bharat sanchar nigam limited - synise … – a performa for security guarantee bond 25 annexure –...

35
1 A. G. M. (Plg) Signature of Tenderer O/o T.D.M, Palanpur BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise) PALANPUR TELECOM DISTRICT O/o TELECOM DISTRICT MANAGER, PALANPUR TENDER DOCUMENT FOR REPAIRING OF 25 AMP, 50AMP, 100 AMP SMPS POWER PLANT MODULES ON RRC BASIS FOR PALANPUR SSA. e-Tender No. W-64/PNP/MM/RRC/E-tender/Repairing of PP Module/Racks/2016-’17 PART – A TECHNICAL BID Tender Form fee: Rs. 500/- (Non-refundable) NAME & ADDRESS OF THE TENDERER: _______________________________ _______________________________ _________________________________ Phone (O) _________________ Mobile No _________________________ ASSISTANT GENERAL MANAGER (PLG) O/O TELECOM DISTRICT MANEGER 1 st FLOOR, ROOM NO 104, DOOR SANCHAR BHAVAN JORAVAR PALACE-385 001

Upload: buikien

Post on 19-Apr-2018

217 views

Category:

Documents


4 download

TRANSCRIPT

1

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

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

PALANPUR TELECOM DISTRICT O/o TELECOM DISTRICT MANAGER, PALANPUR

TENDER DOCUMENT FOR

REPAIRING OF 25 AMP, 50AMP, 100 AMP SMPS POWER PLANT MODULES

ON RRC BASIS FOR PALANPUR SSA.

e-Tender No. W-64/PNP/MM/RRC/E-tender/Repairing of PP Module/Racks/2016-’17

PART – A

TECHNICAL BID

Tender Form fee: Rs. 500/- (Non-refundable)

NAME & ADDRESS OF THE TENDERER: _______________________________ _______________________________

_________________________________ Phone (O) _________________ Mobile No _________________________

TABLE OF CONTENTS

ASSISTANT GENERAL MANAGER (PLG) O/O TELECOM DISTRICT MANEGER

1st FLOOR, ROOM NO 104, DOOR SANCHAR BHAVAN JORAVAR PALACE-385 001

2

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

INDEX

Part – A Technical Bid Page No 1-26

Section contents Page No I Notice Inviting Tender (NIT) 3-4 II BID FORM 5 III TENDER’S PROFILE 6 IV Documents required for eligibility 7 V General Terms & Conditions of Tender 8-13 VI Scope of work 14-15 VII General (Commercial) Terms & Conditions of Contract 16-20 VIII Special Terms & Conditions of Contract 21-22 IX Declaration regarding near relatives 23 X Checklist for Bidder 24 Annexure – A Performa for Security guarantee Bond 25 Annexure – B Draft for Agreement 26 Annexure – C E-Tendering Instruction to Bidders 27 – 30 Annexure – D Undertaking & Declaration 31 Annexure – E Mandate Form 32 Annexure- F Clause by Clause Compliance Certificate 33

Part – B Financial Bid Page No 34 & 35

Section contents Page No XI Rate Sheet 35

3

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise)

PALANPUR TELECOM DISTRICT OFFICE OF THE GENERAL MANAGER TELECOM, PALANPUR

e-Tender No. W-64/PNP/MM/RRC/E-tender/Repairing of PP Module/Racks/2016-’17 Dated at PNP the 19.10.2016.

SECTION – I

NOTICE INVITING TENDER For and On behalf of BSNL, tenders are invited online from reputed & experienced contractors byTelecom District Manager, PALANPUR for repairing of 25 Amp, 50 Amp, and 100 Amp SMPS Power Plant Modules and control panels on RRC basis working at different stations in PALANPUR SSA.

Sr No

Type of PP Module Proposed Quantity Estimated Cost Per Annum (In Rs)

Bid Security (EMD) (In Rs)

1 25 AMP SMPS PP Module 629 Nos.

25,20,000

63,000

2 50 AMP SMPS PP Module 71 Nos.

3 100 AMP SMPS PP Module 333 Nos.

4 25 AMP PP Control Panel 25 Nos.

5 50 AMP PP Control Panel 05 Nos.

6 100 AMP PP Control Panel 15 Nos.

Tender document download Time & date: From 10:30 Hrs. of 20.10.2016 to 13:55 Hrs. of 15.11.2016.

Time & Date for online bid submission : Up to 14:00 Hrs. on 15.11.2016.

Time & Date of online bid opening : From 15:00 Hrs. onward on dated 15.11.2016.

1. Eligibility for bidding:- Bidder should have experience as mentioned below with MTNL/BSNL/Central or State Govt. /any PSU/Licensed Private Telecom Operator. “He should have carried out work of repairing of Power Plant Modules of any capacity on rate running contract basis / AMC basis for at least 12-months continuously and amount of at least Rs.2,00,000/- (Rs. Two Lakh ) during the period from 01.07.2011 to 30.09.2016.”

2. Minimum validity of tender offer: - 180 days from the date of tender opening. 3. Duration of contract: One year from the date of Award of Contract with an option of extension for a further period of first

six months unilaterally by BSNL at the same rates, terms & conditions & another period of further six months with mutual consent of both sides at the same rates, terms and condition.

4. Tender document should be downloaded from the website: www.gujarat.bsnl.co.in. or www.bsnl.co.in 5. The bidder can participate in the e-tender by downloading e-tender from website

https://eprocurement.synise.com/bsnl1/gujarat on 10:30 hours of 20.10.2016 to 13:55 hours of 15.11.2016. Note: The tender document shall not be available on https://eprocurement.synise.com/bsnl1/gujarat for download after its closing date & time as mentioned in NIT.

6. The bidders are required to submit the tender fee Rs.500/- (Rs. Five Hundred only) [Non-Refundable] through demand draft from any nationalized / scheduled bank in favor of Accounts Officer (Cash), BSNL, O/o TDM, PALANPUR payable at

4

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

PALANPUR. Non receipt of bid form fee in prescribed mode of payment will disqualify the bidder and bid uploaded online will be summarily rejected.

7. BSNL does not own any responsibility for any discrepancies or alteration / omission in contents of tender document while downloading from the website or otherwise. Contract document will be prepared based on the master copy of tender document available in the office and same will be binding on the contractor.

8. Any discrepancies found in the Tender documents submitted by the tenderer, the tender executed by the BSNL will be treated as valid one and any change found in tender document submitted by the tenderer at any stage, will be treated as fraud done to the BSNL and will be subject to the cancellation of agreement done (if any) and appropriate action will be taken against the tenderer.

9. 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.

10. The BSNL reserves the right to disqualify such bidders who have a record of not meeting contractual obligations against earlier contracts entered into with the BSNL.

11. All bidders are hereby inform that pre-bid conference shall be conducted on dated 08.11.2016 at 15:00 hours in the chamber of AGM ( Plg.), 1st floor, Door Snchar Bhavan, JORAVAR PALACE, PALANPUR for any query of bid document.

