58
T-1712/16-17 AMC for Cable Ducts in ATD 1 Seal & Signature of Bidder BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise) BID DOCUMENT E-TENDER FOR ANNUAL MAINTENANCE CONTRACT FOR CABLE DUCTS IN AHMEDABAD TELECOM DISTRICT TENDER NO. ATD / MM / T-1712 /16-17 DATED: 17.08.2016 AGM MM SECTION O/o The Assistant General Manager (MM), 10 th floor Navrangpura Telephone Bhavan, C.G.Road, Navrangpura, Ahmedabad-06. PH.26480077 / 24. Fax NO.26480059 Visit us at: www.gujarat.bsnl.co.in or http://tender.bsnl.co.in

BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

1 Seal & Signature of Bidder

B H AR AT S A N C H A R N I G AM L I M I T E D

(A Govt. of India Enterprise)

BID DOCUMENT

E-TENDER FOR ANNUAL MAINTENANCE CONTRACT FOR

CABLE DUCTS IN AHMEDABAD TELECOM DISTRICT

TENDER NO. ATD / MM / T-1712 /16-17 DATED: 17.08.2016

AGM MM SECTION

O/o The Assistant General Manager (MM), 10th floor Navrangpura Telephone Bhavan, C.G.Road, Navrangpura, Ahmedabad-06.

PH.26480077 / 24. Fax NO.26480059

Visit us at: www.gujarat.bsnl.co.in or http://tender.bsnl.co.in

Page 2: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

2 Seal & Signature of Bidder

BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

Office of the General Manager (CFA NWP) AHMEDABAD TELECOM DISTRICT

No ATD / MM / T–1712/16-17 Dated: 17-08-2016 Please find enclosed the tender document in respect of above mentioned tender which contains the following.

Section No. Item Page No. TECHNICAL BID 1.Part A Detailed NIT 3 - 5

1. Part B Newspaper NIT 6 2 Tender Information 7-8 3 Deleted 4 Part A General Instructions to Bidders(GIB) 9-28 4 Part B E-tendering instructions to bidders 29-33

5 Part A General (Commercial) Conditions of Contract (GCC) 34-37

5 Part B Special (Commercial) Conditions of Contract (SCC) 38-40 6 Part A to B Part A : Undertaking & Declarations

Part B Declaration Regarding No Relative Working In BSNL

41-43

7 Part A Bid Security Form 44

7 Part B Performance Security Guarantee Bond 45-46

7 Part C Letter Of Authorisation For Attending Bid Opening 47

7 Part D Specimen Of Agreement 48-49

8 Part-A Agency Details 50 8 Part-B Drawing 51 8 Part-C Rate of Assistance for Miscellaneous work 52 8 Part-D Schedule of Rates (SOR) 53-55 9 Part A Bid form 56 Check List 57 FINANCIAL BID

9 Part B Price Schedule 58 If interested, kindly submit your offers by means of online bids only for Electronic E-

Tendering at the portal detailed in ‘Special Instructions to Bidders for E-Tendering’ on or before date & time specified in Clause 6 of Detailed NIT.

Assistant General Manager (MM)

Ahmedabad Telecom District.

Ph. No. (079) 26480024 / 77

Fax No. (079) 26480059

Email: [email protected]

Page 3: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

3 Seal & Signature of Bidder

SECTION – 1 (Part A)

No ATD / MM / T–1712/16-17 Dated: 17-08-2016

Detailed Notice Inviting Tender

Sealed Tender (Digitally) is invited by Pr. General Manager, Ahmedabad, on behalf of BHARAT SANCHAR NIGAM LIMITED from prospective bidders for Annual Maintenance Contract for Cable Ducts for a period of one Year on `Rate Running Contract’ basis from the date of final acceptance of tender in Ahmedabad Telecom District

Description/ Specification of the item Annual Maintenance Contract for Cable Ducts in Ahmadabad Telecom District.

Cost of Tender Document Rs.500/- (Rupees Five Hundred Only)

Estimated Cost of Tender without Service Tax. Service Tax shall be paid extra as applicable.

Rs. 7,00,000/- (Rs. Seven Lakh only)

Bid Security Rs. 14,000/- (Rs. Fourteen thousand only)

Duration of contract One year from date of award

Security Deposit 5 % of total cost of tender

Time & last date of submission of Bid Up to 14.30 Hrs. on 08-09-2016

Time of Bid opening At 15.00 Hrs on 08-09-2016

Place of opening of Tender at O/o The Assistant General Manager (MM), 10th Floor, Telephone Bhavan, C.G.Road, Navrangpura, Ahmedabad-380006

Remakes: 1. No material will be supplied by the BSNL. The Contractor has to quote rate

including cost of material. 2. No tents/Tools/Equipments will be supplied by the BSNL. The Contractor will

arrange for the same. 3. Transportation if any will be borne by Contractor. Note 1: The quantity /no. / Sites stated above are estimated and BSNL reserves the right to

vary the quantity to the extent of -25 % to + 25 % of specified quantity at the time of award of the contract i.e. APO without any change in unit price or other terms & conditions. Accordingly estimated tender cost will also be decreased / increased by + 25 %.

Note 2:20 % of the Estimated Quantity/requirement in this tender Enquiry is earmarked for

procurement from the eligible Micro & Small Enterprises (MSEs). However, in case eligible Micro & Small Enterprises (MSEs) bidder(s) are not available then this quantity would be de-reserved & procured from participating bidders.

2.0 Purchase of Tender Document: Tender document can be obtained by downloading

it from the website “www.gujarat.bsnl.co.in” or http://tender.bsnl.co.in. The official

copy of tender document for participating in E-tender shall be available for

downloading from https://eprocurement.synise.com/bsnl1/gujarat

2.1 The bidders downloading the tender document are required to submit the tender fee

amount through DD/ Banker’s Cheque along with their tender bid failing which the

tender bid shall be left archived unopened/ rejected.

Page 4: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

4 Seal & Signature of Bidder

The DD/ banker’s cheque shall be drawn from any Nationalized/ Scheduled Bank in

favour of AO (Cash) HQ, BSNL, PGM ATD, Ahmedabad and payable at Ahmedabad.

2.2 The tender documents shall be issued free of cost to MSE bidders on production of

requisite proof in respect of valid certification from MSME for the tendered item.

3. Availability of Tender Document: The tender document shall be available for

downloading from 17.08.2016 17:00 Hrs onwards up to 08.09.2016 14:25 Hrs on all

working days of this office

3.1 BSNL has decided to use process of e-tendering process for inviting this tender and

thus the physical copy of the tender would not be sold.

Note 3: Deleted. 4. Eligibility Criteria: - The bidder should have

a) Experience in labour intensive work like UG Cable, OF Cable, Electric cable, Pipe laying, Building Construction work etc. Bidders have to produce copies of necessary certificates or payment particulars in support of their experience of the execution of

similar nature of work duly signed by officer not below the rank of Divisional Engineer. b) Service Tax registration certificate c) Current & valid Solvency Certificate amounting of Rs. 2 Lac from the banker of the tenderer. The Solvency Certificate shall not be older than the date of issue of NIT.

4.1 The bidders shall submit necessary documentary proof showing that they meet the

eligibility criteria along with their tender bid. All documents submitted will also be self attested by the bidder.

5. Bid Security/EMD:

5.1 The bidder shall furnish the bid EMD in one of the following ways:-

(a) Demand Draft/ Banker’s cheque drawn in favour of AO (Cash) HQ,

BSNL,PGM ATD, Ahmedabad and payable at Ahmedabad.

(b) Bank Guarantee from a Nationalized/scheduled bank drawn in favour of AO

(Cash) HQ, BSNL, PGM ATD, Ahmedabad which should be valid for 180

days from the tender opening date.

5.2 The MSE units shall be exempted from submission of Bid Security deposit on

production of requisite proof in respect of valid certification from MSME for the

tendered item.

6. Date & Time of Submission of Tender bids: As above in table.

Note 4: In case the date of submission (opening) of bid is declared to be a holiday, the

date of submission (opening) of bid will get shifted automatically to next working

day at the same scheduled time. Any change in bid opening date due to any other

unavoidable reason will be intimated to all the bidders separately.

7. Opening of Tender Bids: As above in table.

Page 5: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

5 Seal & Signature of Bidder

8. Place of opening of Tender bids:

8.1 In case of tenders invited through e-tendering process, the tenders shall be opened

through ‘Public Online Tender Opening Event (POTOE)’. BSNL’s Tender Opening

Officers as well as authorized representatives of bidders can attend the Public Online

Tender Opening vent (TOE) from the comfort of their offices. Kindly refer clause 8 of

Section-4 Part B of Tender document for further instructions.

8.2 In addition & in case of tenders invited through manual bidding process, authorized

representatives of bidders (i.e. vendor organization) can attend the TOE at the office

of AGM (MM), 10th Floor, Telephone Bhawan, C.G. Road, Navrangpura

AHMEDABAD – 380 006, Where BSNL’s Tender Opening Officers would be

conducting Public Online Tender Opening Event (TOE).

9. Tender bids received after due time & date will not be accepted by the system or

physically.

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

11. PGM, ATD Ahmedabad reserves the right to accept or reject any or all tender bids

without assigning any reason. He is not bound to accept the lowest tender.

12. The official copy of tender document for e-bidding process of E-tender shall be

available for downloading from https://eprocurement.synise.com/bsnl1/gujarat, from

17.08.2016, 17:00 Hrs onwards. This will, however, be same as available on BSNL

website. .

12.1 The bidder shall furnish a declaration that no addition / deletion / corrections have

been made in the downloaded tender document being submitted and it is identical to

the tender document appearing on E-tender Portal

https://eprocurement.synise.com/bsnl1/gujarat,

12.2 In case of any correction/ addition/ alteration/ omission in the tender document, the

tender bid shall be treated as non responsive and shall be rejected summarily.

13. The bidder shall furnish a declaration in his tender bid that his firm has not black listed by any SSA/ Circle of BSNL/ MTNL

Note 5: All documents submitted in the bid offer should be preferably in English. In case the

certificate viz. experience, registration etc. is issued in any other language other than

English, the bidder shall attach an English translation of the same duly attested by

the bidder & the translator to be true copy in addition to the relevant certificate.

Note 6: All computer generated documents should be duly signed/ attested by the bidder/

vendor organization.

Page 6: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

6 Seal & Signature of Bidder

SECTION – 1 (Part B)

NEWS PAPER N.I.T. (NNIT)

BHARAT SANCHAR NIGAM LIMITED

Office of the General Manager (CFA NWP) AHMEDABAD TELECOM DISTRIC

NOTICE INVITING E-TENDER No.T-1712/16-17

E-Tender is invited from the prospective bidders for Annual Maintenance Contract for Cable Ducts in Ahmedabad Telecom District on. Last date of receipt of tender is 08/09/2016 up to 14.30.Hrs. For further detailed information, kindly visit our website www.gujarat.bsnl.co.in and follow “Link for E-tender” or http://tender.bsnl.co.in/

Assistant General Manager (MM) Ahmedabad Telecom District. PH.26480024 Fax No.26480059

Page 7: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

7 Seal & Signature of Bidder

SECTION – 2

Tender Information

1. Type of Tender :

a) No. of Bid Submission Stages for tender: Single Stage.

b) No. of Envelopes for submission of Bids: Two Nos. (The bidders shall submit Techno- commercial & financial bid simultaneously) (Opening stages)

c) E-reverse auction: if required by Business Unit / Planning cell after opening of the Financial bids

Note 1: In case of 1(b) above, the bidder shall submit Techno-commercial & Financial bid simultaneously. The bids will be evaluated techno-commercially first and thereafter financial bids of techno commercially compliant bidders only shall be opened.

2. Bid Validity Period / validity of Bid offer: 150 days from the tender opening date and Validity of bid Offer for acceptance by BSNL can be extended.

3. In case of tenders invited under two envelopes system, the first envelope will be named as techno commercial & will contain documents of bidder’s satisfying the eligibility / Technical & commercial conditions and 2nd envelope will be named as financial envelope containing financial quote.

a) Techno-commercial part of the bid shall contain one set of the following documents only:-

i) EMD ii) Cost of the tender documents i.e. tender fee. iii) Certificate(s) showing fulfillment of the eligibility criteria(s) stated in Clause 4 of

the DNIT iv) Power of Attorney & authorization for executing the power of Attorney in

accordance with clause 14.3 of Section -4 Part A v) Clause by clause compliance vi) Agency Details duly filled & signed. vii) Non-Relation Certificate duly filled & signed. viii) Undertaking & declaration duly filled & signed ix) Documents stated in clause 10 of Section -4 Part A x) Tender documents duly signed at the end of each section for having read it &

accepted it. xi) Tender/ Bid form- Section 9 Part A duly filled & signed xii) Electronic Form- Technical (in case of tenders invited through e-tendering

process)

Note 2: Deleted

b) Financial envelope shall contain Electronic Form- financial along with Price Schedule (Section 9 Part-B with all relevant bid annexure (in case of tenders invited through e-tendering process)

Note 3: Bid must be submitted by bidder through E-tendering mode only.

