BHARAT SANCHAR NIGAM LIMITED

(A Govt. Of Enterprise) Office of the Principal General Manager Telecom, BSNL 680 022

BID DOCUMENT

E -TENDER DOCUMENT FOR SUPPLY OF MANPOWER ASSISTANCE FOR EXTERNAL PLANT MAINTENANCE IN THRISSUR BA

Tender No: PLG/CP/TENDER FOR EXTL. PLANT MTCE/2018-19 /6 DATED 13/04/2018

Signature of Bidder Page 1

TABLE OF CONTENTS

Section Title Page. No Section I Notice Inviting Tender 4 Section II Specification to Bidders for E -Tendering 5-6

Section III Special Instruction to Bidders for E -Tendering 7-11

Section IV Tender information 12 -13

Section V Terms & Conditions 14 -30

Section VI Tenderer’s profile 31

Section VII Price Schedule 32

Section VIII Zone, Estimated Cost, Tender Cost a nd EMD details 33 Section IX Assessment of Manpower 34 Section X Details of D ivision/Exchange wise working connection 35-38 Annexure I No near relative certificate 39 Annexure II Letter of Authoriz ation for attending Bid opening 40

Annexure III Agre ement 41-44

Annexure IV Bank Guarantee Bond Form for Performance Security. 45-46

Annexure V Mandate form for transfer of payment through electronic 47 clearance / electronic fund transfer Annexure VI Certificate (for Bid Document downloaded from website 48

Annexure VII Bid Form E-Tender (Undertaking) 49

Annexure VII I Check list 50

Signature of Bidder Page 2

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise)

OFFICE OF THE PRINCIPAL GENERAL MANAGER TELECOMMUNICATIONS BSNL THRISSUR - 680 022

TENDER DOCUMENT

E-Tender for supply of manpower assistance for external plant maintenance in Thrissur BA for the year 2018-2019.

1. Tender No. PLG/CP/TENDER FOR EXTL PLANT MTCE/2018-19 /6 DATED 13/04/2018 2. Cost of Tender form Rs.2360 (Rs.2000/- plus GST 18%) for each zone 3. Availability of Tender Document for download 16.04.2018 to 07.05.2018 4. Last Date & Time of online submission of E-Tender upto 1600 hours on 07.05.2018. 5. Date & Time of submission of sealed envelope containing Tender Document, EMD and cost of Bid document – up to 1600 hours on 07.05.2018. 6. Date & Time of opening of Technical Bid (on line only) at 1100 hours on 08.05.2018 followed by opening of sealed envelope containing the Tender Documents. 7. Validity of E-Tender is 150 days 8. EMD as per Section VIII 9. Total value of the tender a) North Zone Rs.2,11,00,000/- (Rupees Two crore eleven lakhs only) b) South Zone Rs. 1,91,00,000/-(Rupees One crore ninety one lakhs only) 10. Performance Security 5% of the total contractual value for each zone.

Asst. General Manager (Planning), O/o PGMT, BSNL, Thrissur- 680022. Phone: 0487-2222119 Email – [email protected]

Note: Kindly see all clarifications/corrigendum on website from time to time and read Bid Document Carefully before submission and ensure that all documents are fully authenticated by the Authorized signatory.

Signature of Bidder Page 3

BHARATHSANCHAR NIGAM LIMITED (A Govt. Of India Enterprise) Office of the Principal General Manager Telecom, BSNL Thrissur - 680 022

SECTION-I

NOTICE INVITING TENDER

Digitally sealed E -Tenders are invited by Principal General Manager Telecommunications, BSNL Thrissur from reputed service providing agencies for supply of manpower assistance for external plant maintenance in Thrissur BA on work contract basis for one year.

Separate BIDS are invited for each Zone. Details of the zones , Estimated cost , Tender Cost, EMD etc are given in Section VIII

Sl.No Details Reference

1 Tender Enquiry No. PLG/CP/TENDER FOR EXTL. PLANT MTCE/2018 -19 /6 DATED 13/04/2018

2 Last date for obtaining the tender 11.00 Hours on 07.05.2018 application

3 Last date for submission of Sealed 16.00 Hours on 07.05.2018 Tender

4 Bid Validity 150 days

5 Time and Date of opening Tender 11.00 Hours on 08.05.2018

6 Venue for Tender opening Chamber of AGM ( Planning) O/o Principal General Manager , BSNL, Thrissur, BSNL Sanchar Bhavan, Kovilakathumpadam, Thrissur 680022

Sd/-

Assistant General Manager (Planning) O/o the Principal General Manger, Telecon BSNL, Thrissur 68022

Full details available at our website : https://www.tenderwizard.com/BSNL or www.kerala.bsnl.co.in .

Signature of Bidder Page 4

SECTION-II

Specification to Bidders for E-Tendering

1. TENDER No . PLG/CP/TENDER FOR EXTL. PLANT MTCE/2018-19 /6 dated 13/04/2018

2. COST OF TENDER DOCUMENT Rs.2360/- (Rs.2000 + GST 18% Rs. 360/-) for each Zone as per SECTION VIII

3. Accessibility of Tender Document : BSNL is inviting E-Tender for supply of manpower assistance for external plant maintenance in Thrissur BA and thus physical/hard copy of E- Tender forms not available for sale .Tender Documents can be downloaded from the Website https://www.tenderwizard.com/BSNL or www.kerala.bsnl.co.in . The tender document shall not be available for download after its submission on line and after closing date.

4. Registration : Intending bidders are requested to register themselves on E-Tender portal through https://www.tenderwizard.com/BSNL for obtaining user-id, digital signature etc, by paying prescribed vender registration fee. For participating in the above mentioned tender a tender processing fee may also have to be paid to the service provider.

5. Date and Time of online submission of E-Tender: As specified in NIT(Notice Inviting Tender). As specified , the technical bid, financial bid, tender fee and EMD should be uploaded separately.

In case the date of submission/opening of bid is declared to be a holiday, the same will get shifted to next working day at the same scheduled time. Any change in bid opening date due to any other unavoidable reason, the same will be intimated online.

6. Submission of EMD and Cost of bid document : The cost of bid document is Rs. 2360/--. Cost of Bid document and EMD as noted in SECTION VIII should be paid for each zone separately in the form of DD, drawn from any Nationalized/Scheduled Bank in favour of AO (Cash), O/o PGMT, BSNL, Thrissur 680022 payable at Thrissur. DD’s drawn towards tender fee and EMD should be submitted along with the Technical bid failing which the tender bid will be rejected.

7. On-line Opening of Technical Bids : The Technical Bids will be opened on 08.05.2018 at 11.00hrs

8. Process of opening of Technical Bids : BSNL has adopted E-tendering process which offers a unique facility for Public Online “Tender Opening Event” (TOE). Bidders can attend the public online TOE from the comfort of their offices. However, if required, Bidders/authorized representative of bidders (Service Provider) can attend the TOE at the O/o PGMT, BSNL, Thrissur 680022. Tender opening officers would be conducting the public online TOE.

9. Tender bids received after due date & time will not be accepted .

10. Incomplete, ambiguous, Conditional, Unsealed tender bids are liable to be rejected.

Signature of Bidder Page 5

11. BSNL reserves the right to accept or reject any or all tender bids without assigning any reason.

12. BSNL is not bound to accept the lowest tender.

13. E-Tender documents can be downloaded from the E-Tender portal from 1100 hours on 16.04.2018

14. The bidder shall furnish a declaration under his digital signature that no addition/deletion/corrections have been made in the downloaded tender document being submitted and it is identical to the tender document uploaded in the E-Tender portal. In case if any correction/addition/deletion are made and found in the later days, the tender bid shall be treated as non-responsive and shall be rejected summarily in addition to forfeiting the security deposit deposited in this connection and legal action will be initiated against the defaulting E- Tenderer for the losses to BSNL if any.

15. All documents submitted in the bid should be preferably in English. In case the certificate viz. experience, registration etc. are issued in any other language other than English, the bidder shall attach an English translation of the same duly attested by the bidder as “Certified Translation of the original document”.

16. All computer generated documents should be duly attested/signed by the issuing authority.

17. Cost of Tender form, EMD ( in the form of DD/Banker’s Cheque) and Power of Attorney if any have to submitted to AGM (Planning) before the scheduled date and time of submission of the Tender otherwise the bid will not be considered.

18. Hard copies of all required documents as per clause 3.1 of Terms and Conditions for the contract along with tender document (duly attested by the bidder/authorized signatory) to be submitted to AGM (PLG) before the scheduled date and time.

19. Before submitting the bid, it should be ensured to view all the corrigendum/clarification if any issued in this matter on the E-Tender website.

20. Duration of Contract: One year from the date of award of contract or specifically mentioned date with an option of extension for one more year or part thereof or till the finalization of new tender.

21. Approximate number of workers of contractor to be engaged through this tender is 118 for Zone I (North) and 106 for Zone II (South) for supply of manpower assistance for external plant maintenance in Thrissur BA on work contract.

22. A bidder can participate for more than one zone also. In such cases EMD required for each zones are to be submitted separately along with the qualifying bid. Name of zones also should be clearly written on the envelope.

Signature of Bidder Page 6

SECTION-III

SPECIAL INSTRUCTIONS TO BIDDERS FOR E-TENDERING

1. General:

2. Submission of online bid is mandatory for this E-Tender. 3. E-Tendering is for conducting Public Procurement in a transparent and secured manner.