12. TDM PALANPUR reserves the right to cancel the tender at any stage without assigning any reason

A.G.M ( Plg.), O/o TDM, PALANPUR

Tele. No.02742-252800 Fax No.02742-259399

5

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

SECTION – II BID FORM To, The Telecom District Manager, PALANPUR Telecom District, PALANPUR Sir, With reference to e-tender notice number e-Tender No. W-64/PNP/MM/RRC/E-tender/Repairing of PP Module/Racks/2016-’17 Dated at PNP the 20.10.2016.

1. I/we have read and understood all the terms and conditions mentioned in the tender form and agree to abide by all conditions laid down therein.

2. Bid submitted by us is online as per conditions. 3. We agree to abide by this Bid for a period of 180 days from the date fixed for Bid opening (Qualifying Bid) and it shall

remain binding upon us and may be accepted at any time before the expiry of that period. 4. The firm has not bid for this tender under any other name 5. I/we understand that TDM PALANPUR can reject the tender without assigning any reason thereon. The decision of the

TDM PALANPUR will be the final in all cases. 6. We undertake, if our Bid is accepted, we will execute the work in accordance with specifications, time limits and terms and

conditions stipulated in Bid document. 7. EMD is deposited and its demand draft / Banker’s cheque is attached 8. Rates offered by me/us are given online in the financial bid. 9. If our Bid is accepted, we shall submit the securities as per the conditions mentioned in the contract. 10. Until a format Agreement is prepared and executed, this Bid together with your written acceptance thereof in your

notification of award shall constitute a binding contract between us. 11. I/we hereby declare that my firm is not Black Listed by any SSA/circle of BSNL 12. We undertake, if our bid is accepted, we will comply with all the mandatory provision of labour laws, EPF, ESI and misc.

provision Act and employer provident scheme in r/o labours / employees engaged by me for performing the work under the contract as per terms and conditions stipulated in the tender documents.

Signature of Tenderer

Full Name (In block letters) __________________ Capacity in which signed _____________________

6

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

SECTION – III TENDERER’S PROFILE

Passport size Photograph of the

Tenderer / authorized

Signatory holding Power of Attorney

1. Name of the tenderer/firm ______________________________________ 2. Name of the person submitting the tender. Shri ______________________

(In case of proprietary/partnership firms, the tender has to be signed by Proprietor/Partner only, as the case may be) 3. Address of the firm. _____________________________________________ 4. Tel. No. (With STD code) (O)………………… (Fax)……………… (R)……………… 5. Registration & incorporation particulars of the firm: (please Tick as applicable)

i) Proprietorship ii) Partnership iii) Private Limited Co. iv) Public Limited Co. (Please attach attested copies of documents of registration/incorporation of your firm with the competent authority as required by business law).

6. Name of Proprietor/Partners/Directors _______________________________________ 7. Income tax PAN Number of the party/Firm ______________________

Income Tax circle ________________________ (Please attach a copy of last income tax return)

8. My Service tax registration number is ________________________________ 9. My EPF registration number (If applicable) is ________________________________ 10. My ESI registration number (if applicable) is __________________________________ 11. Bank A/C No. of tenderer :_______________________ 12. Details of Technical infrastructure : ____________________________________________________

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

Place: Signature of tenderer / authorized signatory Date: Name of the tenderer

7

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

SECTION – IV Eligibility conditions for bidding and Documents to be submitted for eligibility

Eligibility conditions: Bidder should have experience as mentioned below with MTNL/BSNL/Central or State Govt. /any PSU/Licensed Private Telecom Operator, He should have carried out work of repairing of Power Plant Modules of any capacity on rate running contract basis / AMC basis for at least 12-months continuously and amount of at least Rs.2,00,000/- (Rs. Two Lakh only) during the period from 01.07.2011 to 30.06.2016.

A. Documents to be submitted / uploaded with Technical bid for Eligibility: Bidder has to submit / upload the following Documents/Certificates along with the online technical bid.

i. Bid Security (Earnest Money Deposit) as per Clouse 14 & 15 of Section - V ii. Tender document to be uploaded duly filed in and digitally signed along with seal on each pages by tenderer (bidder) or his

authorized representative. iii. In case of proprietorship firm

Self attested copy of Registration of firm or copy of registrations of firm with local authority or copy of sales tax registration or service tax registration or EPF registration.

iv. In case of Partnership firm Self attested authenticated copy of partnership deed. No objection certificate from other partners for participate in the tender of BSNL

v. In case of Company Self attested copy of certificate of incorporation. Self attested copy of Memorandum & Articles of Association

vi. Original “Power of Attorney” in case person other than the Bidder has signed the documents. The power of Attorney should be submitted and executed on the non judicial stamp paper of appropriate value as prevailing in the respective state(s) and the same be attested by a Notary Public or registered before Sub-Registrar of the State(s) concerned.

vii. Bid Form duly filled in Performa given in Section – II viii. Tenderer’s profile duly filled in Performa given in Section – III ix. Declaration regarding any near relative not working in BSNL in Performa given in Section – IX

In case of proprietorship firm, declaration will be given by the proprietor. In case of partnership firm, declaration will be given by all the partners In case of limited company, declaration will be given by all the Directors of the company.

x. The bidder shall furnish a latest & valid NSIC / MSME certificate (if applicable) as a part of his bid documents for establishing the bidder’s eligibility

xi. Self Attested copy of valid experience certificate as required and mentioned in eligibility condition given above. The experience

certificate must be issued under the signature not below the rank of AGM / DE / STS level officer/ Class-I officer of

BSNL or Central or state Government. If bidder has experience of similar type of work in any private company, then

experience certificate must be issued under the signature equivalent to the rank of AGM / DE level officer of BSNL.

xii. EPF, ESIC & Service Tax Registration Certificate In case the prospective bidder is presently not covered under the provision of registration for EPF, ESI and Service Tax, he should submit an affidavit indicating that he is exempted from EPF, ESI and service tax registration and he will get registered under the provision of EPF, ESI and service tax within one month of as and when applicable under intimation of this office and will submit the copy of registration certificate to this office. Affidavit shall be made notarized on non judicial stamp paper of Rs.100/- (Rs. One hundred only).

xiii. Copy of PAN Card Note: -

1. All the copies of submitted documents / certificates should be duly self attested by the bidder. At the time of online submission of bid, the scan copy of all the above said documents must be uploaded along with tender document. In case the bidder is unable to upload any of the documents listed above, he may submit the same physically. However EMD & Cost of tender document will be submitted in original in physical form.

2. The original documents may be called for as & when required for verification. 3. Any Tenderer participating in this tender should make sure that he will be able to ensure progress of the work up to departmental need.

