31
Page 1 of 31 Signature & Seal of the Tenderer Name of the Tenderer BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise) [भारत सरकार का एक उयम] (A Government of India Enterprise) महाबँधक दूरसँचार का काााल Office of General Manager Telecom, जिला टेडिम के ऩास, सविल लाईन, Near Zilla Stadium, Civil Lines, चरऩु-. Chandrapur-442401. NIT No: CHA-BA/GAD/TRANSPORTATION/Ltd-Tender/2020-21/ Dated 14/01/2021. निनिदा LIMITED TENDER FOR TRANSPORTATION OF TELECOM MATERIALS FROM OTHER SSA TO GADCHIROLI SSA AND WITHIN GADCHIROLI SSA(2 nd call) Form No.___________ Receipt No. _______ Date ___ / ___ / 2021 Issued to: M/s ________________________________ _______________________________ Last Date of submission of Tender Form : 25/01/2021 Time : Up to 15.00 Hrs. Date of Opening of Tender : 25/01/2021 Time : At 16.00 Hrs. Cost of the Form : 500/- + 90 (GST) = Rs. 590/- (Rs.Five Hundred Ninety Only) Asstt. General Manager (Nw/Plg.), O/o G.M.T., BSNL, Chandrapur 442401.

निनिदा प्रप त्रmhintranet.bsnl.co.in/uploads/tender/202101141610634799... · 2021. 1. 14. · IV Profile of Tenderers 7 V Instruction to Bidders 8-15 VI

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

  • Page 1 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    BHARAT SANCHAR NIGAM LIMITED

    (A Government of India Enterprise) [भारत सरकार का एक उद्यम]

    (A Government of India Enterprise)

    महाप्रबँधक दरूसँचार का कार्ाालर् Office of General Manager Telecom, जिला स्टेडिर्म के ऩास, ससविल लाईन, Near Zilla Stadium, Civil Lines, चन्द्रऩुर-. Chandrapur-442401. NIT No: CHA-BA/GAD/TRANSPORTATION/Ltd-Tender/2020-21/ Dated 14/01/2021.

    निनिदा प्रपत्र

    LIMITED TENDER FOR

    TRANSPORTATION OF TELECOM MATERIALS FROM OTHER SSA TO

    GADCHIROLI SSA AND WITHIN GADCHIROLI SSA(2 nd call)

    Form No.___________

    Receipt No. _______ Date ___ / ___ / 2021

    Issued to: M/s ________________________________

    _______________________________

    Last Date of submission of Tender Form : 25/01/2021 Time : Up to 15.00 Hrs.

    Date of Opening of Tender : 25/01/2021 Time : At 16.00 Hrs.

    Cost of the Form : 500/- + 90 (GST) = Rs. 590/-

    (Rs.Five Hundred Ninety Only)

    Asstt. General Manager (Nw/Plg.),

    O/o G.M.T., BSNL, Chandrapur – 442401.

  • Page 2 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    TABLE OF CONTENTS

    PAGE NO.

    T I T L E SECTION

    3-4 Notice Inviting Tender I

    5 Bid Form II

    6 Declaration III

    7 Profile of Tenderers IV

    8-15 Instruction to Bidders V

    16-19 General (Commercial) Conditions of the Contractor VI

    20-22 Special Conditions of Contract VII

    23-24 Specification & Scope of work VIII

    25 Schedule of Requirement IX

    26 Performance Security Bond Form X

    27 Certificate regarding relatives working in company BSNL

    XI

    28 Declaration regarding BID-SECURITY/ EMD Guarantee

    XII

    29 AGREEMENT (on Rs 100/- stamp paper XIII

    30 Check List XIV

    31 FINANCIAL BID XV

  • Page 3 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    Bharat Sanchar Nigam Limited (A Govt. of India Enterprise)

    Office of the GMT, BSNL, Near Zilla Stadium, Civil Lines, Chandrapur-442401.

    NIT No: CHA-BA/GAD/TRANSPORTATION/Ltd-Tender/2020-21/ Dated 14/01/2021.

    SECTION-I

    NOTICE INVITING LIMITED TENDER

    Wax / PVC tape Sealed limited tenders are invited for and on behalf of Bharat Sanchar Nigam

    Limited (A Government of India Enterprises), by the General Manager, Chandrapur BA from the

    experienced contractors for Transportation of Telecom Materials from other SSA to Gadchiroli SSA and

    within Gadchiroli SSA as per description below:-

    Item No Description / Specification of

    items

    Estimated

    Cost.

    (Rs.)

    EMD

    (Rs.)

    TENDER

    DOCUMENT

    COST (Rs.)

    Date of

    Submission

    Date of

    Opening

    1

    Transportation of Telecom

    Materials from other SSA to

    Gadchiroli SSA and within

    Gadchiroli SSA

    1,85,000/- NIL 590/-

    25/01/2021

    15:00 hrs.

    25/01/2021

    16.00 Hrs.

    Note: Bid Security Declaration accepting that if they withdraw or modify their bids during period of

    validity etc., they will be suspended / debarred/banned for the period ofone year, as given in the

    Proforma at 7(A) needs to be submitted.

    1. Mode of payments:

    The E.M.D. will be accepted in the form of DD drawn in favour of Accounts officer, (Cash), BSNL,

    Chandrapur, payable at Chandrapur. The original DD should be enclosed with the tender, failing

    which the tender will be rejected. The successful tenderer will have to deposit Rs.5550/- ( Rs. Five

    Thousand Five Hundred Fifty only ) as a Security Deposit either in the form of DD drawn in favour of

    Accounts Officer, BSNL, Chandrapur or bank guarantee from any nationalized bank and should be

    valid for one year and six months from the date of awarding the contract. On their application, the

    unsuccessful bidders will be refunded the E.M.D after finalization & actual awarding the work to the

    successful tenderer.

    2. Sale of Tender Documents: From 14/01/2021 to 23/01/2021 upto 13.00 Hrs. only on all working

    days. The bidder may purchase the document from SDE (Planning), O/o General Manager Telecom,

    near District Stadium, Civil Lines, Chandrapur (07172-274000) on submission written application and

    payment of tender document cost Rs. 590/- (Rs. Five Hundred Ninety only) non refundable or can

    download from www.maharashtra.bsnl.co.in . In downloading cases, cost of tender document must

    be submitted in technical bid as separate DD along with EMD (both DD must be separate to identify

    as cost of bid and EMD).

    3. Time & Last Date of submission of Bid:-Up to 15:00 hrs. On date 25/01/2021 to be dropped in the

    http://www.maharashtra.bsnl.co.in/

  • Page 4 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    Tender Box Available in the chamber of AGM (Nw & Planning) O/o GMT, BSNL, Nr. Zilla Stadium,

    Civil Lines,Chandrapur-442401.

    4. Time of Bid opening: At 16:00 hrs. on Date 25/01/2021 in the chamber of AGM (Nw & Planning) O/o

    GMT, BSNL, Nr. Zilla Stadium, Civil Lines,Chandrapur-442401.

    5. Eligibility Criteria:

    The bidders having experience of not less than 35% of estimated tender cost for

    transportation of material, any one year during last three years upto date of NIT in central

    Govt/State Govt. / PSU/Private Sectors/Firms. Experience certificate should be issued by competent

    authority.

    1. EMD in the form of Account payee DD of any Nationalized / scheduled bank, drawn in favour of

    A.O. (Cash), BSNL O/o GMT, Chandrapur – 442401.

    2. The MSE units shall be exempted from submission of cost/fee of tender document on

    production of requisite proof in respect of valid certification of MSME/NSIC/DIC for the

    Tendered Item.

    3. The Tender which is not accompanied by the requisite Bid security (EMD) or DD of the tender cost in case of downloaded from the website, shall be summarily rejected. Tender will not be accepted / received after expiry date and time. GMT, Chandrapur, reserves the rights to reject any or all Tenders without assigning any reason what so ever.

    Bidders are instructed to examine worksite themselves at their own cost and quote accordingly.