5.4. GovernmentBSNLSuppliers/Vendors portal offor India E-Tendering are Undertaking. the beneficiaries process : https://www.in the new systemtenderwizard.com/BSNL) of procurement. of M/s ITI a 2. Instructions to the Bidders:

1. Tender Bidding Methodology : Sealed Tender/Bid System – Single stage bidding using two stage opening using two electronic envelop namely Techno-Commercial Bid and Financial Bid. 2. Bid concerned activities of prospective bidders;

a. Procure a Digital Signing Certificate (DSC) b. Register on Electronic Tendering System ® (ETS) c. Create Users and assign roles on ETS d. View Notice Inviting Tender (NIT) on ETS e. Download Official Copy of Tender Documents from ETS f. Clarification if any to Tender Documents on ETS (posted as addendum by BSNL) g. Bid-Submission on ETS h. Attend Public Online Tender Opening Event (TOE) on ETS - Opening of Techno-commercial Bid - Post-TOE Clarification on ETS (Optional) - Respond to BSNL’s Post-TOE queries - Opening of Financial Bid ( only for satisfied Technical Responsive Bidders)

For participating in the tender online, the following instructions are to be adhered strictly.

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), issued by a Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in].

4 Registration:

To use the Electronic Tender ® portal : https://www.tenderwizard.com/BSNL) of M/s ITI vendors need to register on the portal (if not registered earlier). Registration of each organization is to be done by one of its senior persons who will be the main person coordinating for the e-tendering activities. In ETS terminology, this person will be referred to as the Super User(SU) of that organization. For further details please contact or visit the

Signature of Bidder Page 7

website/portal and follow instructions as given on the site.

5. Bidding related Information for sealed Bid/Tender

The entire bid-submission would be online on ETS. The process is as follows:

- Submission of Bid Security / Earnest Money Deposit (EMD)

- Submission of digitally signed copy of Tender documents/addendum/Corrigendum

- Two envelopes

Technical Bid

Financial Bid

Note : Bidder must ensure that after following the above the status of bid submission must become complete. Bidders must ensure that all documents uploaded on e-tender portal as files or zipped folders, contain valid files and are not corrupt or damaged due to any processing error at bidder PC systems like zipping etc . It shall be the responsibility of the bidder himself for proper extractability of uploaded zipped files. Any error/virus creeping into files/folder from client end PC system cannot be monitored by e-tender software/server and will be bidder’s responsibility only .

In case the files are non-extractable or illegible otherwise representative shall be given one chance by Tender Opening committee to open and demonstrate the contents of bid data downloaded from the e-tender portal in their presence. If even after the above chance, the bidder is unable to open and demonstrate the contents of bid data downloaded from the e- tender portal, then no fresh bid in any form, soft or hard copies shall be accepted by tendering authority and his bid shall be summarily rejected and treated as non-responsive.

6. OFFLINE SUBMISSIONS :

The bidder is requested to submit the Documents specified under Tender Information Clause 3.1, offline to AGM (PLG), O/o PGMT, BSNL, Thrissur 680022on or before the scheduled date and time specified in the tender document, in a sealed envelope.

Tender should be sent in sealed envelopes superscribed prominently “ TENDER FOR SUPPLY OF MANPOWER ASSISTANCE FOR EXTERNAL PLANT MAINTENANCE IN THRISSUR BA ZONE :…………… ” and should be addressed to the AGM (PLG) O/o PGMT, BSNL, BSNL Sanchar Bhavan, Kovilakathumpadam, Thrissur 680022.

Tenders should be sent by registered post with AD or should be dropped in the tender box available in the Planning Section, O/o PGMT, BSNL, Thrissur 680022 . No separate acknowledgement will be issued. Tenders received in unsealed covers and those received late will be rejected. The tenders will be opened at 1100 hours on 08.05.2018 by the officer authorized for this purpose by PGMT Thrissur on his behalf, in the presence of the tenderers or

Signature of Bidder Page 8

their authorized representatives available. The envelope shall superscribed prominently “TENDER FOR SUPPLY OF MANPOWER ASSISTANCE FOR EXTERNAL PLANT MAINTENANCE IN THRISSUR BA ZONE :……………” the TENDER NUMBER PLG/CP/TENDER FOR EXTL. PLANT MTCE/2018-19 /6 DATED 13/04/2018 .and the words “ DO NOT OPEN BEFORE 1100 HOURS ON 08.05.2018”. It should hold three sealed covers inside. The cover should be sealed with sealing wax/tape.

Envelope Marking to be made Contents Outer Cover “TENDER FOR SUPPLY OF 2 Inner envelopes MANPOWER ASSISTANCE FOR EXTERNAL PLANT MAINTENANCE IN THRISSUR BA ZONE : ……….. ” the Tender No PLG/CP/TENDER FOR EXTL. PLANT MTCE/2018-19 /6 DATE D 13/04/2018 and the words “ DO NOT OPEN BEFORE 1100 HOURS ON 08.05.2018” First Inner Cover “Bid Security (EMD) & Cost of 1) DD/BG/Banker’s Cheque towards Tender document Bid security 2) DD for cost of tender document Second inner “TENDER FOR SUPPLY OF 1. The Bid document duly signed in Cover MANPOWER ASSISTANCE FOR each page along with seal. EXTERNAL PLANT MAINTENANCE 2) Full set of supporting documents IN THRISSUR BA ZONE…………. ” as per clause 3.1 under tender the Tender No PLG/CP/TENDER FOR information. EXTL. PLANT MTCE/2018-19 /6 a) The bid form duly filled in and DATED 13/04/2018 and the words “ signed along with company seal. DO NOT OPEN BEFORE 1100 b) Power of Attorney in accordance HOURS ON 08.05.2018” with 3.1 of Tender information.

Note: The bidder has to upload the scanned copy of all above said original documents including EMD and DD of tender fee as Bid-Annexure during online Bid-Submission.

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

Signature of Bidder Page 9

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.

It is important for the bidder to keep a safe record of his pass-phrase for decrypting his bid parts. In case the bidder is unable to provide the correct pass-phrase during TOE, it will not be possible to open his bid and his bid will be REJECTED (archived Un-opened). Before rejection in such a situation, the bidder will be given opportunity to himself enter the pass-phrase from his own office or from BSNL’s office if his representative is physically present there. Typically, ‘Pass- Phrase’ of the Bid-part to be opened during a particular Public Online Tender Opening Event (TOE) is furnished online by each bidder during the TOE itself, when demanded by the concerned Tender Opening Officer. There is an additional protection with SSL Encryption during transit from the client-end computer of a Supplier Organization to the e-tendering server/portal.

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. Suppliers Organization) duly authorized are requested to carry a Laptop and Wireless connectivity to Internet. Every Legal requirement for a transparent and secure ‘Public Online Tender Opening Event (TOE)’ has been implemented on 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 tedium 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. 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 Supplier will depend upon the options selected by the concerned Buyer.

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

Signature of Bidder Page 10

9. Other Instructions : For further instructions, the vendor should visit the home-page of the portal https://www.tenderwizard.com/BSNL of M/s ITI and www.kerala.bsnl.co.in and go to the USER_GUIDANCE CENTRE . The help information provided through ‘ETS User-Guidance Centre is available in three categories: 1) Users Intending to Register / First-Time Users 2) Logged-in users of Buyer Organizations, and 3) Logged-in users of Suppliers Organizations. Various links are provided under each of the three categories.

IMPORTANT NOTE: It is strongly recommended that all authorized users of Suppliers 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 1. Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender Submission deadline on ETS. 2. Register your organization on ETS well in advance of your first tender submission deadline on ETS. 3. Get your organization’s concerned executives trainedwell in advance of your first tender submission deadline on ETS. 4. 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.

10. Minimum Requirements at Bidders End 1. Computer System with good configuration (Min P IV, 1GB RAM, Windows XP). 2. Broadband connectivity. 3. Microsoft Internet explorer 6.0 or above. 4. Digital Certificate(s)

11. Vendors Training Program Vendors are requested to contact https://www.tenderwizard.com/BSNL of M/s ITI for any assistance required for e-bidding.

Signature of Bidder Page 11

SECTION-IV

TENDER INFORMATION 1. Type of Tender : Single Stage bidding and two stage opening using Two Electronic Envelopes system. (Techno. commercial bid & Financial Bid). Note: The bids will be evaluated techno-commercially and financial bids of techno-Commercially compliant bidders only shall be opened. 2. Bid Validity Period : 150 days from the date of tender opening.

3. Bid Document: 3.1. Techno-Commercial part of bid shall contain one set of the following documents. i) Tender documents in original duly filled in and signed by the tenderer on each page ii) DD for EMD in original or Banker’s cheque. iii) Cost of Tender Documents in form of Demand Draft (if applicable) iv) Check-list v) Tenderer’s profile. vi) Self Attested copy of the licence issued by the licensing officer under the Contract Labour (R&A) Act 1970. vii) Experience Certificate for minimum period of two years from Corporate Organization/PSU/Govt. Body. viii) Self Attested copy of ESI registration certificate. ix) Self Attested copy of EPF registration certificate. x) Self Attested copy of GST Registration. xi) Those service provider having near relatives working as Executives / Non- executives in any SSA in Kerala including Circle Office are not entitled to submit Tender documents for which each Tenderer should submit a “No Near-Relative Certificate”. The near relatives are Father, Mother, Father-in- law, Mother-in-law, Son, Son-in-law, Daughter, Daughter-in-law, Wife, Brother, Brother-in-law etc. If at a later date after awarding the work to successful Tenderer,it is found that near relatives are working as mentioned in this clause, the work awarded will be cancelled and security deposit paid in cash or Bank Guarantee will be encashed and credited to BSNL, Thrissur-680022. The decision of PGMT, BSNL, BSNL, Thrissur-680022 is final in this regard. xii) Self Attested copy of PAN card. xiii) Letter of authorization if any. xiv) Self Attested copy of Registration of the firm or authenticated copy of Partnership deed in case of Partnership firms. xv) Self Attested copy of Memorandum of association & articles of association in case of company. xvi) Self Attested copy of “Power of Attorney” in case person other than the tenderer has signed the tender documents. xvii) The authorization of the competent authority for signing the tender document xviii) Mandate form for ECS/EFT. xix) Copies of audited P&L and balance sheet for the last two years. xx) Certificate regarding tender form downloaded from internet .