8

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

SECTION – V

GENERAL TERMS AND CONDITIONS OF TENDER 1. Sub-contracting will amount to breach of contract. 2. The Contractor must read carefully all the Instructions, General Terms & Conditions of tender, Scope of Work, General

(commercial) conditions of contract, Special Terms & Conditions of contract given in the tender document before filling up the Bid schedule and his quotation. The bidder is expected to examine all instructions, forms, terms, conditions and specifications mentioned in the bid documents. Failure to furnish all information required as per the Bid Documents and submission of bids not substantially responsive to the Bid Documents in every respect will be at the bidder’s risk and shall result in rejection of the bid.

3. Regarding participation of near relatives of BSNL employees in the Tender / Execution of works in BSNL Units:- It has been decided that the near relatives of BSNL employees either directly recruited or on deputation are prohibited from participation in tender and execution of works in the different units of BSNL. The detailed guidelines in this regard are given in the following paragraphs

(a) The near relatives for this purpose are defined as

i. Members of a Hindu Undivided family, ii. They are husband and wife, iii. The one is related to the other in the manner as father, mother, son(s) & son’s wife (daughter in law), daughter (s) &

daughter’s husband (son in law), brother (s) & brother’s wife, sister (s) & sister’s husband (brother in law) (b) As per Government of India’s CCS Conduct rule, no Government servant shall in the discharge of his official duties deal

with any matter or sanction any contract to any company or for any other person if any member of his family is employed in that company or firm or under that person or if he or Any member of his family is interested in such matter or contract in any other manner and the Govt. Servant shall refer every such matter or contract to his official superior. This clause is applicable to all BSNL employees and in view of this as soon as any BSNL employee becomes aware of the above aspect, he must intimate this to the prescribed authority. For non-executive employees this authority is SSA Head/circle Head/Chief engineer/ Chief Archt./corporate Office under whom he is posted. For executive employees (at present some of them are called as Gazetted officers) the prescribed authority for this purpose is Circle Head/ Chief Engineer/Chief Archt./Corporate Office under whom he is posted.

(c) The company/or firm or any other person is not permitted to tender for works in BSNL Unit in which his near relative(s) is (are) posted. The unit is defined as SSA / Circle/Chief Engineer/Chief Archt./ Corporate office for non-executive employees and all SSA in a Circle including Circle office/Chief Engineer /Chief Archt./ Corporate office for executive employees (including those called as Gazetted officers at present). Therefore, it has been decided by the competent authority that the tenderer should give a certificate that none of his/her such near relative is working in the units as defined above where he is going to apply for tender/work. 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 branch 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. The department will not pay any damage to the company or firm or the concerned person. The company or firm the person will also be debarred for further participation in the concerned unit.

(d) The declaration duly signed that tenderer having no relatives employed in BSNL should be enclosed with tender form (As per Proforma given in Section - IX)

4. The firm/party BLACK LISTED by Central Government/State Government or any unit of BSNL shall not be eligible for bid and the tenderer black listed by Central Government/State Government or any unit of BSNL suppression of this information at the time of filling of tender and subsequently will amount to automatic rejection and forfeiture of all deposits at any stage.

9

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

5. Any attempt to negotiate directly or indirectly by tenderer with the authority to whom the tender is submitted to or with the

authority who is competent to accept the tender or endeavors to secure interest for actual or prospective tender or influence by any means will disqualify the tender and same will be rejected and action to black list the tenderer will be taken by competent authority.

6. TDM PALANPUR is not bound to accept the lowest tender and reserves the right to accept or reject any or all tenders without assigning any reasons what so ever.

7. BID DOCUMENTS: The Bid documents include: Part – A : Technical Bid (SECTION – I to SECTION - X and Annexures) Part – B : Financial Bid (SECTION – XI)

8. The quantities/figures indicated in the tender schedule are approximate and are subject to change. Any change effected shall be binding on the tenderer/Contractor as though included in the original tender schedule and any such change will not make the agreement void and it is therefore, essential that the tenderers, examine all the documents carefully and not commit any mistake in analyzing the rates quoted and remain binding not withstanding any changes as aforesaid. No revision of tender rates shall be considered on any ground whatsoever.

9. The quantities indicated in tender schedule shall not be considered as representing firm & final quantities. All works shall be measured by Divisional Engineer or his authorized representatives. Amount payable to contractor shall be on the basis of actual work done by him at the rate approved by BSNL.

10. Queries on bid documents: a) A prospective bidder, requiring any clarification of the Bid Documents shall notify the BSNL in writing or by FAX at the

BSNL’s mailing address mentioned in the tender document. The BSNL shall respond in writing to any request for clarification of the Bid Documents, which if received not later than 7 days prior to the date for the opening of the bids. This date shall prevail over the corresponding date for submission of queries appearing on e-tender portal at any time. Copies of the query (without identifying the source) and the clarifications by the BSNL shall be uploaded on BSNL website as clarification. On e-procurement portal of Gujarat Circle portal, clarification shall be available as “Addendum” for all the prospective bidders who have downloaded the official copy of tender document from e-procurement portal of Gujarat Circle.

b) 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 amendment of relevant clauses of the bid documents.

11. Amendment of bid document: a. At any time, prior to the date for submission of bids, the BSNL may, for any reason whether sue motto or in response to a

clarification request by a prospective bidder, modify the bid documents by amendments. b. The amendments shall be notified in writing by post or by FAX or e-mail o by ADDENDUM through e-tendeing portal (for

tender invited through e-tendering process) and these amendments will be binding on them. c. In order to afford prospective bidders reasonable time to take the amendments into account in preparing their bids, the

BSNL may, at its discretion, extend the deadline for the submission/opening of bids suitably. d. In case of tender document downloaded from the official web site, the tenderer should submit the required cost of bid

document as prescribed in the form of DD along with tender and any discrepancy found in the tender document submitted by the tenderer, the tender uploaded by the BSNL will be treated as valid and any change found in the tender document submitted by the tenderer at any staged, will be treated as fraud done to the BSNL and will be liable to cancellation of agreement done (if any) and appropriate action will be taken against the tenderer.

12. 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.

