid for 24 months. In case BSNL extends the CONTRACT beyond one year, PBG validity shall have to be extended accordingly as per relevant tender clauses. 5 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. 6 The performance security Bond shall be in the form of Bank Guarantee issued by a scheduled Bank and in the proforma provided in 'Section-13 of this Bid Document. 7 The performance security Bond will be discharged by the BSNL after completion of the contractor's performance obligations including any warranty obligations under the contract. If BSNL is not satisfied with the performance of bidder during CONTRACT, it reserves the right to encash the Performance Bank Guarantee and/or without prejudice to any other remedy for breach of contract, by termination notice of default, giving a time of 30 days to bidder, terminate the Contract in whole or in part.

Signature of bidder 34

5. PAYMENT TERMS (Contract charges and payments):-

5.1. The CONTRACT charges shall be paid by BSNL on Monthly basis at the end of each month from the beginning of CONTRACT. The Monthly payments will be made after deducting penalties (mentioned in clause 7 of Section 3 Part B) based on the performance reports from filed units. The Monthly performance reports signed by the concerned Sub Divisional Engineer (BSS) and countersigned by Divisional Engineer (BSS) as per Annexure-IV,V,VI, shall be appended to the bills by the bidder as a proof of satisfactory performance of the contract in each month.

6 This price is total composite inclusive of all levies and taxes, insurance and incidental charges etc. TDS shall be deducted before actual payment. 7 The Diesel Reconciliation Statement is to be prepared Sub-Division wise by the bidder monthly as per the format (Annexure VII), based on the logbook entries, after applying the capping based on run hour meter as specified in relevant clauses. The invoices are to be prepared sub-division wise, duly got signed by Sub Divisional Engineer(BSS), counter signed by Divisional Engineer(BSS) and DGM BSS and to be forwarded to Asst. General Manager(Mob.Plg), O/o Principal General Manager Telecom, Ernakualm – 682016., during the first week of the succeeding month. . In the case of direct payment of Diesel cost to Oil companies as specified in Section 3 part B, any excess Diesel cost incurred after applying the capping will be recovered from the vendor from the Monthly bills submitted. Amount to be deducted from bidder ( Under column 20 in the reconciliation statement –Annexure-VII) , may be deducted from the monthly bill and passed invoice may be forwarded to Asst. General Manager(Mob.Plg), O/o Principal General Manager Telecom, Ernakualm – 682016, after completing all ERP formalities. 8 Bidder shall submit Monthly reports: “Monthly Performance Reports” duly signed by BSNL Sub Divisional Engineer in charges (Format as per Annexures IV, V and VI) and countersigned by concerned Divisional Engineer (BSS). 9 Payment will be made by BSNL Central Settlement Cell, Thiruvananthapuram through NEFT /RTGS. Necessary bank details has to submitted by the contractor to BSNL. 10 The bidder has to give the mandate for receiving payment electronically and the charges, if any, levied by bank has to be borne by the bidder/ contractor/contractor. The bidder company is required to give the following information for this purpose:-

a. Beneficiary Bank Name:

b. Beneficiary branch Name:

c. IFSC code of beneficiary Branch

d. Beneficiary account No.:

e. Branch Serial No. (MICR No.): f. Type of A/c ( Saving / Current )

Signature of bidder 35

6. PRICES

6.1 Prices charged by the contractor for goods delivered and services performed under the contract shall not be higher than the prices quoted by the Contractor in its Bid except for variation caused by change in taxes/ duties as specified in Clause-6..2 mentioned below. 6.2 For changes in taxes/ duties during the scheduled delivery period, the unit price shall be regulated as under:

a. Prices will be fixed at the time of issue of purchase order as per taxes and statutory duties applicable at that time b. In case of reduction of taxes and other statutory duties during the scheduled delivery period, BSNL shall take the benefit of decrease in these taxes/ duties for the supplies made from the date of enactment of revised duties/taxes.

c. In case of increase in duties/taxes during the scheduled delivery period, the BSNL shall revise the prices as per new duties/ taxes for the supplies, to be made during the remaining delivery period as per terms and conditions of the purchase order.

6.3 Any increase in taxes and other statutory duties/ levies, after the expiry of the delivery date shall be to the contractor's account. However, benefit of any decrease in these taxes/duties shall be passed on to the BSNL by the contractor. The total price is to be adjusted (by reducing the basic price) with increased duties and taxes as per price mentioned in PO/ SERVICE ORDER.

7. CHANGES IN PURCHASE ORDERS

7.1 The BSNL may, at any time, by a written order given to a contractor, make changes within the general scope of the contract in any one or more of the following:

a. drawings, designs or specifications, where Goods to be supplied under the contract are to be specifically manufactured for the BSNL;

b. the method of transportation or packing;

c. the place of delivery; or

d. the services to be provided by the contractor.

7.2 If any such change causes an increase or decrease in the cost of, or the time required for the execution of the contract an equitable adjustment shall be made in the contract price or delivery schedule, or both, and the contract shall accordingly be amended. Any proposal by the contractor for adjustment under this clause must be made within thirty days from the date of the receipt of the change in order.

Signature of bidder 36

8. SUBCONTRACTS

The Bidder will not be permitted to subcontract the service.

9. LIQUIDATED DAMAGES

The liquidated damages shall be levied in accordance with Section 3, Part B , Clause 7 ( 7.1 and 7.2)

10. BID SECURITY / EMD

11. The bidder shall furnish, as part of its bid, a bid security as mentioned in Section- 1 12. The bid security of the unsuccessful bidder will be discharged/ returned as promptly as possible and within 30 days of finalization of the tender or expiry of the period of the bid validity period prescribed by the BSNL , whichever is earlier. 13. In case of successful Bidders, the BID SECURITY/EMD shall be converted as performance security on receipt of their acceptance of WORK ORDER and balance amount only is to be paid. EMD of all unsuccessful Bidders should be released on placement of work order with the successful bidders. This should be done as early as possible.

13.1 Where BSNL requests the Bidder to extend the validity of the Bid beyond the stipulated period given in the Bid documents, and the bidder refuses to extend the validity of its bid, the EMD of such Bidders shall be returned forthwith. In such cases, the bidder shall not be considered for further evaluation or ordering. 13.2 The bid security may be forfeited:

a) If the bidder withdraws or amends its bid or impairs or derogates from the bid in any respect during the period of bid validity specified by the bidder in the bid form or extended subsequently; or

b) In the case of successful bidder, if the bidder fails to sign the contract in accordance with clause 28

(c) The front bidder shall submit an irrevocable undertaking in non-judicial stamp paper of appropriate value duly signed by it and its technology/ consortium partner stating that both of them i.e. the front bidder and its technology/ consortium partner shall be liable for due performance of the contract jointly and severally, failing which both of them shall be liable to be barred from participating in future tenders/EOIs/ RFPs of BSNL for a period of two years.

Signature of bidder 37

11. FORCE MAJEURE

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

2. delayed by reasons of any such event for a period exceeding 60 days, either party may, at its option, terminate the contract. 3. Provided, also that if the contract is terminated under this clause, BSNL shall be at liberty to take over from the Contractor at a price to be fixed by BSNL, which shall be final, all unused, undamaged and acceptable materials, bought out components and stores in course of manufacture which may be in possession of the Contractor at the time of such termination or such portion thereof as BSNL may found deemed fit, except such materials, bought out components and stores as the contractor may with the concurrence of BSNL elect to retain.

12. TERMINATION FOR INSOLVENCY

BSNL may at any time terminate the Contract by giving written notice to the contractor without compensation to the contractor. If the contractor becomes bankrupt or otherwise insolvent as declared by the competent court provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to BSNL

Signature of bidder 38

13. ARBITRATION

13.1 In the event of any question, dispute or difference arising under this agreement or in connection there-with (except as to the matters, the decision to which is specifically provided under this agreement), the same shall be referred to the sole arbitration of the Principal General Manager Telecom BSNL PGMT Ernakulam or ANY OTHER PERSON APPOINTED BY HIM. In case his designation is changed or his office is abolished, 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 function of the Head of SSA or by whatever designation such officers may be called (hereinafter referred to as the said officer).In the event of such Arbitrator to whom the matter is originally referred to vacates his office on resignation or other wise or refuses to do work or neglecting his work or being unable to act as Arbitrator for any reasons whatsoever, the PGMT BSNL Ernakulam shall appoint another person to act as Arbitrator in the place of outgoing Arbitrator and the person so appointed shall be entitled to proceed further with the reference from the the stage at which it was left by the predecessor and that the award of the arbitrator shall be final and binding on both the parties. Service provider will have no objection in any such appointment that arbitrator so appointed is an employee of BSNL or a Government servant or that he has to deal with the matter to which the matter to which the agreement relates or that in the course of his duties as a BSNL employee he has expressed his views on all or any of the matters in dispute.The adjudication of such Arbitrator shall be governed by the provisions of the Arbitrator and conciliation Act 1996,or any statutory modification or re- enactment thereof or any rules made thereof. 13.2 The arbitrator may from time to time with the consent of both the parties enlarge the time frame for making and publishing the award. Subject to the aforesaid, Arbitration and Conciliation Act, 1996 and the rules made there under, any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this clause. 13.3 The venue of arbitration shall be office of the Principal General Manager Telecom, BSNL Bhavan, Ernakulam – 682016, or such other places as the arbitrator may decide.

14 SET OFF

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

15.COURT JURISDICTION

15.1 Any dispute arising out of the tender/ bid document/ evaluation of bids/ issue of APO / Work Order shall be subject to the jurisdiction of the competent court at the place from where the NIT/ tender has been issued. 15.2 Where a contractor has not agreed to arbitration, the dispute/ claims arising out of the Contract/ PO entered with him shall be subject to the jurisdiction of the competent Court at the place from where Contract/ PO has been issued.

Accordingly, a stipulation shall be made in the contract as under. “This Contract/ PO is subject to jurisdiction of Court at Ernakualm only”.

Signature of bidder 39

SECTION VI Passport size Photograph (To BIDDER'S PROFILE be pasted) of the Bidder / authorized Signatory holding Power of Attorney with signature on the front side of Photo graph overlapping the form

1 Name of the bidder

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.a Telephone No. (with STD code)

4.b Mobile No.

4.c Fax No.

4.d E-Mail Address

5 Registration & incorporation particulars of the firm (Please attach attested copies of documents of registration / incorporation of your firm with the competent authority as required by business law) 5.a Proprietorship 5.b Partnership 5.c Private limited 5.d Public limited 6 Name of Proprietor/Partner/Directors

7 PAN No

8 Service Tax Registration No

Has the firm been blacklisted by any Organization? If so, attach details thereof. * Is the Bidder aware of all the Rules and Guidelines of Government on the subject of tender? (Write REQUIRED or NO)

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

Place: Signature of bidder /authorised signatory Date: Name & Seal of the bidder

Signature of bidder 40

SECTION VII UNDERTAKING & DECLARATION

For understanding the terms & conditions of Tender & Specification of work.) Certified

that

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

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

The bidder hereby covenants and declares that:

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

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

3. No addition/deletion/corrections have been made in the downloaded tender document being submitted and it is identical to the tender document appearing on the website.

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.

Date:------Signature Of Bidder.

Place------Name of bidder Along with date & seal.

Signature of bidder 41

SECTION VII

No Near relative certificate

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

Signature of the Bidder

Note: The near relatives for this purpose are defined as :

A. Members of a 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) and son’sWife (Daughter-in-law) , Daughter(s) and daughter’s husband (Son-in-law),Brother(s) and brother’s wife, sister(s) and sister’s husband (Brother-in-law) Note: In case of proprietorship firm, certificate will be given by the proprietor, for partnership firm , certificate will be given by all the partners and in case of Private Ltd. Company, by all the directors of the company.

Signature of bidder 42

SECTION XI

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.

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 bidder 43

SECTION X

UNDERTAKING REGARDING GENUINENESS OF THE DOCUMENTS / INFORMATION SUBMITTED

I, Shri / Smt...... Son / Daughter of Shri...... do hereby undertake that all the documents / certificates submitted by me with this tender ( E Tender for Diesel Filling,Housekeeping, bush cutting & manual assistance at BTS sites in Ernakulam SSA) are true and are exact copies of the original documents / certificates are available with me.

I further undertake that if at any time any information furnished in the documents / certificates submitted by me are found to be false, BSNL will have every right to take suitable action against me including forfeiture of my EMD / Performance Security Deposit, termination of my contact agreement and / or black-listing of my contract as deemed fit.

Place: Signature of bidder / Authorised signatory

Date: Name & Seal of the bidder

Signature of bidder 44

SECTION XI

MUTUAL NON-DISCLOSURE AGREEMENT

FOR DIESEL FILLING, HOUSE KEEPING, MANUAL ASSISTANCCE, AND BUSH CUTTING IN GSM BTS SITES IN ERNAKULAM SSA

Tender No. MP/ NIT/ HK_DF-/2016-17/1 Dated at ENK the 31-12-2016 This Agreement is made as of the ______between Bharat Sanchar Nigam Limited (A Government of India Enterprise), O/o Principal General Manager BSNL,Ernakulam, Cochin-682016 having its registered office at 10th Floor, Statesman House, B-148, Barakhamba Road, New Delhi-110001 herein after called “BSNL” which expression shall unless repugnant to the subject or the context mean and included its successors, nominees or assign and M/s ………………………………… (herein after referred to as the “Bidder”) which expression shall unless repugnant to the subject or the context mean and include its successors, nominees or assigns…………………………..order to pursue the mutual business purpose specified in Exhibit A (the "Business Purpose"), BSNL and Bidder recognize that there is a need to disclose to one another certain confidential information of each party to be used only for the Business Purpose and to protect such confidential information from unauthorized use and disclosure. In consideration of the other party's disclosure of such information, each party agrees as follows: 1. This Agreement will apply to all confidential and proprietary information disclosed by one party to the other party, including information listed in Exhibit A and other information which the disclosing party identifies in writing as confidential before or within thirty days after disclosure to the receiving party ("Confidential Information"). 2. Each party agrees (i) to hold the other party's Confidential Information in strict confidence, (ii) not to disclose such Confidential Information to any third parties, and (iii) not to use any Confidential Information for any purpose except for the Business Purpose. Each party may disclose the other party's Confidential Information to its responsible employees with a bona fide need to know, but only to the extent necessary to carry out the Business Purpose. Each party agrees to instruct all such employees not to disclose such Confidential Information to third parties, including consultants, without the prior written permission of the disclosing party. 3. Confidential information will not include information which: (i) is now, or hereafter becomes, through no act or failure to act on the part of the receiving party, generally known or available to the public: (ii) Was acquired by the receiving party before receiving such information from the disclosing party and without restriction as to use or disclosure; (iii) Is hereafter rightfully furnished to the receiving party by a third party, without restriction as to use or disclosure: (IV) is information which the receiving party can document was independently developed by the receiving party; (v) is required to be disclosed pursuant to law, provided the receiving party uses reasonable efforts to give the disclosing party reasonable notice of such required disclosure; or (vi) Is disclosed with the prior written consent of the disclosing party. 4. Each party agrees not to remove any of the other party's Confidential Information from the premises of the disclosing party without the disclosing party's prior written approval. Each party agrees to exercise extreme care in protecting the confidentiality of any Confidential Information which is removed, only with the disclosing party's prior written approval, from the disclosing party's premises. Each party agrees to comply with any and all terms and conditions the disclosing party may impose upon any such approved removal, such as conditions that the removed Confidential Information and all copies must be returned by a certain date, and that no copies are to be making off of the premises. 5. Upon the disclosing party's request, the receiving party will promptly return to the disclosing party all tangible items containing or consisting of the disclosing party's Confidential Information all copies thereof. 6.Each party recognizes and agrees that nothing contained in this Agreement will be construed as granting any rights to the receiving party, by license or otherwise, to any of the disclosing party's Confidential Information except as specified in this Agreement.