Signature of Bidder Page 12

xxi) In case of MSE bidders, Valid certification from MSME (valid on the date of opening tender).

NOTE: SUBMISSION OF BIDS THROUGH ONLINE IS MANDATORY .

The financial part of bid shall contain one set of the complete price schedule.

Note: In case of e-tendering the following documents are required to be submitted off-line to AGM (PLG), O/o PGMT, BSNL, Thrissur 680022 on or before the date and time of submission of bids in a sealed envelope.

1) EMD-Bid Security (Original Copy) 2) DD/Banker’s Cheque of Tender Fee. 3) All documents as specified in clause 3.1 of Tender information. 4. Tender Document in Original.

Note: For detailed instructions, please refer clause 6 in special instructions to bidders.

Payment Terms: As per clause under terms and conditions.

Note: All statutory taxes as applicable/deduction due to price variation etc will be deducted at source before payment.

Signature of Bidder Page 13

SECTION-V

TERMS AND CONDITIONS FOR THE CONTRACT

Tender no: PLG/CP/TENDER FOR EXTL. PLANT MTCE/2018-19 /6 DATED 13/04/2018

1. PREAMBLE

The Principal General Manager, BSNL, Thrissur – 680022 invites sealed tenders from reputed service providing agencies for supply of manpower assistance for external plant maintenance in Thrissur BA on work contract basis for One year.

2. SCOPE OF WORK 2.1 General

a) Assessment of required man power for various exchanges in Thrissur BA is furnished in SECTION IX. The details of division /exchange wise working connections is furnished in Section X. The quantum of manpower requirement is only approximate and the Principal General Manager Telecom, BSNL, Thrissur reserves the right to decrease or increase the same to the extent of + 25% of the total requirement, according to the quantum of work required to be executed. b) The contractor shall supply workmen who are adequately healthy and sufficiently competent to assist BSNL staff in the maintenance of external plant. c) The workmen shall fully cooperate with BSNL staff and carry out the work strictly in accordance with the instructions/guidance issued by the BSNL staff on the spot. d) It shall not be open for the contractor or the workmen to question the decision of the officer in charge of external plant maintenance with regard to the location where or the nature of tasks on which the workmen will be engaged. e) The workmen supplied by the contractor shall be available to BSNL for a minimum duration of 8 hours a day. In case the workmen already assigned under this tender becomes unavailable for any reason attributable to the contractor or the workman concerned for a duration of less than eight hours, the wages and the service charge payable shall be arrived at on a proportionate basis on the basis of the number of hours actually engaged. For the above, the following calculation may be used:

Contract rate for one unit work × No. of hours actually worked by the workman 8

Signature of Bidder Page 14

f) the basis of normal contract rate for the extra hours engaged in line with the formula While in the normal course the workmen provided under this tender would be engaged for eight hours per day by BSNL, in emergency situations, such as major cable break down etc., additional manpower may become necessary or available workmen may have to be asked to work for more than eight hours a day. When available workmen are required to be engaged for durations exceeding eight hours a day, wages will be paid on applied for shorter working hours as indicated in Para 2.1(e). g) No service charges will be paid for the paid holidays and extra duty hours. This tender is for regular supply of workmen on a contract basis. The award of contract or the fact of the workmen or the contractor being engaged by BSNL does not confer any right to/the contractor or to any of the workmen or other people engaged by the contractor under this tender, for any employment in BSNL at any time or for any benefit financial or otherwise beyond what is made explicit in the tender document.

2.2 SCOPE OF WORK 2.2.1 Thrissur BA is divided into various Divisions as per SECTION IX for the purpose of external plant maintenance works.

2.2.2. The bidders submitting bid for the work should have sufficient Man power on hand and should be able to deploy them to assist the cable jointers / TMs immediately on request on daily basis to all unit officers i.e. JTO/SDE concerned. Assessment of required man power is furnished in SECTION IX of the tender document.

2.2.3 Tools required for trenching/excavation and reinstatement to be supplied by the bidder and tools/materials required for jointing/testing will be supplied by the BSNL.

2.2.4 The work involves assisting BSNL staff in carrying equipments and tools to site, digging standard pits at the jointing location, taking test pits warranting cable operation, excavating trenches at time for localization of cable faults, reinstating and termination in DPs/Pillars based on the site requirement as per the instructions of Unit Officers (JTO/SDE).

2.2.5 The Manpower should be utilized for the work of assisting BSNL staff for testing faulty cable, digging Test pits, excavating Trenching, jointing cables of all sizes and closing joints using TSF kit, reinstatement of soil after completion of jointing work , attending and clearing all types of fault including line fault, checking and repairing of pillar earth, rehabilitation works & cable pair retrieval and any type of emergency work related to external plant and any other work assigned by JTO/SDEs. 2.2.6 If the manpower is required during the night hours, the contractor is responsible for supply of the same. 2.2.7 It is the responsibility of the contractor to supply the man power at the work spot, as per the instructions of the controlling officer.

Signature of Bidder Page 15

3.ELIGIBILITY

3.1 The eligible bidder should be a registered company under Companies Act 1956 or reputed Indian Firms or Agencies.

3.2 The bidder should have experience 2 years experience for supply of manpower assistance for external plant maintenance with a minimum 100 labourers to Corporate Organisations / PSU/Govt. Body. The document submitted should clearly state that the tenderer provided manpower assistance for external plant maintenance satisfactorily for a minimum period of TWO years.

3.3 The Contractor shall strictly abide by the provisions of various Acts of the State in force, in connection with the employment of the contract labour viz. Contract Labour R&A Act 1970, Workmen Compensation Act, EPF/ESI Act and Bonus act 1965 and all other regulation covered under Labour Act at present and in the currency of contract in force.

3.4 The Bidder should have registered with all Government registered agencies for supply of manpower .

3.5 Bidder registered as a Composition dealer under GST Act is not eligible to participate in the tender

4.EARNEST MONEY DEPOSIT 4.1 EMD as per Section VIII can be deposited in the form of an “Account Payee” Crossed Demand Draft drawn on any Nationalized Bank / Scheduled Bank, payable to the AO (Cash), O/o PGMT, BSNL, Thrissur 680022. 4.2 The Demand Draft for the EMD amount should be attached to the Tender Offer. No other mode of payment for EMD will be accepted. Any tender received without the payment of EMD will be rejected. 3.1 The EMD will not carry any interest, while it is in the custody of BSNL. 3.2 The EMD will be refunded/returned to the unsuccessful tenderers after finalization of the Tender on production of Advanced Stamped Receipt. 3.3 The EMD of the successful tenderer will be treated as part of Security Deposit if he wishes so and the Security Deposit will not carry any interest. 3.4 The EMD will be forfeited if a successful tenderer does not pay the Security Deposit in time and execute the Agreement. 3.5 The EMD will be forfeited if the tenderer withdraws the tender before finalization of the tender.

5 TENDER SUBMISSION

5.1 The cover, containing the Bid shall be properly sealed and sent (only by Registered Post or Speed Post.) to Asst. General Manager (PLG), Office of the Principal General Manager, BSNL, Thrissur 680022 so as to reach him on or before 16:00 hours of 07/05/2018. The tender may also be deposited in the Tender Box available in the Planning Section, O/o PGMT, BSNL, Thrissur 680022 . Any tender received after the stipulated time and date for closing of tender shall be rejected and returned unopened to the bidder. 5.2 The completed tender forms should be addressed to: Assistant General Manager (PLG), O/o PGMT, BSNL, BSNL Sanchar Bhavan, Kovilakathumpadam, Thrissur- 680022.

Signature of Bidder Page 16

5.3 The envelope can be sent by Registered Post / Speed Post or can be directly dropped in the tender box provided in this office for this purpose on or before the due date and time. Delay in postal transit will not be accepted as a valid reason for condoning the delay in submission of the tender.

5.4 a. All the pages duly signed by the tenderer as a token of acceptance of the terms and conditions of the tender is to be submitted. b. No sheet is to be detached. 5.5 The tenderers should strictly adhere to the statutory regulations viz., Minimum wages Act, EPF Act ESI scheme, Bonus Act 1965, Contract Labour (R&A) Act 1970, workman compensation act, and rules 1971 and any other regulation covered under Labour Act. 5.6 The Tenderer should submit the copies of the following mandatory Documents / Certificates along with the Bid document and its annexure. i) Tender documents in original duly filled in and signed by the tenderer on each page ii) DD for EMD in original or Banker’s cheque. iii) Cost of Tender Documents in form of Demand Draft (if applicable) iv) Check-list v) Tenderer’s profile. vi) Self Attested copy of the license issued by the licensing officer under the Contract Labour (R&A) Act 1970. vii) Self Experience Certificate for minimum period of 2 years from one corporate organization / PSU / Government Body. viii) Self Attested copy of ESI registration certificate. ix) Self Attested copy of EPF registration certificate. x) Self Attested copy of GST Registration. xi) Those service provider having near relatives working as Executives / Non-executives in any SSA in Kerala including Circle Office are not entitled to submit Tender documents for which each Tenderer should submit a “No Near-Relative Certificate”. The near relatives are Father, Mother, Father-in-law, Mother-in-law, Son, Son-in-law, Daughter, Daughter- in-law, Wife, Brother, Brother-in-law etc. If at a later date after awarding the work to successful Tenderer, it is found that near relatives are working as mentioned in this clause, the work awarded will be cancelled and security deposit paid in cash or Bank Guarantee will be encashed and credited to BSNL. The decision of PGMT Thrissur is final in this regard. xii) Self attested copy of PAN card. xiii) Letter of authorization if any. xiv) Self Attested copy of Registration of the firm or authenticated copy of Partnership deed in case of Partnership firms. xv) Self Attested copy of Memorandum of association & articles of association in case of company. xvi) Self Attested copy of “Power of Attorney” in case person other than the tenderer has signed the tender documents. xvii) The authorization of the competent authority for signing the tender document xviii) Mandate form for ECS/EFT. xix) Copies of audited P&L and balance sheet for the last two years. xx) Certificate regarding tender form downloaded from internet.