10

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

13. Bid Security (EMD) & Tender Form Fee: -

a) Earnest Money Deposit & Tender Form Fee is to be deposited on or before 14:00 hours of 15.11.2016 to AGM (Plg.), TDM, PALANPUR Room No.104, 1st floor, Door Sanchar Bhavan, JORAVAR PALACE, PALANPUR – 385 001in seal cover (by packing PVC Tape / Wax) in the form of demand draft drawn on any of the Nationalized/Schedule bank, payable at PALANPUR, in favour of Accounts Officer (Cash), BSNL, O/o TDM PALANPUR. The said sealed cover to be marked as “Bid Security (EMD) + Bid Cost (tender form fee).

b) The scan copy of Demand Draft of payment of EMD & Tender Form Fee should invariably be uploaded with the technical bid as mentioned in para 15 (a) of Section - V. Bid without EMD / Tender Form Fee payment will be rejected at the opening stage itself. However the NSIC / MSME bidders are exempted from payment of bid security with following condition. 1. A proof regarding valid registration with body specified by ministry of MSME / NSIC for the tendered items will have to

be attached along with the bid. 2. The enlistment certificate issued by MSME / NSIC should be valid on the date of opening of tender. 3. MSME / NSIC unit is required to submit its monthly delivery schedule.

c) The bidders (Small Scale units) who are registered with National Small Scale Industries Corporation under Single Point Registration Scheme are exempted from bid security up to the amount equal to their monetary limit. In case of bidder, having monetary limit as ‘no limit', the exemption will be limited to Rs 50,00,000/- (Rupees Fifty Lakhs) only as per the existing policy of Bharat Sanchar Nigam Limited (BSNL). A proof regarding current registration with NSIC for the tendered item will have to be attached. The bidder having valid NSIC registration shall also be exempted from Security Deposit, if permitted by NSIC rule.

d) The earnest money of the bidders will be refunded without any interest within reasonable time after finalization of the tenders, normally within six months from the date of Finalization.

e) The bid security (EMD ) shall be forfeited: i. If a bidder withdraws his bid during the period of bid validity specified in the bid document. ii. If the bidder makes any modifications in the terms and conditions of the tender before acceptance of the tender, which are

not acceptable to the BSNL. iii. If a bidder fails to accept the tender offer, if his/ their tender is accepted. iv. In case of a successful bidder, the bid security (EMD ) shall be forfeited if the bidder fails;

To deposit the Security Deposit.

To sign the agreement. v. In both the above cases, the bidder will not be eligible to participate in the tender for same item for one /more years from

the date of issue of APO/PAL. The bidder will not approach the court against the decision of BSNL in this regard. 14. Method of submitting following documents in original

Following original documents are to be submitted offline i.e. in hard copy in properly wax/packing PVC tape sealed envelope marked “Tender Form Fee (+) EMD” and forwarded to AGM (Plg) O/o TDM PALANPUR, Room No 104, 1st Floor, Door Sanchar Bhavn, Jjoravar Palace PALANPUR-385001, which should reach before 14:00 Hours on dated 15.11.2016.

i. Demand Draft of Tender Form Fee Rs 500.00 (non refundable) ii. Demand Draft of EMD as mentioned in NIT iii. Power Of Attorney

Note: - The bidder has to upload the scanned copy of all above said documents as bid annexure during online bid submission. In case of NSIC/MSME registered bidder has to upload the scan copy of latest and valid NSIC/NSME certificate as part of bid document for establishing the bidder’s eligibility. The envelop must bear the following;

e-Tender No. W-64/PNP/MM/RRC/E-tender/Repairing of PP Module/Racks/2016-’17 Dated

at PNP the 20.10.2016 Repairing 25A, 50A, 100A of SMPS Power Plant Modules and Racks

11

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

15. SUBMISSION OF BIDS:- a) The person(s) signing the tenders shall state in what capacity they are signing the tender. In case the tender is not signed

by sole proprietor or all the partners of the company; the person(s) should enclose a certificate to the effect that he/they is/are authorized to sign the tender and the terms and conditions signed by him/them will be binding on the firms. The tenderer should also sign wherever cutting/ over writing is there in the tender document.

b) Tender should be uploaded on http://eprocurement.synise.com/bsnl1/gujarat on or before 14.00 Hrs. of 15.11.2016. c) Bid must be submitted by the bidder through e-tendering mode only. Manual submission of bid shall not be considered. d) No bid shall be accepted either online by the e-tender portal of PALANPUR SSA or physically in case manual bidding

process, after the specified dead line for submission of bid. 16. Opening of Bids by the BSNL:

a) Tender shall be opened online on due date 15.11.2016 at 15:00 Hrs. in the chamber of AGM (Plg), O/o TDM PALANPUR in the presence of tenderers or their authorized representatives.

b) If the tender opening date will be declared as holiday, the tender will be opened on next working day, time and venue will remain unaltered.

c) The bidder’s representative, who is present, shall sign an attendance register. The bidder shall submit authority letter to this effect before they are allowed to participate in the bid opening.

d) Maximum of two (2) representatives for any bidder shall be authorized and permitted to attend the bid opening. e) Whenever it is considered necessary to postpone the opening date of tender, quick decision shall be taken and

communicated on our website www.gujart.bsnl.co.in & www.bsnl.co.in and https://erocurement.synise.com/bsnl1/gujarat and shall be at least one day before the original date of opening

17. First envelop marked “form fee + EMD” shall be opened and examined. The bidders who have submitted proper form fee and EMD as per bid document, there qualified bid (Technical bid) shall be opened online on the date of tender opening given in NIT

18. The financial bid of those bidder whose technical bids are approved by competent authority, will be opened by TOC in front of Techno Commercially eligible bidders / authorized representative by sending them suitable notice.

19. Any clarification on details of the work can be obtained from AGM (PLG) / SDE (MM) before One week from the date specified for opening of the tender.

20. Modification and Withdrawal of bid: The bidder may modify or withdraw his bid online after submission prior to deadline prescribed for submission bid. If bid is withdrawn, the same shall be archived unopened in the e-procurement portal of Gujarat Circle. The bidder can make modification or withdrawal of his bid physically but bidder has to send withdrawal notice by fax followed by a signed confirmation comply post marked not later than the dead line for submission of bid. No bid shall be allowed for modification subsequent to the dead line for submission of bid.

21. Clarification of bids by the BSNL: To assist in examination, evaluation and comparison bids, the BSNL may, at its discretion ask the bidder for clarification of its bid. The request for its clarification and its response shall be in writing. However, no post bid clarification at the initiative of the bidder shall be entertained. 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 amendment of relevant clauses of the bid documents.

12

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

22. Period of validity of bid: Bid shall remain valid for 180 days from date of opening of the bid (Qualifying Bid).Bid for a shortage period shall be rejected as non responsive. The BSNL reserves the right to request the lowest 3 bidders as per read out list on the opening day to extend the bid validity for a period of further 120 days and the bidder has to necessarily extend the bid validity. Refusal to extend the bid validity will result in forfeiture of the bid security. A bidder accepting the request and extending the bid validity will not be permitted to modify his bid.

23. PRELIMINARY EVALUATION: - a. 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.

b. Prior to the detailed evaluation, the BSNL will determine the substantial responsiveness of each bid to the bid document. A substantially responsive bid is one, which conforms to all the terms and conditions of the bid documents without deviations. The BSNL’s determination of bids responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.

c. A bid, determined as substantially non responsive, will be rejected and shall not subsequent to the bid opening be made responsive by the bidder by correction of the non-conformity.

d. The BSNL may waive any minor infirmity or no-conformity or irregularity in a bid, which does not constitute a material deviation, provide such waiver does not prejudice or affect the relative ranking of the bidder.

e. 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 purchaser at it’s discretion may call for any clarification regarding the document. The purchaser at it’s discretion may also ask for the submission of any additional/missing documents(s) within a stipulated time period. In such case(s) the bidder shall have to comply the purchaser’s requirement within the specified time. In case of non-compliance to such queries, the bid will be out rightly rejected without entertaining further correspondence in this regard.

f. The BSNL reserves the right to disqualify such bidders who have a record of not meeting contractual obligations against earlier contracts entered into with the BSNL.