Manual (OFFLINE) submission of bids should not be considered. In case of e-tendering, the following documents are required to be submitted offline (i.e. offline submissions) AGM (MM), 10th Floor, Telephone Bhavan,

Page 8: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

8 Seal & Signature of Bidder

C.G.Road, Navrangpura, and Ahmedabad-380006 on or before the date & time of submission of bids in a sealed envelope.

The envelope shall bear the tender number, name of work and the phrase: "Do Not Open Before (due date & time of opening of tender).

i) EMD - Bid security (original copy) ii) DD/ Banker's cheque of Tender fee iii) Power of Attorney in accordance with clause 14.3 of section 4 Part A and

authorization for executing the power of Attorney. iv) Latest and valid MSME / NSIC Certificate duly certified by NSIC if applicable

The purchaser shall not be responsible if the envelop is delivered elsewhere or late. 4. In case of tenders invited under Single Envelope system, the envelope will contain

both techno-commercial & financial bid i.e. documents 3 (a) (i) to (xi) & 3 (b). 5. Payment terms: As detailed in clause 8 of section-5 part B of the tender document.

6. Deleted

SECTION-3

Deleted

Page 9: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

9 Seal & Signature of Bidder

SECTION – 4 (Part-A)

General Instructions to Bidders (GIB)

1. DEFINITIONS:

(a) "The User / Purchaser" means the Bharat Sanchar Nigam Limited, Ahmedabad

Telecom District.

(b) "The Bidder" means the individual or firm who participates in this tender and submits

its bid

(c) "The Contractor" means the individual or firm providing the services under the

tender.

(d) "The Advance Work Order"(AWO) means the intention of BSNL to place the Work

Order on the bidder.

(e) "The Work Order" means the order placed by the BSNL on the Supplier signed by the

BSNL including all attachments and appendices thereto and all documents

incorporated by reference therein. The Work Order shall be deemed as "Contract"

appearing in the document.

(f) "The Contract Price" means the price payable to the Contractor under the Work Order

for the full and proper performance of its contractual obligations.

2. ELIGIBLE BIDDERS: Kindly refer to clause 4 of Section – I i.e. Detailed NIT

3. COST OF BIDDING: The bidder shall bear all costs associated with the preparation and submission of the

bid. The BSNL, will in no case, be responsible or liable for these costs, regardless of

the conduct or outcome of the bidding process.

4. BID DOCUMENTS: 4.1 The goods/ services required, bidding procedures and contract terms are prescribed in

the Bid Documents. The contents of the Bid documents are specified in the covering

letter.

4.2 The Bidder is expected to examine all instructions, forms, terms and specifications in

the Bid Documents. Failure to furnish all information required as per the Bid Documents

or submission of bids not substantially responsive to the Bid Documents in every

respect will be at the bidder's risk and may result in rejection of the bid.

5. CLARIFICATION OF BID DOCUMENTS: 5.1 A prospective bidder, requiring any clarification on the Bid Documents shall notify the

User in writing by FAX or by Email of the User as indicated in the invitation of Bid. The User shall respond in writing to any request for the clarification of the Bid Documents, which it receives 7days prior to the date of opening of the Tenders. Copies of the query (without identifying the source) and clarifications by the User shall be uploaded on BSNL website as ‘Clarifications’ on e-procurement portal of Ahmedabad Telecom District portal, clarification shall be available as ‘Addendum’, for all the prospective bidders who have downloaded the official copy of tender documents from e-procurement portal of Ahmedabad Telecom District

Page 10: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

10 Seal & Signature of Bidder

5.2 Any clarification issued by BSNL in response to query raised by prospective bidders

shall form an integral part of bid documents and it may amount to an amendment of

relevant clauses of the bid documents.

6. AMENDMENT OF BID DOCUMENTS:

6.1 At any time, prior to the date of submission of bids, the BSNL may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the bid documents by amendments.

6.2 The amendments shall be notified in writing or by Fax or by Addendum through e-tendering portal to all prospective bidders on the address intimated at the time of purchase of bid document from the BSNL and these amendments will be binding on them.

6.3 In order to afford prospective bidders reasonable time in which to take the amendments

into account in preparing their bids, the BSNL may, at its discretion, extend the deadline

for the submission of bids suitably.

7. DOCUMENTS COMPRISING THE BID:

The bid prepared by the bidder shall comprise the following components:

(a) Documentary evidence established in accordance with Clause 2 and 10 that the bidder is eligible to bid and is qualified to perform the contract if his bid is accepted.

(b) Bid Security furnished in accordance with Clause 12.

(c) A Bid form and price schedule completed in accordance With clause 8 & 9.

8. BID FORM: The bidder shall complete the Bid Form and the appropriate Price Schedule furnished in

the Bid Documents as per section-9 Part-B. 9. BID PRICES:

9.1 The bidder shall give the total composite price inclusive of all levies and taxes, packing, forwarding, freight and insurance in case of materials to be supplied and inclusive of all taxes and levies except service tax in case of works to be executed. Service Tax will be paid extra as applicable. The contractor shall be responsible for transporting the materials, to be supplied by the BSNL (At a Centralized Store Depot 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 in Indian Rupees.

9.2 Prices shall be quoted by the bidder as percentage below / above / at par the schedule of rates given in schedule of rates (Financial Bid). Prices quoted at any other place shall not be considered. The service Tax will be paid extra as applicable.

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.

Page 11: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

11 Seal & Signature of Bidder

9.4 Discount, if any, offered by the bidders shall not be considered unless they are

specifically indicated in the schedule of rates (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. DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILITY AND QUALIFICATIONS:

10.1 The bidder shall furnish, as part of his bid documents establishing the bidder's eligibility, all the following documents or whichever is required as per terms and conditions of bid documents.

i. Firm Registration Certificate/ Certificate of Incorporation / Shop & Establishment Certificate / Service Tax Registration / Sales Tax Registration

ii. Proprietorship or Partnership Deed or Articles/Memorandum of Association as the case may be. In case of proprietorship firms an affidavit of that effect should

be submitted along with the bid.

iii. Power of Attorney (if applicable) should be made older than the date of submission of bid.

iv. Experience Certificate as mentioned in the eligibility criteria.

v. Copy of Latest & valid MSE / NSIC Certificate (if applicable).

vi. Copy of Registration Certificate of a. EPF b. ESIC c. Service Tax d. PAN Card

vii. Current & Valid Solvency Certificate.

11. DOCUMENTS ESTABLISHING GOODS CONFORMITY TO BID DOCUMENTS:

11.1Pursuant to Clause 7, the bidder shall furnish, as part of his bid, documents establishing

the conformity of his bid to the Bid document of all services, which he proposes to

render under the contract.

11.2 The documentary evidence of services in conformity with the Bid Documents may be in

the form of literature and data and shall furnish a clause-by-clause compliance on the

BSNL's Technical specifications and commercial conditions demonstrating substantial

responsiveness to the Technical Specification and commercial conditions. In Case of

deviations a statement of deviations and exceptions to the provision of the Technical

Specifications and commercial conditions shall be given by the bidder. A bid without

clause-by-clause compliance of Technical specification , commercial Conditions and

special conditions shall not be considered.

11.3 For purposes of compliance to be furnished pursuant to clause 11.2 above the bidder

shall note that the standards for workmanship, material and equipment and reference to

brand names or catalogue number, designated by the BSNL in its Technical

Specifications are intended to be descriptive only and not restrictive.

Page 12: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

12 Seal & Signature of Bidder

12. BID SECURITY/EMD:

12.1 The bidder shall furnish, as part of its bid, a bid security as mentioned in Section-1(DNIT)

12.2 The MSE bidders are exempted from payment of bid security:

a) A proof regarding valid registration with body specified by Ministry of Micro, Small &

Medium Enterprise for the tendered items will have to be attached along with the bid.

b) The enlistment certificate issued by MSME should be valid on the date of opening of

tender.

c) MSE unit is required to submit its monthly delivery schedule.

d) If a vender registered with body specified by Ministry of Micro, Small & Medium

Enterprise claiming concessional benefits is awarded work by BSNL and subsequently

fails to obey any of the contractual obligations, he will be debarred from any further

work/ contract by BSNL for one year from the date of issue of such order.

12.3 The bid security is required to protect the BSNL against the risk of bidder's conduct,

which would warrant the bid security’s forfeiture, pursuant to para 12.7.

12.4 A bid not secured in accordance with para 12.1 & 12.2 shall be rejected by the BSNL

being non-responsive at the bid opening stage and archived unopened on e-tender

portal for e-tenders.

12.5 The bid security of the unsuccessful bidder will be discharged/returned as promptly

as possible as but not later than 30 days after the expiry of the period of bid validity

prescribed by the BSNL, pursuant to clause 13.

12.6 The successful bidder's bid security will be discharged upon the bidder's acceptance

of the advance Work Order satisfactorily pursuant to clause 27 and furnishing the

performance security.

12.7 The bid security may be forfeited: a) If the bidder withdraws or amends its bid or impairs or derogates from the bid in

any respect during the period of bid validity specified by the bidder in the bid form or extended subsequently; or

b) If the bidder does not accept the APO/ AWO and/ or does not submit PBG & sign the contract/ agreement in accordance with clause 28.

Note: The bidder shall mean individual company/ firm or the front bidder and its

technology/ consortium partner, as applicable. 13. PERIOD OF VALIDITY OF BIDS:

13.1 Bid shall remain valid for 150 days from the date of bid opening prescribed by the BSNL. A bid valid for a shorter period shall be rejected by the BSNL as non-responsive.

13.2 In exceptional circumstances, the BSNL may request the bidder's consent for an extension to the period of bid validity. The request and the responses thereto shall be made in writing. The bid security provided under Clause 12 shall also be suitably extended. A bidder may refuse the request without forfeiting his bid security. A bidder accepting the request and granting extension will not be permitted to modify his bid.

14. FORMAT AND SIGNING OF BID: 14.1. The bidder shall submit his bid, online (in case of e-tendering) & through sealed

envelopes physically (in case of tenders with manual bidding process),

Page 13: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

13 Seal & Signature of Bidder

complying all eligibility conditions, other terms and conditions of tender document

to be read along with the clarifications and amendments issued in this respect. All

the documents must be authenticated, using Digital Signature (DSC) with Class 2 or

above (in case of e-tendering) & by hand signatures (for manual bidding process),

by the authorized person. The letter of authorization shall be indicated by written

power-of-attorney accompanying the bid.

Note:-The User may ask the bidder(s) to supply, besides original bid, additional copy of bids as required by him.

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

14.3 Power of Attorney (a) The power of Attorney should be submitted and executed on the non-judicial

stamp paper of appropriate value as prevailing in the concerned states(s) and the

same be attested by a Notary public or registered before Sub-registrar of the

state(s) concerned.

(b) The power of Attorney be executed by a person who has been authorized by the

Board of Directors of the bidder in this regard, on behalf of the Company/

institution/ Body corporate.

(c) In case of the bidder being a firm, the said Power of Attorney should be executed

by all the partner(s) in favour of the said Attorney.

(d) Attestation of the specimen signatures of authorized signatory by the Company’s/

firm’s bankers shall be furnished. Name, designation, Phone number, mobile

number, email address and postal address of the authorized signatory shall be

provided.

(e) Individual signing the tenders or other documents connected with the contract

shall indicate the full name below the signature and must specify the capacity and

authority under which he signs such documents and shall also submit

documentary evidence of his authority in the form of Power of Attorney.

(f) The Power of Attorney is to be submitted in original, if it has been issued for the

specific tender enquiry. If the power of attorney is issued in general irrespective of

tender enquiry then photocopy duly certified by notary public can also be

accepted.

(g) In case the representative of bidder company, who uploads the document on e-tender portal using his Digital Signature Certificates (DSC), which is different from the authorized signatory for the bid (Power of Attorney holder) then the representative who uploads the documents on e-tender portal using DSC issued in his name, shall also be one of the Power of Attorney holder by the bidder Company, in addition to the authorized signatory for the bid

15. SEALING AND MARKING OF BIDS:

The bid shall be submitted online using single stage bidding and Two Envelope Methodology.

15.1 The first envelope (Techno-commercial bid): This envelope shall contain documents of bidders satisfying the eligibility / Technical & commercial conditions requirements.

Page 14: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

14 Seal & Signature of Bidder

Second envelope will be named as financial bid containing price Schedule as per section 9 Part B. All documents submitted will also be self attested by the bidder.

15.2 a) The envelopes for Tender Fee / EMD shall be addressed AGM (MM), O/o. G.M.

(CFA NWP), 10th Floor, Telephone Bhavan, C.G.ROAD, Navrangpura, Ahmedabad-06.

b) The envelope for Tender Fee / EMD shall bear the name of the tender, the tender number and the words 'DO NOT OPEN BEFORE' (due date & time).

c) The envelopes for Tender Fee / EMD shall indicate the name and complete postal address of the bidder to enable the User to return the bid unopened in case it is declared to be received 'late'.

d) The envelopes for Tender Fee / EMD shall should be deposited in the tender box provided by tendering authority or sent by registered post or delivered in person on above mentioned address (address is given above). The responsibility for ensuring that the envelopes for Tender Fee / EMD shall are delivered in time would vest with the bidder.

e) The envelopes for Tender Fee / EMD shall delivered in person/ registered post on the day of tender opening shall be delivered upto specified time & date as stated in NIT to A.G.M. (MM), O/o. G.M. (CFA NWP), 10th Floor, Telephone Bhavan, C.G.ROAD, Navrangpura, Ahmedabad-06. The User shall not be responsible if the envelopes for Tender Fee / EMD shall are delivered elsewhere. f) Venue of Tender Opening: Tender will be opened in Conference Hall, A.G.M. (MM), O/o. G.M. (CFA NWP), 10th Floor, Telephone Bhavan, C.G.ROAD, Navrangpura, Ahmedabad-06. at specified time & date as stated in NIT. If due to administrative reason, the venue of Bid opening is changed, it will be displayed prominently on the above address.