Signature of Bidder Page 17

xxi) In case of MSE bidders, Valid certification from MSME (valid on the date of opening tender).

The Tender which does not contain the above documents will be summarily rejected.

5.7 Application of various provisions under Goods & Service Tax Act (GST) 2017.

a) Tax Clause – All taxes except CGST, SGST, UTGST & IGST if any, required to be paid on the invoices shall be borne by the supplier. TDS/TCS shall be deducted at the prescribed rate , if any ( as the case may be).

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

d) GST Invoice – It shall be the responsibility of supplier to raise appropriate tax invoice as per the provisions of GST Act. BSNL reserves the right to be indemnified for the credit loss in case BSNL is unable to claim the input tax credit for any non-compliance/default in raising appropriate invoice by supplier. Further all invoices should be sent to BSNL Promptly. BSNL can adjust/forfeit Bank Guarantee obtained from the supplier against any loss of input tax credit to BSNL on account of supplier’s default.

e) Further the supplier is required to comply following requirements w.r.t. issuance of invoice:-

*All the details of contractor (name, address, GSTIN/unregistered vendor, place of supply, SAC/HSN code etc.) and other mandatory details shall be mentioned on the invoice. *Invoice/DN/CN need to be issued timely within the time prescribed under GST law; *In case of any deficient supply, BSNL shall convey the same in a reasonable time to enable the supplier to issue credit note and take tax adjustment; *It would be the responsibility of the supplier to declare correct information on invoice and GST portal viz the amount, the place of supply, rate of tax etc. In case, the eligibility of input tax credit is questioned or denied to BSNL on account of default by the supplier, the same would be recovered by BSNL from the supplier. *Registered location of both the parties i.e. BSNL and supplier should be mentioned in the agreement with GSTIN No. Further, supplier should raise invoices at

Signature of Bidder Page 18

the registered premise of BSNL for availment of credit and ensure that the place of supply as per GST law is same as registered premise; *It shall be the responsibility of supplier to raise invoice within the prescribed timelines; *E-way bill number should be mentioned on the invoices;

f) Indemnity – It is the responsibility of the supplier to ensure that outward supply return (GSTR-1) is filed correctly and to declare correct information on the invoice and GST portal. In case of mismatch because of vendor’s fault, prompt amendments must be make by the supplier else supplier shall be required to indemnify BSNL of the loss of credit due to mismatch and BSNL shall recover the said amount from vendor. The compliances to be adhered by supplier includes (but is not limited to) the following:

(i) Uploading appropriate invoice details on the GSTN (Goods and Service Tax Network) within the stipulated time; (ii) Issuing GST complaint invoice/CN/DN. PO issued by BSNL should be referred by supplier for capturing information on the invoice; (iii) Acceptance of changes made by BSNL on GSTN on account of non-upload or incorrect upload of details on GSTN. Such changes w.r.t. the mismatch are required to be accepted by supplier within the time limit prescribed under the GST law. It must be noted that in case supplier does not accept such changes within the time limit prescribed under GST law, the loss of input tax credit (if any) would be recovered from the supplier. BSNL reserves the right to be indemnified for the credit loss and recover the said amount from the supplier in case BSNL is unable to claim the input tax credit for any on-compliance or default or due to lack of diligence on the part of the supplier. Further, in case any credit is not received or short credit is received or in case of any error because of which no credit is received then such equivalent amount is not liable to be paid by BSNL. Where, however the amount has already been paid by BSNL the same is liable to be recoverable or adjustable against subsequent payments.

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

Further it shall be the responsibility of the supplier to declare the details of such credit note in the return for the month during which such credit note has been issued but not later than September following the end of the financial year in which such supply was made, or the date of furnishing of the relevant annual return. BSNL reserves the right to be indemnified for the credit loss by supplier in case BSNL is unable to claim the input tax credit for any non-compliance or default or due to lack of diligence on the part of the supplier, whichever is earlier.

5.9 After acceptance of the contract if any or all the terms and condition(s) of the contract is / are violated, the BSNL reserves the right to terminate the contract with the forfeiture of

Signature of Bidder Page 19

SECURITY DEPOSIT to BSNL by giving 15 days notice. The decision of PGM, BSNL, Thrissur- 680022 is final in this respect.

5.10 Labour Rates :

(a) Rates fixed by State Government as per Minimum Wages Act for scheduled employment subject to change from time to time. (b) Rates fixed by Central Government for scheduled employments. The rates shall be highest in each category fixed in (a) or (b) above.

5.10.1 THE AGENCIES AND THEIR RESPONSIBILITIES:

a) The Contractor should possess valid license to take up the work in accordance with contract labour (R&A) Act. b) The contractor should have a valid labour license in supplying of manpower assistance for external plant maintenance work with minimum 100 labourers. Otherwise the tender will be rejected. c) No child labour will be permitted. Persons with less than 18 years of age and more than 56 years of age should not be engaged for any reason. d) The Contractor should replace it’s persons when it is found by the designed officer that they are not discharging their duties as provided herein above. e) The contractor should strictly adhere to the Statutory Regulations viz. Wages, EPF, ESI and Bonus as per schedule rate and adhere relevant Acts in force in respect of each item. The contractor should also make payments/contributions under the above enactments and produce proof of payment of wages, ESI & PF contributions every month with specific reference to the workers engaged by him under this tender, failing which the payments due to the contractor will be retained by BSNL. The Contractor shall supervise and control his employees and take disciplinary action against his employees whenever found necessary. f) In case of additional requirement of Man power assistance, the contractor should be in a position to supply them at approved rates only without delay. g) In case it is found by BSNL that any property or material of the BSNL is lost or put to loss / damage due to the negligence of the persons engaged by the contractor, the contractor will be held fully responsible and should reimburse the cost of loss / damage so incurred. The decision of Principal General Manager, BSNL Thrissur as to the quantum of loss / damage and negligence is final. h) In case any workman of the Contractor suffers injury / damage or meets with an accident during the discharge of duty, the entire cost of compensation should be borne by the contractor and the BSNL shall stand fully indemnified against any claim / damage / Compensation. i) The contractor shall supervise his employees and ensure that the work is executed by his workers in accordance with the requirement and should maintain a Register for recording the progress of the work from each section and the officials of BSNL shall inspect the work and issue necessary certificates if any regarding the progress of the work and quality of work executed. j) Minimum wages applicable and as fixed by the Central / State Government should be arranged to be paid with pay slips (Pay Slips should contain the amount of EPF/ESI amount deducted and EPF/ESI (Numbers) periodically to the persons engaged by the contractor not later than the 7 th of every month.

Signature of Bidder Page 20

k) If the rate quoted by the contractor is not sufficient to meet the payment of minimum wages and other statutory payments like ESI, PF etc, such tender(s) will be summarily rejected as non-responsive. l) All records as envisaged under Contract Labour Acts should be maintained and these records are subject to scrutiny by competent authorities. These records may be submitted for scrutiny of Asst.General Manager (PLG) by 15 th of every month. m) The Contractor should ensure that the work awarded will not fall into the hands of outsiders, such as sub-letting etc under any circumstances and sub contract if any will not be permitted and in such cases the contract awarded to the successful tenderer will be terminated and security deposit will be forfeited and Bank Guarantee will be encashed. n) The contractor shall be responsible for maintaining of the following register / records required to be maintained under various labour laws. 1) Register of Attendance. 2) Register of Wages. 3) Register of Fines 4) Register of wage slips 5) Register of leave/Absentees. o) The contractor will obtain from the Assistant Labour commissioner (Central) Thiruvananthapuram a valid license under the Contract Labour (R&A) Act 1970 and the contract labour (central) rules 1971 prior to the commencement of work . Any other Certificate from any other jurisdiction will not be accepted and on failure to produce the license the work awarded shall stand cancelled. The Principal General Manager , BSNL Thrissur the right to proceed further as deemed fit. p) The contractor shall ensure to meet their obligations arising out of the employees Provident fund and Miscellaneous Provisions Act 1952 by making regular deductions of employee’s contribution and payment of both employee’s and employer’s contribution for the persons engaged by them to the office of the respective Provident Fund Commissioner, only. A copy of the challan showing deposit of the monthly contribution along with list of labourers engaged for this work covered under this tender to whom payment is made shall invariably be provided to the Principal Employer every month. It is the responsibility of the Contractor to obtain annual EPF Balance Sheet and distribute them among all the persons engaged by them under proper acquitance under intimation to Assistant General Manager (PLG) O/o PGMT, BSNL Thrissur . q) The contractor shall pay bonus to its employees each year as per payment of Bonus act 1965. BSNL shall not be responsible in this regard. r) The contractor while submitting the Bill, the following details are to be enclosed along with the bill:

1. List showing the details of persons to be engaged 2. Duration of their engagement 3. The amount of wages paid to such persons for the duration in question. (wage slip) 4. Amount of EPF contribution for the duration of engagement in question paid to the EPF Authorities mentioning the amount separately. 5. Copies of authenticated documents of payments of such contribution to EPF authorities and a declaration from the contractor regarding compliance of the conditions EPF Act.1952. 6. The amount of ESI Contribution for each person engaged for the work covered under this tender alongwith details of ESI Identity Card, ESI Number etc. The allotment of ESI number and authorization for treatment from the ESI authorities may be produced.