Signature of bidder 45

7. Each party acknowledges that all of the disclosing party's Confidential Information is owned solely by the disclosing party (or its licensors) and that the unauthorized disclosure or use of such Confidential Information would cause irreparable harm and significant injury, the degree of which may be difficult to ascertain. Accordingly, each party agrees that the disclosing party will have the right to obtain an immediate injunction enjoining any breach of this Agreement, as well as the right to pursue any and all other rights and remedies available at law or in equity for such a breach. 8. This Agreement will be construed, interpreted, and applied in accordance with the laws of India. Subject to terms and conditions regarding the removal of Confidential Information as set forth under relevant Sections, this Agreement and Exhibit A attached hereto are the complete and exclusive statement regarding the subject matter of this Agreement and supersede all prior agreements, understandings and communications, oral or written, between the parties regarding the subject matter of this Agreement. 9. This Agreement will remain in effect for five years from the date of the last disclosure of Confidential Information, at which time it will terminate.

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

Signature Signature Printed Name Printed Name Title Title

Seal Seal

Exhibit A 1. Business Purpose: To carry out Annual Maintenance of Infrastructure Equipments (Reference: Tender No :…………………….)

2. Confidential Information of Bidder

3. Confidential Information of Bharat Sanchar Nigam Limited (BSNL):

 The equipment details including the configurations.  All information shared in oral or in written form by BSNL with Bidder

Bidder Company Name Bharat Sanchar Nigam Limited Signature Signature Printed Name Printed Name Title Title

Seal Seal

Signature of bidder 46

SECTION XII SERVICE CONTRACT AGREEMENT FOR DIESEL FILLING, HOUSE KEEPING,MANUAL ASSISTANCE AND BUSH CUTTING IN GSM BTS SITES IN ERNAKULAM SSA as per

Tender No. MP/ NIT/ HK_DF-/2016-17/1 Dated at ENK the 31-12-2016

This agreement is made on ………………. between PGMT BSNL, Ernakulam , a unit of M/s Bharat Sanchar Nigam Limited, a company registered under the Companies Act 1956 having license to provide all types of telecom services and having its registered office at Bharath Sanchar Bhavan,HC Mathur Lane, Janpath Road, New Delhi – 110 001 (hereinafter called the BSNL) of the ONE PART The term “BSNL” unless repugnant to the context, shall include its successor and persons nominated or appointed by BSNL and interlaid, deal with supervision of the execution of the agreement. AND ...... having its registered office at...... hereinafter called CONTRACTOR which expression shall unless repugnant to the context, include its successors in business, legal representatives and administrators or permitted assigns) of the OTHER PART for Diesel filling, House keeping, Manual assistance and bush cutting at GSM BTS sites Ernakulam SSA. The term/expression “Contractor” shall, unless repugnant to the context, include its successor/assignees in business, administrators, liquidator or legal representative of the company (the second Party to the agreement) BSNL and the Contractor which are parties to this agreement shall be collectively be referred to as “the Parties” and individually as “Party” WHEREAS the Contractor has made the offer to duly comply with all the provisions, terms and conditions of the aforesaid tender and its clarifications pertaining to Service contract for Diesel filling, House keeping, Manual assistance and Bush Cutting activities at the GSM BTS sites in Ernakulam SSA after making himself fully aware and understanding fully the implications of the terms and conditions mentioned thereof and submitted the acceptance of the the APO issued vide No. …………….. vide their letter …………. submitting also the required performance security and acceptance for APOs. AND WHEREAS pursuant to the understanding of the Parties the Contractor has agreed for Diesel filling, House keeping and manual assistance and bush cutting activities in GSM BTS sites as listed in Annexure XI and XII and as per the scope of the work as detailed in Section 3 Part A, supporting BSNL for Diesel filling and House keeping , Bush Cutting and manual assistance in GSM BTS sites. NOW the AGREEMENT WITNESSETH as follows: 1. EFFECITVE DATE OF CONTRACT: This Agreement will be effective from … 2. PERIOD OF CONTRACT This Agreement shall remain in force for a period of One Year from the date of start of SERVICE CONTRACT i.e. with effect from …. (“SERVICE CONTRACT Period”) for Diesel filling, House keeping, Bush Cutting and manual assistance in the GSM network of Ernakulam SSA and as listed in Annexure 11. and as per the scope of work as defined in Section 3 Part A. 3. EXTENSION OF THE CONTRACT The BSNL reserves the right to extend the SERVICE CONTRACT period further for a period maximum of One year duration with the same contractor after the expiry of the SERVICE CONTRACT period. The payment of the same will be made on the same rates with the applicability of all terms and conditions as mentioned in this agreement and the bid document. The contractor(s) shall submit the requisite Performance Bank Guarantee equal to the 10% amount of the annual estimated cost of contract of one year and having validity of One more year before start of the SERVICE CONTRACT agreement for the extended period. 4. SCOPE OF THE CONTRACT 4.1 This document describes the services that would be delivered by the contractor during the SERVICE CONTRACT period. The one year SERVICE CONTRACT period starts from …… …..to………..The scope of this CONTRACT to be followed are the , diesel filling, housekeeping, bush cutting and Manual assistance

Signature of bidder 47 keeping activities in the GSM BTS sites in Ernakulam SSA. Scope of work in detail is listed in Section 3 Part A. 4.2 The SoR quantity mentioned in this contract agreement can be changed (for addition/deletion of sites) in accordance with relevant clause of this agreement.. 4.3 The contact details of support personnel covered under this contract shall be as set in Annexure- 1. Complaint escalation matrix and contact details of Work Supervisor are in Annexure-1 . 4.4 The classification of performance deviations - major and minor and penalty applicable are set in Section 7,Part B, Clause 4, of this SERVICE CONTRACT agreement. 4.5 The detailed classification and scope of work of the SERVICE CONTRACT shall be as set in Section 3 Part A and B. 5. TECHNICAL SPECIFICATION 5.1 Contractor shall be responsible to have their own teams to perform the day-to-day works as per this contract. The persons utilized by the contractor for house keeping and manual assistance shall be capable of assisting in related BSS/NQM activities. The persons shall necessarily have a Two-wheeler and a mobile connection. HK personnel shall visit the BTS Site, minimum once in a day to carry out the activities listed in scope of work listed in Section 3 Part A. They shall also attend to the works on call basis whenever there is such requirement, at any time. The persons utilized by the contractor shall preferably be a local resident who shall reach the site within half an hour of getting the calls. 5.2 This contract is valid for a period of one year. However BSNL reserves the right to extend the duration of CONTRACT for further six months, at the same rate and terms & conditions. 5.3 BSNL also reserves the right to terminate this agreement at any time, by giving an advance notice of one month. 5.4 The BTS locations of the sites under this contract and the Division wise summary are listed in Annexure –XI and XII 5.5. BSNL reserves the right to vary the quantity as per Section 1 of the tender. 5.6. BSNL reserves the right to change the BTS locations under the contract, with 7 days notice. The Contractor has to continue the support as per this contract in the changed locations. 5.7. Diesel purchasing shall be from Public sector Oil companies or any other agencies approved by BSNL. Based on the MOU by BSNL with Oil Companies like IOC/BPCL/HPC. Petro/Fleet cards are arranged by BSNL. , Diesel purchase shall be with Petro/Fleet card as mentioned in Section 3, Part B of tender. 5.8. As per this CONTRACT, the contractor has to ensure that there is no BTS outage due to delay in Diesel filling or unsatisfactory house keeping/ manual assistancce support. 5.9 Contractor shall station sufficient number of Persons to support the services as per this contract. Persons shall be placed in such a way that they are able to carry out the day to day activities as mentioned in the scope of work in Section 3 Part A and also to ensure compliance to performance indicators given in clause 5.9, Section 3, Part-B. Minimum HK 1 person shall be available for a cluster of 12 BTS sites in Urban (Municipal/Corporation) areas, 8 BTS sites in rural areas and 4 persons in hard areas, the details of these personal shall be attached as Annexure- 1 by the Contractor. There shall be one Work supervisor. In case of any changes in the supervisor/personnel utilized, the same is to be done only after 7 days notice to the concerned DE(BSS) in charge. 5.10 The Work Supervisor will be the single point of contact in each Division. The Petrocard/Fleet cards will be handed over to the Work supervisor under acquitance. The safe custody of Petrocard/Fleet card and ensuring its proper handling is solely the responsibility of the Contractor. On the termination of the Agreement/contract period, the Petrocard/Fleet cards are to be handed over to BSNL. 5.11 Monitoring and supervision of diesel filling/ house keeping activities. The basic responsibility for Monitoring of the DF/HK activities is with the contractor as per the tender. They will identify Work Supervisors in every Division for monitoring/coordination of all the activities in the Division. Photo Identity cards for Supervisory staff and other field staff are to be issued by the contractor within one month from the date of signing service contract with BSNL Mobile services. The contractor will make all necessary steps for checking /to supervise diesel filling / house keeping / bush cutting/ manual assistance activities to comply with the tender and agreement terms and conditions. On the day of Diesel filling in any route, advance intimation on the detailed plan will be communicated by the Contractors’ supervisor to the concerned SDE(BSS) over telephone. Sample checking wherever required at the time of diesel filling will be done by BSNL field officers. Wherever the run hour meter of DG is faulty, Signature of bidder 48

Diesel filling is to be done in the presence of any authorized person of BSNL, the SDE(BSS) will make arrangement for this on the day of Diesel Filling. Also a confirmation SMS will be sent to the SDE (BSS) after the diesel filling in each site indicating the site name & quantity filled. Up-dating of the log book including DG run hour meter reading , diesel available, filled etc as per the format specified will be done by the Supervisor of the Contractor at the time of Diesel filling. Also the DG run /Diesel available details are to be entered in the logbook on a Daily basis by the HK person. This will be verified and countersigned by SDE / JTO (BSS) periodically. After completion of diesel filling, consolidated statement indicating the petro card no., total diesel purchased, site –wise diesel filling details etc. will be forwarded to the concerned SDE (BSS) on the same day through e-mail. Recoupment of money in Petrocard account will be done from BSNL only after confirmation that the total sales in a month has not exceeded 10% more than the average of previous 3 months sales (as per Petrocard account). Whenever the total sales from Petrocard has exceeded that of the 3months’ average (in the corresponding area), the contractor has to submit a justification to BSNL for further recoupment of money. Recoupment more than 10% of previous 3 months average will be considered only after acceptance of the justification submitted by the contractor by the competent authority of BSNL. 5.12. Contractor shall ensure that the persons utilized are competent, responsible, reliable and are capable of meeting the service obligations as per the contract. If the performance of any person is found to be unsatisfactory, such persons shall be replaced within 7 days of notice. If the total numbers of notices necessitated on unsatisfactory performance during the contract period are more than 25% of the total number of sites under House keeping contract, then the competent authority of BSNL may consider termination of the contract. 5.13. The Contractor shall provide proper identity card to the persons utilized/ subcontractors which shall be carried by the persons while on duty 5.14. The Contractor shall support/co-ordinate with other agencies working at the BTS site, which are authorized by the BSNL. 5.15. No staff deployed directly or indirectly by the contractor for the CONTRACT service would have any claim in any way for getting future employment in BSNL. 6. Quantum Of Work Site wise details for Diesel filling , House keeping, bush cutting and manual assistance is attached as Annexure XI and XII . 6.1 Any addition / removal of equipment under the SERVICE CONTRACT will be intimated to the contractor. . The SERVICE CONTRACT will be recalculated on a pro-rata basis from the date of change at the tender approved rates. SERVICE contract as per the original terms and conditions will be valid for such added items also. Such addition/ removal will be subject to the relevant tender clauses. 6.2 RIGHT TO VARY QUANTUM OF WORK: BSNL shall have the right to increase or decrease the QUANTUM OF WORK up to 25% of the total requirement as specified in the schedule of requirement specified in the tender without any change in the unit price or other terms and conditions during the operation of contract. 6.3.The Contract amount will be calculated on a pro-rata basis for such additions during the monthly period (based on the number days). Terms and conditions and rates as per this agreement and tender will be applicable for such additions also. 6.4 In addition to the above, BSNL, may at its discretion change the quantum of work awarded to the bidders, based on the performance of the bidders during the contract period, after giving 1 month notice. 7. SERVICE CONTRACT CHARGES 7.1 The Quarterly SERVICE CONTRACT charges inclusive of all the taxes levies excluding Service Tax and duties payable under this agreement shall be as herein under: ...... 7.2 The contract values given in the relevant tender clause are based on the SoR listed in Sec-3 PartC . Subject to the variation of quantity of items in the list under Annexure XI and XII , the contract value will be changed. 7.3 All inclusive SERVICE CONTRACT rate per unit per annum for the SERVICE CONTRACT items is given below: Signature of bidder 49