24. Evaluation and Comparison of substantially responsive bids: a. For Technical Bid: - The BSNL shall evaluate in detail and compare the bids previously determined to be substantially

responsive and the bidder who had fulfills all initial terms and conditions of the tender will be considered as eligible bidder. Financial bid of eligible bidders only will be considered for opening. Date of financial bid opening will be intimated to all eligible bidders. The BSNL reserves the right to disqualify such bidders who have a record of not meeting contractual obligations against earlier contracts entered into with the BSNL.

b. For Financial Bid: -The evaluation will be done for each type of module separately. The bidder who is lowest in a particular type of module will be awarded work of that particular type of module.

25. Any tender with conditions other than those specified in the tender document is liable to be summarily rejected. No modification by the contractor in any of the conditions will be permitted after the tender is opened.

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

27. Issue of Letter of Intent (LOI):

a. The issue of letter of intent shall constitute the intention of the BSNL to enter in to the contract with the successful bidder. Letter of intent will be issued as an offer to the successful bidder.

b. The bidder shall within 15 days of issue of letter of intent, give his acceptance along with Security Deposit as mentioned in para 05 of section VII .

13

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

28. Award of contract: a) The BSNL shall consider award of contract only to those eligible bidders whose offers have been found technically,

commercially and financially acceptable. Normally the bid of the tenderer who quoted lowest rate (as mentioned in financial bid) will be accepted.

b) However 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.

c) The BSNL reserves the right to disqualify such bidders who have a record of not meeting contractual obligations against earlier contracts entered into with the BSNL.

d) The BSNL reserves the right to counter offer price(s) against price(s) quoted by any bidder. e) The BSNL reserves the right to award the work in any area to a single contractor or split the work among two or more

contractors should it be considered that single contractor may not be able to deliver the desired output. The assessment of TDM PALANPUR in this regard shall be Final and binding.

f) If the work in one area is awarded to more than one contractor, the demarcation of the work among the various contractors shall be decided by TDM PALANPUR and the demarcation will be communicated in writing to the concerned tenderer .In such cases the quantity of work will be awarded as per procurement policy.

g) Normally the amount of SD will remain unaltered in all cases mentioned above.

29. Signing of Agreement: a) The successful tenderer will have to execute an agreement on a non judicial stamp paper of Rs. 100/-( the cost of the

stamp to be borne by the tenderer) in the prescribed form to effect that the tenderer is bound by the terms and conditions of the agreement

b) The signing of agreement shall constitute the award of contract on the bidder. The agreement with the successful bidder shall be signed by the BSNL within a week of submission of Security Deposit

30. Annulment of award: Failure of the successful bidder to deposit Material Security Deposit and Signing of Agreement 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.

14

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

SECTION – VI SCOPE OF WORK

1. During the entire period of contract, repairing of all types and of any make SMPS Power plant Modules and control panel (racks) (25 AMP, 50 AMP, 100 Amp) are to be carried out including replacement of faulty parts.

2. Collection and Delivery of Faulty / repaired modules :-

a. The concerned in charge will intimate the contractor the quantity of faulty modules on phone followed by written work order.

b. The contractor will collect the module from the concerned in charge within THREE days from the date of intimation under proper receipt to the concerned in charge However under emergent condition the collection of modules to be done on the same day.

c. Packing, transport and delivery of faulty as well as repaired modules is the responsibility of the contractor. d. The contractor shall repair the module and return to the concerned in charge within Seven days of its collection.

However under emergent condition as decided by the concerned in charge, the collection and repair shall be made within the time period given in the work order. Copy of the delivery challan duly signed by the concerned in charge must be submitted along with the bill.

e. Repaired modules will be tested by the SDE concern within TWO days on receipt of repaired modules; if it is found O.K. then a certificate of this may be issued to the contractor. Otherwise same shall be returned to the contractor for necessary action.

f. The date of receipt of all the modules mentioned in the work order duly tested OK will be reckoned as the completion of work order.

g. Repaired modules are warranted for 3 months from the date of successfully taken over. If the said repaired module gets faulty during warranty period, the contractor has to rectify the module free of cost

3. INSPECTION AND TESTS :- a) The BSNL PALANPUR or his representative shall have the right to inspect and test the repaired module as per prescribed

test schedules for their conformity to the specifications. Where the BSNL PALANPUR decides to conduct such tests on the premises of the Contractor or its subcontractor(s), all reasonable facilities and assistance like Testing Instruments and other test gadgets including access to drawings and production data shall be furnished to the inspectors at no charge to the Purchaser.

b) Should any inspected or tested repaired module fail to conform to the Specifications, the BSNL PALANPUR may reject them and the Contractor shall either replace the rejected repaired module or make all alterations necessary to meet Specification requirements free of cost to the Purchaser.

c) Notwithstanding the pre-repair tests and inspections prescribed in clause 3(a) & 3(b) above, the module and accessories on receipt in the BSNL 's premises will also be tested during and after installation before "take over" and if any equipment or part thereof is found defective, the same shall be replaced free of all cost to the BSNL PALANPUR.

d) If any module or any part thereof, before it is taken over under clause 3(e) below is found defective or fails to fulfill the requirements of the contract, the inspector shall give the Contractor notice setting forth details of such defects or failure and the Contractor shall make the defective module good, or alter the same to make it comply with the requirements of the contract forthwith and in any case within a period not exceeding one month of the initial report. The replacements shall be made by the Contractor free of all charges at site, should it fail to do so within this time, the BSNL PALANPUR reserves the discretion to reject and replace at the cost of the Contractor the whole or any portion of the module as the case may be, which is defective or fails to fulfill the requirements of the contract. The cost of any such replacement made by the BSNL PALANPUR shall be deducted from the amount payable to the Contractor.

15

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

e) When the performance tests called for have been successfully carried out, the inspector/ ultimate Consignee will forthwith issue a Taking Over Certificate. The inspector/ultimate consignee shall not delay the issue of any "Taking Over Certificate “ contemplated by this clause on account of minor defects in the module which do not materially affect the commercial use thereof provided that the Contractor shall undertake to make good the same in a time period not exceeding two months. The taking Over Certificate shall be issued by the ultimate consignee within six weeks of successful completion of tests.

f) After performance test carried out by the concerned SDE of BSNL as per prescribed schedule and repaired modules are found ok in all respect than the repaired modules will be accepted

g) A register is to be maintained at each place/location mentioning the details of Modules, date of Collection and Delivery of Faulty / repaired modules, replacement of spares & remark if any and it is to be signed by the controlling officer & Service engineer.

h) Nothing in clause 3 shall, in any way; release the Contractor from any Warranty or other obligations under this contract.