Signature of Bidder Page 21

7. The Tenderer should adhere all the administrative rules of the contract labour (Central) Rules and their instructions issued by that office from time to time with respect to the establishment of the organisation and the persons engaged by them in relation to the welfare and financial activities of the persons under the contractor. 8. The engagement of the persons should be done after verifying the antecedents. 9. If any person is absent for more than one month and he/she is not likely to resume duty, the contractor should delete the names of such person and information in this regard to be given to AGM(PLG) O/O PGMT , BSNL Thrissur and also shown furnish the name of the person added due to replacement. The EPF/ESI rules should also be applied for left out and replaced persons.

5.11 Last date of submission of Tender offer is 16.00 Hours on 07.05.2018

6. DATE OF OPENING

6.1 The tenders will be opened at 11.00 hrs on 08/05 /2018 in the presence of the tenderers or their representatives present at that time and members of the committee duly nominated by PGMT, BSNL, Thrissur. 6.2 If the office remains closed or is not able to function due to unexpected reasons, the tender will be opened at the same time of the next following working day. 6.3 Any tender received after the deadline for submission of bids prescribed shall be rejected and returned unopened to the tenderer. 6.4 If representative / authorized persons of the bidder is to attend the bid opening an authorization letter to this effect must be produced by him before he is allowed to participate in the bid opening. 6.5 PGMT, BSNL, Thrissur reserves the right to disqualify such tenderers who have a record of not meeting contractual obligations against earlier contracts entered into with the BSNL. 6.6 The contract awarded to the selected tenderer is NOT TRANSFERABLE.

7 IMPROPERLY PREPARED OFFER

7.1 All tenders in which any of the prescribed conditions are not fulfilled or incomplete in any respect are liable to be rejected. 7.2 If any clause is found added or altered the tender will be rejected.

8 RATE QUOTING METHOD

8.1 The rates should be quoted in figures and words per person per working day as shown in the Price Schedule of the BID. Any ambiguity in rates shall make the tender invalid. No clause should be added or altered in BID documents. 8.2 The contractor should strictly abide by the provisions of various acts of the state in force in connection with the employment of the contract labour. It is the responsibility of the contractor to ensure payment of wages as per Minimum Wages Act as fixed by Chief Labour Commissioner, New Delhi (subject to change) concerned to the persons employed and EPF, ESI and Bonus as applicable. 8.3 The tenderers are requested to contact the AGM (PLG) concerned to ascertain the quantum of work before quoting the service charge 8.4 In case if there is any difference in amount written in figure and amount written in words, then the amount written in words will be treated as amount quoted.

Signature of Bidder Page 22

8.5 Income Tax at appropriate rates will be deducted at source from the monthly payment of all the bills. 9 EVALUATION CLAUSE

Evalution of tender will be done on the basis of the lowest rates quoted in terms with the conditions prescribed above.

10 SECURITY DEPOSIT .

10.1 The tenderer whose rate is accepted has to deposit an amount equal to 5% of the total contractual value as Security Deposit within 14 days from the date of acceptance of the tender, which bears no interest and refundable on expiry of the period of contract after adjusting dues if any of the contractor under any head. In the event of failure to deposit within the time allowed, the tender will be rejected and the EMD forfeited, in such a situation, the second lowest tender will be accepted. This security deposit is payable in the following forms also: a) By crossed Demand Draft obtained from any Nationalised / Scheduled Bank Payable to the Accounts Officer (Cash), O/o PGMT, BSNL, Thrissur 680022. b) Post office Savings Bank Deposit duly pledging in the name of Accounts Officer (Cash) O/o PGMT, BSNL, Thrissur 680022 c) A receipt for the deposit from a Nationalised Bank, receipt being made in the name of The Accounts Officer (Cash), O/o PGMT, BSNL, Thrissur 680022. d) The Security Deposit can also be given in the form of Bank Guarantee obtained from a Nationalised / Scheduled Bank valid for a period of 18 months from the date of execution of agreement. The Bank Guarantee should be extended further as and when demanded by BSNL on extension of tender period. i) Failure to pay the Security Deposit within the specified time will entail the forfeiture of EMD and also rejection of tender. ii) If the tenderer withdraws the tender during the currency of the tender period, the Security Deposit will be forfeited. iii) Security Deposit of the successful tenderer will be forfeited to BSNL in the following cases. a) If after acceptance of the tender, the tenderer fails to carry out the job in accordance with the terms and conditions of the tender as mentioned in the Schedule of Works. b) If any damage is caused to any of the property of the BSNL or delay in carrying out the works. c) If any of the conditions indicated in the Tender is not carried out which results in loss / damage to BSNL. d) If any of the statutory payments (ESI/EPF/Bonus/GST etc) are found not remitted/paid.

10.1 The tenderer shall be fully responsible for the compliance of all the provisions applicable under labour laws like: a) Payment of Wages Act 1936

Signature of Bidder Page 23

b) Minimum wages Act 1948 as applicable c) The Contract Labour (R & A) Act 1970 d) The employees Provident Fund and Miscellaneous Provisions Act 1952. e) The Payment of Bonus Act 1965 f) Employees state Insurance Act 1948 g) Workmen Compensation Act 1923. h) All other acts and statutes applicable from time to time. i) The Tenderer should comply with the provisions of all the above Acts without any omission.

11 AGREEMENT

The successful tenderer will be required to execute an agreement in a Non-Judicial stamp paper of Rs.200/- (Rupees Two hundred only) within the time frame stipulated by PGMT , BSNL , Thrissur . The cost of stamp paper is to be borne by the successful tenderer.

12 CAUTION 12.1 The tenderer should execute the whole and every part of the work in the most substantial and workman like manner both as regards materials and otherwise in every respect in strict accordance with the specification. 12.2 In the event of any failure to comply with any of the clause of this tender notice or the agreement, the tender is liable to be cancelled and the Security Deposit is liable to be forfeited. 12.3 If the service of the tenderer is not satisfactory on any count, BSNL has the right to terminate the tender by giving 30 days notice.

13. RESPONSIBILITY OF THE CONTRACTOR

13.1. The Contractor should strictly adhere to the statutory regulation viz., Minimum wages Act, EPF Act, ESI Scheme, Bonus Act 1965 and any other regulations. Covering Labour contract in respect of Labourers /Employees by the contractor individuals should be supplied with details of EPF / ESI payments. All Labourers / Employees should be supplied with ESI cards to enable them to get treatment. In Nutshell all the labourers employed should be provided with all facilities as per the provision of Contract LabourR& A Act 1971. BSNL shall have no responsibility in this.

13.2 The Contractor shall be responsible for the discipline of the persons employed by him and he shall be responsible for the supervision of such employees and their control. If at any time, it is found that any person engaged by the contractor is indulging in misbehavior or misconduct etc., the unit officer shall have the right to inform the contractor to replace him and any such demand shall be binding on the Contractor.

Signature of Bidder Page 24

13.3 The Contractor shall maintain complete personal data of persons employed by him such as, name, fathers name, permanent address, village / Taluk / district, Police station concerned, signature etc. and provide them to BSNL wherever asked for.

13.4 The Contractor should be responsible for the welfare of his employees as per the various State / Central Government Acts and Regulations. BSNL will not have any responsibility in this aspect.

13.5 No child labour will be permitted.

13.6. The Contractor will be solely responsible for the payment of salaries, allowances and other benefits to his employees and BSNL shall in no way responsible for the same. He should not wait for the BSNL’s payment to pay to his staff. He should make payment on or before 7 th of the following month without fail. In case the contractor habitually delay the payment beyond 7 th of every month his contract shall become liable for termination with 30 days notice.

13.7 In case of additional requirements the Contractor should be in a position to supply them at the approved rate without delay.

13.8 In case of any workman of the contractor suffers injury / damage or meets with an accident during the discharge of duties, the entire cost of compensation should be borne by the tenderer and BSNL will stand indemnified against any claim for compensation.

13.9 Cooking / halt after duty hours by the labourers of the Contractors inside the building is not permitted.

13.10. The tenderer should provide First Aid Facilities for the contract labourer.

13.11 Any communications to the last known address will be sufficient for any purpose of written communications. Any plea of absence from Headquarters or change of address will not be accepted to establish the non-receipt of communication on the part of the tenderer. For this purpose it is desirable that the tenderer has a local office at Thrissur with contact phone numbers, which should be mentioned in the tender form.

14. DAMAGES AND LOSSES

14.1 The successful tenderer will be engaged as “WORK CONTRACTOR” on “WORK CONTRACT BASIS” which is purely a work contract based on the principles of Law of Contract.

14.2 The tenderer getting the work order will be entirely responsible for all losses and damages caused during execution of work by his party to men, material and properties belonging to not only BSNL but also to other departments, organizations and individuals. BSNL shall have no liability whatsoever.

14.3 Any legal or financial implications while executing the work would vest with the tenderer only. BSNL shall have no liability whatsoever.

Signature of Bidder Page 25

15. PENALTIES

Penal deductions will be made for poor services on the basis of assessment by Dvisional Engineer level officers of Thrissur BA . Penal deductions will be made at the rate of 2% of the rates quoted per occasion/instance per month. The decision of the PGMT , BSNL Thrissur will be final in this regard.

16. TERMINATION

16.1 PGMT, BSNL Thrissur may without prejudice to any other remedy for breach of contract, may terminate the contract in whole or in parts by giving 30days notice.

i) If the contractor fails to abide by any of the terms and conditions under the contract.

ii) PGMT, BSNL Thrissur may without prejudice to other rights and remedies available to him under the applicable law get the work under this contract done by making alternate arrangement at the risk and cost of the tenderer in above circumstances.

16.2 PGMT, BSNL Thrissur may also by giving written notice and without compensation to the Contractor terminate the contract if the Contractor becomes unwilling, bankrupt or otherwise insolvent without affecting its right of action for remedy, as deemed fit.