TENDER APROVED RATES (ALL EXCLUSIVE) FOR SERVICE CONTRACT ITEMS: 8.. PAYMENT TERMS 8.1. The CONTRACT charges shall be paid by BSNL on monthly basis at the end of each month from the beginning of CONTRACT 8.2 This price is total composite inclusive of all levies and taxes, insurance and incidental charges etc. 8.3 Reconciliation of Diesel cost will be done by the bidder on a monthly basis, based on the invoice raised by the contractor. The Diesel Reconciliation Reports are to be prepared Sub Division Wise by the bidder based on the logbook entries after applying the capping based on run hour meter as specified in relevant clauses. The invoices are to be prepared subdivision wise, duly got signed by Sub Divisional Engineer (BSS), counter signed by DE(BSS) and DGM BSS and to be forwarded to AGM(Mobile Planning), O/o PGM, BSNL, Ernakulam-682016 during the first week succeeding month. In the case of direct payment of Diesel cost to Oil companies as specified in Section 2, any excess Diesel cost incurred after applying the capping will be recovered from the vendor from the Monthly bills submitted. 8.4 The contractor shall submit monthly invoices BSS sub division wise on the first day of the succeeding month with the following documents. (i) Monthly performance report for DF&HK, Manual assistance and bush cutting along with quantity and site list signed by SDE BSS and countersigned by DE BSS. (ii) Monthly Diesel reconciliation statement as per annexure VII signed by the bidder along with the hard copies of the receipts for having drawn and paid the diesel(soft copy of the statement must be forwarded to SDE(BSS) for verification before 5th of every month) and site wise diesel filing data in Excel as per Annexure VIII (to be mailed to SDE (BSS) concerned after the utilization of each transaction of petro card for uploading in ERP) (iii) Test run report if CPH is higher than the site wise CPH mentioned in tender. (iv) List showing the details of supervisor, HK/rigger/manual assistance as per Annexure 1 (v) Copies of authenticated documents of payments of such contribution of EPF Authorities (ECR Etc) and ESI. 8.5 Incomplete bills and bills without any one of the document will be rejected. The payment of the employees should be made through bank and a copy of payment should be submitted in the next bill. 8.6The compensation for interruption of service rendered by the Contractor, or cost of materials or stores lost or damaged while carrying out the work or cost of defective components, spares or tools towards damage of other utility services while carrying out the work will be deducted from the bills submitted for payment. The Security Deposit shall be considered for adjustment against compensation/other sum due, only at the time of financial settlement of bills. 8.7 BSNL’s decision will be final on all matters relating to the work and will be binding on the contractor 8.8 Based on the performance reports and Diesel reconciliation statements, the invoice will be processed and settled after accounting any penalty/over payment in Petrocard.TDS shall be deducted before actual payment. 8.9 In case of downward revision of statutory levies/Taxes during the contract period, such benefits will be passed on to BSNL. In the case of Diesel filling with Petrocard/Fleet card, payment to Oil Companies will be done by BSNL directly. There will be monthly reconciliation with the log book data on Diesel filling and DG run hours in run hour meter, the reconciliation report to be submitted by the Contractor on a monthly basis. Diesel cost incurred from BSNL will be limited to actual consumption based on log book after applying the ceiling limit based on the consumption computed with run hour meter reading and per hour consumption indicated in this contract agreement. 8.10 Sub-division-wise monthly diesel reconciliation report in the specified format in Annexure VII , will be prepared by the contractor, based on the entry in the Log Book and DG run hour meter reading etc. The soft copy will be forwarded by email and signed copy of report along with photocopy of relevant pages of log book will be submitted to the concerned SDE (BSS) by the Supervisor of Contractor. This will be verified and certified by concerned SDE (BSS) based on the log book data / DG run hour reading other data available through DG ON alarms in OMC Web/IOC Petro card statements / data submitted by the contractor after diesel filling etc. Any extra cost incurred will be the responsibility of the contractor, which will be deducted from the Monthly invoices of the Contractor. If the diesel cost through

Signature of bidder 50

Petro/ fleet card is found to be less than the diesel consumption based on mileage, the contractor will not have any claim for the additional cost. Whenever the total Diesel cost incurred in a month exceeds 10% more than the cost during the previous month, the contractor has to submit specific report with justification for the increase in cost. Additional money in Petrocard will be arranged for that month only on acceptance of the report by BSNL. Otherwise any extra cost for Diesel during the month is to be arranged by the contactor. 8.11 Whenever there is a requirement of Diesel purchase directly by the Contractor , reimbursement of such Diesel cost will be done on a monthly basis, based on the invoice raised by the contractor . When the Petrocard is in use, any such direct purchase contractor shall be on formal request from BSNL. In such cases, the Diesel invoices are to be prepared and submitted by the contractor on a monthly basis along with Diesel reconciliation statement in the specified format. Payment will be based on logbook entry after applying the ceiling limits as mentioned in 8.3. The bills ,will be verified, passed & forwarded by BSNL representative based on the consumption in litres/ Hr indicated in the tender document. 9. PAYMENT TO THE SERVICE PERSONNEL BY THE CONTRACTOR: 9.1 The persons employed by the contractor are to be paid by the contractor with fair wages as per Labour Laws of Central/State Government. Other benefits to the persons like Bonus, ESI, Gratuity, PF etc., are complete responsibility of the contractor. Any injury/mishap caused to the worker during the course of work shall be the responsibility of the contractor. 9.2. The contractor is governed by the Workman’s Compensation Act in case of any claim by the persons employed by him/her/firm. The Service Contractor shall indemnify BSNL of all claims made by the employees of the service contractor. 9.3. Contractor shall have insurance / Group insurance scheme for the employees deployed for the CONTRACT. 10. Performance BANK GUARANTEE The Contractor have to submit a performance bank guarantee for the amount equivalent to 10% of the annual estimated cost of contract charges for i.e. for Rs …….. and the PBG shall be kept valid for 24 months from the date of signing of the agreement . 11 FAULT BOOKING AND ESCALATION PROCEDURE: 11.1 The Contractor would set up an office and help desk with sufficient number of staff in designated place in Kerala to accept telephone calls/SMS/email from BSNL officers. 11.2. The contractor shall coordinate with OMCR and field level BSNL officers (BSS) to schedule and monitor the Diesel filling and House keeping activity. Arrangement to collect ‘Low fuel Alarms’ from OMCR is to be done by the contractor. Responsibility to communicate the centrally collected information from OMCR alarms or by SMS/calls/email, to the concerned field persons is with the contractor. 11.3. The contractor shall provide the contact details of all the persons/agencies marked for Diesel filling activity and House Keeping works to the concerned BSS officers. In case of any change of persons, it shall be with advance intimation to the concerned BSNL officers with the changes in contact details, if any. 12.MAINTENANCE OF CALL DOCKETS, LOG BOOKS 12.1 The Contractor will also maintain the logbook at each site (to be kept with BSNL) where in the Daily routine visits/ checks, activities done as part of House Keeping, Diesel filling and DG run details are to be entered on a daily basis. The same shall be countersigned by the concerned BSNL in-charge for reference. The format of the logbook that will be kept at BTS site for recording the events is attached as Annexure II & III. 12.2. Officer in charge/duty officer of the BSNL site shall carefully monitor the entries and countersign the logbook periodically. 12.3. The Contractor shall also maintain a consolidated record of the activities carried out as per this contract, a copy of which along with performance reports from field unit is to be submitted along with the invoice for payment on a monthly basis. 12.4. In order to ensure the security of the network, contractor has submitted the signed Non-Disclosure Agreement as per the tender conditions.. 12.5. Contractor shall ensure that the agencies or any other representative concerned for support strictly adheres to BSNL’s Third Party Connection Acceptable Use Policy which is as follows: a.Any change on equipment shall not be permitted unless instructed from BSNL side. b. Passwords/locking system on any equipment will be set by BSNL representatives and shall not be changed by contractor’s representative without the approval from concerned BSNL officer. Signature of bidder 51 c. Contractor shall notify BSNL, when its employee who has access to BSNL Equipment/configuration leaves the company or is transferred to another position which no longer requires access. Also the contractor shall surrender/cancel the ID cards of the employees who leave the company. d. Contractor or its representatives shall not make a change on any system that is not directly related to his job/duty. 13 Classification of faults and Rectification time 13.1 Classification of Performance Deviations and Rectification time Classification Description of Category (i) BTS failure due to non availability of Diesel in DG where the filling is under the Major scope of the vendor. (ii) BTS failure due to unsatisfactory support in House Keeping activities which leads to prolonged outage for more than 24 hrs. (iii) BTS failure due to unsatisfactory or no timely support in manual assistance/Rigger activities which leads to prolonged outage for more than 24 Hrs (i) DG not working due to non-filling of Diesel, but BTS working on EB/Battery. (ii) Non-compliance to the House keeping activities. Up to 24 hrs related to a specific instance will be treated as 1 minor deviation. Minor (iii) Non-compliance to the manual assistance/Rigger (Each instance of the above deviation will be treated as one minor deviation) 13.2. Penalties: The Contractor, if fails to comply to the service obligations and it reflects in Performance deviations as per 13.1 shall be liable to pay penalty as given below: 13.2.1 Major Deviation : BTS failure due to Major deviations as per this contract clause 13.1 shall have a penalty of Rs 3000/- per hour/failure. 13.2.2 Minor: A penalty of Rs.500/ minor deviation(instance)will be imposed on all minor deviations. 13.2.3 Penalties being charged for non-rectification of faults attributable to the contractor shall not exceed 25% of the total contracted value of the relevant period. There will be site-wise capping of 25% on penalty only in the case of House Keeping Activity. Deviations due to BSNL reasons will be exempted from Penalties. 14.DISPUTES In case of any disputes about the nature of faults and delay in rectification of faults/repairs and penalties imposed, shall be decided mutually on case to case basis. Any disputes which cannot be settled by mutual discussion shall be settled in accordance with the process set out in clause 19 herein under. 15. FORCE MAJEURE 15.1 If, at any time, during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract is prevented or delayed by reasons of any war or hostility, acts of the public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes, lockouts or act of God (hereinafter referred to as events) provided notice of happenings of any such eventuality is given by either party to the other within 21 days from the date of occurrence thereof, neither party shall by reason of such event be entitled to terminate this contract nor shall either party have any claim for damages against other in respect of such non-performance or delay in performance, and deliveries under the contract shall be resumed as soon as practicable after such an event come to an end or cease to exist, and the decision of the BSNL as to whether the deliveries have been so resumed or not shall be final and conclusive. Further that if the performance in whole or part of any obligation under this contract is prevented or delayed by reasons of any such event for a period exceeding 60 days, either party may, at its option, terminate the contract. 15.2 Provided, also that if the contract is terminated under this clause, the BSNL shall be at liberty to take over from the Contractor at a price to be fixed by the BSNL, which shall be final, all unused, undamaged and acceptable materials, bought out components and stores in course of manufacture which may be in possession of the Contractor at the time of such termination or such portion thereof as the BSNL may deem fit, except such materials, bought out components and stores as the Contractor may with the concurrence of the BSNL elect to retain. 16. ACTION BY BSNL AGAINST BIDDER(S)/ VENDOR(S) IN CASE OF DEFAULT. In case of default by Bidder(s)/ Vendor(s) such as (a) Failure to perform any other obligation(s) under the Contract; and or any other default as per clause Signature of bidder 52

4.1 of section 2 B, BSNL will take action as specified in clause 4.2 of section 2 B 17. ARBITRATION 17.1 In the event of any question, dispute or difference arising under this agreement or in connection there-with (except as to the matters, the decision to which is specifically provided under this agreement), the same shall be referred to the sole arbitration of the Principal General Manager BSNL, Ernakulam or in case his designation is changed or his office is abolished, then in such cases to the sole arbitration of the officer for the time being entrusted (whether in addition to his own duties or otherwise) with the functions of the Principal General Manager BSNL, Ernakulam or by whatever designation such an officer may be called (hereinafter referred to as the said officer), and if the Principal General Manager BSNL, Ernakulam or the said officer is unable or unwilling to act as such, then to the sole arbitration of some other person appointed by the Principal General Manager BSNL, Ernakulam or the said officer. The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act 1996 as amended from time to time. There will be no objection to any such appointment on the ground that the arbitrator is a Government Servant or that he has to deal with the matter to which the agreement relates or that in the course of his duties as a Government Servant he has expressed his views on all or any of the matters in dispute. The award of the arbitrator shall be final and binding on both the parties to the agreement. In the event of such an arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reason whatsoever, the Principal General Manager BSNL, Ernakulam or the said officer shall appoint another person to act as an arbitrator in accordance with terms of the agreement and the person so appointed shall be entitled to proceed from the stage at which it was left out by his predecessors. 17.2 The arbitrator may from time to time with the consent of both the parties enlarge the time frame for making and publishing the award. Subject to the aforesaid, Arbitration and Conciliation Act, 1996 and the rules made there under, any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this clause. 17.3 The venue of arbitration shall be office of the Principal General Manager BSNL, Ernakulam, or such other places as the arbitrator may decide. 18. SET OFF Any sum of money due and payable to the contractor (including security deposit refundable to him) under this contract may be appropriated by the BSNL or the BSNL or any other person(s) contracting through the BSNL and set off the same against any claim of the BSNL or BSNL or such other person or person(s) for payment of a sum of money arising out of this contract or under any other contract made by the contractor with the BSNL or BSNL or such other person(s) contracting through the BSNL. 19. COURT JURISDICTION 19.1 Any dispute arising out of the tender/ bid document/ evaluation of bids/ issue of APO shall be subject to the jurisdiction of the competent court at the place from where the NIT/ tender has been issued. 19.2 Where a contractor has not agreed to arbitration, the dispute/ claims arising out of the Contract/ PO entered with him shall be subject to the jurisdiction of the competent Court at the place from where Contract/ PO has been issued. Accordingly, a stipulation shall be made in the contract as under. “This Contract/ PO is subject to jurisdiction of Court at Ernakulam only”. All other Terms and conditions mentioned in the Tender under reference, which are not listed in this agreement, also will be binding on both the parties. IN WITNESS WHEREOF the Parties hereto have caused this agreement to be executed through their respective authorized representatives on the day and year first above written. Signed and delivered for and on behalf of BHARAT SANCHAR NIGAM LIMITED By Shri.______Signature (with seal) Signed on behalf of Contractor. By Shri. …………………………………………………………………. Signature (with seal) In presence of: Witness: 1.______Signature 2.______Signature