    For redressal of Complaints, kindly contact on telephone numbers of following officers of MH Circle

    Tele.: 022-26616999

    Fax : 022-26616777

    MH Circle, Mumbai- O/o CGMT , MH Circle, “A”

    Wing, 6th Floor, BSNL Admn. Bldg., Juhu Road,

    Santacruz (W), Mumbai-54

    CGMT, Mumbai 1

    Tele. : 022-26616715

    Fax : 022-26615774

    MH Circle, Mumbai- O/o CGMT , MH Circle, “A”

    Wing, 6th Floor, BSNL Admn. Bldg., Juhu Road,

    Santacruz (W), Mumbai-54

    DGM (Vig.) Mumbai 2

    Tele. :- 07172-263000

    Fax :- 07172-258200

    O/o GMT New Admn. Bldg. Near Zilla Stadium ,

    Civil Lines, Chandrapur – 442401 GMT Chandrapur 3

    Tele. : 07172-274444

    Fax : 07172-274444

    O/o GMT New Admn. Bldg. Near Zilla Stadium ,

    Civil Lines, Chandrapur – 442401

    DE (Vig.)

    Chandrapur 4

    Sd/-

    Assistant General Manager (Nw &Plg) O/o General Manager Telecom, Near Zilla, Stadium, Civil Lines, Chandrapur-442401.

    Tele. No. 07172-254200, Fax: 07172-258200.

  • Page 5 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    SECTION-II

    BID FORM

    No: CHA-BA/GAD/TRANSPORTATION/Ltd-Tender/2020-21/ Dated at CHA 14/01/2021

    To, The Asst. General Manager [Nw &Plg], % GMT, BSNL, Near Zilla Stadium,

    Civil Lines, Chandrapur-442401.

    Dear Sir,

    Having examined conditions of contract and specifications, I/we, undersigned, offer to execute the work of Transportation of Telecom Materials from Other SSA to GADCHIROLI SSA & within Gadchiroli SSA as per the standards and/or as per the instructions of GMT, BSNL, Chandrapur in conformity with conditions of contract as may be ascertained in accordance with the schedule of rates attached herewith and made part of this BID.

    I/we undertake, if my/our Bid is accepted, I/we will execute the work in accordance with time limits and terms and conditions stipulated in the tender document.

    I/we agree to abide by this Bid for a period of six months 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.

    I/we also declare that the printed terms and conditions, if any at the back and/or anywhere of our tender quotation or any other paper enclosed are not applicable.

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

    Dated this………………………..day of……………(the year)

    Signature of Authorized Signatory……………………………………

    In capacity of …………………………….

    Duly authorized to sign the Bid for and on behalf of…………………………..

    Witness…………….

    Address…………….

  • Page 6 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    SECTION-III

    DECLARATION

    Bidder’s Reference No: Dated:

    To,

    The Asstt. General Manager (Nw & Plg),

    O/o The GMT, BSNL, Nr Zilla Stadium, Civil Lines, Chandrapur-442401.

    Subject: Transportation of Telecom Materials from Other SSA to Gadchiroli SSA.

    Sir,

    With reference to your Tender Notice: No: CHA-BA/GAD/TRANSPORTATION/Ltd-Tender/2020-21/ Dated 14/01/2021 1. I/We hereby offer for the contract as mentioned in the above Subject. I/We have read and understood fully the terms & conditions supplied to me/us along with the Bid Document(s) and so hereby declare that I/We accept the Terms & Conditions mentioned therein.

    2. The formal letter of award of contract(s)/work(s) issued by the BSNL will constitute a valid contract in all respect for the enforcement of the terms & conditions stated therein.

    3. It is agreed that if I/We failed or neglect to fulfill any of the provisions of the Bid Document(s) [BID]. The BSNL may in addition to any other remedy available under the law, forfeit the security deposit

    and/or Bid Security, act off dues to The Central Government and/or The State Government arising out of

    any contract made by the Bidder(s)/Tenderer(s)/Contractor(s) with the said Government. I/We also declare

    that my/our firm as stated above and/or partner(s)/proprietor(s) therein has/have never been black-listed/de-

    barred by BSNL and/or any other State and/or Central Govt. Organization/firm when I/We

    am/was/were/are partner(s)/proprietor and/or I/We do not have any Arbitration Case pending with said

    Department and/or I/we do not have history of Arbitration. I/We also declare that no stores material(s) of

    BSNL is pending with me/us issued against completed/terminated work(s)/job(s)/project(s) of BSNL. In

    case it comes to the notice that the declaration/document(s)/information/given by me/us is/are false, the

    General Manager Telecommunications, Gadchiroli/BSNL and/or the official appointed by him is fully

    empowered to take any action deems fit and the decision in this regard of the authority shall be final and

    binding up on me/us.

    4. I/We expressly agree to keep the BSNL indemnified and also agree that the decision of BSNL, CHANDRAPUR SSA, or the official appointed by him; regarding meanings and the effects of the Bid Document(s) shall be final and legally binding up on me/us.

    Yours faithfully,

    Dated this …………….. Day of ……………2021 Signature of the bidder Or

    Officer authorized to sign the Bid Documents on the behalf of the Bidder (Name in Block Letters of the Signatory) In capacity of………

  • Page 7 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    Duly authorized to sign the bid for and on behalf of ……….

    SECTION-IV

    PROFILE OF TENDERER (S)

    General: 1. Name of the tenderer/firm__________________________

    2. Name of the person submitting the tender whose Photograph is affixed Shri/Smt._______________________________________

    (In case of Proprietary/Partnership firms, the tender has to be signed by Proprietary/Partner only, as the case may be)

    3. Address of the firm …………………………………………………………………………………………

    …………………………………………………………………………………………

    4. Email Address: …………………………………………………………….. …………………………………………………………………...

    5. Tel. No. (with STD Code): (Office) …………….(Fax)…..…….…..(Res.)…….………

    6. Tenderer’s bank, its address and his account number…………………………………………………… ………………………………………………………………………………..………………………………

    7. Permanent Income Tax number, Income Tax Circle………………………………………………….. ………………………………………………………………………………………………………………

    9.. G S T Registration No. ……………………………….…………………………………………………..

    10. Infrastructure capabilities, if any:

    a. The details of trucks/lorries owned by the tenderer /contractor

    RC/TC Book No Model & Year Truck / Lorry No Sr.

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

    Date: Signature of tenderer/Authorised signatory…………………………………….

    Passport size photograph of the

    tenderer/authorised signatory holding

    power

  • Page 8 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    Name of the tenderer……………………………………………………………

    SECTION-V

    INSTRUCTION TO BIDDER

    A. INTRODUCTION

    1. DEFINITIONS

    a. CMD, BSNL: The Chairman and Managing Director (CMD) of Bharat Sanchar Nigam Ltd, Corporate Office, New Delhi and/or BSNL and/or Department.

    b. BSNL: BSNL means Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) and/or Nigam and/or company which invites tenders on behalf of CMD, BSNL. All reference of:

    Chief General Manager (CGM) General Manager (GM)

    General Manager Telecom (GMT)

    Deputy General Manager (DGM)

    Area Manager/Director

    General Manager Telecom (GMT)

    Divisional Engineer (DE)

    Sub Divisional Engineer (SDE)

    Junior Telecom Officer (JTO) Chief Accounts Officer (CAO)

    Account Officer (AO) Assistant Accounts Officer (AAO) Junior Accounts Officer (JAO)

    Including other officers of the BSNL, whatever designations assigned to them from time to time, who may be the incharge of direction, supervision, testing, acceptance and maintenance including their successors(s) in the office appearing in various clauses shall be taken to mean the Bharat Sanchar Nigam Limited (A Govt. of India Enterprise).

    c. General Manager Telecom, BSNL, Chandrapur BA means the Head of BA Chandrapur and his successors and/or Authority as the case may be.

    d. The jurisdiction of GMT, BSNL, Chandrapur BA: The jurisdiction of GMT, Chandrapur, means BHANDARA,Chandrapur , GADCHIROLI , WARDHA Telecom districts which coincides geographically with revenue district of Chandrapur SSA.

    e. Representative of GMT, BSNL, Chandrapur: Representative of General Manager Telecom, BSNL, Chandrapur means Officer and staff for the time being in Chandrapur deputed by the General Manager Telecom, BSNL, Chandrapur for inspecting or supervising the work or testing, etc.