4. SPARES: - All the spare of good quality required for repair of modules and control panel (racks) of SMPS Power Plant are to be supplied by the contractor including major components.

5. The contractor shall be responsible for any loss or damages caused to man or machines/parts/instruments during the execution of work and shall replace with an identical new item at his own cost. The authorized officer/person of BSNL will have the liberty to check the material and work etc… provided by the contractor.

6. WARRANTY :-

a) Repaired modules and control panel (racks) are warranted for 3 months from the date of successfully taken over. During this time the contractor has to rectify the module free of cost. The contractor shall warrant that repaired module shall be free from all defects and faults in materials used, workmanship. It becomes necessary for the contractor to replace or renew any defective portion(s) of the module under this clause.

b) Replacement under warranty clause shall be made by the contractor free of all charges at site including freight, insurance and other incidental charges.

c) If any defect is not remedied by the contractor within a reasonable time, the BSNL PALANPUR may proceed to get the defects remedied from other contractor etc., at the contractor's risk and expenses, but without prejudice to any other rights which the BSNL PALANPUR may have against the contractor in respect of such defects.

16

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

SECTION – VII

GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT 1. APPLICATION:-

The General conditions shall apply in contracts made by the BSNL for repairing of 25 Amp, 50 Amp, 100 AMP & control panel (racks) SMPS Power Plan modules of any make working at different exchanges located at different stations in PALANPUR SSA including replacement of faulty parts as mentioned in Section - VI.

2. QUANTUM OF WORK:- The approximate quantity of SMPS Power plant Modules proposed in this tender are as under 25 Amp SMPS PP Module - 629 Nos. 50 Amp SMPS PP Modules - 71 Nos. 100 AMP SMPS PP Modules - 333 Nos. 25 Amp SMPS PP Control Panel (Racks) - 25 Nos. 50 Amp SMPS PP Control Panel (Racks) - 5 Nos. 100 Amp SMPS PP Control Panel (Racks) - 15 Nos. The quantity proposed above in the tender is tentative and BSNL reserves the right to increase or decrease proposed quantity irrespective of type of module without any change in rates and other terms and conditions. Accordingly the tender cost will also increase or decreased.

3. SUBCONTRACTS:-

a) The contractor shall not assign, sub contract or subject the whole or any part of the works covered by the contract, under any circumstances.

b) Where the Contractor is a partnership firm, the previous approval in writing of the Engineer-in-charge shall be obtained before any change is made in the constitution firm. Where Contractor is an individual or a Hindu undivided family business concerns such approval as aforesaid shall likewise be obtained before the Contractor enters into any partnership agreement hereunder the partnership firm would have the right to carry out the work hereby undertaken by the Contractor. If previous approval as aforesaid is not obtained, the contract shall be deemed to have been assigned in the contravention of above Clause 4(a) thereof & the same action may be taken & the same consequence shall ensue as provided in said Clause 4(a)

c) The TDM PALANPUR reserves the right to refuse or permit any person or organization or sub-contractor to participate in the works covered by the contract. The assignment or sub-contracting or sub-letting of any such work, if permitted by the TDM PALANPUR shall not relieve the Contractor of any of his liabilities and responsibilities hereunder, the intention being that notwithstanding any assignment or sub-letting or sub-contracting, the contractor shall be and remain primarily and principally liable to BSNL in terms hereof and for the due fulfillment of the contracted works by any assignee or sub-contractor shall provide insurance of the same type and limits as required of the contractor.

4. PRICES:

a) Prices charged by the Contractor for the works performed under the Contractor shall not be higher from the prices quoted by the Contractor in his Bid.

b) Prices once fixed will remain valid for the period of contract. Increase and decrease of taxes/duties will not affect the price during this period.

c) BSNL shall not be responsible for any escalation in prices of labour or materials, etc. what so-ever or any increase in any duties, levels, or taxes in respect machinery equipment thereof what so ever and the Contractor rates and Contractor's obligation shall remain unaffected such escalation and/or increase.

d) The Contractor shall not be entitled to any compensation what so ever by reason of suspensions of the whole or any part of the work made necessary by BSNL or deemed devisable on account at Force Majeure conditions.

17

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

5. SECURITY DEPOSIT:-

b) The Successful tenderer shall have to pay the Security deposit @ 5 % of the total tender value of awarded work calculated on approved rates within 10 (Ten) days on receipt of LOI from this office.

c) Security Deposit as mentioned above is to be remitted by successful tenderer, when required to do so, in any of the forms as detailed below:

i. Demand draft drawn in favor of A.O (Cash), BSNL, O/o TDM, PALANPUR from any scheduled bank payable at PALANPUR only. The FAT will be issued to the successful tenderer only after encashment of the Demand draft. OR

ii. Bank Guarantee from any scheduled Bank valid for the period of Thirty Months.(As per Proforma given in ANNEXURE – A)

d) In the event of security being insufficient or if the security has been forfeited the balance of the total sum recoverable (as the case may be) shall be deducted from any sum then or at any time there-after becomes due to the contractors under this or any other contract with PALANPUR SSA should that sum also be not sufficient to cover the full amount recoverable, the contractor shall pay to PALANPUR SSA on demand the remaining balance due failing which the contractor will be black listed.

e) Security deposit tendered in any form shall be liable for appropriation/adjustment against any liquidated damages for delayed or against carry forward loss to BSNL to which the contractor does not meet otherwise.

f) If the contractor fails or neglects to perform any of his obligation under the contract, it shall be lawful for the BSNL to forfeit either whole or any part of the Security Deposit furnished by the contractor, which does not amount to imposing of penalty, after issuing “SHOW-CAUSE NOTICE” which will be dully examined for final decision by the competent authority and the decision conveyed to the contractor in writing.

g) If the contractor duly performs and completes the contracts in all respects, the B.S.N.L. shall refund the Security Deposit to the contractor after deducting all costs and other expenses that the BSNL may have incurred for making good any loss due to any action attributable to the contractor which the BSNL is entitled to recover from the contractor.

h) Any unclaimed Security Deposit(s) as due for refund to contractor/supplier and remain unclaimed for three years after its/their refund become(s) admissible (for instance after the contractor /supplier fulfills his contract) shall be dealt with the provisions contained in the rules of the B.S.N.L.

i) The “Bank Guarantee” is an autonomous contract and imposes an absolute obligation on the bank in its terms. As such the existence of disputes between the parties under this contract or a possibility of a reference of any dispute arising out of this contract to arbitration or of pendency of proceeding on such a reference has absolutely no relevance to the obligation of the bank under the “Bank Guarantee”. The concerned Bank is bound to pay without demur irrespective of the pendency of any arbitration proceedings or the imminence of any reference to arbitration of the disputes between the parties to his contract arising out of this primary contract between the concerned parties.

j) In the event of the contractor failing to observe or perform any of the condition of the work as set out here in the Security deposit referred to above will be forfeited by B.S.N.L. without prejudice to any other rights.

k) In the event of the contractor being adjudged insolvent or going voluntarily into liquidation are having receiving order or other under Insolvency Act made against or in the case of company of the passing of any resolution or making of any order, for winding up whether voluntarily or otherwise or in the event the contractor failing to comply with any of the conditions herein specified, General Manager Telecom District PALANPUR shall have the power to terminate the contract without any notice.