15.3 If envelopes are not sealed and marked as required at para 15.1 and 15.2, the bid shall be rejected.

16. SUBMISSION OF BIDS:

16.1 Bids must be submitted by the bidders on or before the specified date & time indicated in Section-1 i.e. DNIT

16.2 The BSNL may, at its discretion extend this deadline for the submission of the bids by amending the bid documents in accordance with Clause 6 in which case all rights and obligations of the BSNL and bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

16.3 The bidder shall submit his bid offer against a set of bid documents purchased by him for all or some system/services / equipment as per requirement of the Bid Documents. He may include alternate offer, if permissible as per the bid. However not more than one independent and complete offer shall be permitted from the bidder.

16.4 Bid must be submitted by the bidder through E-Tendering mode only. Manual

submission of bid shall not be needed.

Page 15: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

15 Seal & Signature of Bidder

17. LATE BIDS:

No bid shall be accepted either online by E-Tender Portal or physically in case of manual bidding process after the specified deadline for submission of bids prescribed by the purchaser

18. MODIFICATION AND WITHDRAWAL OF BIDS:

18.1 The bidder may modify, revise or withdraw his bid after submission prior to deadline prescribed for submission of bid. If a bid is withdrawn, the same shall be archived unopened in the e-procurement portal of Ahmedabad Telecom District.

18.2 The bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched as required in the case of bid submission in accordance with the provision of clause 15.

18.3 Subject to clause 20, no bid shall be modified subsequent to the deadline for submission of bids.

19. OPENING OF BIDS BY BSNL: 19.1 The purchaser shall open bids online in the presence of bidders or their authorized

representatives who chose to attend, at time specified in Clause 7 of Detailed NIT(Section-1) on due date. The bidder’s representatives, who are present, shall sign in an attendance register. Authority letter to this effect shall be submitted by the bidders before they are allowed to participate in bid opening (As per Format given in section 7(c)).

19.2 A maximum of two representatives for any bidder shall be authorized and permitted to attend the bid opening.

19.3 (i) The bids will be opened in two stages i.e. techno-commercial bid shall be opened on

the date of tender opening given in NIT. The financial bid will not be opened on the date of opening of techno commercial bids.

The financial bids of those bidders who are approved to be techno commercially compliant by the competent authority, will be opened by TOC in front of techno-commercially eligible bidders/ authorized representatives by sending them a suitable notice.

(ii) The bidder’s names, Item name, EMD amount & validity and acceptability, Information in respect of eligible bidders, Details of bid modification/ withdrawal (if any), and such other details as the purchaser, at its discretion, may consider appropriate will be made available online at the time of techno-commercial bid opening.

(iii) The bidder’s names, Name of the Items, Quantities/prices quoted in the bid, discount, if offered, Taxes & levies and such other details as the purchaser, at its discretion, may consider appropriate will be made available online at the time of financial bid opening.

19.4 The date fixed for opening of bids, if subsequently declared as holiday by the BSNL,

the revised date of schedule will be notified. However, in absence of such notification, the bids will be opened in the next working day, time and venue remaining unaltered.

Page 16: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

16 Seal & Signature of Bidder

20. CLARIFICATION OF BIDS: 20.1 To assist in the examination, evaluation and comparison of bids, the BSNL may, at its

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

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

of the bidder shall be entertained.

20.2 If any of the documents, required to be submitted along with the technical bid is found wanting, the offer is liable to be rejected at that stage. However the BSNL at its discretion may call for any clarification regarding the bid document within a stipulated time period. The BSNL at it’s discretion may also ask for the submission of any additional/missing document(s) within a stipulated time period. In such case(s) the bidder shall have to comply the BSNL’s requirement within the specified time. In case of non-compliance to such queries, the bid will be out rightly rejected without entertaining further correspondence in this regard”. However, no post bid clarification at the initiative of the bidder shall be entertained.

21. PRELIMINARY EVALUATION:

21.1 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.

21.2 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 BSNL.

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

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

21.5 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.

21.6 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 affect the relative ranking of any bidder.

22. EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS 22.1 The BSNL shall evaluate in detail and compare the bids previously determined to be

substantially responsive pursuant to clause 21.

22.2 The evaluation and comparison of responsive bids shall be on the percentage deviation (above/below/at par) offered and indicated in schedule of rates of the bid documents.

Page 17: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

17 Seal & Signature of Bidder

23. CONTACTING THE BSNL:

23.1 Subject to Clause 20, no bidder shall try to influence the BSNL on any matter relating to its bid, from the time of the bid opening till the time the contract is awarded.

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

24. PLACEMENT OF ORDER:

24.1The BSNL shall consider placement of orders to execute the contract on those bidders whose offers have been found technically, commercially and financially acceptable. The BSNL reserves the right to counter offer price(s) against price(s) quoted by any bidder. however BSNL may limit the number of technically and commercially responsive bidders two from the list of such bidders arranged in increasing order of their evaluated prices starting from the lowest for the purpose of ordering against this tender.

24.2 The work against the tender is for one year’s requirement and the terms and conditions of this tender shall be operative for a period of one year from the date of signing of agreement between the BSNL and the Contractor. BSNL, ATD reserves the right to extend the contract on same terms & conditions for further period of one year or part thereof. The contract can be terminated at any time without assigning any reason and without notice.

24.3 (i) The BSNL may limit the number of technically and commercially responsive bidders two from the list of such bidders arranged in increasing order of their evaluated prices starting from the lowest for the purpose of ordering against this tender. In such a case, the distribution of work shall be governed by clause (iv) below. However, the BSNL reserves the right for the placement of order of entire tendered quantity on the bidder with the lowest evaluated price.

(ii) In the event of L2 and so on bidders refusing to accept its package de rated to the price of L1 bidder, BSNL reserves the right to place the order for entire quantity to the L1 bidder. It is mandatory for the L1 bidder to accept such an offer (second APO) at evaluated L-1 price and shall perform the whole contract as envisaged in the tender document. The additional quantity, due to non-acceptance of respective quantity by L2 and/or L3 and so on bidders, as envisaged below, shall be supplied by the L-1 bidder as part of whole contract.

(iii) In the event of any of the eligible bidder(s) not agreeing to work or not being considered by BSNL for ordering, inverse ranking of the bidders below the aforesaid bidder(s) will be recast to fill up the vacated slot(s). This will be done to ensure that the number of bidders remains same as earlier.

(iv) DISTRIBUTION OF QUANTITIES FOR ORDERING TO THE SELECTED BIDDERS OF A TENDER

Table 1(A) (Without provisions for MSE Units)

No. of Bidders to be approved (Col. 1)

Quantity allotted to the respective bidder (Col. 2)

L1 L2

One Bidder 100% NIL

Two Bidder 60% 40%

Page 18: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

18 Seal & Signature of Bidder

Table 1(B) (With provisions for MSE Units)

No. of Bidders to be approved (Col. 1)

Quantity allotted to the respective bidder (Col. 2)

Qty earmarked for MSE bidder(s) (Col. 3) L1 L2

One Bidder 80% NIL 20% Two Bidder 48% 32% 20%

24.4 (a) 20 % of the Estimated Quantity work /requirement in tender shall be earmarked to be awarded to MSEs provided their quoted price is within the band of L1+15%. Out of this quantity, a sub target of 4% is earmarked to be awarded to SC/ST owned eligible MSEs. In case of non availability of SC/ST owned MSEs, this 4% quantity shall be offered to other MSEs.

(b) The participating MSEs in a tender, quoting price within the band of L1+15% are

also be allowed to provide a portion of the work / requirement by bringing down their price to the L1 price arrived after tender evaluation. Such MSEs shall be awarded to provide up to 20 % of the total tendered value. In case of more than one such eligible MSE, the work / requirement will be shared equally.

(c) In case a MSE happens to be L1, L2 etc, then it will be allotted tender quantity as envisaged in the tender.

25. BSNL'S RIGHT TO VARY QUANTITIES AT TIME OF AWARD:

(a) BSNL reserves the right to increase or decrease up to 25% of the quantity of goods

and services specified in the schedule of requirements without any change in the unit

price or other terms and conditions at the time of award of contract.

(b) BSNL also reserves the right for placement of additional order or up to 50% of the

additional quantities of goods and services contained in the running tender/ contract

within a period of twelve months from the date of acceptance of first AWO in the tender

at the same rate or a rate negotiated (downwardly) with the existing vendors

considering the reasonability of rates based on prevailing market conditions and the

impact of reduction in duties and taxes etc and supplies to be obtained within delivery

period scheduled afresh.

No guarantee can be given to actual quantity. The quantity mentioned in the tender

is tentative only. No claim should entertained for less /not allotting the quantum of

work for any reason.

(c) In exceptional situation where the requirement is of an emergent nature and it is

necessary to ensure continued supplies from the existing vendors, the BSNL reserves

the right to place repeat order up to 100% of the quantities of goods and services

contained in the running tender/contract within a period of twelve months from the date

of acceptance of first AWO in the tender at the same rate or a rate negotiated

(downwardly) with the existing vendors considering the reasonability of rates based on

prevailing market conditions and the impact of reduction in duties and taxes etc.

Exceptional situation and emergent nature should be spelt out clearly detailing the

justification as well as benefits accrued out of it and loss incurred in case this provision is

not invoked and approved by the authority competent to accord administrative and

Page 19: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

19 Seal & Signature of Bidder

financial approval for the procurement calculated on the basis of total procurement i.e.

initial and proposed add-on quantity

26. 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 prior to award of contract without assigning any reason whatsoever and without thereby incurring any liability to the affected bidder or bidders on the grounds for the BSNL's action.

27. ISSUE OF ADVANCE WORK ORDER (AWO):

27.1 The issue of AWO shall constitute the intention of BSNL to enter into the contract with the bidder.

27.2 The bidder shall within 14 days of issue of AWO, give his acceptance along with performance security in conformity with section-7(B) provided with the bid documents.

28. SIGNING OF CONTRACT:

28.1 The issue of FAT shall constitute the award of contract on the bidder.

28.2 Upon the successful bidder furnishing of performance security pursuant to clause 27, the BSNL shall discharge its bid security, pursuant to clause 12.

29. ANNULMENT OF AWARD:

Failure of the successful bidder to comply with the requirement of Clause 27 & 28 shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security in which event the BSNL may make the award to any other bidder at the discretion of BSNL or call for new bids.

30. N/A 31. REJECTION OF BIDS 31.1 While all the conditions specified in the Bid documents are critical and are to be

complied, special attention of bidder is invited to the following clauses of the bid documents. Non-compliance of any one of which shall result in outright rejection of the bid.

(i) Clause 15 of Section 4 Part A: The bids will be recorded /returned unopened if covers are not properly sealed with ‘PERSONAL SEAL’ of the bidder.

(ii) Clauses 12.1, 12.2 & 13.1 of Section 4 Part A: The bids will be rejected at opening stage if Bid security is not submitted as per Clauses 12.1 & 12.2 and bid validity is less than the period prescribed in Clause 13.1 mentioned above.

(iii) Clause 2 & 10 of Section 4 Part A: If the eligibility condition as per clause 2 of Section 4 Part A is not met and/or documents prescribed to establish the eligibility as per Clause 10 of section 4 Part A are not enclosed, the bids will be rejected without further evaluation.

(iv) Clause 11.2 of Section 4 Part A: If clause-by-clause compliance as well as deviation statements as prescribed are not given, the bid will be rejected at the stage of primary evaluation.

Page 20: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

20 Seal & Signature of Bidder

(v) Section 5 Part A Commercial conditions, Section 5 Part B Special Conditions of Contract: Compliance if given using ambiguous words like “Noted”, “Understood”, “Noted & Understood” shall not be accepted as complied. Mere “Complied” will also be not sufficient, reference to the enclosed documents showing compliances must be given.

(vi) Section 9 Part B Price Schedule: Prices are not filled in as prescribed in Price

Schedule.

31.2 Before outright rejection of the Bid by Bid-opening team for non-compliance of any of the provisions mentioned in clause 31.1(i), 31.1(ii) , the bidder company is given opportunity to explain their position, however if the person representing the company is not satisfied with the decision of the Bid opening team, he/they can submit the representation to the Bid opening team immediately but in no case after closing of the tender process with full justification quoting specifically the violation of tender condition if any.

31.3 Bid opening team will not return the bids submitted by the bidders on the date of

tender opening even if it is liable for rejection and will preserve the bids in sealed cover as submitted by taking the signatures of some of the desirous representatives of the participating bidder/companies present on the occasion.