16.3 BSNL shall not be responsible for any loss or damage incurred to the contractor as a result of the termination of the contract. BSNL shall be free to take due action for the appointment of a new contractor during the period under notice thereafter. The contractor / the company will be debarred for further participation in the tender floated by this office.

16.4 The successful tenderer shall under no circumstances sublet the contract and if he do so, the PGMT, BSNL Thrissur whereupon by notice in writing rescind the contract.

17. PAYMENT OF BILLS

17.1 The Contractor shall submit all bills in monthly basis in triplicate with the GST Registration Number to Asst. General Manager (PLG) concerned along with an advance stamped receipt for processing for payment. The Contractor shall enclose the payment copies of the previous months EPF, ESI Statement Contribution, GST etc., paid to the concerned authorities and all other statutory liabilities applicable. The Contractor shall submit a certificate that he had paid the wages completely for the previous months with proof of payment. Necessary deductions towards income tax and surcharge and any other tax levied by State/Central Government / Local Administration shall be made from the bills at the time of payment as per rules in existence at that time. The Payment will be made only through RTGS/NEFT mode.

17.2 In case of absence / Non-performing of work, pro-rata deductions will be made in the bills.

18. RIGHTS RESERVED FOR BSNL

18.1 PGMT, BSNL Thrissur reserves the right to blacklist a tenderer for a suitable period in case he fails to honour his tender without sufficient grounds.

Signature of Bidder Page 26

18.2 BSNL reserves the right to reject any or all tenders without assigning any reason.

18.3 This award of work contract does not confer any right on the contractors employees for appointment/absorption in BSNL.

18.4 In case of any dispute before entering into contract, the decision of the PGMT, BSNL Thrissur shall be final.

18.5 The PGMT, BSNL Thrissur shall be the final authority for deciding the successful tenderer and his decision will be final.

19. VALIDITY

The period of contract shall normally be one year from the date of awarding of tender but can be extended for a further period of one year or till such time a fresh tender is finalized whichever is earlier at the same rate with the same terms and conditions.

20. RESTRICTIONS

Any attempt for negotiations direct or indirect or any attempt to secure any interest for actual prospective tenderer or influence by any means for the acceptance of particular tender will render the concerned tenderer liable for exclusion from consideration.

21. FORCE MAJEURE

21.1 If at any time, during the continuance of this contract, the performance in whole or in part, by either party or any obligation under this contract shall be prevented or delayed by– FORCE MAJEURE conditions – neither party shall, subject to other conditions of the contract, by reasons of such events be entitled to claim for damages against the other in respect of such non performance or delay in performance.

21.2 The Force-Majeure shall include war or hostility, or acts of the public enemy, or civil commotion, or sabotage or fire, or floods or explosions, or epidemics or quarantine or restrictions or strikes or lockouts or acts of God (herein after referred to as eventuality).

21.3 Provided such Force-Majeure provisions apply only if notice of happening of any such eventuality is given by either party claiming concession to the other within 21 days from the date of occurrence thereof.

21.4 Provided activities under the contract that were interrupted under the FORCE-MAJEURE event are resumed as soon as practicable after such event comes to an end, or cease to exist, and the decision of the PGMT, BSNL Thrissur as to whether the activities have been so resumed or not, shall be final and conclusive.

21.5 Provided further that if the performance in whole or part of, any obligation under this contract is prevented or delayed by reasons, for any such events for a period exceeding 60 days, either party may at his option terminate the contract.

Signature of Bidder Page 27

22. COMPLIANCE WITH LAWS AND REGULATION

22.1 All the successful tenderers are bound by the labour laws as amended from time to time and also bound by the various provisions of the said laws.

22.2 All payments of salaries, leave, EPF, ESI Contribution and bonus for the labourers engaged by the tenderer for the execution of the tender work and all other liabilities imposed by the Contract Labour (R & A) Act 1970 and the EPF and ESI organizations wherever applicable will be the sole responsibility of the tenderer and the BSNL shall stand indemnified in this regard.

23. ARBITRATION AND JURISDICTION

Except as otherwise provided elsewhere in the contract, if any dispute, difference, question or disagreement arises between the parties hereto or their respective representatives or assignees. In connection with construction, meaning, operation, effect, interpretation of the contract or breach thereof which parties unable to settle mutually, the same shall be referred to Arbitration as provided hereunder: 1) A party wishing to commence arbitration proceeding shall revoke Arbitration Clause by giving 60 days notice to the designated officer of the other party. The notice invoking arbitration shall specify all the points of disputes with details of the amount claimed to be referred to arbitration at the time of invocation of arbitration and not thereafter. If the claim is in foreign currency, the claimant shall indicate its value in Indian Rupee for the purpose of constitution of the arbitral tribunal. 2) The number of the arbitrators and the appointing authority will be as under. Claim amount Number of Appointing Authority (excluding claim for arbitrator counter claim, if any) Above Rs.5 lakhs to Sole Arbitrator to BSNL (Note: BSNL will forward a list 5 crores be appointed containing names of three empanelled from a panel of arbitrators to the other party for arbitrators of selecting one from the list who will be BSNL appointed as sole arbitrator by BBNL) Above 5 crores 3 Arbitrators One arbitrator by each party and the 3rd arbitrator, who shall be the presiding arbitrator, by the two arbitrators. BSNL will appoint its arbitrator from its panel

3) Neither party shall appoint its serving employee as arbitrator. 4) If any of the Arbitrators so appointed dies, resigns. Becomes incapacitated or withdraws for any reason from the proceedings, it shall be lawful for the concerned party/arbitrators to appoint another person in his place in the same manner as aforesaid. Such person shall proceed with the reference from the stage where his predecessor had left it both parties consent for the same; otherwise, he shall proceed de novo.

Signature of Bidder Page 28

5) Parties agree that neither party shall be entitled for any pre-reference or pendentelite interest on its claims. Parties agree that any claim for such interest made by any party shall be void. 6) Unless otherwise decided by the parties, Fast Track procedure as prescribed in Section 29 B of the Arbitration Conciliation Act, 1996 for resolution of all disputes shall be followed, where the claim amount is upto Rs.5 crores. [29B. Fast track procedure- (1) Notwithstanding anything contained in the Act, the parties to an arbitration agreement, may, at any stage either before or at the time of appointment of thee arbitral tribunal, agree in writing to have their dispute resolved by fast track procedure specified in sub-section (3). 2) The parties to the arbitration agreement, while agreeing for resolution of dispute by fast track procedure, may agree that the arbitral tribunal shall consist of a sole arbitrator who shall be chosen by the parties. 3) The arbitral tribunal shall follow the following procedure while conducting arbitration proceedings under sub-section (1) –

a) The arbitral tribunal shall decide the dispute on the basis of written pleadings, documents and submissions filed by the parties without oral hearing; b) The arbitral tribunal shall have power to call for any further information or clarification from the parties in addition to the pleadings and documents filed by them; c) An oral hearing may be held only, if, all the parties make a request or if the arbitral tribunal considers if necessary to have oral hearing for clarifying certain issues; d) The arbitral tribunal may dispense with any technical formalities, if an oral hearing is held, and adopt such procedure as deemed appropriate for expeditious disposal of the case. 4) The award under this section shall be made with a period of six months from the date the arbitral tribunal enters upon the reference. 5) If the award is not made within the period specified in sub-section (4), the provisions of sub-sections (3) to (9) of Section 29A shall apply to the proceedings. 6) The fees payable to the arbitrator and the manner of payment of the fees shall be such as may be agreed between the arbitrator and the parties. ] 7. The arbitral tribunal shall make and publish the award within time stipulated as under: Amount of Claims and Period for making and publishing of the award (counted Counter Claims from the date the arbitral tribunal enters upon the reference) Under Rs.5 crores Within 6 months (Fa st Track procedure) Above Rs.5 crores Within 12 months

Signature of Bidder Page 29

However, the above time limit can be extended by the Arbitrator for reasons to be recorded in writing with the consent of parties and in terms of provisions of the Act.

8. In case of arbitral tribunal of 3 arbitrators, each party shall be responsible to make arrangements for the travel and stay etc.of the arbitrator appointed by it. Claimant shall also be responsible for making arrangements for travel/stay arrangements for the Presiding Arbitrator and the expenses incurred shall be shared equally the parties.

In case of sole arbitrator, BSNL shall make all necessary arrangements for his travel/stay and the expenses incurred shall be shared equally by the parties.

9. The Arbitration proceeding shall be held at New Delhi or Circle or SSA Headquarter (as the case may be).

10. Subject to the aforesaid conditions, provisions of the Arbitration and Conciliation Act, 1996 and any statutory modifications or re-enactment thereof shall apply to the arbitration proceedings under this clause.

25. SET OFF Any sum of money due and payable to the tenderer (including Security Deposit refundable to him) under this contract may be appropriated by the PGMT, BSNL Thrissur 680022 and set off against any claim of the BSNL for payment of a sum of money arising out of this contract or under any other contract made by the contractor with the BSNL.

Sd/-

Assistant General Manager (PLG), O/o, PGMT BSNL Thrissur 680022

Signature of Bidder Page 30

SECTION VI

TENDERER’S PROFILE

Photo of individual/ authorised person

1. Name.

2. Whether Individual/Company/Partnership firm.

3. In case of Company/Partnership firm, name and designation

of the person authorised to sign the contract agreement.

4. Address.

5. Telephone No.

6. Income Tax Permanent Account No. (PAN)

7. GST Registration No.

8. EPF Registration No.

9. ESIC Registration No.

10. Details of experience.

11. Any other relevant details.

I/We hereby declare that the particulars furnished above are correct.