18

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

l) REFUND OF SECURITY DEPOSIT :

The security deposit or a part thereof, or such balance thereof if any, as may remain after deduction there form in respect of any outstanding bills of the contractor to the Govt. shall be paid back to the contractor, after a warranty/guarantee period of three(3) months. The contractor shall remain liable to the BSNL in respect of any shortfall and/or discharge liabilities not withstanding return of security deposit or any part thereof.

Interest will not be payable on the earnest money or on the security deposit or on amount payable to the contractor under the contract.

Refund of the security deposit is subject to full and final settlement of the final bill.

6. PAYMENT TERMS : a) The contractor will prepare & submit the bill in triplicate along with the original work order to the SDE/SDO I/C The original

copy of the bill must be pre receipted over revenue stamp if the amount exceeds Rs. Five Thousand. The bill should contain Service Tax number

b) The bill duly certified by the controlling officer (SDE/SDO I/C) and duly countersigned by DE may be submitted to A.O (Plg), BSNL,O/o TDM, PALANPUR for further processing for payment.

c) LD charge if any will be deducted by the DE concern and the net amount may be passed for payment with the counter signature of AMT concern.

d) In case of delay due to administrative reasons, BSNL, PALANPUR will not be liable for any interest on any bill outstanding for payment.

e) The bill containing the following details Certificate stating that the work has been executed satisfactorily in accordance with specifications and terms and

conditions of the contract. Copy of work Order. Details of recoveries/penalties (If any) as per provisions of the contract. In case no recovery is to be made, NIL report

needs to be submitted. Copies of authenticated documents of payments of contribution to EPF authorities, if EPF is applicable.

f) Payment will be made by the Account Officer (Cash) O/O TDM, PALANPUR on approval of the competent authority. g) If Contractor not submitted their bills in schedule time as mentioned above, it should be considered that he has no any

claims to rise. h) The contractor should submit all their bills not later than three months from the date of expiry of the contract so that the

refund of Security deposit may be speeded up. i) For claiming Service Tax contractor has to submit Service Tax Registration Number printed on the bill submitted for

payment. j) The TDM, PALANPUR shall not be liable for payment of any interest on any bill outstanding for payment.

7. PENALTIES & LIQUIDATED DEMAGES :-

a) If the contractor fail to deliver the modules within the period prescribed for delivery, the BSNL, PALANPUR shall be entitled to recover Rs.100/- per module for each day of delay or part thereof for a period up to 3(Three) days and thereafter at the rate of Rs.200/- per module for each day of delay or part thereof for another one week of delay. However the maximum penalty to be recovered shall be limited to 30% of the value of the repair cost of the module/modules whose repair work has been delayed. In case there is exchange failure and the repair of module has been delayed then the maximum penalty to be recovered shall be limited to 60 % of the repair cost of the module / modules whose repair work has been delayed. Quantum of liquidated damages assessed and levied by the BSNL, PALANPUR shall be final and not challengeable by the contractor.

b) Any damage or loss caused to the equipments or components or their parts due to negligence, mis-handling shall be replaced by the Firm, at their cost.

c) In case, successful tender fails to carry out the work within stipulated time given and as per the specification and quality laid down in the tender, the BSNL may given the work at the market rate and extra expenditure if any incurred will be recovered from the contractor’s pending bills, S/D or any other payments that may be due or become due in future. The balance amount if any will have to be paid by the contractor in cash. The tenderer shall have no claim for compensation for any loss sustained by him due to such failure to comply with the conditions of tender.

19

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

d) Any Penalty imposed to the contractor shall be recoverable from the bills of the contractor and/or by adjustment from the security deposit or from the bills of any other contract. However, adjustment from security deposit will be made only when the contract has been terminated or at the time of final settlement of bills on completion of work.

e) Any damage or loss caused to the equipments or components or their parts due to negligence, mis-handling shall be replaced by the Firm at their cost.

8. Termination clause:- If the contractor fails to provide the satisfactory service or violates any of the terms and conditions of the contract, the TDM PALANPUR reserves the right to terminate the contract after giving one month notice in writing. The amount of EMD/SD will be forfeited and the firm will be black listed.

9. INDEMNITIES:

a) The contractor shall at all times hold the BSNL harmless and indemnify from against all action, suits, proceedings, works, cost, damages, charges claims and demands of every nature and descriptions, brought or procured against the BSNL, its officers and employees and forthwith upon demand and without protect or demur to pay to the BSNL any and all losses and damages and cost (inclusive between attorney and diet) and all costs incurred in endorsing this or any other indemnity of security which the BSNL may now or at any time have relative to the work or the contractors obligation or in protecting or endorsing its right in any suit on other legal proceedings. Charges and expense and liabilities resulting from or incidental or in connection with injury, damages of the contractor or damage to property resulting from or arising out of or in any way connected with or incidental to the operations caused by the contract documents. In addition the contractor shall reimburse the BSNL or pay to the BSNL forthwith on demand without protect or demur all cost, charges and expenses and losses and damages otherwise incurred by it in consequences of any claim, damages and actions which may be brought against the BSNL arising out of or incidental to or in connection with the operation covered by the contractor.

b) The contractor shall at his own cost at the BSNL’s request defend any suit or other proceeding asserting a claim covered by this indemnity, but shall not settle, compound or compromise any suit or other finding without first consulting the BSNL.

10. FORCE MAJEURE:

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

b) 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 the course of execution of the contract, in possession of the contractor at the time of such termination of such portions thereof as the BSNL may deem fit excepting such materials bought out components and stores as the contracts may with the concurrence of the BSNL elect to retain.

20

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

11. ARBITRATION:

a) In the event of any question, dispute or difference arising under this agreement or in connection there-with except as to matter the decision of which is specifically provided under this agreement, the same shall be referred to sole arbitration of the CGMT, Gujarat circle, AM, 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 CGMT, Gujarat circle, AM or by whatever designation such officers may be called (hereinafter referred to as the said officer) and if the CGMT, Gujarat circle, AM or the said officer is unable or unwilling to act as such to the sole arbitration or some other person appointed by the CGMT, Gujarat circle, AM, or the said officer. The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act, 1996. There will be no objection to any such appointment that the arbitrator is BSNL servant or that he has to deal with the matter to which the agreement relates or that in the course of his duties as BSNL servant he has expressed views on all or any of the matter under dispute. The award of the arbitrator shall be final and binding on the parties. In the event of such arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reasons whatsoever such CGMT, Gujarat circle, AM or the said officer shall appoint another person to act as arbitrator in accordance with terms of the agreement and the person so appointed shall be entitled to proceed from the stage at which it was left out by his predecessors.

b) The arbitrator may from time to time with the consent of parties enlarge the time for making and publishing the award, subject to aforesaid Indian Arbitration and Conciliation Act 1996 and the rules made there under, any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this clause.

c) Except as otherwise provided elsewhere in the contract, in the event of any disputes controversy, or differences arising out of or

relating to this agreement, or the breach, termination or invalidity thereof between the parties, such party or parties shall make a

request to the other party or parties to amicably settle such differences or disputes and parties shall thereupon make every effort

to settle the same amicably within a period of 60 (sixty) days from the date of making of such request.