31.4 The in-charge of Bid opening team will mention the number of bids with the name of

the company found unsuitable for further processing on the date of tender opening and number of representations received in Bid opening Minutes and if Bid opening team is satisfied with the argument of the bidder/company mentioned in their representation and feel that there is prima-facie fact for consideration, the in-charge of the bid opening team will submit the case for review to Officer competent to approve the tender as early as possible preferably on next working day and decision to this effect should be communicated to the bidder company within a week positively. Bids found liable for rejection and kept preserved on the date of tender opening will be returned to the bidders after issue of P.O. against the instant tender.

31.5 If the reviewing officer finds it fit to open the bid of the petitioner, this should be done

by giving three (working) days notice to all the participating bidders to give opportunity to participants desirous to be present on the occasion.

32. ACTION BY PURCHASER AGAINST BIDDER(S)/ VENDOR(S) IN CASE OF

DEFAULT. In case of default by Bidder(s)/ Vendor(s) such as

a) Does not supply the equipment / services in time; b) Equipment / Services does not perform satisfactory in the field in accordance

with the specifications; c) Or any other default whose complete list is enclosed in Appendix-1.

Purchaser will take action as specified in Appendix-1 of this section.

33: Deleted 34. NEAR-RELATIONSHIP CERTIFICATE 34.1. The bidder should give a certificate that none of his/ her near relative, as defined

below, is working in the units where he is going to apply for the tender. In case of proprietorship firm certificate will be given by the proprietor. For partnership firm certificate will be given by all the partners and in case of limited company by all the Directors of the company excluding Government of India/ Financial institution

Page 21: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

21 Seal & Signature of Bidder

nominees and independent non-Official part time Directors appointed by Govt. of India or the Governor of the state and full time Directors of PSUs both state and central. Due to any breach of these conditions by the company or firm or any other person the tender will be cancelled and Bid Security will be forfeited at any stage whenever it is noticed and BSNL will not pay any damage to the company or firm or the concerned person.

34.2. The Company or firm or the person will also be debarred for further participation in

the concerned unit. 34.3 The near relatives for this purpose are defined as:-

(a) Members of a Hindu undivided family.

(b) They are husband and wife.

(c) The one is related to the other in the manner as father, mother, son(s) & Son's

wife(daughter in law), Daughter(s) and daughter's husband (son in law),

brother(s) and brother's wife, sister(s) and sister's husband (brother in law).

34.4. The format of the certificate is given in Section -6(B).

35. VERIFICATION OF DOCUMENTS AND CERTIFICATES

The bidder will ensure that all the documents and certificates, including experience/ performance and self certificates submitted by him are correct and genuine before enclosing them in the bid. The onus of proving genuineness of the submitted documents would rest with the bidder.

If any document/ paper/ certificate submitted by the participant bidder is found /

discovered to be false / fabricated / tempered / manipulated either during bid evaluation

or during award of contract or thereafter, then the Purchaser will take action as per

Clause-1 of Appendix-1 of this section.

Page 22: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

22 Seal & Signature of Bidder

Appendix-1 to Section – 4 (Part-A)

S. No.

Defaults of the bidder / vendor. Action to be taken

A B C

1(a) Submitting fake / forged

i) Rejection of tender bid of respective Vendor. ii) Banning of business for 3 years which implies barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL for 3 years from date of issue of banning order. iii) Termination/ Short Closure of PO/WO, if issued. This implies non-acceptance of further supplies / work & services except to make the already received material work/ complete work in hand.

a) Bank Instruments with the bid to meet terms & condition of tender in respect of tender fee and/ or EMD; b) Certificate for claiming exemption in respect of tender fee and/ or EMD; and detection of default at any stage from receipt of bids till award of APO/ issue of PO/WO.

Note 1:- However, in this case the performance guarantee if alright will not be forfeited.

Note 2:- Payment for already received supplies/ completed work shall be made as per terms & conditions of PO/ WO.

1(b)

Submitting fake / forged documents towards meeting eligibility criteria such as experience capability, supply proof, registration with Sales Tax, Income Tax departments etc and as supporting documents towards other terms & conditions with the bid to meet terms & condition of tender :

(i) If detection of default is prior to award of APO

i) Rejection of Bid & ii) Forfeiture of EMD.

(ii) If detection of default after issue of APO but before receipt of PG/ SD (DD,BG etc.)

i) Cancellation of APO , ii) Rejection of Bid & iii) Forfeiture of EMD.

(iii) If detection of default after receipt of PG/ SD (DD,BG etc.) .

i) Cancellation of APO ii) Rejection of Bid & iii) Forfeiture of PG/ SD. However on realization of PG/ SD amount, EMD, if not already released shall be returned.

(iv) If detection of default after issue of PO/ WO

i) Termination/ Short Closure of PO/WO and Cancellation of APO ii) Rejection of Bid & iii) Forfeiture of PG/ SD. However on realization of PG/ SD amount, EMD, if not released shall be returned.

Note 3:- However, settle bills for the material received in correct quantity and quality if pending items do not affect working or use of supplied items.

Note 4:- No further supplies are to be accepted except that required to make the already supplied items work.

Page 23: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

23 Seal & Signature of Bidder

S. No.

Defaults of the bidder / vendor. Action to be taken

A B C

2 If vendor or his representative uses violent/ coercive means viz. Physical / Verbal means to threatens BSNL Executive / employees and/ or obstruct him from functioning in discharge of his duties & responsibilities for the following :

Banning of business for 3 years which implies Barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL for 3 years from date of issue of banning order.

a) Obstructing functioning of tender opening executives of BSNL in receipt/ opening of tender bids from prospective Bidders, suppliers/ Contractors.

b) Obstructing/ Threatening other prospective bidders i.e. suppliers/ Contractors from entering the tender venue and/ or submitting their tender bid freely.

3 Non-receipt of acceptance of APO/ AWO and SD/ PG by L-1 bidder within time period specified in APO/ AWO.

Forfeiture of EMD.

4.1 Failure to supply and/ or Commission the equipment and /or execution of the work at all even in extended delivery schedules, if granted against PO/ WO.

i) Termination of PO/ WO. ii) Under take purchase/ work at the risk & cost of defaulting vendor. iii) Recover the excess charges if incurred from the PG/ SD and outstanding bills of the defaulting Vendor.

4.2 Failure to supply and/ or Commission the equipment and /or execution of the Work in full even in extended delivery schedules, if granted against PO/ WO.

i) Short Closure of PO/ WO to the quantity already received by and/ or commissioned in BSNL and/ or in pipeline provided the same is usable and/or the Vendor promises to make it usable. ii) Under take purchase/ work for balance quantity at the risk & cost of defaulting vendor. iii) Recover the excess charges if incurred from the PG/ SD and outstanding bills of the defaulting Vendor.

Page 24: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

24 Seal & Signature of Bidder

S. No.

Defaults of the bidder / vendor. Action to be taken

A B C

5.1 The supplied equipment does not perform satisfactory in the field in accordance with the specifications mentioned in the PO/ WO/Contract.

i) If the material is not at all acceptable, then return the non-acceptable material (or its part) & recover its cost, if paid, from the o/s bills/ PG/ SD. OR ii) If the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty from outstanding dues of vendor including PG/ SD.

5.2 Major quality problems (as established by a joint team / committee of User unit(s) and QA Circle) / performance problems and non-rectification of defects (based on reports of field units and QA circle).

i) If the material is not at all acceptable, then return the non-acceptable material (or its part) & recover its cost, if paid, from the o/s bills/ PG/ SD; OR ii) If the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty from outstanding dues of vendor including PG/ SD; and iii) Withdrawal of TSEC/ IA issued by QA Circle.

6

Submission of claims to BSNL against a contract

i) Recovery of over payment from the outstanding dues of Vendor including EMD/ PG & SD etc. and by invoking ‘Set off’ clause 11 of Section 5 Part A or by any other legal tenable manner. ii) Banning of Business for 3 years from date of issue of banning order or till the date of recovery of over payment in full, whichever is later.

(a) for amount already paid by BSNL . (b) for Quantity in excess of that supplied by Vendor to BSNL.

c) for unit rate and/ or amount higher than that approved by BSNL for that purchase.

Note 5:- The claims may be submitted with or without collusion of BSNL Executive/ employees.

Note 6:- This penalty will be imposed irrespective of the fact that payment is disbursed by BSNL or not.

Page 25: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

25 Seal & Signature of Bidder

S. No.

Defaults of the bidder / vendor. Action to be taken

A B C

7

Network Security/ Safety/ Privacy:- If the vendor tampers with the hardware, software/ firmware or in any other way that

i) Termination of PO/ WO. ii) Banning of business for 3 years which implies barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL for 3 years from date of issue of banning order. iii) Recovery of any loss incurred on this account from the Vendor from its PG/ SD/ O/s bills etc. iv) Legal action will be initiated by BSNL against the Vendor if required.

a) Adversely affects the normal working of BSNL equipment(s) and/ or any other TSP through BSNL.

b) Disrupts/ Sabotages functioning of the BSNL network equipments such as exchanges, BTS, BSC/ MSC, Control equipment including IN etc., transmission equipments but not limited to these elements and/ or any other TSP through BSNL.

c) tampers with the billing related data/ invoicing/ account of the Customer/ User(s) of BSNL and/ or any other TSP(s).

d) hacks the account of BSNL Customer for unauthorized use i.e. to threaten others/ spread improper news etc.

e) undertakes any action that affects/ endangers the security of India.

Page 26: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

26 Seal & Signature of Bidder

S. No.

Defaults of the bidder / vendor. Action to be taken

8

If the vendor is declared bankrupt or insolvent or its financial position has become unsound and in case of a limited company, if it is wound up or it is liquidated.

i) Termination/ Short Closure of the PO/ WO. ii) Settle bills for the quantity received in correct quantity and quality if pending items do not affect working or use of supplied items. iii) No further supplies are to be accepted except that required to make the already supplied items work. iv) In case of turnkey projects, If the material is commissioned and is usable without any degradation of performance, then settle bills for the acceptable equipment/ material (or its part). v) In case of turnkey projects, if the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty from outstanding dues of vendor including PG/ SD.

9 In the event of the vendor, its proprietor, Director(s), partner(s) is / are convicted by a Court of Law following prosecution for offences involving moral turpitude in relation to the business dealings.

i) Termination/Short Closure of the PO/ WO. ii) Settle bills for the material received in correct quantity and quality if pending items do not affect working or use of supplied items. iii) No further supplies are to be accepted except that required to make the already supplied items work. iv) In case of turnkey projects, If the material is commissioned and is usable without any degradation of performance, then settle bills for the acceptable equipment/ material (or its part). v) In case of turnkey projects, If the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty from outstanding dues of vendor including PG/ SD.

Page 27: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

27 Seal & Signature of Bidder

S. No.

Defaults of the bidder / vendor. Action to be taken

A B C

10

If the vendor does not return/ refuses to return BSNL’s dues:

i) Take action to appoint Arbitrator to adjudicate the dispute.

a) inspite of order of Arbitrator. i) Termination of contract, if any. ii) Banning of business for 3 years which implies barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL from date of issue of banning order or till the date by which vendor clears the BSNL’s dues, whichever is later. iii) Take legal recourse i.e. filing recovery suite in appropriate court.

b) inspite of Court Orders. i) Termination of contract, if any. ii) Banning of business for 3 years which implies barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL from date of issue of banning order or till the date by which vendor clears the BSNL’s dues, whichever is later.

11 If the Central Bureau of Investigation/ Independent External Monitor (IEM) / Income Tax/ Sales Tax/ Excise / Custom Departments recommends such a course

Take Action as per the directions of CBI or concerned department.

12

The following cases may also be considered for Banning of business:

i) Banning of business for 3 years which implies Barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL for 3 years from date of issue of banning order.

(a) If there is strong justification for believing that the proprietor, manager, MD, Director, partner, employee or representative of the vendor/ supplier has been guilty of malpractices such as bribery, corruption, fraud, substitution of tenders, interpolation, misrepresentation with respect to the contract in question. (b) If the vendor/ supplier fails to execute a contract or fails to execute it satisfactorily beyond the provisions of Para 4.1 & 4.2.

(c) If the vendor/ supplier fails to submit required documents/ information, where required.

Page 28: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

28 Seal & Signature of Bidder

S. No.

Defaults of the bidder / vendor. Action to be taken

A B C

12 contd

(d) Any other ground which in the opinion of BSNL is just and proper to order for banning of business dealing with a vendor/ supplier.

Note 7: The above penalties will be imposed provided it does not clash with the provision of the respective tender.

Note 8:-In case of clash between these guidelines & provision of invited tender, the provision in the respective tender shall prevail over these guidelines.

Note 9: Banning of Business dealing order shall not have any effect on the existing/ ongoing works/ AMC / CAMC which will continue along with settlement of Bills.

Page 29: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

29 Seal & Signature of Bidder

SECTION- 4(Part-B)

E-tendering Instructions to Bidders

General

These Special Instructions (for e-Tendering) supplement 'Instruction to Bidders', as enclosed

in Sec 4 Part A of the tender Documents. Submission of Bids only through online process is

mandatory for this tender.