Signature of bidder 53

SECTION XIII PERFORMANCE SECURITY GUARANTEE BOND

1. In consideration of the Principal General Manager BSNL, Ernakulam (hereinafter called ‘BSNL’) having agreed to exempt (hereinafter called ‘the said contractor(s)’) from the demand under the terms and conditions of an agreement/ Final Acceptance letter No dated made and between for the supply of (hereinafter called “the said agreement ”), of security deposit for the due fulfilment by the said contractor (s) of the terms and conditions contained in the said Agreement, on production of the bank guarantee for we, (name of the bank) (Hereinafter refer to as “the bank”) at the request of (contractor(s)) do hereby undertake to pay to the BSNL an amount not exceeding against any loss or damage caused to or suffered or would be caused to or suffered by BSNL by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement. 2. We (name of the bank) do hereby undertake to pay the amounts due and payable under this guarantee without any demure, merely on a demand from the BSNL by reason of breach by the said contractor(s)’ of any of the terms or conditions contained in the said Agreement or by reason of the contractors(s)’ failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee where the decision of BSNL in these counts shall be final and binding on the bank. However, our liability under this guarantee shall be restricted to an amount not exceeding 3. We undertake to pay to the BSNL any money so demanded notwithstanding any dispute or disputes raised by the contractor(s)/contractor(s) in any suit or proceeding pending before any court or tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the contractor(s) shall have no claim against us for making such payment. 4. We( name of the bank)_ further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the BSNL under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till (office/Department) BSNL certifies that the terms and conditions of the said Agreement have been fully or properly carried out by the said contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the expiry of TWENTY FOUR MONTHS (as specified in P.O) from the date hereof, we shall be discharged from all liabilities under this guarantee thereafter. 5. We (name of the bank) further agree with the BSNL that the BSNL shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the BSNL against the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or omission on the part of the BSNL or any indulgence by the BSNL to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. 6. This guarantee will not be discharged due to the change in the constitution of the Bank or the contractor(s). 7. We (name of the lastly undertake not to revoke this bank) guarantee during its currency except with the previous consent of the BSNL in writing. Dated the day of For (Indicate the name of bank) Signature of bidder 54

SECTION XIV

REQUISITION FOR REFUND OF EMD

From

To

The PGMT BSNL,Ernakulam, Kochi-682016

Sub: Tender for Diesel Filling, Housekeeping, bush cutting & manual assistance at BTS sites in Ernakulam SSA Ref: Tender No ------dtd at Ernakulam the 31-12-2016

Sir,

In case our tender submitted in response to the tender notice is not accepted by BSNL, the EMD deposit may please be refunded at the earliest. An advance stamped receipt for the amount is enclosed here with.

Yours faithfully,

Name & Address of the contractor

Advance Stamped receipt .

Received an amount of Rs ………………………. (Rupees………………………………) from the Account Officer (Cash ) O/o PGMT BSNL, Ernakulam towards refund of the EMD remitted by us along with the tender in response to the tender notification No Tender No. MP/ NIT/ HK_DF-/2016-17/1 Dated at ENK the 31-12-2016

Date: Signature (on 1/- Revenue stamp).

SECTION XV Signature of bidder

55

BID FORM

Tender No. MP/ NIT/ HK&_DF-/2016-17/1 Dated at ENK the 31-12-2016

To

PGMT, BSNL, Ernakulam Dear Sir,

1. Having examined the conditions of contract and specifications including addenda Nos...... the receipt of which is hereby duly acknowledged, we, undersigned, offer to supply and deliver ...... in conformity with the said contract and specifications for the sum shown in the schedule of prices attached herewith and made part of this Bid.

2. We undertake, if our Bid is accepted, to commence deliveries within (…….) days from the date of issue of your purchase order.

3. If our Bid is accepted, we will obtain the performance guarantees of a Scheduled Bank for a sum @ 10% of the annual estimated cost for the due performance of the contract.

4. We agree to abide by this Bid for a period of 180 days from the date fixed for Bid opening and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

5. Until a formal Purchase Order of Contract is prepared and executed, this Bid together with your written acceptance thereof in your notification of award shall constitute a binding contract between us.

6. Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and replacement.

7. We understand that you are not bound to accept the lowest or any bid, you may receive.

Dated this ...... day of ...... 2017

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

Signature of bidder

56

SECTION XVI FINANCIAL BID (To be submitted online only)

To The Principal General Manager, BSNL, Ernakulam

Ref: Tender No. MP/ NIT/ HK&DF-/2016-17/1 Dated at ENK the 31-12-2016 Dear Sir, With reference to your Tender cited above,, we the under signed offer to undertake “Diesel filling, housekeeping,bush cutting and manual assistance activities in GSM BTS sites of Ernakulam in conformity with the said specifications and conditions of contract at the rate quoted below:

Sl Zone /Division Description of Unit Price quoted ( per site per month for HK No. Quantity and DF, Per instance for bush cutting, Activity/Sites under per sub division per month for manual the assistance Inclusive of all taxes, but excluding service TAX) In words and in Contract figures (Approxi mate)

1 Housekeeping – Site 251 Per site In figures: Normal site per Zone I / month In Words:

ERNAKULAM Housekeeping – Site 4 Per site In figures: BSS (Urban & Hard station per Rural) sites month In Words

Diesel Filling – Site 250 Per site In figures: Normal site per month In Words

Diesel Filling – Hard Site 1 Per site In figures: station per month In Words

Bush cutting/ clearing Instances 453 Per In figures: of vegetation in BTS instance Compound/tower In Words

Signature of bidder 57

Manual assistance Sub 11 Per Sub In figures: Division Division per In Words month

2 Zone II Housekeeping – Site 44 Per site In figures: Normal site per IDUKKI & month In Words THODUPUZHA BSS sites Housekeeping – Site 14 Per site In figures: Hard station per month In Words

Diesel Filling – Site 50 Per site In figures: Normal site per month In Words

Diesel Filling – Hard Site 21 Per site In figures: station per month In Words

Bush cutting/ clearing Instances 102 Per In figures: of vegetation in BTS instance Compound/tower In Words

Manual assistance Sub 5 Per Sub In figures: Division Division per In Words month

Note: Service tax will be applied separately as per the rate applicable from time to time. The claim should contain service tax Registration Number of the bidder.

Signature of bidder

58

ANNEXURE - I

Contact Details of Deployed Personnels and cluster co-ordinators

(a) Contact details of cluster co-ordinators

Sl No Cluster Name Address Phone Mobile E-mail

(b) Contact details of personnel for Housekeeping with site details

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

(c) Contact details of personnel deployed in each Sub division for diesel filling Sl No Sub div Div Name of Mobile Number Residential Personnel Phone

Place Date Sginature

Name and address of Contactor

Signature of bidder

59

ANNEXURE – II SITE WISE LOG BOOK FOR DIESEL FILLING:-

Site Name: Rp ID: Diesel Fill Log register

Sl Name & Tim Cotact no N Date of Person diesel diesel stick(L)

e filling fill diesel filling filling (Ltr) diesel filling diesel o diesel of HK person Available tank in before Diesel (Ltr) Filled Diesel Diesel Diesel consumed DG HMR DG Reading Balance details Balance amt Disel consuption/Disel hr NO, date,Qty NO, diesel of sale, Amt of of sale,Amt diesel sale, filling mesured filling mesured dip using Remarks /Signatureif Remarks any Petro Petro receipt Card, Pump, Signature of of Person Signature filling Total Diesel TotalDiesel available after kWh reading DG at time of Hours runB/w Hours consecutive DG kWh kWh reading DG difference Diesel Diesel A D G

B E H I=H-G J=C/F F=E-D C=A-B C=A-B

Signature of bidder

60

ANNEXURE – III

Site Wise LOG BOOK FOR HOUSE KEEPING . Name of Site:

Site Name: Rp ID: Month: HK activity register

D Sl Name of Diesel Fill/Observations/ Work done/ at rdng of HK HK of No personal DG in meter material, bill movement details Diesel Diesel charge reading reading reading Time IN IN Time of site in in site of EB KWh EB available available KWh DG

e HMR DG Signature Signature Signature Time OUT Time 1 . .

31 OMR first of Differ K month: ence HMR OMR first of month: Total diesel filled (L) DG W DG CMR END of H month: HMR CMR End of month: OMR first of Differ Total diesel consumed K month: ence Total hours run this month: (L) EB W CMR END of H month: Total KWH (EB+DG) this month:

Signature of bidder

61

Annexure IV

Monthly Performance Report (DF & HK)

Name of Subdivision: Period:

Total no. of sites under housekeeping: Total no. of sites under Partial housekeeping: Total no. of sites under diesel filling:

Type of Work : Diesel Filling/ House Keeping

Date Name of Site where Type of Deviation Duration in case of *Remarks deviation exist (Major/Minor) Major

Total Duration of Major Deviation (in hours): Total Instances of Minor Deviation :

1. It is certified that the performance in ……………………………..…activity in …………….subdivision of the Monthly period …………..was satisfactory for the vendor………………..except for the deviations listed above. 2. It is certified that cleaning of equipments and surrounding area in all sites under housekeeping were done by HK personnel. 3. It is certified that site wise filling details as per Annexure 8 was receiving on daily basis.

Signed by : Sub divisional Engineer (BSS)

Countersigned by : Divisional Engineer (BSS) .

Note :Deviation in Diesel Filling or House keeping Activities are to be clearly distinguished in the Performance report

Signature of bidder

62

ANNEXURE-V

Performance Report(Bush cutting/Vegetation clearing)

Name of Subdivision: Period:

Type of Work : Bush/Grass cutting and removing vegetation activity

No. of sites : (List of sites to be attached)

Sl No Name of Deviated Site Phase of clearing *Remarks vegetation

It is certified that the performance in Bush cutting/vegetation activity in …………….subdivision during …….. Phase(2 times in a year)was satisfactory for the vendor………………..except for the deviations listed above

Signed by : Sub divisional Engineer (BSS)

Countersigned by : Divisional Engineer (BSS) .

Signature of bidder

63

ANNEXURE VI

Monthly Performance Report (Manual assistance work)

Name of Subdivision: Period:

Type of Work : Manual Assistance capable of supporting BSS/NQM activities

No. of manual assistance:

Sl No Name of Sub division Deviation details *Remarks

It is certified that the performance in manual assistance in …………….subdivision of the monthly period …….. was satisfactory for the vendor………………..except for the deviations listed above

Signed by : Sub divisional Engineer (BSS/NQM)

Countersigned by : Divisional Engineer (BSS) .

Signature of bidder

64

ANNEXURE- VII

PROFORMA FOR RECONCILIATION OF DIESEL COST SUB DIVISION PERIOD -

DATA AS PER LOG BOOK ENTRY

RP ID RP Sl.No DG MAKE DG SITE NAME SITE DG Capacity DG Total Diesel Consumed (A) DieselConsumed Total Diesel filled during the month the month Dieselduring filled Total Diesel consumed as per CPH(D=BxC) asper Dieselconsumed Total Amount to be deducted from =(G-F) H bidder from deducted tobe Amount Total DG RUN TIME during the billing month ( C )C ( month billing the RUN DG during TIME Total Actual Cost of the Diesel =A* Diesel price per litre (G) (G) litre per Diesel price Diesel =A* of the Cost Actual Diesel-closing Balance as on lastday of the billing month the billing of lastday Balanceon as Diesel-closing Cost of Diesel Recommended = E*Diesel price per liter (F) = (F) E*Dieselliter per price Diesel of Recommended Cost Diesel-Opening Balance as on first day of the billing month billing dayof the first Balance ason Diesel-Opening Diesel Quantity Recommended A or D which ever is lesser (E) ever is(E) orA lesser which D Recommended DieselQuantity MULTIPLICATION FACTOR-CPH (as per agreement)/approved test run (B) run test agreement)/approved per (as FACTOR-CPH MULTIPLICATION DG run hour-CLOSING METER READING (CMR) as on last day of the billing month the billing lastday of as on (CMR) READING METER hour-CLOSING run DG DG run hour-OPEN METER READING (OMR) as on first day of thebilling month of day thebilling first on as READING (OMR) METER hour-OPEN run DG Logged Hours in control panel (PhV sites)-OPEN METER READING (OMR) as on first day of thebilling month ofthebilling day first as on (OMR) READING METER (PhV panel sites)-OPEN control in Hours Logged Logged Hours in controll panel(PhV sites)-CLOSE METER READING (CMR) as on last day of the billing billing month the of last day ason READING METER (CMR) panel(PhV sites)-CLOSE controll in Hours Logged

Signature of bidder

65

Certification : The details above are verified with Logbook maintained in site, run hour meter readings and further cross checked. with other available data like DG ON alarm data from OMCR, Logged hours in DG Controller (in the case of Phase V DG), IOC petrocard statement, and Diesel filling data submitted by Contractor.