    f. Engineer-in-charge: The Engineer-in-charge means the Engineering Officer nominated by GMT, BSNL Chandrapur BA to supervise the work, under the contract.

    g. Site Engineer: Site Engineer/officer-in-charge/In-charge-officer/In-charge shall mean a Sub-Divisional Engineer (SDE) and/or Jr. Telecom Officer (JTO) and/or any officer of BSNL who may be placed by the General Manager Telecom, BSNL, Chandrapur as in-charge of the work at site at any particular period of time.

    j. Contract: The term contract mean, the document as stated above forming the tender and

  • Page 9 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    acceptance thereof and the formal agreement executed between the competent authority on behalf of the BSNL and the contractor, together with documents referred to therein including these conditions, the specifications, designs, drawings and instructions issued from time to time, by the engineer in-charge and all these document taken together shall be deemed to form one contract and shall be complementary to one another. In the contract, the following expression shall, unless the context otherwise requires, have the meanings, hereby respectively assigned to them. The expression works or work shall unless there be something either in the subject or context repugnant to such construction/job/work as the case may be, be construed and taken to mean the work by or by virtue of the contract contracted to be executed whether temporary or permanent, and whether original, altered, substituted, or additional. Moreover the words importing masculine gender(s) only or otherwise shall include feminine gender(s) and the words importing singular only shall include plural and the words importing person(s) shall include organization(s) also as the case may be.

    k. Contractor: The contractor shall mean the individual, firm or company, enlisted if required for the job/works as the case may be with BSNL in accordance with procedure for enlistment of contractor, whether incorporated or not, undertaking the works and shall include the legal personal representative of such individual or the persons composing such firm or company, or the successors of such firm or company and the permitted assignees of such individuals, firm or company.

    l. Work: The expression “work” shall unless there be something either in the subject or context repugnant to such construction be construct and taken to mean the works by or by virtue of the contract contracted to be executed whether temporary or permanent and whether original altered, substituted or additional.

    m. Schedule(s): Schedule(s) referred to in these conditions shall mean the relevant schedule(s) and/or the standard schedule of rates mentioned in the document (Section- X).

    o. Normal time or stipulated time: Normal time or stipulated time means time specified in the work order to complete the work.

    p. Extension of Time: Extension of time means the time granted by the department to complete the work beyond the normal time or stipulated time.

    Date/Time of Commencement of Work: Date of Commencement of Work means the date of actual commencement of work or the next day and/or 24 hours or otherwise from the date of issue of work order, whichever is earlier.

    q. Due date/time of completion: Due date of completion shall be the date by which the work shall be completed at site including clearance of site as the case may be.

    r. Duration of completion of work: The duration of completion of work completion time shall be time specified in the work order plus extension of time granted, if any.

    s. Excepted risk: Excepted risk are risks due to war (whether declared or not), invasion, act of foreign enemies, hostilities, civil war, rebellion, revolution, insurrection, military, or usurped power, any acts of Government damages from aircrafts, acts of God, such as earthquake, lightening and unprecedented floods and other causes like accident or theft over which the contractor has no control and same having been accepted as such, by Accepting Authority or causes solely due to use or occupation by the government of the part of the work, in respect of which a certificate of completion has been issued.

    2. ELIGIBILITY OF TENDERER/BIDDER

    The invitation of bids is open to all eligible bidder as per their eligibility mentioned in NIT of this

    tender document.

    B THE BID DOCUMENTS

  • Page 10 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    3. BID DOCUMENTS

    3.1 The Work(s)/Job(s) to be carried out, goods required, bidding procedures and contract terms are prescribed in the Bid Document (BID). The Bid Document includes:

    3.1.1 Qualifying Bid:

    3.1.1.1 Notice Inviting Tender. 3.1.1.2 Bid Form 3.1.1.3 Tenderer‟s Profile

    3.1.1.4 Instruction to Bidders. 3.1.1.5 General (Commercial) Condition of the Contract. 3.1.1.6 Special Condition of the Contract.

    3.1.1.7 Jurisdiction of Contract. 3.1.1.8 Specification & Scope of work

    3.1.1.11 Letter of Authorisation for Attending Bid Opening. 3.1.1.12 List of Document to be submitted along with qualifying bid.

    3.1.1.13 Financial Bid. 3.1.1.14 Other all related documents/annexure as stated in the BID thereof. 3.1.1.15 Agreement (Sample).

    3.1.2 Financial Bid

    3.1.2.1 Schedule of Rate for Transportation of Telecom Materials from Other SSA to Gadchiroli SSA& within SSA to be tendered/bided.

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

    4. QUERIES ON BID DOCUMENTS

    A prospective bidder, requiring any clarification on the Bid Documents shall notify the BSNL Chandrapur in writing by FAX or by Email of the BSNL Chandrapur as indicated in the invitation of Bid (NIT). The BSNL Chandrapur shall respond in writing to any request for the clarification of the Bid Documents, which it receives 5 days prior to the date of opening of the Tenders.

    4.1 Any clarification issued by BSNL in response to query raised by prospective bidders shall form an

    integral part of bid documents and shall amount to an amendment of the relevant clauses of the bid

    documents.

    C. PREPARATION OF BIDS

    6. COST OF BIDDING

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

  • Page 11 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    7. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATIONS

    A. The Technical Bid should contain following documents: (1st Envelope)

    1) Tender Document must be dully signed with seal (Blue Ink) on each page. 2) Cost of Tender Document as specified in NIT. 3) Copy of firm registration. 4) Attested copy of original PAN card. 5) IT returns form for Assessment Year 2019-20. 6) Experience Certificate as specified in NIT. 7) Attested Copy of partnership deed (If applicable). 8) Attested Copy of Power of attorney (if applicable). 9) Declaration regarding Near relatives ( In given proforma)

    10) Attested Copy of original GST Registration Certificate. 11) Bid forms, dully filled in and signed as per Section-II in original blue ink signed. 12) Profile of The Tenderer(s)/Contractor(s)/Bidder(s), dully filled in, and signed as per Section-

    III in original blue ink signed.

    B. The Financial Bid document: (2nd Envelope) The financial bid should contain the quoted rates in Section-XIV.

    8. BID SECURITY

    8.1 The bidder shall furnish, as part of his bid, a bid security for an amount as given in Section-I (NIT) No interest shall be paid by the BSNL on the bid security for any period, what so ever.

    8.2 The bid security is required to protect the BSNL against the risk of bidder‟s conduct, which would warrant the security‟s forfeiture, pursuant to para-8.7.

    8.3 Bid Security shall be paid in the form of Demand Draft issued by a Nationalized/scheduled Bank, drawn in favour of Accounts Officer (Cash) O/o GMT, BSNL Chandrapur, payable at Chandrapur.

    8.4 A bid not secured in accordance with para 8.1 and 8.3 shall be rejected by BSNL as non-responsive.

    8.5 The bid security of the unsuccessful bidder will be refunded as promptly as possible after the expiry of the period of bid validity prescribed by the BSNL OR after the finalization of this tender and awarding work to successful bidder, whichever is earlier. For early refund of EMD bidders may enclose pre-receipt and application with mandate form with BID.

    8.6 The bid security shall be forfeited:

    8.7.1 If bidder withdraws his bid during the period of bid validity specified in the bid document or 8.7.2 If the bidder makes any modifications in the terms and conditions of the tender before

    acceptance of the tender, which are not acceptable to the BSNL or nonpayment/no acceptance of tender after finalization of tender.

    8.7.3 In case bidder submit any false Experience certificate relating to experience or any other false document.

    8.7.4 In case of a successful bidder, if the bidder fails to sign the agreement 9. BID PRICES

  • Page 12 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    9.1 The bidder shall give the total composite price inclusive of all levies and taxes (Excluding GST), packing forwarding, freight, and insurance in case of material to be supplied and inclusive of all taxes and levies in case of works to be executed. The contractor shall be responsible for transporting the materials, to be supplied by the BSNL (From various Central Stores Depots in Maharashtra Circle to Gadchiroli SSA, within OR outside of SSA) or otherwise to execute the work under the contract, to site at his/their own cost. The costs of transportation are subsumed in the standard Schedule Rates and therefore no separate charges are payable on this account. The offer shall be firm and shall be in Indian Rupees.