E-Tendering is a new methodology for conducting Public Procurement in a transparent and secured manner. Suppliers/ Vendors will be the biggest beneficiaries of this new system of procurement For conducting electronic tendering, BSNL Ahmedabad Telecom District is using the portal https://eprocurement.synise.com/bsnl1/gujarat

1. Tender Bidding Methodology:

Sealed Bid System – Single Stage – Two Envelopes',

Followed by 'e-Reverse Auction' (if required by Business Unit / Planning cell) after

opening of the Financial bids. In case of two envelope system Financial & Techno-

commercial bids shall be submitted by the bidder at the same time.

2. Broad outline of activities from Bidders prospective:

1. Procure a Digital Signing Certificate (DSC) Class 2 or above

2. Register on Electronic Tendering System® (ETS) on e-procurement portal of

Ahmedabad Telecom District.

3. Create Users and assign roles on ETS

4. View Notice Inviting Tender (NIT) on ETS

5. Download Official Copy of Tender Documents from ETS

6. Clarification to Tender Documents on ETS

• Query to BSNL (Optional)

• View response to queries posted by BSNL, as addenda.

7. Bid-Submission on ETS

8. Attend Public Online Tender Opening Event (TOE) on ETS Opening of Techno-

commercial Part

9. View Post-TOE Clarification posted by BSNL on ETS (Optional) Respond to BSNL's

Post TOE queries

10. Attend Public Online Tender Opening Event (TOE) on ETS Opening of Financial-Part

(Only for Technical Responsive Bidders)

11. Participate in e-Reverse Auction on ETS if applicable

For participating in this TENDER online, the following instructions need to be read

carefully. These instructions are supplemented with more detailed guidelines on the

relevant screens of the ETS.

3. Digital Certificates

For integrity of data and its authenticity/ non-repudiation of electronic records, and be

compliant with IT Act 2000, it is necessary for each user to have a Digital Certificate

(DC). also referred to as Digital Signature Certificate (DSC), of Class 2 or above, issued

by a Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA)

[refer http://www.cca.gov.in].

Page 30: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

30 Seal & Signature of Bidder

4. Registration

To use the Electronic Tender® portal https://eprocurement.synise.com/bsnl1/gujarat

vendor needs to register on the portal. Registration of each organization is to be done

by one of its senior persons who will be the main person coordinating for the e-

tendering activities. In ETS terminology, this person will be referred to as the Super

User (SU) of that organization. For further details, please visit the website/portal,

https://eprocurement.synise.com/bsnl1/gujarat (on the Home Page), and follow further

instructions as given on the site.

Pay Annual Registration Fee as applicable.

Note: After successful submission of Registration details and Annual Registration Fee (as

applicable). Please contact e-Procurement Technologies Ltd. Helpdesk (as given below), to

get your registration accepted/activated.

M/s Synise Helpdesk Contact Details

Contact Person: Indrajeet, Ashok

Email : [email protected]

Telephone Nos: +91 020-30277517,516, 522

Mobile nos.: 7774013248, 7774013247,

[between 10:00 hrs. to 18:00 hrs on working days Monday To

Saturday ]

BSNL Contact:

BSNL Contact - 1 BSNL's Contact Person Shri S J Trivedi Telephone/ Mobile 079-26480024

[between 10:30 hrs to 17:00 hrs on working days] E-mail ID [email protected]

BSNL Contact - 2 BSNL's Contact Person Shri. N D Shah Telephone/ Mobile 079-26480067

[between 10:30 hrs to 17:00 hrs on working days]

E-mail ID [email protected]

5. Bid related Information for this tender (Sealed Bid)

The entire bid-submission would be online on e-procurement portal of Gujarat Circle.

Broad outline of submissions are as follows:

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

� Submission of digitally signed copy of TENDER Documents/ Addendum/addenda

� Two Envelopes

• Techno-commercial -Part

• Financial-Part

Each of the above electronic envelopes consists of Main bid and Electronic form (both

mandatory) and bid Annexure (Optional).

Page 31: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

31 Seal & Signature of Bidder

NOTE: Bidder must ensure that after following above the status of bid submission must

become- “Complete

6. Offline Submissions:

The bidder is requested to submit the following documents offline to A.G.M. (MM),

O/o. G.M. (CFA NWP), 10th Floor, Telephone Bhavan, C.G.Road, Navrangpura,

Ahmedabad-06 on or before the date & time of submission of bids specified in

covering letter of this tender document, in a Sealed Envelope. The envelope shall

bear (name of the work), the tender number and the words 'DO NOT OPEN

BEFORE' (due date & time).

1. EMD-Bid Security in Original.

2. DD/ Bankers cheque drawn in favour of AO(Cash) HQ, BSNL, PGM,ATD,

Ahmedabad, payable at Ahmedabad against payment of tender fee.

3. Power of attorney in accordance with clause 14.3 of Section 4 Part A

4. Latest and valid MSME / NSIC Certificate (if applicable)

7. Special Note on Security of Bids

Security related functionality has been rigorously implemented in e-procurement

portal in a multidimensional manner. Starting with 'Acceptance of Registration by the

Service Provider', provision for security has been made at various stages in

Electronic Tender's software. Security related aspects as regard Bid Submission 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 Bidder himself. Unlike a 'password', a Pass-Phrase can be a multi-

word sentence with spaces between words (e.g. I love this World). A Pass-Phrase is

easier to remember, and more difficult to break. It is recommended that a separate

Pass-Phrase be created for each Bid-Part. This method of bid-encryption does not

have the security and data- integrity related vulnerabilities which are inherent in e-

tendering systems which use Public-Key of the specified officer of a Buyer

organization for bid-encryption. Bid- encryption in ETS is such that the Bids cannot

be decrypted before the Public Online Tender Opening Event (TOE), even if there is

connivance between the concerned tender opening officers of the Buyer

organization and the personnel of e-tendering service provider.

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 Officers who will

open the bid. Else Tender Opening Officer may authorize the bidder to open his bid

himself.

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

Page 32: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

32 Seal & Signature of Bidder

attend the Public Online Tender Opening Event (TOE) from the comfort of their

offices. For this purpose, representatives of bidders (i.e. Supplier organization) dully

authorized are requested to carry a Laptop and Wireless Connectivity to Internet.

Every legal requirement for a transparent and secure 'Public Online Tender Opening

Event (TOE)' has been implemented on ETS. As soon as a Bid is decrypted with the

corresponding 'Pass-Phrase' as submitted online by the bidder himself (during the

TOE itself), salient points of the Bids are simultaneously made available for

downloading by all participating bidders. The work of taking notes during a manual

'Tender Opening Event' is therefore replaced with this superior and convenient form

of 'Public Online Tender Opening Event (TOE)'.

ETS has a unique facility of 'Online Comparison Chart' which is dynamically updated

as each online bid is opened. The format of the chart is based on inputs provided by

the Buyer for each TENDER. The information in the Comparison Chart is based on

the data submitted by the Bidders in electronic forms. A detailed Technical and/ or

Financial Comparison Chart enhances Transparency. Detailed instructions are given

on relevant screens.

ETS has a unique facility of a detailed report titled 'Minutes of Online Tender

Opening Event (TOE)' covering all important activities of 'Online Tender Opening

Event (TOE)'. This is available to all participating bidders for 'Viewing/ Downloading'.

There are many more facilities and features on ETS. For a particular Tender, the

screens viewed by a Supplier will depend upon the options selected by the

concerned Buyer.

NOTE: In case of internet related problem at a bidder's end, especially during 'critical events'

such as - a short period before bid-submission deadline, during online public tender

opening event, during e-auction, it is the bidder's responsibility to have backup

internet connections. In case there is a problem at the e-procurement/ e-auction

service- provider's end (in the server, leased line, etc) due to which all the bidders

face a problem during critical events, and this is brought to the notice of BSNL by the

bidders in time, then BSNL will promptly re-schedule the affected event(s).

9. Clause Deleted

10. Other Instructions

For further instructions, the vendor should visit the home-page of the portal

https://eprocurement.synise.com/bsnl1/gujarat and go to the User-Guidance Center

The help information provided through 'ETS User-Guidance Center' is available in

three categories - Users intending to Register / First-Time Users, Logged-in users of

Buyer organizations, and Logged-in users of Supplier organizations. Various links are

provided under each of the three categories.

Note: It is strongly recommended that all authorized users of Supplier organizations

should thoroughly peruse the information provided under the relevant links, and take

appropriate action. This will prevent hiccups, and minimize teething problems during

the use of ETS.

Page 33: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

33 Seal & Signature of Bidder

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 trained on ETS well in advance of your

first tender submission deadline on ETS

4. Submit your bids well in advance of tender submission deadline on ETS as there could

be last minute problems due to internet timeout, breakdown, etc.

While the first three instructions mentioned above are especially relevant to first-

time users of ETS, the fourth instruction is relevant at all times.

11. Minimum Requirements at Bidders end

• Computer System with good configuration (Min P IV, 1 GB RAM, Windows XP)

• Broadband connectivity.

• Microsoft Internet Explorer 6.0 or above

• Digital Certificate(s) for users.

12. Vendors Training Program

One day training (10:00 to 17:00) would be provided. Training is optional. Vendors may

please send their request for training to AGM (MM) O/o GM CFA NWP, BSNL, 10th Floor,

Telephone Bhawan, C.G.Road, Ahmedabad 380006 by Email. Vendors are requested to

carry a Laptop and Wireless Connectivity to Internet.

Tentative Dates Date of uploading of Tender document + 7 days Venue Conference Hall, 10th Floor, Telephone Bhavan,

C G Raod, Ahmedabad 380006

Vendors Training Charges (Per Participant) per training day

Rs. 5000/- (Including Service Tax)

Mode of Payment of Fees DD drawn in favour of M/s. Synise Technologies Ltd.

Page 34: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

34 Seal & Signature of Bidder

SECTION -5 (Part-A)

GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT (GCC) 1. APPLICATION

The General Conditions shall apply in contract made by the BSNL for the Service.

2. PERFORMANCE SECURITY :

2.1 The Contractor (including MSEs who are registered with the designated MSME bodies, like National Small Scale Industries Corporation etc.) shall furnish performance security to the BSNL for an amount of 5% of contract value in the form of D.D./ F.D.R. / Bank Guarantee as in Proforma of section-7(B), within 14 days from the date of issue of Advance Work Order.

2.2 The proceeds of the performance security shall be payable to the BSNL as compensation for any loss resulting from the Contractor's failure to complete its obligations under the Contract.

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

2.4 No interest will be paid to the contractor on the security deposit 3. PRICES

i) Prices charged by the Contractor for the Contract shall not be higher than the prices quoted by the Contractor in his Bid except for variation caused by change in taxes/ duties as specified in Clause 3.2 mentioned below

ii) (a) Price will be fixed at the time of issue of FAT as per taxes & statutory duties

applicable at that time. (b) In case of reduction of taxes & other Statutory duties during the Contract

period, BSNL shall take the benefit of decrease in these taxes/duties for the supplies made from the date of enactment of revised duties

(c) In case of increase in duties/taxes during the contract period the BSNL shall revise the prices as per new duties/taxes for the supplies to be made during the remaining contract period as per terms & condition of the FAT.

iii) Any increase in taxes and other statuary duties/levies after the expiry of the

contract date shall be to the contractors account. However benefit of any

decrease in these taxes/duties shall be passed to the BSNL by the contractor. . The total price is to be adjusted (by reducing the basic price) with increased duties and taxes as per price mentioned in PO/ WO.

4 SUBCONTRACTS:

Contract shall notify the BSNL in writing of all subcontracts awarded under this contract if not already specified in his bid. Such notification, in his original bid or later shall not relieve the BSNL from any liability or obligation under the Contract

5 DELAYS IN THE CONTRACTOR PERFORMANCE:

5.1 Performances of the services shall be made by the Contractor in accordance with the time schedule specified by the BSNL in its Purchase Order. In case the supply is not

Page 35: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

35 Seal & Signature of Bidder

completed in the stipulated contract period, as indicated in the Purchase Order, BSNL reserves the right to short close /cancel this purchase order and/or recover liquidated damage charges. The cancellation/short closing of the order shall be at the risk and responsibility of the contractor and BSNL reserves the right to purchase balance unsupplied item at the risk and cost of the defaulting vendors.

5.2 Delay by the Contractor in the performance of its delivery obligations shall render the

Contractor liable to any or all of the following sanctions: forfeiture of its performance security, imposition of liquidated damages and/or termination of the contract for default.

5.3 If the supplies are not completed in the extended delivery period, the purchase order

shall be short-closed and both the Performance securities shall be forfeited

6 The date of execution of contract stipulated in the acceptance of tender should be

deemed to be the essence of the contract and job must be completed not late than the dates specified therein. Extension will not be given except in exceptional circumstances. If any amount becomes recoverable from the Contractor out of this contract the same will be set off from amount payable to Contractor from BSNL.

7 FORCE MAJEURE

7.1 If, at any time, during the continuance of this contract, the performance in whole

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

7.2 Provided, also that if the contract is terminated under this clause, the BSNL shall

be at liberty to take over from the Contractor at a price to be fixed by the BSNL, which shall be final, all unused, undamaged and acceptable materials, bought out components and stores in course of manufacture which may be in possession of the Contractor at the time of such termination or such portion thereof as the BSNL may deem fit, except such materials, bought out components and stores as the Contractor may with the concurrence of the BSNL elect to retain.