Counter Signature of Signature of DE(BSS) Signature of the representative S DE(BSS) with seal with date & Seal of Contractor & Seal

Signature of bidder

66

ANNEXURE VIII

Diesel filling data to be e mailed to SDE (BSS)s after each transaction using petro card/fleet card

Bill no of Date of DIESEL Sl Quantit Amount SITE CARD Sub DIESEL TOTAL HMR petrocard petro card RPID AVAILA No. y (lrs) (Rs.) NAME NO Division FILLED DIESEL Reading transaction transaction BLE

Place Signature Date Name and address of contractor

Signature of bidder

67

ANNEXURE 1X

Experience Certificate

This is to certify that M/s ……………………………..has got experience for ………..years in diesel filling / housekeeping / manual assistance/ bush cutting works in BTS sites as per the details given below. (score out which ever is not applicable)

(1) Name of the Telecom Provider :

(2) Name of Telecom Circle :

(3) Details of contract:

(4) Period of contract: (specify month also)

Overall performance assessment: Satisfactory / Not satisfactory

Place:

Date:

Signature

(To be signed by Authorized Signatory of the company with seal & date)

Signature of bidder

68

AnnexureX

Signature of bidder

69

Signature of bidder

70

Annexure XI

( DF & HK Site list)

Sl.N Sub HK DF HK DF o Dn CATEG CATEGORY ORY RP ID Site Name 1 RP- 00018 RP-00018-Banerjeeroad EKM1 Required Not required NORMAL NORMAL 2 RP- 00027 RP-00027-Mgroadnorth EKM1 Required Required NORMAL NORMAL 3 RP- 00037 RP-00037-Wellington EKM1 Required Required NORMAL NORMAL 4 RP- 00408 RP-00408-Broadway EKM1 Required Required NORMAL NORMAL 5 RP- 00417 RP-00417-Kathrikadav EKM1 Required Required NORMAL NORMAL 6 RP- 00418 RP-00418-Kompara EKM1 Required Required NORMAL NORMAL 7 RP- 00422 RP-00422-Ochanthuruthu EKM1 Required Required NORMAL NORMAL 8 RP- 00427 RP-00427-Ravipuram EKM1 Required Required NORMAL NORMAL 9 RP- 00428 RP-00428-Thammanam EKM1 Required Required NORMAL NORMAL 10 RP- 00432 RP-00432-Pullepadyjn EKM1 Required Required NORMAL NORMAL 11 RP- 02036 RP-02036-Chaavara EKM1 Required Required NORMAL NORMAL 12 RP- 02038 RP-02038-Chaminijn EKM1 Required Required NORMAL NORMAL 13 RP- 02040 RP-02040-Conventjn EKM1 Required Not required NORMAL NORMAL

Signature of bidder

71

14 RP- 02046 RP-02046-Gnrmarket EKM1 Required Not required NORMAL NORMAL 15 RP- 02047 RP-02047-Highcourt EKM1 Required Not required NORMAL NORMAL 16 RP- 02050 RP-02050-Joscto EKM1 Required Required NORMAL NORMAL 17 RP- 02052 RP-02052-Kaloorbusstand EKM1 Required Required NORMAL NORMAL 18 RP- 02057 RP-02057-Ksrtc EKM1 Required Required NORMAL NORMAL 19 RP- 02062 RP-02062-Lissi EKM1 Required Not required NORMAL NORMAL 20 RP- 02064 RP-02064-Madhavapharmacy EKM1 Required Required NORMAL NORMAL 21 RP- 02065 RP-02065-Mamangalam EKM1 Required Not required NORMAL NORMAL 22 RP- 02077 RP-02077-Poneth EKM1 Required Not required NORMAL NORMAL 23 RP- 02078 RP-02078-Ponnurunni EKM1 Required Required NORMAL NORMAL 24

RP- 02082 RP-02082-Thammanampallipadi EKM1 Required Required NORMAL NORMAL 25 RP- not 02084 RP-02084-Vallarpadam EKM1 required Required NORMAL NORMAL 26 RP- 02815 RP-02815-Palarivattomwest EKM1 Required Required NORMAL NORMAL 27 RP- 03324 RP-03324-Atlantis EKM1 Required Required NORMAL NORMAL 28 RP- 04516 RP-04516-KadavantraJn EKM1 Required Required NORMAL NORMAL 29 RP- 04536 RP-04536-Ravipuramwest EKM1 Required Required NORMAL NORMAL 30

RP- 04709 RP-04709-Gcdamarinedrivemic EKM1 Required Not required NORMAL NORMAL

Signature of bidder

72

31 RP- 05706 RP-05706-MulavukadNorth EKM1 Required Required NORMAL NORMAL 32 RP- Not 00021 RP-00021-EKM-South EKM1 Required Required NORMAL NORMAL 33 RP- Not 00029 RP-00029-Mgroadsouth EKM1 Required Required NORMAL NORMAL 34 RP- Not 07646 RP-07646-NavelBase EKM1 Required Required NORMAL NORMAL 35

RP- RP-04537 - Not 04537 WellingtonIslandNorth EKM1 Required Required NORMAL NORMAL 36 RP- Not 09112 RP-09112-HighCourtIBS EKM1 Required Required NORMAL NORMAL 37 IB- Not 09126 IB-09126-IGCHospital EKM1 Required Required NORMAL NORMAL 38 IB- Not 00227 IB-00227-RevenueTower EKM1 Required Required NORMAL NORMAL 39 RP- 02101 RP-02101-Malippuram EKM1 Required Required NORMAL NORMAL 40 RP- 02102 RP-02102-Nayarambalam EKM1 Required Required NORMAL NORMAL 41 IB- 09048 IB-09048-Lakesshoreibs1 EKM2 Required Not required NORMAL NORMAL 42 IB- Not 09113 IB-09113-Lemeredianibs EKM2 Required Not required NORMAL NORMAL 43 RP- 00020 RP-00020-Edakochi EKM2 Required Required NORMAL NORMAL 44 RP- 00023 RP-00023-Fortkochi EKM2 Required not required NORMAL NORMAL 45 RP- 00032 RP-00032-Thevera EKM2 Required Not required NORMAL NORMAL 46 RP- 00033 RP-00033-Thopumpady EKM2 Required Required NORMAL NORMAL 47 RP- 00036 RP-00036-Vytilla EKM2 Required Required NORMAL NORMAL

Signature of bidder

73

48 RP- 00414 RP-00414-Eroor EKM2 Required Required NORMAL NORMAL 49 RP- not 00424 RP-00424-Pandikudi EKM2 required Required NORMAL NORMAL 50 RP- 00426 RP-00426-Puthiakav EKM2 Required Required NORMAL NORMAL 51 RP- 00430 RP-00430-Thiruvankulam EKM2 Required Required NORMAL NORMAL 52 RP- 00431 RP-00431-Thykoodam EKM2 Required Required NORMAL NORMAL 53 RP- 02042 RP-02042-Edakochisouth EKM2 Required Required NORMAL NORMAL 54 RP- not 02049 RP-02049-Irumpanam EKM2 required Required NORMAL NORMAL 55 RP- 02053 RP-02053-Kannadikad EKM2 Required Required NORMAL NORMAL 56 RP- 02054 RP-02054-Kannamali EKM2 Required Required NORMAL NORMAL 57

RP- not 02055 RP-02055-Kannankulangaratpn EKM2 required Required NORMAL NORMAL 58 RP- 02056 RP-02056-Kpvroad EKM2 Required Required NORMAL NORMAL 59 RP- 02058 RP-02058-Kumbalam EKM2 Required Required NORMAL NORMAL 60 RP- not 02059 RP-02059-Kumbalangaisouth EKM2 required Required NORMAL NORMAL 61 RP- 02060 RP-02060-Kundennoor EKM2 Required Required NORMAL NORMAL 62 RP- 02072 RP-02072-Palluruthyvelli EKM2 Required Required NORMAL NORMAL 63 RP- 02073 RP-02073-Palluruthywireless EKM2 Required Required NORMAL NORMAL

Signature of bidder

74

64 RP- not 02074 RP-02074-Panangadu EKM2 required Required NORMAL NORMAL 65 RP- not 02080 RP-02080-Rivera EKM2 required Required NORMAL NORMAL 66 RP- 02083 RP-02083-Tripunitharastatue EKM2 Required Required NORMAL NORMAL 67 RP- not 02807 RP-02807-Mundanvelli EKM2 required Required NORMAL NORMAL 68 RP- 02808 RP-02808-Edakochinorth EKM2 Required Required NORMAL NORMAL 69 RP- not 02809 RP-02809-Nettoor-north EKM2 required Required NORMAL NORMAL 70 RP- 02810 RP-02810-Kumbalanginorth EKM2 Required Required NORMAL NORMAL 71 RP- 02811 RP-02811-MaraduAyininada EKM2 Required Required NORMAL NORMAL 72 RP- 02812 RP-02812-Manakkapadi EKM2 Required Required NORMAL NORMAL 73 RP- 02813 RP-02813-Eroorsouth EKM2 Required Required NORMAL NORMAL 74 RP- 02819 RP-02819-Panampillyngrjn EKM2 Required Required NORMAL NORMAL 75 RP- 02820 RP-02820-Elamkulam EKM2 Required Required NORMAL NORMAL 76 RP- 02821 RP-02821-Kaniyampuzhard EKM2 Required Required NORMAL NORMAL 77 RP- 03306 RP-03306-TpnNorthFort EKM2 Required Required NORMAL NORMAL 78 RP- 03307 RP-03307-Karingachira EKM2 Required Not required NORMAL NORMAL 79 RP- 04542 RP-04542-RailwayStnTPRA EKM2 Required Required NORMAL NORMAL

Signature of bidder

75

80 RP- 04726 RP. 04726 Gandhi square EKM2 Required Required NORMAL NORMAL 81 IB- Not 00170 IB-00170-SkylineThevaraIBS EKM2 required Not required NORMAL NORMAL 82 IB- 00424 IB-00424-SBITrgCentre EKM2 Required Not required NORMAL NORMAL 83 RP- 7954 Choice Tower EKM2 Required Not required NORMAL NORMAL 84 RP- 05094 BPCL Irumpanam EKM2 Required Not required NORMAL NORMAL 85

RP- GovtCollegeTrippunnithuraEKM 10278 NMEICT EKM2 Required Not required NORMAL NORMAL 86 RP- 05448 Calvatty Bazzar EKM2 Required Not required NORMAL NORMAL 87 RP- 09246 FortKochi taluk office EKM2 Required Not required NORMAL NORMAL 88 RP- 00410 RP-00410-Cheranallur EKM3 Required Required NORMAL NORMAL 89 RP- 00413 RP-00413-Elamakara EKM3 Required Required NORMAL NORMAL 90

RP- 00425 RP-00425-Pottakuzhi/Pachalam EKM3 Required Required NORMAL NORMAL 91 RP- 00433 RP-00433-Vennala EKM3 Required Required NORMAL NORMAL 92 RP- 02037 RP-02037-Chalikkavattom EKM3 Required Not required NORMAL NORMAL 93 RP- 02044 RP-02044-Eloorfact EKM3 Required Required NORMAL NORMAL 94 RP- not 02051 RP-02051-Kalamaserrysouth EKM3 required Required NORMAL NORMAL 95 RP- 02061 RP-02061-Kunnumpuram EKM3 Required Required NORMAL NORMAL

Signature of bidder

76

96 RP- 02066 RP-02066-Keerthinagar EKM3 Required Required NORMAL NORMAL 97 RP- 02069 RP-02069-Nad EKM3 Required Required NORMAL NORMAL 98 RP- 02071 RP-02071-Padivattom EKM3 Required Not required NORMAL NORMAL 99

RP- 02075 RP-02075-EKM-Pathadipalam EKM3 required Required NORMAL NORMAL 100 RP- 02076 RP-02076-NGOquarters EKM3 Required Required NORMAL NORMAL 101 RP- 02085 RP-02085-Vazhakala EKM3 Required Required NORMAL NORMAL 102 RP- 02801 RP-02801-Alupuram EKM3 Required Required NORMAL NORMAL 103 RP- 02802 RP-02802-Navodaya EKM3 Required Required NORMAL NORMAL 104 RP- 02803 RP-02803-Cochinuniversity EKM3 Required Required NORMAL NORMAL 105 RP- not 02804 RP-02804-Trikkakara2 EKM3 required Required NORMAL NORMAL 106 RP- 02805 RP-02805-Varapuzharoad EKM3 Required Required NORMAL NORMAL 107 RP- 02816 RP-02816-Edapallywest EKM3 Required Not required NORMAL NORMAL 108 RP- 02818 RP-02818-Valliyapadam EKM3 Required Required NORMAL NORMAL 109 RP- 03313 RP-03313-PalachuvadJn EKM3 Required Required NORMAL NORMAL 110 RP- 03326 RP-03326-Pathalam EKM3 Required Required NORMAL NORMAL 111 RP- 03335 RP- 0334 Anjumana EKM3 Required Required NORMAL NORMAL 112 RP- 03823 RP-03823-Marottichuvad EKM3 Required Required NORMAL NORMAL

Signature of bidder

77

113 RP- 04546 RP-04546 Pottakuzhi south EKM3 Required Required NORMAL NORMAL 114 RP- 04547 RP-04547-Cheranellurnorth EKM3 Required Required NORMAL NORMAL 115 RP- 04549 RP-04549-EmcS EKM3 Required Required NORMAL NORMAL 116 RP- not 04769 RP-04769-Santhinagar EKM3 required Required NORMAL NORMAL 117 RP- 09054 RP-09054-PottakuzhyEKM EKM3 Required Not required NORMAL NORMAL 118 RP- 01065 RP-01065-Edayar EKM3 Required Required NORMAL NORMAL 119 RP- 00407 AIMS EKM3 Required Not required NORMAL NORMAL 120 IB- 03056 Amritha boys hostel EKM3 Required Not required NORMAL NORMAL 121 RP- 07861 Kinfra HighTech Park EKM3 Required Required NORMAL NORMAL 122 RP- 05783 KSEB Bhrhmapuram EKM3 Required Required NORMAL NORMAL 123 IB- 00115 EasternHQ EKM3 Required Not required NORMAL NORMAL 124 IB- 00171 OrionPark EKM3 Required Not required NORMAL NORMAL 125 IB- 00187 VguardVennala EKM3 Required Not required NORMAL NORMAL 126 IB- 03046 AmrithaResearchCentre EKM3 Required Not required NORMAL NORMAL 127

IB- AmrithaArtsandScienceClgNMEI 03307 CT EKM3 Required Not required NORMAL NORMAL 128 IB- 09044 Medicalcentreibs EKM3 Required Not required NORMAL NORMAL 129 IB- 09067 Lourdeibs EKM3 Required Not required NORMAL NORMAL 130 RP- 08782 AmruthaVrindavan EKM3 Required Not required NORMAL NORMAL

Signature of bidder

78

131 RP- not 02111 RP-02111-Kongorppally EKM3 required Required NORMAL NORMAL 132 RP- not 03320 Edayakunnam EKM3 required Required NORMAL NORMAL 133 RP- 09228 InfoPark-Vismaya EKM3 Required Not required NORMAL NORMAL 134 RP- 09229 InfoPark-Adulya EKM3 Required Not required NORMAL NORMAL 135

RP- KMEA Engg College Edathala- 10336 pookkattupady EKM3 Required Not required NORMAL NORMAL 136