Date: Signature:

Signature of Bidder Page 31

SECTION VII

FINANCIAL BID(PRICE SCHEDULE)

Tender No: PLG/CP/TENDER FOR EXTL. PLANT MTCE/2018-19 /6 DATED 13/04/2018

NAME OF WORK : TENDER FOR SUPPLY OF MANPOWER ASSISTANCE FOR EXTERNAL PLANT MAINTENANCE IN THRISSUR BA

Name of Zone for which rate is quoted:……………………..

FINANCIAL BID (PRICE SCHEDULE) 1 Basic Wage As per CGMT, BSNL, TVM, letter No TFC/62/Contract Labour/2006-2013/Vol.IV/81 dated 28-8-2013 and dated 28-9-2013 and subject to revision from time to time according to Ministry of Labour, Govt of India.(Applicable Basic Pay + VDA from time to time)

2 EPF, ESI As per Central Government orders issued from time to time

3 Service Charge including Rs. …………………./ - per head / per day( 8 hours) all incidental other charges (Amount/Head) (Rupees ……………………………………………..only) per head / per day (excluding GST)

4 GST As per the rates approved by the Kerala / Central Government.

Note: Service Charge in Amount per head / duty and bonus should be quoted by the bidder at Sl.No. 3 Declaration by the Contractor:

I ……………………………………………………………………., the undersigned, have read out and understood the terms and conditions and Description of works as available in the Tender Document mentioned above and I am agreeable to all the terms and conditions, in case my Quotation for the above said work is accepted.

Place: Date: Signature of the Contractor

Signature of Bidder Page 32

SECTION VIII

Zone,Estimated Cost, Tender Cost and Bid Security (EMD) Sl Zone and Tender No. Estimated cost Cost of bid Bid security (EMD) N Area of document (Rs.) o contract (Rs) (non- refundable ) in Rs

1 NORTH Tender No. 2,11,00,000/ - 2360/ - 4,22,000/ - (Areas PLG/CP/Tender under DEPI, for Extl Plant (2000+ DEPII,DET Mtce/2018- GST) KNM & DET 19/I VRI, DET GVR, DE OFS)

2 SOUTH Tender No. 1,91,00,000/ - 2360/ - 3,82,000/ - (Areas PLG/CP/Tender under DET for Extl Plant (2000+ OLL, DET Mtce/2018- GST) IJK,DET 19/II CRN, DET CKD, DET KSU)

Note : Separate bid should be submitted for each zone. Tender cost and EMD should also be submitted for each zone separately.

Signature of Bidder Page 33

SECTION IX

ASSESSMENT OF MANPOWER

DIVISION NO. OF MANPOWER REQUIRED DE Phones I 24

DE Phones II 21

Chalakudy 22

Ollur 23

Guruvayur 26

Kandassankadavu 21

Kunnamkulam 25

Vadakkancherry 17

Kodungallur 20

Irinjalakuda 20

DE OFS 5

Total 224

The quantum of manpower requirement is only approximate and the Principal General Manager Telecom, BSNL, Thrissur reserves the right to decrease or increase the same to the extent of + 25% of the total requirement, according to the quantum of work required to be executed.

Signature of Bidder Page 34

SECTION X

DETAILS OF WORKING CONNECTION AS PER DIVISIONS

DIVISION NO. OF NAME OF EXCHANGE WORKING TOTAL EXCHANG CONNECTIO WORKING E N CONNECTION AMALA NAGAR 3730

AYYANTHOLE 3940

KURIACHIRA 3050

MUNDUR COCHIN 3353 30240 DE Phones I, 8 Thrissur MULAKUNNATHUKAV U 3987

NEDUPUZHA 1221

PARAPPUR 1762

THRISSUR OCB 9197

PEECHI 790

PUNKUNNAM 7521

CHEMBUKAVU 9390

KANNARA 1182

24094 DE Phones II, KURICHIKKARA 1652 8 Thrissur

MANNUTHY 3165

THRISSUR KOVILAKATHUMPADA M 261

VANIYAMPARA 133

Signature of Bidder Page 35

ALAGAPPANAGAR 2866

CHERPU 3445

INCHAKUNDU 925

KODANNUR 1886

20049 MANNAMA NGALAM 826 DET Ollur 9

OLLUR 5478

THOTTIPPAL 1667

VARANDARAPPILLY 1615

VALAKKAVU 1341

CHALAKUDI 6102

KADUKUTTY 1761

KODAKARA 3881

KORATTY 3273 20452 DET 8 MELUR 1550

PARIYARAM 1834

VELLIKULANGARA 1731

VETTILAPPAR A 320

ANNAMANADA 2749

KODUNGALLUR 6542 27685 DET Kodungallur 7 ERIYAD 2087

KUZHUR 1636

Signature of Bidder Page 36

MALA 4878

PERINJANAM 7317

S N PURAM 2476

IRINJALAKUDA 9980

KOMBODINJAMAKKA L 2368

KATTOOR 4827

29144 DET Irinjalakuda 7 MOORKANA D 2150

PALAPPETTY 2838

VALLAKKUNNU 2012

VELLANGALLUR 4969

KATTAKAMPAL 2564

KECHERI 2799

KUNNAMKULAM 6815 20974 DET 6 Kunnamkulam MATTOM 3417

PERUMPILAVU 3173

VELUR COCHIN 2206

ARANGOTTUKARA 1315

CHELAKKARA 2396

18714 DET ELANAD 618 11 Vadakkancherry

ERUMAPPETTY 2194

KONDAZHI 690

Signature of Bidder Page 37

MULLURKKARA 994

PUNNAMPARAMBU 1616

PAZHAYANNUR 1472

THIRUVILWAMALA 1571

VALLATHOL NAGAR 2140

VADAKKANCHERI 3708

CHAVAKKAD 3211

EDAKAZHIYUR 1276

GURUVAYUR 5749

KADAPPURAM 1591 23831 DET Guruvayur 8 PUNNAYURKULAM 2943

PUVATHUR 3388

VENKITANGU 3572

VYLATHUR 2101

ARIMBUR 2603

CHAZHUR 3532

ENGANDIYUR 3177 24275 DET 6 Kandassankadavu KANDASSANKADAVU 4478

VALAPPAD 6200

VATANAPPILLY 4285

Signature of Bidder Page 38

Annexure I

NO NEAR-RELATIVE CERTIFICATE

I……………………………………………………………..S/o …………………………………

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

Date .

(Signature of Tenderer)

Name & Seal:

Signature of Bidder Page 39

Annexure II

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 signature 1 2

Signatures of bidder or Officer authorised 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 authorisation as prescribed above is not received.

Signature of Bidder

Signature of Bidder Page 40

Annexure III

AGREEMENT

This agreement is made at Thrissur on this ______day of ______(month) ______(year) between M/s. ______(thereinafter called the first party) and Assistant General Manager (Plg), Office of the Principal General Manager, Telecommunications, BSNL, Thrissur 680 022 on behalf of the Principal General Manager, Telecommunications, BSNL, Thrissur (hereafter called the second party) Where as the contractor has offered to enter into contract with the said BSNL for supply of manpower for assistance for external plant maintenance in Thrissur BA on the terms and conditions and herein contained and at the rates of …………………………..(service charges) approved by BSNL have been duly accepted and where as the necessary security deposits have been furnished in accordance with the provisions of the tender document ……………………………………………...... (Tender No) and whereas no interest will be claimed on the security deposits. Now these presents witness and it is hereby agreed and declared by and between the parties to these presents as follows:

1. This agreement is effective from the …………………………… for a period of one year from the date of effect.

2. The party shall arrange for the following works as detailed below in Thrissur BA: a)Thrissur BA is divided into various Divisions as per SECTION IX for the purpose of external plant maintenance works. b) The bidders submitting bid for the work should have sufficient Man power on hand and should be able to deploy them to assist the cable jointers / TMs immediately on request on daily basis to all unit officers i.e. JTO/SDE concerned. Assessment of required man power is furnished in SECTION IX of the tender document. c) Tools required for trenching/excavation and reinstatement to be supplied by the bidder and tools/materials required for jointing/testing will be supplied by the BSNL. d) The work involves assisting BSNL staff in carrying equipments and tools to site, digging standard pits at the jointing location, taking test pits warranting cable operation, excavating trenches at time for localization of cable faults, reinstating and termination in DPs/Pillars based on the site requirement as per the instructions of Unit Officers (JTO/SDE). e) The Manpower should be utilized for the work of assisting BSNL staff for testing faulty cable, digging Test pits, excavating Trenching, jointing cables of all sizes and closing joints using TSF kit, reinstatement of soil after completion of jointing work , attending and clearing all types of fault including line fault, checking and repairing of pillar earth, rehabilitation works & cable pair retrieval and any type of emergency work related to external plant and any other work assigned by JTO/SDEs. f) If the manpower is required during the night hours, the contractor is responsible for supply of the same.