Page 36: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

36 Seal & Signature of Bidder

8. ACTION BY PURCHASER AGAINST BIDDER(S)/ VENDOR(S) IN CASE OF

DEFAULT.

8.1 In case of default by Bidder(s)/ Vendor(s) such as

(a) Failure to deliver and/ or commission any or all of the goods / services within

the time period(s) specified in the contract, or any extension thereof granted

by the BSNL

(b) Failure to perform any other obligation(s) under the Contract; and

(c) Equipment/ services does not perform satisfactory in the field in accordance

with the specifications;

(d) Or any other default whose complete list is enclosed in Appendix-1 of Section-

4 Part-A

BSNL will take action as specified in Appendix-1 of Section-4 Part-A

9. Deleted.

10. ARBITRATION

10.1 In the event of any question, dispute or difference arising under the agreement or in

connection there-with except as to matters, the decision of which is specifically provided under this agreement, the same shall be referred to sole arbitration of the BSNL 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 Principal General Manager, Ahmedabad Telecom District, Ahmedabad , or by whatever designation such officer may be called (hereafter referred to as the said officer) and if the Principal General Manager, Ahmedabad Telecom District, Ahmedabad , or the said officer is unable or unwilling to act as such the sole arbitration or some other person appointed by the Principal General Manager, Ahmedabad Telecom District, Ahmedabad , or the said officer. There will be no objection to any such appointment that the arbitrator is Government Servant or that he has to deal with the matter to which the agreement relates or that in the course of the duties as Government Servant he has expressed views on all or any of the matters in the dispute. The award of the arbitrator shall be final and binding on the parties. In the event of such an arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reasons whatsoever the Principal General Manager, Ahmedabad Telecom District, Ahmedabad, or the said officer shall appoint another person to act as arbitrator in accordance with terms of the agreement and the person appointed shall be entitled to proceed from the stage at which it was left out by his predecessors.

10.2 The arbitrator may from time to time with the consent of parties enlarge the time for

making and publishing the award. Subject to the aforesaid, Arbitration and Conciliation Act, 1996 and the Rules made hereunder, any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this clause.

10.3 The venue of the arbitration proceeding shall be the office of the Principal General

Manager, Ahmedabad Telecom District, Ahmedabad , or such other Places as the arbitrator may decide.

Page 37: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

37 Seal & Signature of Bidder

11 SET OFF Any sum of money due and payable to the Contractor (including security deposit

refundable to him) under this contract may be appropriated by the BSNL or the BSNL or any other person contracting through the BSNL 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 or under any other contract made by the Contractor with the BSNL or the BSNL or such other person or persons contracting through BSNL.

12 FALL CLAUSE: 12.1 The prices once fixed will remain valid during the scheduled delivery period except for

the provisions in clause 3 of this section. Further, if at any time during the contract

(a) It comes to the notice of purchaser regarding reduction of price for the same or similar equipment/service;

and/or

(b) the prices received in a new tender for the same or similar equipment/service are less than the prices chargeable under the contract.

The purchaser, for the purpose of delivery period extension, if any, will determine and intimate the new price, taking into account various related aspects such as quantity, geographical location etc., and the date of its effect for the balance quantity/service to the vendor. In case the vendor does not accept the new price to be made applicable during the extended delivery period and the date of its effect, the purchaser shall have the right to terminate the contract without accepting any further supplies. This termination of the contract shall be at the risk and responsibility of the supplier and the purchaser reserves the right to purchase the balance unsupplied quantity/service at the risk and cost of the defaulting vendor besides considering the forfeiture of his performance security.

12.2 (a) The vendor while applying for extension of time for delivery of equipment/ services, if any, shall have to provide an undertaking as “We have not reduced the sale price, and/or offered to sell the same or similar equipment/service to any person/organization including Department of central/ state Government or any central/state PSU at a price lower than the price chargeable under the contract for scheduled delivery period.”

(b) In case under taking as in Clause 12.2 (a) is not applicable, the vendor will give

the details of prices, the name(s) of purchaser, quantity etc. to the purchaser, while applying extension of delivery period.

13 Court jurisdiction

(i) Any dispute arising out of the tender/bid document/evaluation of bids/issue of APO shall be subject to the jurisdiction of the competent court at the place from where the NIT/tender has been issued. (ii) Where a Contractor has not agreed to arbitration, the dispute/claims arising out of the Contractor/PO entered with him shall be subject to the jurisdiction of the competent Court at the place from where Contract/PO has been issued Accordingly, a stipulation shall be made in the contract has under. “This Contract/PO is subject to jurisdiction of court at Ahmedabad only”

Page 38: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

38 Seal & Signature of Bidder

SECTION - 5 (Part-B)

SPECIAL CONDITIONS OF CONTRACT (SCC)

1. The special conditions of contract shall supplement the ‘Instructions to the Bidders’

& “General (Commercial) Conditions of the Contract” and wherever there is a conflict, the provisions herein shall prevail over those in Section -4 Part A and Section -5 Part A . .

2 The Contractor after receipt of work order issued by Engineering in charge has to

complete the work within ten days from the date the work order. 3. The Contractor shall desire an extension of work on the ground of any available

reason hindrance leading to its execution or on any other ground, be shall apply to the concerned Divisional Engineer within 3 days from the date of such reason on account of which he desires such Extension in his opinion if he considers it, to be necessary & proper whose decision shall be Final.

4. In case of work is delayed by the Contractor beyond the due date of completion

as per work order or extended by competent authority in writing a penalty of 1 % per day subjected to maximum 12 % of the bill per work order be levied by the SDE / DE and recovered from the bill .

Note: For this purpose a record of delay will be kept in a register called DELAY

REGISTER” and all the entries entered in it should be signed with date by SDE/JTO and the Contractor.

5 If the Contractor fails to execute any items of work mentioned in work order the item

schedule or refuse to follow the work priority for executing any specified work, Ahmedabad Telecom District, reserve the right to get the work done by other agencies even with higher rates at his risk and cost and the differences of cost will be recovered from the Contractor’s pending bills or security deposit as the case may be and the decision of DE concern in this regard will be final .

6 Refusal to accept the work order or not completing the work within the

stipulated period after receiving the work order or any ground/pretext will lead to black listing of such firm in addition to forfeiture of security deposit . A penalty of 1 % per day subject to maximum 12 % of the bill per work shall be levied and recovered from the bill.

7 Normal times or stipulated time means time specified in the work order. 8. Payment: The payment of bill(s) will be made at the earliest and hence, no other

condition for payment will be accepted. 9 Inspection: All work under or in course of execution or executed in pursuance of the

contract shall at all times to be open to the inspection and supervision of the Divisional Engineer and his authorized subordinates superior and the Contractor shall at all times, during the usual working hours and at all other times at which reasonable notice of the intention of the Divisional Engineer or his subordinate superior to visit the work shall have been given to the Contractor , either himself be present to receive orders and instruction or have a responsible agent duly accredited in writing , present for that purpose orders given to the Contractor agent shall be considered to have the

Page 39: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

39 Seal & Signature of Bidder

same force as if they has been given to the Contractor himself. . The work during its progress can also be inspected by GM(D ) AM or any of his representative

10 WORKMEN’S COMPENSATION: 10.1 Subject to the provision of the contract labour ( Abolition and Regulation Act-1970),

the Contractor shall not commence actual work unless he produces a receipt produces a receipt from the concerned licensing Authority that he has applied for license from the prescribed licensing authority which may be produced Within the period of 15 days of commencing the work .

10.2 The Contractor shall obtain a valid license under the contract labour (R&A Act, 1970)

& contract labour (Regulation and Abolition Rules 1971) before commencement of the work and continue to have valid license until the completion of the work. Any failure to fulfill this requirement shall attract the penal provisions of this contract arising out of resultant non-execution of the work.

10. 3 No labour below the age of eighteen years shall be employed on the work. 10.4 The normal working hours shall be between 8 A. M. to 6 P. M. (08. 00 Hrs to 18. 00

Hrs) but it may be necessary for the Contractor to work longer Hours for carrying out work at night in busy through fares of which due advance verbal notice will be given and recorded in the logbook kept at site.

10.5 As per Para 3.67 of the recommendation/observation of Tenth Report of

parliamentary standing committee on labour ,Contractor would provide the same social security to the labours engaged by him as is available to regular employees.

10.6 As per Para 3.68 of the recommendation/observation of Tenth Report of

parliamentary standing committee on labour , Contractor shall ensure implementation of equal pay for equal work and also equal remuneration to men and women.

11 FAIR WAGES: 11.1 The Contractor shall pay to labour employed by him , wages not less than fair wages

as defined in Contractor’s Labour Regulation or as per the provision of the BSNL labour ( Regulation and Abolition ) Act , 1970 and the contract labour (Regulation and Abolition )Central rules, wherever applicable .

11.2 The Divisional Engineer or his subordinate officer concerned shall have the right to

deduct from the money due to the Contractor any sum required or estimated to be require for making good the loss suffered by worker by reasons of non fulfillment of the conditions made from his or their wages which are not justified by the terms of the contract or non-observance of the regulations.

12 OTHER LABOUR WELFARE MEASURES The Contractor shall also follow the safety methods enunciated in engineering

instruction ( The Contractor shall comply with all the provisions of the minimum wages act 1948 contract labour (R & A) act 1970 , and rules framed and other labour laws affecting contract labour that may be brought into force from time to time .

13 LIABILITIES OF THE Contractor. 13.1 The Contractor shall be liable for all costs , damages charges and expenses

suffered or incurred by the Ahmedabad Telecom district due to the Contractor

Page 40: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

40 Seal & Signature of Bidder

negligence and poor workmanship and damages to any service under this contract, Breach of any terms thereof or their failure to carry out the work with a view to avoided damages etc and for all damages or losses occasioned to the Ahmedabad Telecom district or in particular to any property or plant belonging to the Ahmedabad Telecom District due to any act whether negligence or otherwise of the Contractor Themselves or their employees will be Contractor’s liability the decision of the G.M. Ahmedabad Telecom District regarding such failure of the Contractor and their liability for the losses etc. Suffered by Ahmedabad Telecom District shall be final and binding on the Contractor.

13.2 The Ahmedabad Telecom District shall have liberty to reimburse themselves of any

damages , losses , charges , costs or expenses suffered or incurred by it due to Contractor negligence’s and un workman like performance of service under the contract or breach of any terms thereof . The total sum claimed shall be deducted from any sum then due or which at any time here after may become due to the Contractor under this or any other contract with the Ahmedabad Telecom District. In the event of the sum which may be due from the Ahmedabad Telecom District as aforesaid being insufficient the balance of the total sum claimed and recoverable from the Contractor as aforesaid shall be deducted from the security deposit furnished by the Contractor. Should this sum also be not sufficient to cover the amount claimed by the Ahmedabad Telecom District on demand the remaining balance of the aforesaid sum claimed.

13.3 In the event of default on the part of the Contractor in providing labour, tools etc. and

their failure to perform any of the services mention in this agreement efficiently and to the entire satisfaction of Ahmedabad Telecom District or any officer acting on his behalf. The General Manager Ahmedabad Telecom district shall without prejudice to other rights and remedies under this agreement have the rights to recover by way of compensation from the Contractor a sum which will be a part of the default as the General Manager Ahmedabad Telecom District in his absolute discretion may determine and the decision of the General Manager Ahmedabad Telecom District on the question where the Contractor have committed such default or have failed to perform any of such services efficiently and are liable to pay compensation and as to the quantum of such compensation shall subject to approval by the General Manager Ahmedabad Telecom District be final and binding on the Contractor . Any sum of money due and payable to the Contractor may be appropriated by the Ahmedabad Telecom District and set-off against any claim of the Ahmedabad Telecom District for the payment of any sum on money arising out of or under any other contract made by the Contractor with Ahmedabad Telecom District

14 GUARANTEES / WARRANTY In addition to any and all other guarantees and warranty mention in the contract

documents The Contractor guarantees that the entire work will be done in a satisfactory manner and free from any defects in workmanship and finalized and inconformity in all respect with the specification and directions . The Contractor also under - takes to repair or replace as the case may be at his on cost and risk any part of the work which may be damaged or that may develop any defects due to bad workmanship or otherwise due to the fault of the Contractor within a period of one year after the written final acceptance of the work by the Department.

The Contractor shall obtain /provide at his own cost all easements, permits &

license necessary to do the work

15 Contractor is responsible to submit service tax registration as applicable as per Government Rules as amended from time to time.

Page 41: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

41 Seal & Signature of Bidder

SECTION- 6 PART A UNDERTAKING & DECLARATION

a) Certified that:

1. I/ We ……………………………………. have read, understood and agree with all

the terms and conditions, specifications included in the tender documents & offer

to execute the work at the rates quoted by us in the tender form.

2. If I/ We fail to enter into the agreement & commence the work in time, the EMD/

SD deposited by us will stand forfeited to the BSNL.

b) The tenderer hereby covenants and declares that:

1. All the information, Documents, Photo copies of the Documents/ Certificates

enclosed along with the Tender offer are correct.