RP- Dr.Noushad 5302 Hospital(Chakkaraparambu) EKM3 Required Not required NORMAL NORMAL 137 RP- 09251 Collectorate EKM EKM3 Required Not required NORMAL NORMAL 138 RP- 00041 RP-00041-Cochinairport ALY Required Required NORMAL NORMAL 139 RP- 00259 RP-00259-Kizhakamballam ALY Required Required NORMAL NORMAL 140

RP- 00401 RP-00401-ALW-Companypadi ALY Required Required NORMAL NORMAL 141

RP- 00402 RP-00402-ALW-PumpJunction ALY Required Required NORMAL NORMAL 142 RP- 01059 RP-01059-CHEMBERAKEY ALY Required Required NORMAL NORMAL 143 RP- not 01062 RP-01062-Chunagamvely ALY required Required NORMAL NORMAL 144 RP- 01076 RP-01076-Kanjur ALY Required Required NORMAL NORMAL 145 RP- 01089 RP-01089-KUTTAMASSERY ALY Required Required NORMAL NORMAL

Signature of bidder

79

146 RP- not 01105 RP-01105-OKKAL ALY required Required NORMAL NORMAL 147 RP- not 01129 RP-01129-THOTTUVA ALY required Required NORMAL NORMAL 148 RP- 02025 RP-02025-UCCollege ALY Required Required NORMAL NORMAL 149 RP- 02028 RP-02028-Aluvamarket-ALW ALY Required Required NORMAL NORMAL 150 RP- not 02087 RP-02087-Neeleswaram ALY required Required NORMAL NORMAL 151 RP- not 02106 RP-02106-Vallam ALY required Required NORMAL NORMAL 152 RP- 03016 RP-03016 Mattoor ALY Required Required NORMAL NORMAL 153 RP- not 03552 RP-03552-Naduvannur ALY required Not required NORMAL NORMAL 154 RP- not 03626 RP-03626-SouthVazhakulam ALY required Required NORMAL NORMAL 155 RP- not 04173 RP-04173-Mudickal ALY required Required NORMAL NORMAL 156 RP- not 04197 RP-04197-Manikamangalam ALY required Required NORMAL NORMAL 157 RP- not 05748 RP-05748-Mulamkuzhy ALY required Required NORMAL NORMAL 158 RP- 05817 RP-05817 Pazhanangad ALY Required Required NORMAL NORMAL 159 RP- not 07643 RP- 7643 Ambattukav ALY required Required NORMAL NORMAL 160 RP- 00403 RP- 00403 Angamaly DET ALY Required Required NORMAL NORMAL 161 RP- not 01055 RP-01055-Ayyampuzha ALY required Required NORMAL NORMAL 162 RP- not 02030 RP-02030-Vengoorankmly ALY required Required NORMAL NORMAL

Signature of bidder

80

163 RP- not 04183 RP-04183-Poothamkutti ALY required Required NORMAL NORMAL 164 RP- not 04261 RP-04261-Moonnamparambu ALY required Required NORMAL NORMAL 165 RP- not 07842 RP-07842-Chulli ALY required Required NORMAL NORMAL 166 RP- not 03551 RP-03551-AngamaliSouth ALY required Required NORMAL NORMAL 167 RP- not 08089 Amalapuram ALY required Required NORMAL NORMAL 168 RP- 04257 Mekkad ALY Required Required NORMAL NORMAL 169 RP- 10669 Little flower ALY Required Not required NORMAL NORMAL 170 RP- 10325 FISAT NMEICT ALY Required Not required NORMAL NORMAL 171

RP- 10668 MES college Marampilly ALY Required Not required NORMAL NORMAL 172 RP- 07829 FederalTowerALW ALY Required Not required NORMAL NORMAL 173 RP- not 02026 Muppathadom ALY required Required NORMAL NORMAL

174 RP- Not 03812 Thaikuttukara ALY Required Required NORMAL NORMAL 175 RP- 01091 RP-01091-Kutiathode PRR Required Required NORMAL NORMAL 176 RP- 01119 RP-01119-Puliyanam PRR Required Required NORMAL NORMAL 177 RP- 01138 RP-01138-Vattaparambu PRR Required Required NORMAL NORMAL 178 RP- 02031 RP-02031-MunambamKavala PRR Required Required NORMAL NORMAL 179 RP- 02032 RP-02032-Kuzhupally PRR Required Required NORMAL NORMAL 180 RP- 02033 RP-02033-Pallipuram PRR Required Required NORMAL NORMAL

Signature of bidder

81

181 RP- 02103 RP-02103-Cheriyapally PRR Required Required NORMAL NORMAL 182 RP- 02104 RP-02104-Mannam PRR Required Required NORMAL NORMAL 183 RP- not 02112 RP-02112-Kottuvally PRR required Required NORMAL NORMAL 184 RP- 03012 RP-03012-Ayiroor PRR Required Required NORMAL NORMAL 185 RP- 03021 RP-03021-Peruvaram PRR Required Required NORMAL NORMAL 186 RP- 03609 RP-03609-Neerikode PRR Required Required NORMAL NORMAL 187 RP- 03775 RP-03775-Perumpadanna PRR Required Required NORMAL NORMAL 188 RP- not 04176 RP-04176-Thattampadi PRR required Required NORMAL NORMAL 189 RP- 04260 RP-04260-Vadakkumpuram PRR Required Required NORMAL NORMAL 190 RP- 07704 RP-07704-Manjali PRR Required Required NORMAL NORMAL 191 RP- not 07821 RP-07821-ElavoorWest PRR required Required NORMAL NORMAL 192 RP- not 07848 RP-07848-Thavalappara ALY required Not required NORMAL NORMAL 193 RP- not 07857 RP-07857-Elenthikkara PRR required Required NORMAL NORMAL 194 RP- not 03550 RP-03350-Karayamparambu PRR required Required NORMAL NORMAL 195

RP- Rural academy for 11208 management-NMEICT PRR Required Not required NORMAL NORMAL 196

RP- 11193 Snm College Maliankara PRR Required Not required NORMAL NORMAL

Signature of bidder

82

197 RP- Not 07791 RP-07791 PuliyanamNorth PRR Required Required NORMAL NORMAL 198 RP- 01404 Chetlat KVTY Required Not required HARD HARD 199 RP- 04783 Bangaram KVTY Required Not required HARD HARD 200 RP0032 7 Kavaratty KVTY Required Not required NORMAL NORMAL 201 RP- 02280 Kavaratty qtrs KVTY Required Not required NORMAL NORMAL 202 RP- 05895 Kavarathy3 KVTY Required Not required NORMAL NORMAL 203 RP- 03274 Minicoy2 KVTY Required Not required HARD HARD 204 RP- 10678 RP-10678-CIFTNMEICT EKM1 Required Not required NORMAL NORMAL 205

IB- 00330 IB-00330-Harrison EKM1 Required Not required NORMAL NORMAL 206 RP- 10337 RP-10337-LisieHospitalNMEICT EKM1 Required Not required NORMAL NORMAL 207 RP- 07644 RP-07644-Puthvype EKM1 Required Not required NORMAL NORMAL 208

RP- RP-10679- 10679 BharathiyaVidyaBhavanNMEICT EKM1 Required Not required NORMAL NORMAL 209 RP- 09167 RP-09167-NavalBaseGaruda EKM1 Required Not required NORMAL NORMAL 210

RP- 11196 MES College Kunnukara PRR Required Not required NORMAL NORMAL 211 RP- 05937 Murivilangu ALY Required Required NORMAL NORMAL 212

RP- De paul Institute of 10323 science&Tech-NMEICT ALY Required Not required NORMAL NORMAL

Signature of bidder

83

213 RP- 05228 HMT head quarters EKM3 Required Not required NORMAL NORMAL 214

RP- 05947 Atlasgold township ALY Required Not Required NORMAL NORMAL 215 RP- 09216 Federal Villa ALY Required Not Required NORMAL NORMAL

216 RP- Not 00032 Theveraqtrs EKM2 Required Required NORMAL NORMAL 217

RP- 00051 RP-00051 Neriamangalam MPZ II Yes Yes Normal Normal 218 RP- Yes(HS 00265 RP-00265-Paipra MPZ II ) Yes Hard Hard 219

RP- 00266 RP-00266-Mekadambu MPZ II Yes Yes Normal Normal 220 Normal Normal

RP- RP-00451- 00451 Revntwrkothmgm MPZ II Yes Yes 221 Normal Normal RP- 01052 RP-01052-Avoly MPZ II Yes Yes 222 Normal Normal

RP- 01053 RP-01053-AYAKKAD MPZ II Yes Yes 223 Normal Normal

RP- 01054 RP-01054-AYAVANA MPZ II Yes Yes 224 Normal Normal

RP- RP-01079- 01079 KARUKADOM MPZ II Yes Yes

Signature of bidder

84

225 Normal Normal

RP- RP-01083- 01083 KOTTAPPADY MPZ II Yes Yes 226 Normal Normal

RP- RP-01101- 01101 NEENDAPARA MPZ II N0 Yes 227 Normal Normal

RP- 01103 RP-01103-NELLIKUZHY MPZ II N0 Yes 228 Normal Normal

RP- RP-01109- 01109 PAINGOTTOOR MPZ II Yes Yes 229 Normal Normal

RP- 01112 RP-01112-Pareekanny MPZ II Yes Yes 230 Normal Normal

RP- 01121 RP-01121-PUNNEKKAD MPZ II N0 Yes 231 Normal Normal

RP-02091- RP- KOTHAMANGALAM_Q 02091 TRS MPZ II Yes Yes 232 Normal Normal

RP- 02096 RP-02096-ARAKUZHA MPZ II Yes Yes 233 Normal Normal

RP- RP-02501- 02501 MPZPVTBUSSTAND MPZ II Yes Yes

Signature of bidder

85

234 Normal Normal

RP- 03020 RP-03020-MpzNehruPark MPZ II Yes Yes 235 Normal RP- 03607 RP-03607-Adivadu MPZ II Yes NO Not required 236 Normal Normal

RP- 03619 RP-03619-Malippara MPZ II Yes Yes 237 Normal Normal

RP- 03620 RP-03620-Mudavoor MPZ II N0 Yes 238 Normal Normal

RP- 03864 RP-03864-Pulinthanam MPZ II Yes Yes 239 Normal Normal

RP- RP-04195- 04195 NeerampuzhaKavala MPZ II N0 Yes 240 Normal Normal

RP- 04196 RP-04196-Thrikalathur MPZ II N0 Yes 241 Normal Normal

RP- 04616 RP-04616-Palamattom MPZ II N0 Yes 242 Normal Normal

RP- 05657 RP-05657-Kadumpidy MPZ II N0 Yes 243 Normal Normal

RP- 05658 RP-05658-Vazhakkulam2 MPZ II Yes Yes

Signature of bidder

86

244 Normal Normal

RP- 05692 RP-05692-Puthuppady MPZ II N0 Yes 245 Normal Normal

RP- 05880 RP-05880-Erumalapady MPZ II N0 Yes 246 Normal Normal

RP- 05943 RP-05943-Nagappuzha MPZ II N0 Yes 247 Normal Normal

RP- 05974 RP-05974-Parambancherry MPZ II N0 Yes 248 Normal

RP- 05989 RP-05989-Pooyamkutty MPZ II N0 NO Not required 249 Normal Normal

RP- 06012 RP-06012-Uppukulam MPZ II N0 Yes 250 Normal Normal

RP- 06014 RP-06014-Uppukuzhy MPZ II N0 Yes 251 Normal Normal

RP- 06029 RP-06029-Vengachuvadu MPZ II N0 Yes 252 Normal Normal

RP- 08077 RP-08077-Kuttianchal MPZ II N0 Yes 253 RP- 01096 Thattammughal PBR Yes Yes NORMAL NORMAL

Signature of bidder

87

254 RP- 02089 Pallikarajn PBR Yes Yes NORMAL NORMAL 255 RP- 00440 Odakkali PBR No No NORMAL Not required 256 RP- 00444 Pulluvazhy PBR Yes Yes NORMAL NORMAL 257 RP- 03022 PattimattomJn PBR Yes Yes NORMAL NORMAL 258 RP- 03615 Ayrapuram rubber park PBR Yes No NORMAL Not required 259 RP- 05450 FACTAmbalamedu PBR No No NORMAL Not required 260 IB- 00132 CochinRefinery PBR No No NORMAL Not required 261 IB- 01320 TransitHouseBPCL PBR No No NORMAL Not required 262 RP- 00038 Keezhillam PBR No No NORMAL Not required 263 RP- 00043 Perumbavoor PBR No No NORMAL Not required 264 RP- 00251 Ambalamughal PBR No No NORMAL Not required 265 RP- 00263 Kurupumpaddy PBR Yes Yes NORMAL NORMAL 266 RP- 00442 Pattimattom PBR Yes Yes NORMAL NORMAL 267 RP- 00443 PBVR-Allapra PBR Yes Yes NORMAL NORMAL 268 RP- 00446 Valayanchirangara PBR No No NORMAL Not required 269 RP- 00447 Vengoor PBR No No NORMAL Not required 270 RP- 01050 Arakkapady PBR Yes Yes NORMAL NORMAL

Signature of bidder

88

271 RP- 01063 CHUNDAKUZHY PBR No No NORMAL Not required 272 RP- 01082 KOMBANAD PBR No No NORMAL Not required 273 RP- 01100 Nedungapara PBR Yes Yes NORMAL NORMAL 274 RP- 01102 NELLAD PBR Yes Yes NORMAL NORMAL 275 RP- 02029 Karimughal PBR Yes Yes NORMAL NORMAL 276 RP- 02105 Thandekkad PBR Yes Yes NORMAL NORMAL 277 RP- 03024 Palakkattuthazham PBR No No NORMAL Not required 278 RP- 03025 Pattal PBR Yes Yes NORMAL NORMAL 279 RP- 03616 Paruthivayal PBR Yes Yes NORMAL NORMAL 280 RP- 03630 Vilangu PBR Yes Yes NORMAL NORMAL 281 RP- 04174 Vaikkara PBR Yes Yes NORMAL NORMAL 282 RP- 04181 Mudakkuzha PBR Yes Yes NORMAL NORMAL 283 RP- 04182 Vengola PBR No No NORMAL Not required 284 RP- 04186 Kadakkanad PBR Yes Yes NORMAL NORMAL 285 RP- 04188 Pazhamthottam PBR Yes Yes NORMAL NORMAL 286 RP- 04252 Kummanode PBR Yes Yes NORMAL NORMAL 287 RP- 04254 ThuruthiEkm PBR Yes Yes NORMAL NORMAL 288 RP- 05695 Morakkala PBR Yes No NORMAL Not required 289 RP- 05727 VengolaWest PBR No No NORMAL Not required