    9.2 Prices/Rate(s) for Transportation of Telecom Materials from Other SSA to Chandrapur SSA and within Gadchiroli SSA shall be quoted by the bidder in Rupees (In words & Figures) in Financial Bid. Prices quoted at any other place shall not be considered.

    9.3 The price quoted by the bidder shall remain fixed during the entire period of contract and shall not be subject to variation on any account. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected.

    9.4 Discount if any offered by the bidders shall not be considered unless they are specifically indicated in the Financial Bid. Bidders desiring to offer discount shall therefore modify their offers suitably while quoting and shall quote clearly net price taking all such factors like Discount, free supply, etc. into account.

    10. PERIOD OF VALIDITY OF BID AND OTHER DETAILS Bid shall remain valid for six months from date of opening of the bid. A BID VALID FOR A

    SHORTER PERIOD SHALL BE REJECTED BY THE BSNL AS NON-RESPONSIVE.

    11. SIGNING OF BID 11.1 The bidder shall submit, as a part of his bid, the bid document (in original) duly signed on

    each and every page, establishing the conformity of his bid to the bid documents of all the works to be executed by the bidder under the contract.

    11.2 The bid shall contain no inter-lineation, erasures or overwriting except as necessary to correct errors made by the bidder in which case such corrections shall be signed with date by the person or persons signing the bid.

    D. SUBMISSION OF BIDS

    12.0 SEALING AND MARKING OF BIDS :

    12.1 The bid may be called under :- Single Stage Bidding & two Envelope System. The details of sealing & marking of bids in each case

    is given below:

    The bidder shall submit his bid in two envelopes.

    The First envelope will be named as Technical bid. This envelope will contain documents establishing bidder’s eligibility and qualifications.

    The Second envelope will be named as Financial bid containing Price Schedules Rate

    provided in the tender document.

    12.2 (a) The envelope, containing documents mentioned in Tender document shall be sealed properly by the bidder and addressed to: Assistant. General Manager (Planning), Chandrapur Address Near Zilha Stadium, Civil line, Chandrapur Tele. No 07172-254200.

    (b) The envelope shall bear the name of the tender, the tender Number, and the words ‘ DO

    NOT OPEN BEFORE ’ due date 25/01/2021 & time 16:00 hrs.

    (c) The envelope should be indicated with the name and complete postal address of the bidder

    to enabl the BSNL Chandrapur to return the envelope unopened in case it is declared "LATE".

  • Page 13 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    (d) The envelope containing all above offline documents shall be sealed properly by the bidder and

    shall be delivered on or before due Date & Time of submission of bid as specified in

    DNIT(Section-I) to above said address.

    (e) The envelope should be deposited in the tender box available at the O/o AGM (Plg ), the

    General Manager, Telecom District Chandrapur, Near Zilha Stadium, Civil line,

    Chandrapur-442401.

    (f) Tender not submitted in above mentioned manner will be rejected

    (g) Venue of Tender Opening: The Tender will be opened in the chamber of AGM

    (Plg ), O/o the General Manager, Telecom District Chandrapur, address of office on

    date & time specified in DNIT. If due to administrative reasons, the venue of Bid opening is

    changed, it will be displayed prominently at venue and notice board at Chandrapur. and

    also on web site www.maharashtra.bsnl.co.in

    12.3 If documents are not delivered up to date & time of submission of bid as specified in

    NIT, the bid shall be rejected.

    13. 0 Deleted.

    14.0 LATE BIDS:

    No bid shall be accepted by the BSNL Chandrapur after the specified deadline for submission of

    bids prescribed by the BSNL Chandrapur as per NIT.

    15 MODIFICATION AND WITHDRAWAL OF BIDS :

    15.1 Once bid submitted bidder will not be allowed to modify or withdrawal any.

    E Bid Opening and Evaluation:

    16.0 OPENING OF BIDS BY BSNL Chandrapur:

    Bid EVALUATION The Purchaser (BSNL) shall evaluate in detail and compare the bids previously determined to be

    substantially responsive.

    The evaluation and comparison of responsive bids shall be on the quoted price of the services

    offered inclusive of all Levies and Charges of the Price Schedule of the Bid Document. Work will

    be awarded to lowest bidder in all as per tender evaluation committee report after approval of

    competent authority.

    17.0 CLARIFICATION OF BIDS: 17.1 To assist in the examination, evaluation and comparison of bids, the BSNL Chandrapur may, at its

    discretion ask the bidder for the clarification of its bid. The request for the clarification and the

    response shall be in writing. However, no post bid clarification at the initiative of the bidder shall

    be entertained.

    17.2 If any of the documents, required to be submitted along with the technical bid is found wanting, the

    offer is liable to be rejected at that stage. However the BSNL Chandrapur at its discretion may call

    for any clarification regarding the bid document within a stipulated time period. In case of non

    compliance to such queries, the bid will be out rightly rejected without entertaining further

    correspondence in this regard

    18. PRELIMINARY EVALUATION:

    http://www.maharashtra.bsnl.co.in/

  • Page 14 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    18.1 BSNL shall evaluate the bids to determine whether they are complete, whether any computational

    errors have been made, whether required sureties have been furnished, whether the documents have

    been properly signed and whether the bids are generally in order.

    18.2 Arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the

    unit price and total price that is obtained by multiplying the unit price and quantity, the unit price

    shall prevail and the total price shall be corrected by the purchaser.

    18.3 If there is discrepancy between words and figures, the amount in words shall prevail. If the

    Contractor does not accept the correction of the errors, his bid shall be rejected.

    18.4 Prior to the detailed evaluation, pursuant to clause 19, the BSNL will determine the substantial

    responsiveness of each bid to the bid document. For purpose of these clauses a substantially

    responsive bid is one which conforms to all the terms and conditions of the bid documents without

    deviations. The BSNL determination of bid's responsiveness is to be based on the contents of the

    bid itself without recourse to extrinsic evidence.

    18.5 A bid, determined as substantially non responsive will be rejected by the BSNL and shall not

    subsequent to the bid opening be made responsive by the bidder by correction of the non-

    conformity.

    18.6 The BSNL may waive any minor infirmity or non-conformity or irregularity in a bid which does

    not constitute a material deviation, provided such waiver does not prejudice or effect the relative

    ranking of the bidder.

    19. CONTACTING THE BSNL :

    19.1 No bidder shall try to influence the BSNL on any matter relating to its bid, from the time of bid opening till the time the contract is awarded.

    19.2 Any effort by the bidder to modify his bid or influence the BSNL in the BSNL's bid evaluation, bid comparison or the contract award decisions shall result in the rejection of the bid.

    20. EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS

    20.1 The BSNL shall evaluate in detail and compare the bids previously determined to be substantially responsive pursuant to clause 18.

    20.2 The evaluation and comparison of responsive bids shall be on total amount (composite) as quoted by the bidder and indicated in schedule of rates of the bid documents.

    20.3 If the offered rates of more than one bidder are same then work will be awarded to the bidder having more experience.

    21 BSNL'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS

    The BSNL reserves the right to accept or reject any bid and to annul the bidding process and reject

    all bids, at any time to award of contract without assigning any reason what so ever and without

    thereby incurring any liability to the affected bidder or bidders on the grounds for the BSNL’s

    action.

    22 BSNL'S RIGHT TO VARY QUANTUM OF WORK & cost of Tender : The BSNL, at the time of award of work under the contract or during currency of the contract

    reserves the right to decrease or increase the total quantum of work specified in the schedule of

    requirements without any change in the rates or other terms and conditions.

    22a The BSNL reserve the right to increase the tender cost of existing tender by 25% if required &

  • Page 15 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    contractor is abide to act on the same rates, terms & condition.

    23. AWARD OF CONTRACT : 23.1 The BSNL shall consider award of contract only to those eligible bidders whose offers have been

    found technically, commercially and financially acceptable.

    21.3 The work against the tender is for one year's requirement and the terms and conditions of this tender

    shall be operative for a period of one year from the date of signing of agreement between the

    BSNL and the contractor. The contract can be extended for further one year on same terms &

    conditions.