2. If anything is found false and/or incorrect and/or reveals any suppression of fact

at any time, BSNL reserves the right to debar our tender offer/ cancel the LOA/

Purchase/ work order if issued and forfeit the EMD/ SD/ Bill amount pending with

BSNL. In addition, BSNL may debar the contractor from participation in its future

tenders.

c) Declaration regarding internet downloaded bid submission as per clause no 12,

Section – 1A.

I / We declare that no addition / deletion / corrections have been made in the downloaded

tender document being submitted and it is identical to the tender document appearing on the

website.

d) Certificate regarding firm has not black listed by any SSA/Circle of Bharat Sanchar

Nigam Limited / MTNL as per Clause No. 13, Section – 1(Part A)

I,……………………………………………………….……S/o……………………………………… r/o…………………………………………………..……hereby certify that we or our firm ……………………………………………………………………… has not been BLACK LISTED by any SSA/Circle of MTNL/BSNL In case at any stage, it is found that the information given by me is false/incorrect, BSNL shall have the absolute right to take any action as deemed fit/without any prior intimation to me.

Date: …………… …… ………………………

Signature of Tenderer

Place: …………… Name of Tenderer

Along with date & Seal

Page 42: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

42 Seal & Signature of Bidder

e) Clause by Clause Compliance

It is to certify that the tender document is carefully read & understood and all the sections and clauses are complied unconditionally & unequivocally. There is no deviation from the terms & conditions of the tender.

f) Declaration for EPF & Misc Provisions Act 1952

I _____________________________ (Name of the bidder / agency) hereby declare compliance towards conditions of the EPF and Misc Provisions Act 1952 and authorize BSNL to recover any payment that arises due to failure to comply with any of the Labour legislations and statutory conditions viz. Labor, EPF, ESI etc. or any other acts dealing with the same and all other acts mentioned in the tender document.

Date: …………… …… ………………………

Signature of Tenderer

Place: …………… Name of Tenderer

Along with date & Seal

Page 43: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

43 Seal & Signature of Bidder

SECTION- 6 PART B

DECLARATION REGARDING NO RELATIVE WORKING IN BSNL

I ___________________________Son of / W /O___________________________ R/O _________________________here by certify that none of my relative(s) as defined in tender document is/are employed in BSNL unit as per details given in 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.

Signed ___________________

For and on behalf of the Agency Name (Capitals) ___________________________ Position ____________________________ Date ____________________________

Note: - In case of proprietorship firm certificate will be given by the proprietor, for partnership firm certificate will be given by all the partners and in case of limited company by all the Directors of the Company. Any breach of these conditions by the company or firm or any other person, the tender/ work will be cancelled and earnest money / security deposit will be forfeited at any stage whenever it is so noticed. BSNL will not pay any damages to the company or firm or the concerned person. The company or firm or the person will also be debarred for further participation in the concerned unit.

Page 44: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

44 Seal & Signature of Bidder

SECTION – 7

PROFORMAS

7 (A) BID SECURITY/ EMD Guarantee (To be typed on Rs.100/- non-judicial stamp paper)

Whereas.................................. (hereinafter called "the Bidder") has submitted its bid

dated............for the supply of ........................ vide Tender No……………………

dated............ KNOW ALL MEN by these presents that WE....................... OF ....................

having our registered office at .................(hereinafter called "the Bank") are bound unto

Bharat Sanchar Nigam Limited (hereinafter called "the Purchaser") in the sum of

Rs.................... for which payment will and truly to be made of the said Purchaser, the Bank

binds itself, its successors and assigns by these present.

THE CONDITIONS of the obligation are :

1. If the Bidder withdraws his bid during the period of bid validity specified by the Bidder

on the Bid form or

2. If the Bidder, having been notified of the acceptance of his bid by the Purchaser

during the period of bid validity

(a) fails or refuses to execute the Contract, if required; or

(b) fails or refuses to furnish the Performance Security, in accordance with the

instructions to Bidders.

We undertake to pay to the Purchaser up to the above amount upon receipt of its first written

demand, without the purchaser having to substantiate its demand, provided that in its

demand, the purchaser will note that the amount claimed by it is due to it owning to the

occurrence of one or both of the two conditions, specifying the occurred condition or

conditions.

This guarantee will remain in force as specified in clauses 12 and 28.2 of section 4 Part A of

the Bid Document upto and including THIRTY (30) days after the Period of bid validity and

any demand in respect thereof should reach the Bank not later than the specified date/dates.

Signature of the Bank Authority.

Name

Signed in Capacity of

Name & Signature of witness Full address of Branch

Address of witness Tel No. of Branch

Fax No. of Branch

Page 45: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

45 Seal & Signature of Bidder

7 (B) PERFORMANCE SECURITY BOND FORM (To be typed on Rs.100/- non-judicial stamp paper) Dated:…………….. Sub: Performance guarantee. Whereas Principal General Manager Telecom, Ahmedabad Telecom District, Ahmedabad (hereafter referred to as BSNL) has issued an AWO no. …………..…………………………...Dated ……/……/20….. awarding the work of ……………………………………………………………………………….. to M/s …………………..……………………………R/o………………………………………………………………… ………………………………(hereafter referred to as “Bidder”) and BSNL has asked him to submit a performance guarantee in favour of AO(Cash) HQ, BSNL, PGM,ATD, Ahmedabad of Rs. …………..……/- (hereafter referred to as “P.G. Amount”) valid up to ……/……/20……… (hereafter referred to as “Validity Date”) Now at the request of the Bidder, We ………………………………………Bank ………………………………………………. Branch having .......................................... ...................... (Address) and Regd. office address as ……… ………...…………………………………………………………………… (Hereinafter called ‘the Bank”) agreed to give this guarantee as hereinafter contained: 2. We, “the Bank” do hereby undertake and assure to the BSNL that if in the opinion of the BSNL, the Bidder has in any way failed to observe or perform the terms and conditions of the said agreement or has committed any breach of its obligations there-under, the Bank shall on demand and without any objection or demur pay to the BSNL the said sum limited to P.G. Amount or such lesser amount as BSNL may demand without requiring BSNL to have recourse to any legal remedy that may be available to it to compel the Bank to pay the same. 3. Any such demand from the BSNL shall be conclusive as regards the liability of Bidder to pay to BSNL or as regards the amount payable by the Bank under this guarantee. The Bank shall not be entitled to withhold payment on the ground that the Bidder had disputed its liability to pay or has disputed the quantum of the amount or that any arbitration proceeding or legal proceeding is pending between Bidder and BSNL regarding the claim. 4. We, the Bank further agree that the guarantee shall come into force from the date of its issue and shall remain in full force and effect up to its Validity date. 5. The Bank further agrees that the BSNL shall have the fullest liberty without the consent of the Bank and without affecting in any way the obligations hereunder to vary any of the terms and conditions of the said agreement or to extend the time for performance of the said agreement from any of the powers exercisable by BSNL against the Bidder and to forebear to enforce any of the terms and conditions relating to the said agreement and the Bank shall not be relieved from its liability by reason of such failure or extension being granted to Bidder or through any forbearance, act or omission on the part of BSNL or any indulgence by BSNL to Bidder or any other matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of relieving or discharging the guarantor. 6. Notwithstanding anything herein contained;

Page 46: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

46 Seal & Signature of Bidder

(a) The liability of the Bank under this guarantee is restricted to the P.G. Amount and it will remain in force up to its Validity date. (b) The guarantee shall stand completely discharged and all rights of the BSNL under this Guarantee shall be extinguished if no claim or demand is made on us in writing on or before its validity date. 7. In case BSNL demands for any money under this bank guarantee, the same shall be paid through banker’s Cheque in favour of “AO(Cash) HQ, BSNL, PGM,ATD, Ahmedabad” payable at Ahmedabad. 8. The Bank guarantees that the below mentioned officer who have signed it on behalf of the Bank have authority to give this guarantee under its delegated power. Place: …………………………… Date: ………………………….. (Signature of the Bank Officer)

Rubber stamp of the bank Authorized Power of Attorney Number: ………………. Name of the Bank officer: …………………………….. Designation: …………………………………… Complete Postal address of Bank: …………………… ……………………………………………………………… Telephone Numbers …………………………….. Fax numbers ………………………………

Page 47: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

47 Seal & Signature of Bidder

7 (C) LETTER OF AUTHORISATION FOR ATTENDING BID OPENING

(To be typed preferably on letter head of the company)

Subject: Authorization for attending Bid opening I/ We Mr. /Ms. …………………………………….. have submitted our bid for the tender no.

………………………….……… in respect of …………………………………………………..

(Item of work) which is due to open on …………………. (date) in the Meeting Room,

O/o ………………………………………………………………………………….

We hereby authorize Mr./ Ms. ……………………………… ……………………….&

Mr. / Ms…………….……………………………………….. ………………………… (alternative)

whose signatures are attested below, to attend the bid opening for the tender mentioned

above on our behalf.

…………………………………….

Signature of the Representative

………………………………… Signature of Bidder/ Officer authorized to sign

Name of the Representative on behalf of the Bidder

…………………………………….

Signature of the alternative Representative

…………………………………………..

Name of the alternative Representative

Above Signatures Attested

Note 1: Maximum two representatives will be permitted to attend the Bid opening. In cases

where it is restricted to one, first preference will be allowed. Alternate representative

will be permitted when regular representatives are not able to attend.

2. Permission for entry to the hall where bids are opened may be refused in case

authorization as prescribed above is not received.

Page 48: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

48 Seal & Signature of Bidder

7 (D) AGREEMENT

1) The successful tenderer shall have to execute the following agreement;

2) This agreement made on this ____day of (month) ______ (year) ____________ Between M/s _________________________________ herein after called “The Contractor “(Which expression shall unless excluded by or repugnant to the context, include its successors, heir, executors, administrative representative and assignee) of the one part & the BSNL, of other part.

3) Whereas the contractor has offered to enter into contract with the said BSNL for the execution of AMC For Cable Duct in ATD and other associated works in Ahmedabad Telecom Dist. On the terms and conditions herein contained and the rates approved by the BSNL (copy of Rates annexed have been duly accepted and whereas the necessary security deposits have been furnished in accordance with the provisions of the tender document and whereas no interest will be claimed on the security deposits.

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

5) This agreement will remain in force for one year from the date of conclusion and during further extended period of one year or part thereof on same terms and conditions thereafter if the GM(CFA NWP), Ahmedabad Telecom District, Ahmedabad so desires. The Contractor shall, during the period of this contact or until this contact shall be determined by such notice as is herein after mentioned, safely carryout, by means of labours employed at his own expenses and by means of tools, implements and equipment etc. to be supplied by him to his labour at his own expenses, recovery of cable from Duct and other associated works as described in tender documents (annexed to the agreement), when the PGM, ATD or any other persons authorized by PGM, ATD in that behalf require. It is understood by the contractor that the quantity of work mentioned on the schedule is likely to change as per actual requirements as demanded by exigencies of service.

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

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

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

9) The contractor shall abide by the terms and conditions, rules, guidelines, construction practices, safety precautions etc. stipulated in the tender document including any correspondence between the contractor and the BSNL having bearing on execution of work and payments of work to be done under the contract.

Page 49: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

49 Seal & Signature of Bidder

10) In witness whereof the parties present have here into set their respective hands

and seals the day and year in ________________________

Above written:

Signed sealed &

Delivered by the above

named Contractor in the

presence of.

Witness:

1.

2.

Signed & Delivered on

behalf of the BSNL the

Page 50: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

50 Seal & Signature of Bidder

SECTION -8 (Part-A) AGENCY DETAILS

(Including performance records, financial viability etc.)

Name and Postal Address of the Bidder

Registered Address of Bidder

Status of the Bidder (i) Proprietorship concern

(ii) Partnership firm

(iii) HUF

(iv) Limited Company

Name of person or authorized signatory for submitting the tender, other documents and empowered for correspondence with BSNL

Bid Security Particulars

DD No. ……………………………………..

Amount: …………………….

Name of Bank…………………………………

Branch ………..

Service Tax registration particulars

Sales Tax registration particulars

PAN Card particulars

Telephone numbers (with STD Code) of authorized signatory

Office: Residence:

Fax:

Mobile: E-mail:

Name(s) of Proprietor/ all Partners / all Directors

Signature of the Bidder/Authorised Representative

Page 51: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

51 Seal & Signature of Bidder

SECTION- 8(Part-B)

DRAWING PVC PUNCTURE IF NOT SEALED

PUNCTURE IN PVC PIPE DUCT COVER PVC PIPE

PVC PIPE DAMAGE

C

AB

LE

C

HA

MB

ER

C

AB

LE

C

HA

MB

ER

To be sealed

M.H.0 O O

M.H.1 O O

M.H.2 O O

M.H.0 O O

M.H.1 O O

M.H.2 O O

Page 52: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

52 Seal & Signature of Bidder

SECTION- 8 (Part-C)

Rate of Assistance for Miscellaneous Work in

1 Ahmedabad (U.A.) i.e. Category “A” Area Rs. 368 Per day

2 Other than Ahmedabad (U.A.) i.e. Category “C” Area Rs. 246 Per day

Note: The rate for “Assistance for Miscellaneous Work” is dynamic and not a part of SOR hence it should be the same as the minimum wages act of RLC and modified from time to time. Thus the rate for this item should be changed whenever there is a revision from the Regional Labour Commissioner Office. The minimum wages applicable to be paid to unskilled Labour through contractor will be Basic rate as per the notification of Labour Commissioner plus additional charges 25% i.e. the EPF, ESI and Service charges components.