Signature of bidder

89

290 RP- 05728 KoovapadySouth PBR No No NORMAL Not required 291 RP- 05729 Kunnakkurudy PBR Yes Yes NORMAL NORMAL 292 RP- 05749 Paniely PBR Yes Yes NORMAL NORMAL 293 RP- 05852 Aimuryeast PBR No No NORMAL Not required 294 RP- 05867 Cherukunnam PBR No No NORMAL Not required 295 RP- 05871 Chettinada PBR Yes Yes NORMAL NORMAL 296 RP- 05907 Koottumadom PBR Yes Yes NORMAL NORMAL 297 RP- 05928 Mekkappala PBR No No NORMAL Not required 298 RP- 05956 Njaralloor PBR Yes No NORMAL Not required 299 RP- 05965 Panamkuzhy PBR No No NORMAL Not required 300 RP- 05967 Pangode PBR Yes No NORMAL Not required 301 RP- 05968 Panichayam PBR Yes No NORMAL Not required 302 RP- 06022 Vattakkattupady PBR No No NORMAL Not required 303 RP- 07277 Nedunkanni PBR Yes No NORMAL Not required 304 RP- 07591 SouthMazhuvannur PBR No No NORMAL Not required 305 RP- 07756 Perumany PBR Yes Yes NORMAL NORMAL 306 RP- 07819 Iringol PBR No No NORMAL Not required 307 RP- 07820 Nellimolam PBR No No NORMAL Not required 308 RP- 07822 Valamboor PBR Yes Yes NORMAL NORMAL

Signature of bidder

90

309 RP- 07828 Ayirapuram PBR Yes Yes NORMAL NORMAL 310 RP- 07835 Kitexkizhakkambalam PBR No No NORMAL Not required 311 RP- 07863 Asamannur PBR Yes Yes NORMAL NORMAL 312 RP- 07890 Pulinchode PBR Yes Yes NORMAL NORMAL 313 RP- 08717 KitexHQ PBR No No NORMAL Not required 314 RP- 08781 Kandanthara PBR No No NORMAL Not required 315 RP- 08813 ILM College PBR Yes No NORMAL Not required 316

RP- 04191 RP-04191-Mamalasserry MPZ I NO NO NORMAL Not required 317

RP-10670- RP- TochArakkunnamNMEIC 10670 T MPZ I NO NO NORMAL Not required 318

RP-10671- RP- HolyKingsEngClgNMEIC 10671 T MPZ I NO NO NORMAL Not required 319

IB- 03033 IB-03033-Sreedhariyam MPZ I NO NO NORMAL Not required 320

RP- 01068 RP-01068-PALAKUZHA MPZ I NO YES NORMAL NORMAL

Signature of bidder

91

321 RP- 01136 RP-01136-Varikkoli MPZ I NO YES NORMAL NORMAL 322

RP- 03018 RP-03018-Ambalamkunnu MPZ I NO YES NORMAL NORMAL 323

RP- 03553 RP-03553-Kandanadu MPZ I NO YES NORMAL NORMAL 324

RP- 05860 RP-05860-Mananthadam MPZ I NO YES NORMAL NORMAL 325

RP- 00434 RP-00434-Kanjiramatom MPZ I NO YES NORMAL NORMAL 326

RP- 01106 RP-01106-Anchalppetty MPZ I NO YES NORMAL NORMAL 327

RP- 01128 RP-01128-Thiruvaniyoor MPZ I NO YES NORMAL NORMAL 328

RP- 02095 RP-02095-Thuruthikara MPZ I NO YES NORMAL NORMAL 329

RP- 02097 RP-02097-MARADY MPZ I NO YES NORMAL NORMAL 330

RP- 02109 RP-02109-Meempara MPZ I NO YES NORMAL NORMAL

Signature of bidder

92

331

RP- 04184 RP-04184-Edakkattuvayal MPZ I NO YES NORMAL NORMAL 332

RP- 04272 RP-04272-Perumbadavom MPZ I NO YES NORMAL NORMAL 333

RP- RP-05689- 05689 KothattukulamPvtStand MPZ I NO YES NORMAL NORMAL 334

RP- 05879 RP-05879-Erappamkuzhi MPZ I NO YES NORMAL NORMAL 335 RP- 05896 RP-05896-Kayanad MPZ I NO YES NORMAL NORMAL 336 RP- 05948 RP-05948-Nechoor MPZ I NO YES NORMAL NORMAL 337

RP- 03029 RP-03029-Valakom-Ekm MPZ I NO YES NORMAL NORMAL 338 RP- 03613 RP-03613-Kakkur MPZ I NO YES NORMAL NORMAL 339

RP- RP-05659- 05659 BsnlSatelliteQtrs MPZ I YES NO NORMAL Not required 340

RP- RP-02107- 02107 ILLIKKAMUKKADA MPZ I YES NO NORMAL Not required

Signature of bidder

93

341

RP- RP-03277- 03277 MulamthuruthyEast MPZ I YES NO NORMAL Not required 342

RP- RP-03621- 03621 Kandanadukavala MPZ I YES NO NORMAL Not required 343

RP- 03608 RP-03608-Mutholapuram MPZ I YES YES NORMAL NORMAL 344

RP- 04189 RP-04189-PathaamMile MPZ I YES YES NORMAL NORMAL 345

RP- 04771 RP-04771-Piramadam MPZ I YES YES NORMAL NORMAL 346 RP- 05930 RP-05930-Memuri MPZ I YES YES NORMAL NORMAL 347

RP- RP-01051- 01051 ARAKUNNAM MPZ I YES YES NORMAL NORMAL 348

RP- 01113 RP-01113-PEPPATHIJN MPZ I YES YES NORMAL NORMAL 349

RP- 01117 RP-01117-Poothotta MPZ I YES YES NORMAL NORMAL

Signature of bidder

94

350

RP- RP-01127- 01127 THIRUMARADY MPZ I YES YES NORMAL NORMAL 351

RP- RP-02090- 02090 VADAKARA_ENK MPZ I YES YES NORMAL NORMAL 352

RP- 02094 RP-02094-Thuppampady MPZ I YES YES NORMAL NORMAL 353 RP- 02108 RP-02108-Kakkad MPZ I YES YES NORMAL NORMAL 354

RP- 03625 RP-03625-Vadavucode MPZ I YES YES NORMAL NORMAL 355 RP- 03865 RP-03865-Amballur MPZ I YES YES NORMAL NORMAL 356

RP- 04192 RP-04192-Thalakode MPZ I YES YES NORMAL NORMAL 357

RP- 05081 RP-05081-Kozhippally MPZ I YES YES NORMAL NORMAL 358

RP- RP-05264- 05264 PuthencruzOldTE MPZ I YES YES NORMAL NORMAL 359

RP- 05945 RP-05945-Navolimattom MPZ I YES YES NORMAL NORMAL

Signature of bidder

95

360

RP- RP-03017- 03017 NorthPalakkuzha MPZ I YES YES NORMAL NORMAL 361

RP- RP-03780- 03780 VennikulamEkm MPZ I YES YES NORMAL NORMAL 362

RP- 00406 RP-00406-Arayankav MPZ I YES YES NORMAL NORMAL 363

RP- RP-02505- 02505 PiravomHospitalJn MPZ I YES YES NORMAL NORMAL 364

RP- 03866 RP-03866-Kizhumuri MPZ I YES YES NORMAL NORMAL 365

RP- 03868 RP-03868-Mpzksrtc MPZ I YES YES NORMAL NORMAL 366 RP- 02823 - KumilyForestOffice KTPA YES NO NORMAL Not required 367 RP- 0055- KTPA YES YES NORMAL NORMAL 368 RP- 00463 - ANAKKARA KTPA YES YES NORMAL NORMAL 369 RP- 02099 - Pampadumpara KTPA NO YES NORMAL NORMAL 370 RP- 03624 - NedumkandomTown KTPA YES YES NORMAL NORMAL

Signature of bidder

96

371 RP- 03802 -Anchumala KTPA NO YES NORMAL NORMAL 372 RP- 04278 - Pambanar KTPA YES YES HARD Hard 373 RP- 04283 - Kottamala KTPA NO YES HARD Hard 374 RP- 04601 - Marykulam KTPA NO YES HARD Hard 375 RP- 04603 - Thekkadymini KTPA YES NO NORMAL Not required 376 RP- 05864 - Charalmedu KTPA YES YES HARD Hard 377 RP- 06174 - Pulinkatta KTPA NO YES NORMAL Normal 378 RP- 07827 - KattappanaSouth KTPA YES NO NORMAL Not required 379 RP- 07832 -Kallupalam KTPA YES YES HARD Hard 380 RP- 08546 NedumkandamPolyNMEI - CT KTPA YES YES HARD Hard 381 RP- 09150 - MedicalTrustMund KTPA YES NO NORMAL Not required 382 RP- 11233 - MesClgNedumkandam KTPA YES NO NORMAL Not required 383 RP- 00052 - KTPA YES YES HARD Hard

Signature of bidder

97

384 RP- 00058 - VANDIPERIYAR KTPA YES YES NORMAL Normal 385 RP- 03862 - Kumilystaffqtrs KTPA YES YES NORMAL Normal 386 RP- 04268 - UdumbancholaTown KTPA NO YES NORMAL Normal 387 RP- 04618 - Vellayamkudy KTPA YES YES NORMAL Normal 388 RP- 08790 - Parunthumpara KTPA NO YES NORMAL Normal 389

RP- RP-00015- Hard 00015 VALARKUTHU ADM no yes station Hard 390

RP- RP-00045- 00045 CHITHIRAPURAM ADM yes yes Normal NORMAL 391

RP- 03856 RP-03856-Machiplavu ADM yes yes Normal NORMAL 392

RP- RP-05952- 05952 NemakkaduEstate ADM yes no Normal Not required 393

RP- 06033 RP-06033-ViriparaJn ADM yes no Normal Not required 394

RP- 08508 RP-08508-Pothamedu ADM yes no Normal Not required

Signature of bidder

98

395 RP- 08529 RP-08529-BLRam ADM yes no Normal Not required 396

RP- Hard 08703 RP-08703-Edamalakkudy ADM yes no station Not required 397

RP- 01073 RP-01073-Kathippara ADM yes yes Normal NORMAL 398

RP- 01126 RP-01126-THALAYAR ADM yes yes Normal NORMAL 399

RP- 03857 RP-03857-Irumpupalam ADM yes no Normal Not required 400

RP- 03858 RP-03858-AdimalyTown ADM no yes Normal NORMAL 401

RP- Hard 04274 RP-04274-MunnarKsrtc ADM yes yes station Hard 402

RP- RP-04277- 04277 Vellathoovalmini ADM yes no Normal Not required 403 RP- 04610 RP-04610-200Acre ADM yes yes Normal Normal 404 yes(DG EI RP- clearance 04777 RP-04777-SilentValley ADM yes pending) Normal Normal

Signature of bidder

99

405

RP- Hard 05083 RP-05083-Plamala ADM no yes station Hard 406

RP- Hard 05084 RP-05084-Anakulam ADM no yes station Hard 407 yes(DG EI RP- clearance 05723 RP-05723-Pallivasal ADM yes pending) Normal Normal 408

RP- 05736 RP-05736-Kurisupara ADM no yes Normal Normal 409 RP- 05785 RP-05785- ADM yes yes Normal Normal 410 yes(DG EI RP- clearance Hard 06032 RP-06032-Viripara ADM yes pending) station Hard 411

RP- RP-08516- 08516 Munnar_EngCollege ADM yes yes Normal Normal 412

RP- 08541 RP-08541-Gundumala ADM yes no Normal Not required 413

RP- RP-09221- 09221 GundumalaFactoryMicro ADM yes no Normal Not required 414

RP- Hard 00047 RP-00047-Suryanelli ADM yes yes station Hard

Signature of bidder

100

415

RP- RP-08651- 08651 MunnarCateringCollege ADM yes no Normal Not required 416 RP- 01057 Chelachuvadu IDK Required REQUIRED Normal Normal 417 RP- 00059 Idukki IDK Required REQUIRED Hard Hard 418 RP- 01078 KARIMBAN IDK Required REQUIRED Normal Normal 419 RP- 00270 Vazhathope IDK Required REQUIRED Hard Hard 420 RP- Not 06032 Narakakkanam IDK required REQUIRED Normal Normal 421 RP- Not 08529 Patinaramkandam IDK required REQUIRED Normal Normal 422 RP- Not 05785 JOSEPURAM IDK required REQUIRED Normal Normal 423 RP- Not 07824 Santhigram IDK required REQUIRED Normal Normal 424 RP- Not 07552 Vathikudy IDK required REQUIRED Normal Normal 425 RP- 05932 Mulakuvally IDK Required Not required Normal Not required 426 RP- 07844 Civil Station Idukki IDK Required Not required Normal Not required 427

IB-0142 District Hospital Idukki IDK Required Not required Normal Not required 428 RP- 08762 Ayurveda Hospital Idukki IDK Required Not required Normal Not required 429 RP- 07728 Kuthunkal IDK Required REQUIRED Hard Hard 430 RP- Not 07825 Pandiparapally IDK required REQUIRED Hard Hard 431 RP- Not 05722 Venmony Top IDK required REQUIRED Hard Hard 432 RP- 01085 EDAVETTY TDPA Required REQUIRED Normal Normal TDPA 433 RP- 03861 Kadalikkad Required REQUIRED Normal Normal TDPA 434 RP- 01048 KALAYANTHANI Required REQUIRED Normal Normal TDPA 435 RP- 00468 MUTHALAKODAM Required REQUIRED Normal Normal