    24. ISSUE OF LETTER OF INTENT : 24.1 The issue of letter of intent shall constitute the intention of the BSNL to enter in to the contract

    with the bidder. Letter of intent will be issued as offer to the successful bidder.

    24.2 The bidder shall within 14 days of issue of intent , give his acceptance along with material security

    and performance security in conformity with clause 5(i) SECTION -V, provided with the bid

    documents, failing which his EMD may be forfeited and bid is liable to be cancelled.

    25. SIGNING OF AGREEMENT 25.1 The signing of agreement shall constitute the award of contract on the bidder. The agreement with

    the successful bidder shall be signed by the BSNL within a week of submission of material security

    as per clause 24.2 above.

    25.2 (a) Bid security of successful bidder will be either refunded as per option or will be adjusted in to 25.3 PBG provided the Bidder submits PBG of entire amount or submit DD for balance amount.

    (b) Incase bidder prefers to submit PBG then PBG will be taken for entire amount and EMD will

    be refunded.

    26. ANNULMENT OF AWARD: Failure of the successful bidder to comply with the requirement of clause 24 and 25 shall constitute

    sufficient ground for the annulment of the award and forfeiture of the bid security, in which event;

    the BSNL may award the work to any other bidder at the discretion of the BSNL or call for new

    bids.

    27. Preferable Requirements: Bidder & his supervisor be equipped with (i) BSNL Mobile phone, (ii) Identity card. The

    maintenance team shall have other operators mobile along with BSNL mobile.

    28. GMT , Chandrapur has right to transport goods by authorized private/government

    transport agencies if it is economical.

    29. If any innovative and creative alternative is devised by the SSA either on its own or as directed from

    above, which covers the scope of this tender in whole or in part, this tender/contract agreement can

    be terminated by GMT Chandrapur after taking stock of the situation either immediately or at a future date to which contractor will not have any claim.

  • Page 16 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    SECTION-VI

    GENERAL (COMMERCIAL) CONDITIONS OF THE CONTRACT

    1. APPLICATION

    The General conditions shall apply in contracts made by the BSNL for the work of Transportation of Telecom Materials from Other SSA to Gadchiroli SSA and within Gadchiroli SSA.

    2. STANDARDS

    The works to be executed under the contract shall conform to the standards prescribed as per the guidelines of BSNL and time to time modification(s) thereof and/or as per the instruction(s) of the authority as the case may be.

    3. PRICES

    3.1 Prices charged by the contractor for the works performed under the contract shall not be higher from the prices quoted by the contractor in his bid.

    3.2 Price once fixed will remain valid for the period of contract. Increase or decrease of taxes/duties will not affect the price during this period.

    4. SUBCONTRACTS

    The contractor shall not assign, sub-contract or sublet the whole or any part of the works by the said contract, under any circumstances without permission of authority.

    5. SECURITY

    (i) Performance Security:

    a. The successful tenderer will have to deposit Performance security as mentioned in the BID in the form of Demand Draft or Bank Guarantee (valid up to and including six months after the period of the contract i.e. up to the extended period if any) from a Nationalized/scheduled Bank in the form of performance security bond as stated in the Bid Document(s) [section-XII]. The Performance Security will be a non-interest bearing deposit; for any period as the case may be.

    c. The proceeds of the performance security shall be payable to the BSNL as a compensation for any loss resulting from the contractor's failure to handle the material issued to him under the contract properly.

  • Page 17 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    d. The performance security shall be released /refunded after payment of the last final bill of the work under the contract or final settlement of performance account whichever is later on production of "satisfactory performance certificate" from "Engineer-in-charge".

    6. ISSUE OF WORK ORDERS AND TIME LIMIT

    6.1 The work order shall be issued so as to include all items of works of as per the guide-line(s) and/or as per instruction(s) of the authority as the case may be.

    6.2 The work orders shall be issued by the Divisional Engineer (DE)/in-charge of work(s)/job(s) after examining the technical and planning details of the works to be executed.

    6.3 The work order issuing authority shall mention the time limit to execute the work order after evaluating the quantum of work and store availability position as the case may be and/or if any.

    6.4 The BSNL reserves the right to cancel or modify the scope of work stipulated to be carried out against the work order in the event of change of plan necessitated on account of technical reasons or in the opinion of work order issuing authority or the head of SSA or the contractor is not executing the work at the required pace.

    9 PAYMENT TERMS

    11.1 Procedure for Preparation and settlement of bills

    11.1.1 The work order shall contain work of one or more work(s)/job(s) as the case may be. As stated earlier the work has to be organized in such a way so that the normal routine shall not be disturbed/ hampered. All items of work involved in this unit of work shall be completed in all respects before referring the bills for the work. The bidder should have to submit carrying material weight slip while submitting the bills with work order.

    13. PENALTY CLAUSE

    13.1 Delay's in the contractor's performance

    13.1.1 The time allowed for completion of the work as entered in work order (WO)/ tender shall be strictly adhered by the contractor and shall be deemed to be the most important aspect of the contract on the part of the contractor and shall be reckoned from the next day and/or 24 hours from issue of work order by the BSNL. The work shall, throughout the stipulated period of contract, be proceeded with all due diligence to achieve the desired progress uniformly, and the contractor shall pay as penalty an amount equal to 1.0 (one) percent of the amount (minimum Rs. One Thousand per Week) of the incomplete work for every day of delay in completion of work, subject to a maximum of 10 (ten) percent of the estimated cost of the work awarded. Safe transportation

    within stipulated time period from starting point to the destination is an essence of tender.

    13.1.3 Penalty for delay in completion of the work shall be recoverable from the bills of the contractor and/or by adjustment from the security deposit or from the bills of any other contract.

    13.1.5 The General Manager Telecom, BSNL, Chandrapur reserves the right to cancel the contract and forfeit the security deposit if the contractor fails to commence the work within stipulated time as stated above after issue of the work order as per the terms and conditions of BID thereof.

    13.4 Penalty to damage stores/material supplied by the BSNL if any and as the case may be:

    13.4.1 The contractor while taking delivery of materials supplied by the BSNL at the designated place shall thoroughly inspect all items before taking them over. In case of execution of the work, if any

  • Page 18 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    material is found damaged/working unsatisfactorily, then a penalty equivalent to the cost of material + 15% as penalty shall be recovered from the contractor’s payments/securities.

    13.4.2 However, contractor will not be penalized for any defect in workmanship of the materials, which shall be taken up separately with the supplier of the stores of BSNL.

    14. Rescission/Termination of contract:

    14.1 Circumstances for rescission of contract: Under the following conditions the competent authority may rescind the contract:

    a) If the contractor commits breach of any item of terms and conditions of the contract.

    b) If the contractor suspends or abandons the execution of work and the engineer in- charge of the work comes to conclusion that work could not be completed by due date for completion or the contractor had already failed to complete the work by that date.

    c) If the contractor had been given by the officer-in-charge of work a notice in writing to rectify/replace any defective work and he/she fails to comply with the requirement within the specified period.

    14.3 Termination for insolvency:

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

    14.4 Optional Termination by BSNL (other than due default of the contractor):

    14.4.1 The BSNL may, at any time, at its option cancel and terminate this contract by written notice to the contractor, in which event the contractor shall be entitled to payment for the work done up to the time of such cancellation and a reasonable compensation in accordance with the contract prices for any additional expenses already incurred for balance work exclusive of purchases and/or whole of material, machinery and other equipment for use in or in respect of the work.

    16. FORCE MAJEURE

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

    17. ARBITRATION

  • Page 19 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    17.1 In the event of any question, dispute or difference arising under this agreement or in connection there-with except as to matter the decision of which is specifically provided under this agreement,

    the same shall be referred to sole arbitration of the Chief General Manager Telecom, Maharashtra Circle or in case his designation is changed or His office is abolished then in such case to the sole arbitration of the officer for the Time being entrusted whether in addition to the functions of the Chief General Manager, Maharashtra Circle (CGMT) or by whatever designation such officers may be called (hereinafter referred to as the said officer) and if the Chief General Manager, Maharashtra Circle or the said officer is unable or unwilling to act as such to the sole arbitration or some other person appointed by the Chief General Manager, or the said officer. The agreement To appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act, there will be no objection to any such appointment that the arbitrator is Government/BSNL Servant or that he has to deal with the matter to which the agreement relates or that in the course of his duties as Government/BSNL Servant he has expressed views on all any of the matter under dispute. The award of the arbitrator shall be final and binding on the parties. In the event of such Arbitrator to

    whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reasons whatsoever such Chief General Manager (CGMT) or the said officer shall appoint another person to act as arbitrator in accordance with terms of the agreement and the person so appointed shall be entitled to proceed from the stage at which it was left out by his predecessors.