Signature of Bidder Page 41

g) It is the responsibility of the contractor to supply the man power at the work spot, as per the instructions of the controlling officer. h) The persons engaged for assistance for external plant maintenance works undertaken by the first party (______) shall be their employees and they shall have no right for regular employment and any other benefit from BSNL on the basis of the contract service. i)BSNL shall have the right to request the first party (______) at any time to replace any or all the persons engaged by the contractor for the work at the BSNL office without assigning any reason. j)The second party (BSNL) shall pay the wages of the labourers according to the wages fixed by Central/State Labour Commissioner along with the service charge and other taxes by RTGS/NEFT payment in each calendar month on submission of the bill by the first party and after satisfying by the second party that the work has been carried out by the first party satisfactorily. If the work is not done satisfactorily, deduction will be made in the service charges as deemed fit by the authorities. The contractor should specifically note that there will be no compromise in the case of cleanliness of the office premises. Suitable penalty as deemed fit by the supervisory officers/officials at any level can be/will be imposed for non compliance of orders/instructions without any prior notice and the aggregate amount of such penalty in a month will be deducted from the bill of that month. a) The first party (______) shall be responsible for any loss or damage of BSNL property caused by the negligency of the persons engaged by him in the performance of his work. They shall have no future claim/right other than those specified in this agreement. b) The first party (______) will be responsible for all the statutory benefits like ESI, EPF, Uniform and medical facility, accident claim, Bonus etc., and the pay of the persons employed by the first party. Any type of claims/disputes by the employees will be settled by the contractor. c) The contractor should ensure that all applicable labour legislation including ESI, Workman compensation Act, Minimum Wages act, EPF misc.provisions act 1952 and Bonus Act 1965 are complied with. d) The uniform and other dressing materials required for the workers employed by the first party must be provided by him. The second party will be at liberty to terminate those agreement at any time giving one months notice. e) BSNL reserves the right to increase the Security Deposit on increase of labourers engaged from the present approved number and the contractor is bound to place the increased Security Deposit as and when called for. f) Penalty as per clause no. 15 in Terms and Conditions of NIT is applicable for poor service. g) The period of contract shall be for a period of one year from the date of awarding of contract and the same can be extended further for a period of one year with a break on satisfactory performance or till a fresh tender is finalized whichever is earlier, under the same terms and conditions.

3. The contractor is fully aware of the terms and conditions of the tender given in the above said tender documents. The contractor shall abide by the terms and conditions, rules,

Signature of Bidder Page 42

guidelines, safety precautions etc. stipulated in the tender document including any correspondence issued by the BSNL to the contractor having bearing on execution of work and payments of work to be done under the contract.

4. The contractor shall, during the period of this contract that is to say from ………………………………. To ……………………………. or until this contract shall be determined by such notice as is hereinafter mentioned, supply sufficient manpower employed at his own expenses in the BSNL Kerala circle office and its allied offices at service charges of Rs ………per day. It is understood by the contractor that the number of manpower mentioned on the schedule is likely to change as per actual requirements as demanded by exigencies of service.

5. The NIT(notice inviting tender),Bid Documents(qualifying and financial), letter of intent, approved rates and such other additional particulars instructions shall be deemed and taken to be an integral part of the contract and shall also be deemed to be included in the expression” The agreement” or “the Contract” wherever herein used.

6. The contractor here by declares that nobody connected with or in the employment of the Bharat Sanchar Nigam Ltd is not/ shall ever be admitted as partner in the contract.

7. The contractor shall abide by the terms and conditions, rules/regulations /laws / Government instructions/ Statutes etc that are applicable / will be made applicable and/or aimed to protect the interest of workers /employees employed by me /us in the past and during the course of execution of the said contract with BSNL.

8. The contractor shall fully protect, indemnify and hold harmless BSNL and its employees , officers, directors, agents, or representatives from and against any/all liabilities, losses, actions, judgements, damages, fines, penalties and costs (including legal costs and disbursements) arising from or relating to Any breach/ violation of any directions, order from any Government Authority, any provisions of labour laws or any other laws, statute or regulations, that are or will be aimed to protect the interest of orders / labourers engaged by the contractor in the past and during the course of this contract with BSNL. OR Any other payments, claims or liabilities that may arise from ensuring complainer or the provisions of any of the labour laws or any other laws etc.

OR Any other claim made by any third party in connection with any violation of any of the laws the laws, guidelines, instructions etc.

In witness whereof to the parties, to those presents have here into set their respective hands and seals the day……………… month…………..of 2018.

Signed sealed & Delivered by the above named contractor

Signature of Bidder Page 43

In the presence of Witness:

1. 2. Signed sealed & Delivered on behalf of CMD, BSNL by in the presence of

Signature of the Witness Name and address of Witness Witness: 1. 2.

Signature of Bidder Page 44

Annexure IV

BANK GUARANTEE BOND FORM for SECURITY DEPOSIT

Whereas …………. ( hereinafter call “the Contractor”) has been awarded the contract for supply of Man power Assistance for External plant maintenance works in Thrissur BA . as per tender No. PLG/CP/TENDER FOR EXTL. PLANT MTCE/2018-19 /6 DATED 13 /04/2018

KNOW ALL MEN by these Presents that WE ……….of …….. having our registered office at ……………… ………………… (hereinafter called the “the surety” ) are bound unto Bharat Sanchar Nigam Ltd (hereinafter called “BSNL” ) in the sum of ………….for which payment will and truly to be made of the said Department, the Bank binds itself, its successors and assigns by these presents. THE CONDITIONS of the obligation are:

1. Security Deposit of the successful tenderer will be forfeited to BSNL in the following cases.

a.) If after acceptance of the tender, the tenderer fails to carry out the job in accordance with the terms and conditions of the tender as mentioned in the schedule of works. b) If any damage is caused to any of the property of the BSNL or state/central Govt. property or public property or other private operators property or delay in carrying out the works. c) If any of the conditions indicated in the Tender is not carried out which results in loss/damage to BSNL. d) If any of the statutory payments (EPF/ESI/Service Tax) are found not remitted/paid.

2. The Security Deposit will not carry any interest when it is in the custody of the ASST. GENERAL MANAGER (PLG), O/O PGMT Thrissur

3. Security deposit will be released after fulfilling the contractual obligations during the contract period and after getting necessary “No due and satisfactory completion certificate” from the Controlling officers of the attached units concerned.

We undertake to pay to BSNL up to the above amount upon receipt of its first written demand without BSNL having to substantiate its demand, provided that in its demand, BSNL will note that the amount claimed by it is due to it owing to the occurrence of one or two or all of three conditions specifying the occurred condition or conditions.

This guarantee will remain in force up to and including One hundred and eighty (180) days after the Period of Contract validity, including the extended period if any and any demand in respect thereof should reach the Bank not later than the above date.

Signature of Bidder Page 45

Validity period from …………. to …..……. Extended period up to …………………

Signature of the Bank with office seal

Signature of the Witness Name and address of Witness

Signature of Bidder Page 46

ANNEXURE V

MANDATE FORM FOR TRANSFER OF PAYMENTS THROUGH ELECTRONIC CLEARANCE / ELECTRONIC FUND TRANSFER SCHEME.

Authorisation for payment of contractor’s B ills through E -payment proforma

1. Name of The Bidder 2. Address

3. Telephone Number 4. E-mail ID 5. Name of the Bank 6. Branch Name 7. Type of Account 8. Name of the Account Holder (As per Bank Account) 9. Account Number appearing in the Cheque Book 10. IFSC Code of Branch 11. Branch Address 12. Telephone Number of the Branch

Signature of Bidder Page 47

Annexure – VI

CERTIFICATE

(FOR BID DOCUMENT DOWN LOADED FROM WEBSITE)

I, …………………………………………(bidder/ authorised signatory) hereby declare that the tender document submitted has been downloaded from the website “ https://www.tenderwizard.com/BSNL”, and no addition/ deletion/correction has been made in the downloaded tender document. I also declare that I have enclosed DD for Rs ……………… towards the cost of tender document.

Signature of bidder/ Authorised signatory Place: Date:

Name of bidder

Seal of the bidder

Signature of Bidder Page 48

Annexure VII

BID FORM E TENDER: UNDERAKING

Tender No: PLG/CP/TENDER FOR EXTL. PLANT MTCE/2018-19 /6 DATED 13/04/2018

To The Asst. General Manager (Plg), O/o PGMT, BSNL , Thrissur 680022 Dear Sir,

Having examined the conditions of contract and specifications including addenda, the receipt of which is hereby duly acknowledged, we, undersigned, offer to execute the work of supply of manpower for assistance for external plant maintenance , in conformity with said conditions of contract and specifications as maybe ascertained in accordance with the schedule of prices attached herewith and made part of this bid.

We undertake, if our Bid is accepted, we will execute the work in accordance with specifications, time limits & terms and conditions stipulated in the tender document. If our Bid is accepted, we will submit the securities as per the conditions mentioned in the contract.

We agree to abide by this Bid for a period of 150 days from the date fixed for Bid opening and it shall remain binding upon us and may be accepted at any time before the expiry of that period. Until a formal Agreement is prepared and executed, this Bid together with your written acceptance thereof in your notification of award shall constitute a binding contract between us.

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

Dated this ...... day of ...... 2018

Signature of Authorised signatory …………………………. . in capacity of …………………………………………………

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

Signature of Bidder Page 49

Annexure VIII

Check List Sl.No. Description (Yes/No/NA) 1 Tender documents in original duly filled in and signed by the tenderer on each page 2 DD for EMD in original or Ban ker’s cheque 3 Cost of Tender Documents in form of Demand Draft (if applicable) 4 Check -list 5 Tenderer’s profile 6 Self Attested copy of the license issued by the licensing officer under the Contract Labour (R&A) Act 1970 7 Experience Certific ate for minimum period of 2 years from one corporate organization / PSU / Government Body.

8 Self Attested copy of ESI registration Proof and payment certificate from ESI Department 9 Self Attested copy of EPF proof and payment certificate from EPF department Registration 10 Self Attested copy of GST Registration 11 No Near -Relative Certificate 12 Self Copy of PAN card 13 Letter of authorization if any 14 Self Attested copy of Registration of the firm or authenticated copy of Partnership deed in case of Partnership firms. 15 Self Attested copy of Memorandum of association & articles of association in case of company 16 Self Attested copy of “Power of Attorney” in case person other than the tenderer has signed the tender documents 17 The authorization of the competent authority for signing the tender document

18 Mandate form for ECS/EFT

19 Copies of audited P&L and balance sheet for the last two years.

20 Certificate regarding tender form downloaded from internet

21 In cas e of MSE bidders, Valid certification from MSME (valid on the date of opening tender).

Signature of Bidder Page 50