Signature of bidder

101

TDPA 436 RP- 04500 Nadukandam Required REQUIRED Normal Normal TDPA 437 RP- 01099 NEDIYASALA Required REQUIRED Normal Normal 438 RP- TDPA 04596 Purapuzha Required REQUIRED Normal Normal TDPA 439 RP- 03627 Thodupuzha old TE Required REQUIRED Normal Normal 440 TDPA RP- 05750 Thodupuzha staff qtrs Required REQUIRED Normal Normal TDPA 441 RP- Not 04277 Puthupariyaram required REQUIRED Normal Normal TDPA 442 RP- Not 6033 Kumaramangalam required REQUIRED Normal Normal TDPA 443 RP- Not 05932 Cheenikuzhy required REQUIRED Normal Normal 444 TDPA RP- Not 07844 Thodpuzha pvt stand required REQUIRED Normal Normal TDPA 445 Not IB-0142 Keerikode required REQUIRED Normal Normal TDPA 446 RP- Not 08762 Vanadamattom required REQUIRED Normal Normal TDPA 447 RP- Not 08541 Thudanganadu required REQUIRED Normal Normal TDPA 448 RP- Not 08651 Missionkunnu required REQUIRED Normal Normal TDPA 449 RP- Not 02823 Kallippara required REQUIRED Normal Normal TDPA 450 RP- Not 09150 Perumankandom required REQUIRED Normal Normal TDPA 451 RP- 05982 Pullikkanam Town Required REQUIRED Hard Hard TDPA 452 RP- Not 05892 Chittoor TDPA required REQUIRED Normal Normal TDPA 453 RP- Not 05872 Parakkadavu TDPA required REQUIRED Normal Normal TDPA 454 RP- Not 06013 Uppukunnu required REQUIRED Hard Hard 455 RP- TDPA 05875 BL Ram Required REQUIRED Hard Hard

Signature of bidder

102

Annexure XII( For Bush Cutting) Site list

Sl.No Sub Dn Bush RP ID Site Name Cutting 1 RP-00422 Ochanthuruthu EKM1 REQUIRED 2 RP-02084 Vallarpadam EKM1 REQUIRED 3 RP-00037 Wellington -old xge EKM1 REQUIRED 4 RP-00420 Mulavukad TE EKM1 REQUIRED 5 RP-00022 EKM-North(SRM) TE EKM1 REQUIRED 6 RP-00023 Fortkochi EKM2 REQUIRED 7 RP-00028 Mattancherry TE EKM2 REQUIRED 8 RP-00030 Nettoor TE EKM2 REQUIRED 9 RP-00252 Chellanam TE EKM2 REQUIRED 10 RP-00256 Marad TE EKM2 REQUIRED 11 RP-00424 Pandikudi EKM2 REQUIRED 12 RP-02054 Kannamali EKM2 REQUIRED 13 RP-02058 Kumbalam EKM2 REQUIRED 14 RP-02059 Kumbalangaisouth EKM2 REQUIRED 15 RP-02060 Kundennoor EKM2 REQUIRED 16 RP-02073 Palluruthywireless EKM2 REQUIRED 17 RP-02807 Mundanvelli EKM2 REQUIRED 18 RP-02808 Edakochinorth EKM2 REQUIRED 19 RP-02810 Kumbalanginorth EKM2 REQUIRED 20 RP-02811 MaraduAyininada EKM2 REQUIRED 21 RP-02812 Manakkapadi EKM2 REQUIRED 22 RP-02813 Eroorsouth EKM2 REQUIRED 23 RP-02821 Kaniyampuzhard EKM2 REQUIRED 24 RP-04726 GandhiSquare EKM2 REQUIRED 25 RP-05773 PalluruthyTE EKM2 REQUIRED 26 RP-00025 Kalamasserry TE EKM3 REQUIRED 27 RP-00034 Trikkakara TE EKM3 REQUIRED 28 RP-00411 Chitoor TE EKM3 REQUIRED 29 RP-01065 Edayar EKM3 REQUIRED 30 RP-02044 Eloorfact EKM3 REQUIRED 31 RP-02069 Nad EKM3 REQUIRED 32 RP-02801 Alupuram EKM3 REQUIRED 33 RP-02802 Navodaya EKM3 REQUIRED 34 RP-02803 Cochinuniversity EKM3 REQUIRED 35 RP-02804 Trikkakara2 EKM3 REQUIRED

Signature of bidder

103

36 RP-04769 Santhinagar EKM3 REQUIRED 37 RP-07861 KinfraHiTechPark EKM3 REQUIRED 38 RP-05783 KsebBrahmapuram EKM3 REQUIRED 39 RP-00016 Alwaye M/W Station ALY REQUIRED 40 RP-00258 Kaladi TE ALY REQUIRED 42 RP-00260 Koovapady TE ALY REQUIRED 42 RP-00437 Marampally TE ALY REQUIRED 43 RP-01061 Choondy TE ALY REQUIRED 44 RP-01062 Chunagamvely ALY REQUIRED 45 RP-01076 Kanjur ALY REQUIRED 46 RP-01089 KUTTAMASSERY ALY REQUIRED 47 RP-01105 OKKAL ALY REQUIRED 48 RP-02025 UCCollege ALY REQUIRED 49 RP-03016 Mattoor ALY REQUIRED 50 RP-03626 SouthVazhakulam ALY REQUIRED 51 RP-03812 Thaikkattukara ALY REQUIRED 52 RP-04173 Mudickal ALY REQUIRED 53 RP-05748 Mulamkuzhy ALY REQUIRED 54 RP-01049 Anappara TE ALY REQUIRED 55 RP-01108 Paduapuram TE ALY REQUIRED 56 RP-03551 Angamali South ALY REQUIRED 57 RP-04261 Moonnamparambu ALY REQUIRED 58 RP-05996 SCMS College ALY REQUIRED 59 RP-07848 Thavalappara ALY REQUIRED 60 RP-07860 Panthakkal ALY REQUIRED 61 RP-04257 Mekkad ALY REQUIRED 62 RP-05937 Murivilangu ALY REQUIRED 63 RP-00441 Chendamangalam TE PRR REQUIRED 64 RP-01069 Ezhikkara TE PRR REQUIRED 65 RP-01088 Kunnukara TE PRR REQUIRED 66 RP-07821 ElavoorWest PRR REQUIRED 67 RP-01091 Kutiathode PRR REQUIRED 68 RP-01119 Puliyanam PRR REQUIRED 69 RP-01138 Vattaparambu PRR REQUIRED 70 RP-02032 Kuzhupally PRR REQUIRED 71 RP-02104 Mannam PRR REQUIRED 72 RP-02112 Kottuvally PRR REQUIRED 73 RP-03012 Ayiroor PRR REQUIRED 74 RP-03550 Karayamparambu PRR REQUIRED 75 RP-03609 Neerikode PRR REQUIRED 76 RP-04176 Thattampadi PRR REQUIRED 77 RP-04260 Vadakkumpuram PRR REQUIRED 78 RP-07704 Manjali PRR REQUIRED 79 RP-07791 PuliyanamNorth PRR REQUIRED 80 RP-07857 Elenthikkara PRR REQUIRED

Signature of bidder

104

81 RP-05725 AlangadSouth PRR REQUIRED 82 RP-01101 RP-01101-NEENDAPARA MPZ II REQUIRED 83 RP-01103 RP-01103-NELLIKUZHY MPZ II REQUIRED 84 RP-01121 RP-01121-PUNNEKKAD MPZ II REQUIRED 85 RP-03620 RP-03620-Mudavoor MPZ II REQUIRED 86 RP-04195- MPZ II RP-04195 NeerampuzhaKavala REQUIRED 87 RP-04196 RP-04196-Thrikalathur MPZ II REQUIRED 88 RP-04616 RP-04616-Palamattom MPZ II REQUIRED 89 RP-05657 RP-05657-Kadumpidy MPZ II REQUIRED 90 RP-05692 RP-05692-Puthuppady MPZ II REQUIRED 91 RP-05880 RP-05880-Erumalapady MPZ II REQUIRED 92 RP-05943 RP-05943-Nagappuzha MPZ II REQUIRED 93 RP-05974 RP-05974-Parambancherry MPZ II REQUIRED 94 RP-05989 RP-05989-Pooyamkutty MPZ II REQUIRED 95 RP-06012 RP-06012-Uppukulam MPZ II REQUIRED 96 RP-06014 RP-06014-Uppukuzhy MPZ II REQUIRED 97 RP-06029 RP-06029-Vengachuvadu MPZ II REQUIRED 98 RP-08077 RP-08077-Kuttianchal MPZ II REQUIRED 99 RP-01096 Thattammughal PBR REQUIRED 100 RP-00444 Pulluvazhy PBR REQUIRED 101 RP-03615 Ayrapuramrubberpark PBR REQUIRED 102 RP-00263 Kurupumpaddy PBR REQUIRED 103 RP-00442 Pattimattom PBR REQUIRED 104 RP-01050 Arakkapady PBR REQUIRED 105 RP-01063 CHUNDAKUZHY PBR REQUIRED 106 RP-01100 Nedungapara PBR REQUIRED 107 RP-01102 NELLAD PBR REQUIRED 108 RP-02105 Thandekkad PBR REQUIRED 109 RP-03025 Pattal PBR REQUIRED 110 RP-03616 Paruthivayal PBR REQUIRED 111 RP-03630 Vilangu PBR REQUIRED 112 RP-04174 Vaikkara PBR REQUIRED 113 RP-04181 Mudakkuzha PBR REQUIRED 114 RP-04186 Kadakkanad PBR REQUIRED 115 RP-04188 Pazhamthottam PBR REQUIRED 116 RP-04252 Kummanode PBR REQUIRED 117 RP-04254 ThuruthiEkm PBR REQUIRED 118 RP-05695 Morakkala PBR REQUIRED 119 RP-05729 Kunnakkurudy PBR REQUIRED 120 RP-05749 Paniely PBR REQUIRED 121 RP-05871 Chettinada PBR REQUIRED 122 RP-05907 Koottumadom PBR REQUIRED 123 RP-05956 Njaralloor PBR REQUIRED 124 RP-05967 Pangode PBR REQUIRED

Signature of bidder

105

125 RP-05968 Panichayam PBR REQUIRED 126 RP-07277 Nedunkanni PBR REQUIRED 127 RP-07756 Perumany PBR REQUIRED 128 RP-07822 Valamboor PBR REQUIRED 129 RP-07828 Ayirapuram PBR REQUIRED 130 RP-07863 Asamannur PBR REQUIRED 131 RP-07890 Pulinchode PBR REQUIRED 132 RP-08813 ILM College PBR REQUIRED 133 RP-04191 RP-04191-Mamalasserry MPZ 1 REQUIRED 134 RP-01068 RP-01068-PALAKUZHA MPZ 1 REQUIRED 135 RP-01136 RP-01136-Varikkoli MPZ 1 REQUIRED 136 RP-03018 RP-03018-Ambalamkunnu MPZ 1 REQUIRED 137 RP-03553 RP-03553-Kandanadu MPZ 1 REQUIRED 138 RP-05860 RP-05860-Mananthadam MPZ 1 REQUIRED 139 RP-00434 RP-00434-Kanjiramatom MPZ 1 REQUIRED 140 RP-01106 RP-01106-Anchalppetty MPZ 1 REQUIRED 141 RP-01128 RP-01128-Thiruvaniyoor MPZ 1 REQUIRED 142 RP-02095 RP-02095-Thuruthikara MPZ 1 REQUIRED 143 RP-02097 RP-02097-MARADY MPZ 1 REQUIRED 144 RP-02109 RP-02109-Meempara MPZ 1 REQUIRED 145 RP-04184 RP-04184-Edakkattuvayal MPZ 1 REQUIRED 146 RP-04272 RP-04272-Perumbadavom MPZ 1 REQUIRED 147 RP-05689- MPZ 1 RP-05689 KothattukulamPvtStand REQUIRED 148 RP-05879 RP-05879-Erappamkuzhi MPZ 1 REQUIRED 149 RP-05896 RP-05896-Kayanad MPZ 1 REQUIRED 150 RP-05948 RP-05948-Nechoor MPZ 1 REQUIRED 151 RP-03613 RP-03613-Kakkur MPZ 1 REQUIRED 152 BSS Office building at MPZ 1 MPZA (Old Coaxial station) REQUIRED 153 RP-00055- KUTTIKKANAM KTPA REQUIRED 154 RP-00463- ANAKKARA KTPA REQUIRED 155 RP-02099- Pampadumpara KTPA REQUIRED 156 RP-03802- Anchumala KTPA REQUIRED 157 RP-04283- Kottamala KTPA REQUIRED 158 RP-04601- Marykulam KTPA REQUIRED 159 RP-05864- Charalmedu KTPA REQUIRED 160 RP-06174- Pulinkatta KTPA REQUIRED 161 RP-07827- KattappanaSouth KTPA REQUIRED 162 RP-07832- Kallupalam KTPA REQUIRED 163 RP-08546- NedumkandamPolyNMEICT KTPA REQUIRED 164 RP-04268- UdumbancholaTown KTPA REQUIRED 165 RP-04618- Vellayamkudy KTPA REQUIRED 166 Idukki MW IDK REQUIRED 167 RP-00015 RP-00015-VALARKUTHU ADM REQUIRED

Signature of bidder

106

168 RP-00045 RP-00045-CHITHIRAPURAM ADM REQUIRED 169 RP-03856 RP-03856-Machiplavu ADM REQUIRED 170 RP-05952 RP-05952-NemakkaduEstate ADM REQUIRED 171 RP-06033 RP-06033-ViriparaJn ADM REQUIRED 172 RP-08529 RP-08529-BLRam ADM REQUIRED 173 RP-01073 RP-01073-Kathippara ADM REQUIRED 174 RP-01126 RP-01126-THALAYAR ADM REQUIRED 175 RP-03858 RP-03858-AdimalyTown ADM REQUIRED 176 RP-04274 RP-04274-MunnarKsrtc ADM REQUIRED 177 RP-04610 RP-04610-200Acre ADM REQUIRED 178 RP-04777 RP-04777-SilentValley ADM REQUIRED 179 RP-05083 RP-05083-Plamala ADM REQUIRED 180 RP-05084 RP-05084-Anakulam ADM REQUIRED 181 RP-05723 RP-05723-Pallivasal ADM REQUIRED 182 RP-05736 RP-05736-Kurisupara ADM REQUIRED 183 RP-05785 RP-05785-Rajamala ADM REQUIRED 184 RP-06032 RP-06032-Viripara ADM REQUIRED 185 RP-08516 RP-08516-Munnar_EngCollege ADM REQUIRED 186 RP-08541 RP-08541-Gundumala ADM REQUIRED 187 RP-00047 RP-00047-Suryanelli ADM REQUIRED

Signature of bidder