    17.2 The arbitrator may from time to time with the consent of parties enlarge the time for making and publishing the award, subject to aforesaid Indian Arbitration and Conciliation Act and the Rules made there under any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this cause.

    17.3. The venue of the arbitration proceeding shall be the Office of the Chief General Manager,

    Maharashtra Circle or such other places as the arbitrator may decide.

    The award of the sole Arbitrator shall be final and binding on all the parties to the dispute.

    18. SET OFF

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

    19. Any dispute arising out of the tender/bid document evaluation of bids/award of contract and other related issues/communications regarding this tender shall subject to the jurisdiction of the competent Lines at Chandrapur.

    20. Where bidder(s)/contractor(s)/tenderer(s) has not agreed to arbitration, the dispute/claims arising out of the contract entered with him and other related issues of this tender shall be subject to the jurisdiction of the competent Lines at Chandrapur.

  • Page 20 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    SECTION-VII

    SPECIAL CONDITIONS OF CONTRACT

    1 GENERAL

    1.1 The BSNL reserves the right to black list a bidder for a suitable period in case he fails to honor his bid without sufficient grounds.

    1.4 Tender will be evaluated as a single package of all the items given in the price schedule.

    1.7 If the contractor shall desire an extension of time for completion of the work on the grounds of unavoidable hindrance in execution of work or on any other ground he shall apply in writing to the Divisional Engineer/Asstt. General Manager within 03 days of the date of hindrance on account of which he desires such extension as aforesaid. In this regard the decision of authority shall be final and binding upon the contractor(s)/bidder(s)/tenderer(s).

    1.10 Whenever any claims against the contractor for the payment of a sum of money arises out of or under the contract, the BSNL shall be entitled to recover such sum by appropriating in part or whole the security deposit(s) of the contractor, and to sell any Government promissory notes, etc., forming the whole or part of such security or bill pending against any contract with the BSNL. In the event of the security being insufficient or if no security has been taken from the contractor, then the balance or the total sum recoverable as the case may be, shall be deducted from any sum then due or which at any time there after may become due to the contractor under this or any other contract with BSNL/Government. Should this sum be not sufficient to cover the full amount recoverable, the contractor shall pay to BSNL on demand the balance remaining due(s).

    1.12 In the event of the contractor being, adjudged insolvent or going voluntarily into liquidation of having received order or other order under insolvency act made against him or in the case of company, of the passing of any resolution, or making of any order for winding up whether voluntarily or otherwise, or in the event of the contractor failing to comply with any of the conditions herein specified and moreover the General Manager Telecom, BSNL, Chandrapur shall have the power to terminate the contract without any notice. The decision of GMT, BSNL, Chandrapur in this regard shall be final and binding upon the contractor(s)/bidder(s)/tenderer(s).

    1.14 Without prejudice to any of the rights or remedies under this contract, if the contractor dies, the General Manager Telecom, BSNL, Chandrapur on behalf of the CMD, BSNL can terminate the contract without compensation to the contractor. However General Manager Telecom, BSNL, Chandrapur at his discretion may permit contractor‟s heirs to perform the duties or engagements of the contractor under the contract, in case of his death. In this regard the decision of General Manager Telecom, BSNL, Chandrapur shall be the final and binding upon the contractor(s)/bidder(s)/tenderer(s).

    1.15 In the event of the contractor, winding up his company on account of transfer or merger of his company with any other, the contractor shall make it one of the terms and stipulations of the contract for the transfer of his properties and business that such other person or company, shall continue to perform the duties or engagement of the contractor under this contract and be subject to his liabilities there under.

    1.18 Shut down on account of weather conditions:

  • Page 21 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    1.18.1 The contractor shall not be entitled to any compensation whatsoever by reason of suspension of the whole or any part of the work made necessary by BSNL or deemed advisable on account of bad weather conditions or other Force Majeure conditions.

    3. EASEMENTS, PERMITS, LICENCES AND OTHER FACILITIES

    3.1 The contractor shall obtain/provide at his own cost all easements, permits and license necessary to do the work which shall be provided by the representative of the General Manager Telecom, BSNL, Chandrapur.

    3.2 If the contractor is not able to provide above mentioned permits, etc. in time then the extension of

    time limit shall be provided as per EOT clause given in tender document.

    5 TAXES AND DUTIES

    5.1 Contractor shall pay all rates, levies, fees, royalties, taxes and duties payable or arising from out of, by virtue of or in connection with and/or incidental to the contract or any of the obligations of the parties in terms of the contract or documents and/or in respect of the works or operations or any part thereof to be performed by the contractor and the contractor shall indemnify and keep indemnified the BSNL from and against the same or any default by the contractor in the payment thereof.

    6. PROTECTION OF LIFE AND PROPERTY AND EXISTING FACILITIES:

    6.1 The contractor is fully responsible for taking all possible safety precautions during preparation for and actual performance of the work and for keeping the construction site in a reasonable safe condition. The contractor shall protect all life and property from damage or losses resulting from his operations and shall minimize the disturbance and inconvenience to the public.

    7. LABOUR WELFARE MEASURES AND WORKMAN COMPENSATION

    7.1 Obtaining License before commencement of work:

    The contractor shall obtain a valid labour license under the contract labour (R & A), Act 1970 and the contract labour (Regulation & abolition), Central Rules 1971 before commencement of the work, and continue to have a valid license until the completion of work. The contractor shall also abide by the provisions of the Child Labour (Prohibition & Regulation), Act 1986. Any failure to fulfill this requirement shall attract the penal provisions of this contract arising out of the resultant non-execution of work.

    7.2.7 Employment card:

    The contractor shall issue an Employment card in the Form-XIV of Contract Labour (R & A), Central Rules 1971 to each worker within three days of the employment of the worker.

    7.3 Power of labour officer to make investigations or enquiry:

    The labour officer or any person authorised by the Central Government on their behalf shall have power to make enquiries with a view to ascertaining and enforcing due and proper observance of Fair Wage Clauses and provisions of these Regulations. He shall investigate into any complaint regarding the default made by the contract in regard to such provision.

    7.4 Report of Investigating officer and action thereon:

    The Labour Officer or other persons authorised as aforesaid shall submit a report of result of his

  • Page 22 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    investigation or enquiry to the Engineer-in-charge indicating the extent, if any, to which the default has been committed with a note that necessary deductions from the contractor‟s bill be made and the wages and other dues be paid to the laborers concerned. The Engineer-in-charge shall arrange payments to the labour concerned within 45 days from the receipt of the report from the Labour Officer or the authorised officer as the case may be.

    8.0 INSURANCE

    8.1 Without limiting any of his other obligations or liabilities, the contractor shall, at his own expense, take and keep comprehensive insurance including third party risk for the plant, machinery, men, materials, etc. brought to the site and for all the work during the execution. The contractor shall also take out workmen’s compensations insurance as required by law and under take to indemnify and keep indemnified the BSNL from and against all manner of claims and losses and damages and cost (including between attorney and client) charges and expenses that may arise in regard the same or that the BSNL/Government may suffer or incur with respect to and/or incidental to the same. The contractor shall have to furnish originals and/or attested copies

    as required by the BSNL of the policies of insurance taken within 15 (fifteen) days of being called

    upon to do so together with all premium receipts and other papers related thereto which the BSNL

    may require.