Page 53: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

53 Seal & Signature of Bidder

SECTION- 8 (Part-D) SCHEDULE OF RATES

Sr.No

DESCRIPTION Rate in Rs Unit

1 Cleaning the PVC pipes laid in cable duct for any configuration by any means and finally passing the mandrill, including removing the mud and disposal of same to municipal dumping ground, complete all as per satisfaction of Engineer in charge.

Rs. 15 Per Meter

2 Pulling & providing rope (MH to MH) through duct pipe including cost of rope (Nylon rope as per sample)

Rs. 4.70 Per Meter

3 Providing expansion plug (including cost of rope). Rs. 30 Per No.

4 Providing and fixing new locking arrangement grill to neck of cable duct man hole with lock, removing the old damaged grill, complete all as per satisfaction and direction of Engineer in charge. (The new grill shall be as per TEC Cable Duct Manual drawing, Section 8)

Rs. 1,242 Per No.

5 Repairing of cable duct man hole locking arrangement grill (one set of grill for one neck) including necessary welding and providing new members if any where required complete all as per satisfaction and direction of Engineer in charge.

Rs. 319 Per No.

6 Sealing of all MH cover with sand & cement before monsoon to prevent entry of external water.

Rs. 75 Per Neck

7 Replacing the existing rectangular cover of cable duct man hole opening, having approximate out to out size 910x710 mm. The cover shall be made from 100x100x8 mm size alround M.S. angle and reinforced by welding 8 mm dia TMT bars 6 nos. in long direction and 4 nos. in short direction. The inner portion of cover shall be filled with R.C.C. 1:1:2 (1 Cement : 2 Coarse Sand : 2 graded stone aggregate 20 mm nominal size) Embossing BSNL symbol at top of cover complete all as per the direction and satisfaction of Engineer in charge. (Rate includes the cost of giving credit for old MS frame of MH cover, as old cover shall be handed over to agency executing the work)

Rs. 3,547 Per No.

8 Replacing the SFRC hot dipped M.S. galvanised man hole covers with the following specifications : i) Cover shall be 820 mm outer dia with 4 nos. lifting tackles, to fit in completely in the outer rim with 10 mm gap shall consist of : (A) Inner ring frame of size 107x65x3 mm. (B) Steel plate of 750mm dia and 1.6 mm thickness shall be welded at the bottom of inner ring frame. (C) The inner cover frame shall be reinforced with 8mm dia for steel placed @ 70mm both ways and shall be welded to inner cover frame. (D) The inner cover frame shall be cast with RCC of 1:1:2 (1 cement:1 coarse sand : 2 stone aggregate of nominal size 12.5mm) ii) Steel spring fibre of 0.50mm dia and 25mm nominal length shall be added to concrete gradually at the time of casting @ 1.0kg./cover. BSNL symbol of size 200x200x25mm in concrete shall be embossed on top of the cover. iii) The complete installation shall be provided as per Drg. no.TCCZ/L/cable duct/9A and 9B. (The rate includes the cost of all operations involved as mentioned above).

Rs.3929 Per No.

9 Anticorrosion coating to MH fixtures like all iron frames, brackets, cable bearers etc.

Rs. 375 Per MH

10 Provision of M-Seal for sealing of plug. Rs. 230 Per Kg

11 De-watering of MH Rs. 624 Per MH

12 Cleaning of MH including removal of dirt materials for providing working environment

Rs. 422 Per MH

13 Junction chamber cleaning Rs. 282 Per MH

Page 54: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

54 Seal & Signature of Bidder

14 [ A ]Repairing of Man Hole

i) Plastering the walls, ceiling and MH slab top with 6 to 25 mm thickness of cement mortar 1 : 3 ( 1 Cement : 3 Coarse sand) including removing the old plaster and making surface good, complete all as per direction and satisfaction of Engineer in charge

Rs. 292 Per sqm

ii) Repairing of top slab or flooring of man hole by laying cement concrete of mix 1 : 1.5 : 3 (1 Cement : 1.5 Coarse sand : 3 graded stone aggregate 20 mm nominal size) including removing old damaged or loose concrete from slab, making good all complete as per direction and satisfaction of Engineer in charge.

Rs. 524 Per sqm

iii) Reconstruction of RCC top slab of man hole by dismantling the damaged/loose portion of slab and laying new cement concrete of mix 1 : 1.5 : 3 (1 Cement : 1.5 Coarse sand : 3 graded stone aggregate 20 mm nominal size) including necessary centring and shuttering at bottom of slab and sides of slab, rearranging the old steel reinforcement in proper shape, making good all complete as per direction and satisfaction of Engineer in charge. (Rate excludes the cost of steel reinforcement which shall be paid for separately if any where required to be used)

Rs. 7,889 Per cum

[ B ] Raising of MH Neck

i) Raising of MH (Necks) up to 12” (RCC work) at road level with removing & refixing of frames.

Rs. 2,500 Per Neck

ii) Raising of MH (Necks) beyond 12” (RCC work) at road level with removing & refixing of frames.

Rs. 4,000 Per Neck

iii) Rising of MH top slab (RCC work) at road level including dismantling with removing & refixing of frames for One/two/three covers

--- ---

[ C ] Repairing of man hole cover by removing the old damaged/loose concrete from iron frame work of cover and laying new cement concrete of mix 1 : 1 : 2 ( 1 Cement : 1 Coarse sand : 2 graded stone aggregate 20 mm nominal size) in existing frame of cover, compacting the concrete to get good density/strength. Making BSNL symbol of size 200x200x25mm in concrete by embossing on top of the cover complete all as per direction and satisfaction of Engineer in charge.

i) Circular cover of Cable duct man hole opening Rs. 634 Per No.

ii) Rectangular cover of Cable duct man hole opening Rs. 673 Per No.

15 Lowering of MH

(i) Lowering of existing MH by dismantling existing top slab(RCC work)and reconstruction of top slabs(RCC work)at road level with removing and refixing MH Frames for one/two/three covers..

--- ---

(ii) Lowering of MH necks (RCC work)6” t0 12” at road level with removing & refixing of frames for One/Two/Three covers

Rs. 1,350 Per Neck

16 i) Providing & fixing of Channels inside MH for supporting cable & cable joints. Rs. 822 Per Channel

ii) Providing & fixing of brackets inside MH for supporting cable & cable joints. Rs. 291 Per Bracket

17 Man Hole verification & Junction chamber verification. Rs. 259 Per MH

18 Replacing the existing circular outer frame of man hole opening fixed in RCC wall of neck of man hole opening by new one. The frame shall be made from hot dipped M.S. galvanised sheet of 3 mm thickness having 850 mm outer dia rim folded in the shape of an angle of size 110x80 mm. The frame shall be embedded in RCC neck of man hole with 6 nos. 150 mm long 8 mm dia hold fasts complete all as per direction and satisfaction of Engineer in charge. (Cover shall be as per TEC Cable Duct Manual drawing, Section 8)

Rs. 2,500 Per No.

Page 55: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

55 Seal & Signature of Bidder

19 Replacing the existing rectangular outer frame of man hole opening fixed in RCC wall of neck of man hole opening by new one. The frame shall be made from M.S. angle of 110x110x8 mm size. The frame shall be embedded in RCC neck of man hole with 8 nos. 150 mm long 40x6 mm flat hold fasts complete all as per direction and satisfaction of Engineer in charge. (The approximate out to out size of frame shall be 950x750 mm.) (Cost includes the credit of old material recovered during replacement of frame)

Rs. 3,887 Per No.

20 Sealing the pipes hole of zero M.H.adjoining to Exchange special for monsoon to prevent entering water in cable chamber room

Rs. 138 Per MH

21 Repairing of damaged Duct without pipes and fitting Rs. 250 Per Meter

22 Getting required way-leave permission from local authorities Rs. 3.00 Per meter

i) If permission obtained within 15 days – 100% charges plus 20% incentive over and above SOR.

Rs. 3.60 Per meter

ii) If permission obtained within 16 to 30 days – 100% charges plus 10% incentive over and above SOR.

Rs. 3.30 Per meter

iii) If permission obtained within 31 to 45 days – 70% charges of SOR. Rs. 2.10 Per meter

iv) Beyond 45 days No payment

(BSNL will make the payment of such permission charges of trenches for which permission is asked from the local authority)

Page 56: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

56 Seal & Signature of Bidder

SECTION – 9 (Part A) BID FORM

To From: ASSTT.GENERAL MANAGER (MM), __________________________

AHMEDABAD TELECOM DISTRICT, __________________________

10 th Floor, TELEPHONE BHAVAN, __________________________

C.G.Road, NAVARANGPURA. __________________________

AHMEDABAD. Ref: Tender No. …………………………………dated ………………… 1. Having examined the above mentioned tender enquiry document including

amendment/ clarification/ addenda Nos. ...................... dated ……………..

……………the receipt of which is hereby duly acknowledged, we, the undersigned,

offer to supply and deliver .............................................. in conformity with the said

drawings, conditions of contract and specifications for the sum shown in the

schedule of prices attached herewith and made part of the financial Bid.

2. Bid submitted by us is properly sealed and prepared so as to prevent any

subsequent alteration and replacement.

3. We agree to abide by this Bid for a period of 150 days from the date fixed for Bid

opening or for subsequently extended period, if any, agreed to by us. This bid shall

remain binding upon us up to the aforesaid period.

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

receive.

5. If our Bid is accepted, we will provide you with a performance guarantee from a

Scheduled Bank/ Nationalize Bank for a sum @ 5% of the contract value for the due

performance of the contract.

6. If our Bid is accepted, we undertake to complete delivery of all the items and

perform all the services specified in the contract.

7. Until a formal Work Order of Contract is prepared and executed, this Bid together

with your written acceptance thereof in your notification of award shall constitute a

binding contract between us.

Dated this .............................. day of ........................ 2016

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

Page 57: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

57 Seal & Signature of Bidder

CHECK LIST FOR THE BIDDERS

Please ensure that all documents are fully authenticated by the Authorized Signatory with his

signature with official seal. Offer is liable to be rejected, if enclosed documents are not

authenticated. Documents forming part of the bid: -

Sr.

No.

Documents to compulsory submitted offline and Copy to be

uploaded in E-tender portal

Submitted

YES/NO

1 Tender Fee Rs.500/-

2 Bid Security paid vide DD or Cash or Bank Guarantee Rs.14,000/-

3 Power of Attorney attested by Notary Public or Registered with Sub

Registrar in favour of the signatory signing the offer and documents

as per Clause no. 14.3 of Section-4 Part A

4 Latest and valid MSME or NSIC Certificate duly certified by MSME

or NSIC if applicable

Sr.

No.

Documents to submitted online in E-tender portal Submitted

YES/NO

1 Firm Registration Certificate or Certificate of Incorporation or Shop and Establishment Certificate or Service Tax Registration or Sales Tax Registration

2 Proprietorship or Partnership Deed or Articles or Memorandum of Association as the case may be. In case of proprietorship firms an affidavit of that effect should be submitted along with the bid

3 Experience Certificate as mentioned in the eligibility criteria

4 Service Tax registration Certificate

5 Current & valid Solvency Certificate amounting of Rs. 2 Lac from the banker of the tenderer. The Solvency Certificate shall not be older than the date of issue of NIT

6 EPF Registration Certificate

7 ESIC Registration Certificate

8 Copy of PAN card

9 Letter of Authorisation to attend Bid opening event.

10 Agency Details

11 Under taking and Declaration as per Section-6 (Part A)

12 Declaration Regarding No Relative Working In BSNL as per Section

- 6 (Part B)

13 All pages of the tender documents must be signed with stamp by

authorized signatory before submission.

14 Copy of Bid Form in Section-9 Part A

15 Any other supporting documents asked for in bid document

Page 58: BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

T-1712/16-17 AMC for Cable Ducts in ATD

58 Seal & Signature of Bidder

SECTION – 9(Part-B)

Financial Bid (PRICE SCHEDULE)

To , The Assistant General Manager (MM) Ahmedabad Telecom District, 10th Floor, Telephone Bhavan, C.G.Road, Navrangpura, Ahmedabad – 380006 Subject: Our Financial Bid T-1712/16-17 for AMC Cable Ducts Works in ATD. Dear Sir,

Having examined the tender documents, terms and conditions stipulated therein. Specifications of work etc., we the under signed offer to execute Cable Ducts Works in conformity with the said specifications and conditions of contract at the percentage (Below/at par/above) on standard schedule rates quoted as under :

In figures………………………. % In words…………………………………..percent

OR

In words…………………………………. OR

In figures………………………………….% In words………………………………………….percent

If our Bid is accepted, we shall submit the securities as per the conditions mentioned in the contract. Dated……/…../2016

Signature of the tenderer……………………… Name of Tenderer………………………

BELOW

AT PAR

ABOVE