    9. COMPLIANCE WITH LAWS AND REGULATION

    9.1 During the performance of the works initiated by the contractor shall at his own cost fully comply with all applicable laws of the land and with any and/or all applicable by-laws rules, regulations and orders and any other provisions having the force of law made or promulgated or deemed to be made or promulgated by the BSNL, Governmental agency and/or BSNL, municipal board, Government of other regulatory and/or Authorized Body and/or persons and shall provide all certificate(s) of compliance therewith as may be required by such applicable law, By-laws, Rules, Regulations, orders and/or provisions. The contractor shall assume full responsibility for the payment of all contributions and pay roll taxes, as to its employees, servants or agents engaged in the performance of the work specified in the contractor documents. If the contractor shall require any assignee or sub-contract or to share any portion of the work to be performed hereunder may be assigned, sub-leased or sub-contract ed or to comply with the provisions of the clause and in this connection the contractor agrees as to undertake to save and hold the BSNL/Government harmless and indemnified from and against any/all penalties, actions, suits, losses and damages, claims and demands and costs (inclusive between attorney and client) charges and expenses whatsoever arising out or occasioned, indirectly or directly, by failure of the contractor or any assignee or sub-contractor to make full proper compliances with the said by-laws, Rules, Regulations, Laws and Order and provisions as aforesaid.

  • Page 23 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    SECTION-VIII

    SPECIFICATIONS AND SCOPE OF WORK

    1) The contractor will have to carry/transport the stores from Other SSA to Gadchiroli SSA and within Gadchiroli SSA within jurisdiction of Maharashtra Telecom Circle. The amount payable will be with respect to and limited to distances given by State Transportation Authority.

    The Quantity is tentative and may vary in actual.

    2) The tenderer should have valid license and all permissions required for carrying out Transportation work from concerned/competent government authorities. The liability under relevant sections of Motor Vehicle Act 1968 and IPC causing death or permanent liability developed in the vehicle supplied by the contractor, the hiring authority has no responsibility of whatsoever and will not entertain any claim in this regard under provision of the law.

    3) The engagement and employment of the driver and payment of wage to them as per existing provisions of various labour laws and regulations is the sole responsibility of the contractor and any breach of such laws or regulations shall be deemed to be breach of this contract.

    4) The contractor shall assign the job of driving of hired vehicle only to qualified experienced licensed drivers with requisite license as prescribed by Govt. of India and also assume full responsibility for the safety and security of the store items being transported while running the vehicle by ensuring safe driving. BSNL shall have no direct or indirect liability arising out of such negligent, rash and impetuous driving which is an offence under section 29 of IPC and any loss caused to BSNL have to be suitably compensated by contractor.

    5) In no case a vehicle which is not registered for the commercial purpose shall be supplied to BSNL and taxes, etc. due on such vehicles shall be liability of the contractor.

    6) Payment of any Govt. levies for plying the vehicles whenever required by the controlling officer will be liability of contractor.

    7) The rates should be quoted inclusive of all taxes, weighing charges, loading/unloading, insurance charges and stocking of the stores excluding GST.

    8) The Toll Taxes if required are to be paid by the contractor.

    9) The rates should be quoted on the basis of per kilometer/metric ton. The contractor will be responsible for arrangement of vehicles of required capacity as per the requirement of BSNL. But the payment of bills will be done for actual distance in Kilometers/Metric Tonne or part thereof for stores transported.

    10) The contractor will be responsible for safe loading, transportation, unloading and stocking of stores. The contractor at his cost shall insure the stores carried.

    11) Only approved vehicles by concerned authorities shall be allowed to carry out the transportation of stores.

    12) The weighing of the loaded truck should be done after loading the truck only in presence of official/officer authorised to collect the stores. The weigh slip after weighing shall be signed by the same official/officer with name and designation.

  • Page 24 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    13) The weighing should be done only on computerized weighing bridge nearest to loading station and that to be on the way to destination. If computerized weigh bridge near to loading station is not available or faulty, and then the weighing may be done at the destination i.e. unloading point preferably on computerized weighbridge in presence of officer-in-charge.

    14) Accuracy of speedometer of truck: The Speedo meter reading of truck should tally the actual distance of run at any of instant and authorized, officer shall have full power to check up the meter for its correctness and to take action accordingly.

    15) The stores carried shall be insured by the contractor, for the value declared by SDE In-charge and therefore the rates quoted by the tenderer shall include an element of charges on account of insurance. Transit insurance of the material is compulsory for any material being transported from any place to any place; anywhere unless and until specifically and expressly exempted by the authority. The moment; the stores loaded and insured; the insurance cover note/other insurance documents if any, at this juncture shall be handed over to officer-in-charge-under proper receipt.

    16) The tenderer shall be in position to supply at least two lorries/trucks in road worthy condition not less than 10 (Ten) MT capacity at a time for transportation of stores.

    17) The contractor(s) be required to check the stores carefully and to tally it with the list before loading in their vehicles. The discrepancy if any shall be pointed out immediately in writing to the notice of SDE in-charge/Concerned DE by the contractor or his representative as the case may be. Any complaint received afterwards from the contractor or his representative will not be entertained.

    18) No detention charges in any case or in any event will be paid by the BSNL for the detention of vehicles by any agency at any place for the reasons whatsoever. It is further agreed if the loaded vehicle fail to reach their destination within the scheduled time limit prevailing at the different warehouse and bookings stations, the contractor shall without any additional charges whatsoever carry the sotres the following days.

    19) Lorries/trucks used for transportation of the material shall be insured by the contractor at his own cost.

  • Page 25 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    SECTION-IX

    SCHEDULE OF REQUIREMENT

    Sl. No.

    Item Description (With Distance in Kilometers and

    Weight in Metric Tones)

    Quantity (Tentative Trips

    may vary in actual from time

    to time) Units

    1 2 3 4

    1 FOR UPTO 3 MT

    1.01 0-20 Kms. 6 Per Trip

    1.02 0-50 Kms. 8 Per Trip

    1.03 0-100 Kms. 9 Per Trip

    1.04 101 Kms to 350 Kms 300 Per Km

    1.05 351 Kms to 700 Kms 0 Per Km

    1.06 MORE THAN 700 KM 0 Per Km

    2 FOR ABOVE 3 MT UPTO 5 MT

    2.01 0-20 Kms. 0 Per Trip

    2.02 0-50 Kms. 0 Per Trip

    2.03 0-100 Kms. 1 Per Trip

    2.04 101 Kms to 350 Kms 250 Per Km

    2.05 351 Kms to 700 Kms 350 Per Km

    2.06 MORE THAN 700 KM 0 Per Km

  • Page 26 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    SECTION-X PERFORMANCE SECURITY GUARANTEE (BOND) FORM

    (to be furnished on non-judicial stamp paper of Rs. 100/-) Reference: BSNL Tender no. ___________________ dated __________ for (name of the work) ________ 1. In consideration of Bharat Sanchar Nigam Limited (BSNL) (hereinafter called “the BSNL”) having agreed to exempt M/s __________________________________ (hereinafter called "the said Contractor”) having its registered office at _________________ from the demand under the terms and conditions of an Agreement (His acceptance letter No. of contractor) and Tender no. ___________ dated ________ for (name of work)

    ______________________ _____________ (hereinafter called "the said Agreement), of security deposit for the due fulfillment by the said contractor of the terms and conditions contained in the said Agreement, on production of a bank guarantee for Rs. __________________ we, (Name of the bank) _____________ ______________

    (hereinafter referred to as "the Bank”) at the request of ______________ _______ (contractor) do hereby undertake to pay to the BSNL an amount not exceeding Rs. __________ against any loss or damage caused to or suffered or would be caused to or suffered by the BSNL by reason of any breach by the said Contractor of any of the terms of conditions contained in the said Agreement.

    2. We (name of bank) __________________ do hereby undertake to pay the amount due and payable under this guarantee without any demur, merely on a demand for the BSNL stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the BSNL by reason of breach by the said contractor of any or the terms or conditions contained in he said Agreement or by the reason of the contractor failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by Bank under this guarantee where the decision of the BSNL in these counts shall be final and binding on

    the bank. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ___________ 3. We undertake to pay to the BSNL any money so demanded notwithstanding any dispute or disputes raised by the contractor/supplier in any suit or proceeding pending before any Lines or tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the contractor/supplier shall have no claim against us for making such payment.

    4. We (name of bank) ________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the BSNL under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till BSNL certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said contractor and accordingly discharges this guarantee. Unless a demand or claim under the guarantee is made on us in writing on or before the expiry of __________ (__) months from the date hereof, we shall be discharged from liability under this guarantee thereafter.

    5. We (name of bank) ___________________ further agree with the BSNL that the BSNL shall have the fullest liberty without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said contractor from time to time any of the powers exercisable by the BSNL against the said Contractor and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor or for any forbearance, act or omission on the part of the BSNL or any indulgence by the BSNL to the said contractor or by any such matter or thing whatsoever which the law relating to sureties would, but for this provision have effect of so relieving us.

    6. The guarantee will not be discharged due to changes made in the constitution of Bank of Contractor /Supplier.

    7. We (name of the bank) ___________________________ lastly undertake not to revoke this guarantee during its currency except with previous consent of the BSNL in writing.

    (Authorised Signature of the Bank Official) Name: Signed in the capacity of: Power of Attorney Number: Full name and address of branch: Phone & FAX nos. of branch:

    Dated :

    Place :

  • Page 27 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    SECTION-XI

    REGARDING NEAR RELATIVES (UNDERTAKING-I)

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

    …….……....................................... resident of ……………………………….…………………………………….… hereby certify that none of my near relative(s) and none of near relative(s) of proprietor/ partner(s)/ director(s) of company is/ are employed in BSNL unit as defined 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/without any prior intimation to me”.

    SIGNATURE OF BIDDER: _____________________

    NAME OF BIDDER: __________________________

    Seal of the Tenderer

  • Page 28 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    SECTION-XII

    PROFORMAS

    For the Declaration regarding BID-SECURITY/ EMD Guarantee

    (To be typed on letter head of firm)

    Sub: Declaration regarding Bid Security/EMD guarantee.

    I/We______________________________________________________________

    Proprietor/Partner/Director(s) of

    M/s._______________________________________________ have

    Participated in limited Tender for Transportation of Telecom Material from other

    SSA to Gadchiroli and within Gadchiroli SSA.

    I/We hereby declare that if I/we withdraw or modify our bid/s

    during period of its validity etc.,I/we agree that the bid will be

    suspended and I/we will be debarred/banned by the General

    Manager Telecom. District, Chandrapur BA for the period of one year

    from any furtherwork/contract by BSNL from the date of issue of

    such order.

    Signature

    Place Capacity in which is signed

    Date Name and Address of the firm

    Seal of the firm

  • Page 29 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    SECTION-XIII AGREEMENT (on Rs 100/- stamp paper)

    This agreement made this___________________day of_________ Two thousand

    _______________________between the Director of Board, hereinafter called "Bharat Sanchar

    Nigam Limited "a Government Enterprises (Which expression shall unless excluded by or

    repugnant to the context, include his successors and assigns) of the one part,

    and____________________________a sole proprietary firm/a partnership firm/ a company

    incorporated under the Indian Companies act and having its registered office

    at_______________________ herein after called the "Contractor. (Which expression shall unless

    excluded by or repugnant to the context, include its successors and assigns) of the other part.

    Whereas the BSNL is desirous of appointing the said contractor for “Transportation of Telecom Material from other SSA to Gadchiroli and within Gadchiroli SSA” under the

    jurisdiction of the General Manager Telecom, BSNL Chandrapur for period of one year commencing from ____________.

    And whereas the said contractor has agreed to undertake the work of “Transportation of Telecom Material from other SSA to Gadchiroli and within Gadchiroli SSA on the terms and conditions hereinafter contained.

    The contractor undertakes to carry out the work “Transportation of Telecom Material

    from other SSA to Gadchiroli and within Gadchiroli SSA under the jurisdiction of General Manager Telecom, BSNL Chandrapur as per the "Specifications and scope of work"

    laid down in the tender letter No._________________________________________ dated__________________ inviting him to tender for the work.

    The contractor undertake to abide by the "General Conditions of the contract as specified

    in the tender document of “Transportation of Telecom Material from other SSA to Gadchiroli

    and within Gadchiroli SSA _______________________________________

    dated____________________as well as the terms and conditions set out that letter and the terms

    and conditions agreed to by the contractor in his tender Dated.____________________.

    This agreement consisting __ articles and running into pages (excluding the copies of resolution) carefully read, and

    after understanding the contents, was signed by the Party of Second part and the Party of First Part on the day of

    2018 at

    Agreed and accepted

    Signatures of Witnesses of parties are;

    BY Party of first part (Contractor) Party of second part (BSNL)

    Through authorized signatory Through authorized signatory

    M/s

    Witnesses; Witnesses;

    1. 1.

    2. 2.

  • Page 30 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    SECTION-XIV

    CHECK LIST

    No. The Bid should contain following Documents Mark tick for

    The documents enclosed

    1ST Envelope:

    1 Tender Document must be dully signed with seal (Blue Ink) on each page.

    2 Cost of Tender Document as specified in NIT.

    3 Copy of firm registration.

    4 Attested copy of original PAN card.

    5 IT returns form for Assessment Year 2019-20.

    6 Experience Certificate as specified in NIT.

    7 Attested Copy of partnership deed (If applicable).

    8 Attested Copy of Power of attorney (if applicable).

    9 Declaration regarding Near relatives ( In given proforma)

    10 Attested Copy of original GST Registration Certificate.

    11 Bid forms, dully filled in and signed as per Section-II in original blue ink signed

    12 Profile of The Tenderer(s)/Contractor(s)/Bidder(s), dully filled in, and signed as per Section-III in original blue ink signed.

    2nd Envelope:

    1 The financial bid should contain the quoted rates (SECTION-XV)

  • Page 31 of 31 Signature & Seal of the Tenderer Name of the Tenderer

    SECTION-Xv

    FINANCIAL BID To,

    The Asstt. General Manger [Nw & Plg],

    O/o General Manager Telecom,

    Near Zilla Stadium, Civil Lines,

    CHANDRAPUR – 442401.

    Subject:- Our Financial Bid for Transportation of Telecom Materials from Other SSA to GAdchiroli SSA and within Gadchiroli SSA .

    Tender No: Tender No CHA-BA/GAD/TRANSPORTATION/Ltd-Tender/2020-21/ Dated 14/01/2021. Dear Sir,

    Having examined the tender documents, terms and conditions stipulated therein, Specification

    of work etc., we the undersigned offer to execute the Work of Transportation of Telecom Materials from Other SSA to

    Gadchiroli SSA and within Gadchiroli SSA in conformity with the said specifications and conditions of contract on standard

    schedule rates quoted as under:-

    Sl. No. Item Description

    (With Distance in Kilometers and Weight in Metric Tones)

    Quantity (Tentative Trips/Km may vary in actual

    from time to time)

    Units

    Rates quoted

    should be

    inclusive of all

    taxes except

    GST for PerTrip or Per Km including

    loading & unloading charges ( in Rs. )

    1 2 3 4 5

    1 FOR UPTO 3 MT

    1.01 0-20 Kms. 6 Per Trip

    1.02 0-50 Kms. 8 Per Trip

    1.03 0-100 Kms. 9 Per Trip

    1.04 101 Kms to 350 Kms 200 Per Km

    1.05 351 Kms to 700 Kms 0 Per Km

    1.06 MORE THAN 700 KM 0 Per Km

    2 FOR ABOVE 3 MT UPTO 5 MT

    2.01 0-20 Kms. 0 Per Trip

    2.02 0-50 Kms. 0 Per Trip

    2.03 0-100 Kms. 1 Per Trip

    2.04 101 Kms to 350 Kms 191 Per Km

    2.05 351 Kms to 700 Kms 300 Per Km

    2.06 MORE THAN 700 KM 0 Per Km

    Note: Separate L-1 will be decided on composite price of all items Rate must be quoted for all items of 1 &2.

    If our Bid is accepted, we shall submit the securities as per the conditions mentioned in the contract. We agree to abide by this Bid for a period of 180 days from the date of opening of financial bid and it shall remain binding upon us and may be accepted at any time before the expiry of that period. Note: In case of disparity between rates quoted IN FIGURES & rates quoted IN WORDS, the quoted rate IN WORDS will be accepted as the final quoted rate. Date: / / 2021