Where parties are unable to settle the disputes through conciliation, the same shall be referred to the authority in BSNL (CMD / CGM / TDM as the case may be) for referral of such disputes to a sole arbitrator (chosen from the name (s) provided by BSNL), to be mutually decided by the parties, as per the provisions of the Arbitration and Conciliation ACT, 1996, any amendment thereof, and any notification issued or rules make there under from time to time.

d) The venue of the arbitration proceeding shall be the office of the CGMT, Gujarat circle, AM or such other places as the arbitrator may decide. The following procedure shall be followed:

i. In case parties are unable to reach a settlement by themselves, the dispute should be submitted or arbitration in accordance with contract agreement.

ii. There should not be a joint submission with the contractor to the sole Arbitrator. iii. Each party should submit its own claim severally and may oppose the claim put forward by the other party. iv. The onus of establishing his claims will be left to the contractor. v. Once a claim has been included in the submission by the contractor, a reiteration or modification thereof will be opposed. vi. The “points of defense” will be based on actual conditions of the contract. vii. Claims in the nature of ex-gratia payments shall not be entertained by the Arbitrator as these are not contractual. viii. The question whether these conditions are equitable shall not receive any consideration in the preparation of “points of defense” ix. If the contractor includes such claims in his submission, the fact that they are not contractual will be prominently placed before

the Arbitrator. The award of the sole Arbitrator shall be final and binding on all the parties to the dispute. Amendment: ltr.no.3-2/2004-CPT/Pt.1 dt.16.11.2006 (Court Jurisdiction)

Any dispute arising out of 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.

Where a contractor has not agreed to arbitration, the disputes/claims arising out of the Contract/PO entered with him shall be subject to the jurisdiction of the competent Court at the place from where Contract/PO has been issued. Accordingly, a stipulation shall be made in the contract as under. “This Contract is subject to jurisdiction of Court at PALANPUR only.”

12. 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 Govt. or any other person or persons 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 made by the contractor with BSNL or Govt. or such other person or persons contracting through Govt. of India.

21

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

SECTION – VIII

SPECIAL TERMS & CONDITIONS OF CONTRACT

1. PERIOD OF VALIDITY OF CONTRACT:

a) The contract should be firm and valid for a period of one year from the date mentioned in FAT (Final Acceptance of the Tender). with an option of extension for a further period of first six months unilaterally by BSNL at the same rates, terms & conditions & another period of further six months with mutual consent of both sides at the same rates, terms and condition.

b) The Telecom District Manager, PALANPUR reserves the right to terminate the contract at any time during its currency without assigning any reason by giving thirty days notice to the contractor at their last known place of business/residence and the contractor shall not be entitled to any compensation by reason of such termination.

2. The tools, any type of machinery or equipments required for carrying out the repairing work will have to be arranged by the contractor.

3. The contractor shall not charge any extra amount for traveling or O.T. allowance for the persons complied by him. He shall not be entitled to get compensation for any damage or losses in the course of execution of work. He will not be entitled to get any extra amount for the loss or deterioration to materials used by him.

4. The contractor should have proper workshop having sufficient number of trained technical staff and sufficient spares of each items for attending the faults promptly, if any

5. The contractor should ensure that only license holder person i.e authorized by him is to attending fault/equipment at the site. BSNL will not be responsible for any accident or legal complication thereafter.

6. DELAYS IN THE CONTRACTOR’S PERFORMANCE :-

a) Delivery of the module shall be made by the contractor in accordance with the time schedule specified in clause No 2 of Section-VI. In case the repair is not completed in the stipulated delivery period, as indicated, BSNL, PALANPUR reserves the right either to short close/cancel this work 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, PALANPUR reserves the right to get repaired balance unprepared modules at the risk and cost of the defaulting vendors.

b) 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.

c) If at any time during the Contract period, the contractor encounter conditions impending timely delivery of the repaired module, the contractor shall promptly notify to the BSNL, PALANPUR in writing the fact of the delay, its likely duration and its causes(s). As soon as practicable after receipt of the contractor’s notice, the BSNL, PALANPUR shall evaluate the situation and may at its discretion extend the period of delivery of the modules (by not more than 2 weeks) subject to the LD charges.

d) If the modules are not repaired in the extended delivery period, the work order shall be short-closed and the Performance securities shall be forfeited.

7. PROTECTION OF LIFE AND PROPERTY AND EXISTING FACILITIES:

a) The contractor is fully responsible for taking all possible safety precaution during preparation for and actual performance of the works.

b) The contractors shall take all precautionary methods to avoid any damage to the existing installation in the place

22

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

8. COMPLIANCE WITH LAWS AND REGULATION:

During the performance of the works the Contractor shall at his own cost and initiative fully comply with all applicable Laws, By- Laws, Rules, Regulations and Orders and any other Provisions having the force of Law made or promulgated or deemed to be made or promulgated by any Government, Governmental agency or Department, Municipal Board, other regulatory or Authorized Body of persons and shall provide all certificates of compliance there with as may be required by such applicable Law, B-Laws, Rules, Regulations, Orders and/or Provision. The contractor shall assume full responsibility for the payment of all contributions and pay roll taxes, as to its employees, servants or agents engaged in the performance of the work specified in the contractor documents.

9. COMPLIANCE WITH LABOUR LAWS: It shall be the duty of the contractor to comply with all the applicable mandatory provision of labour laws, EPF, ESI & Misc provision Act & Employer Provident Scheme in respect of Employees engaged by him for performing the work under the contract.

(a) Registration with Labour Commissioner (If applicable): i. The contractor shall obtain a valid labour license under the Contract Labour (R&A) Act 1970 and the Contract labour

(Regulation and Abolition) Central Act 1971 before commencement of the work OR the Contractor shall not commence actual work unless he 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 at 15 days of commencing the work.

ii. The contractor should have a valid license until the completion of work. (b) Registration with EPF/RPF Commissioner (If applicable):

i. The contractors have to furnish documentary evidence that they are registered with EPF/RPF Commissioner. ii. They will also furnish an undertaking that within seven days of the close of every month they will submit to BSNL a

statement showing the recoveries of contributions in the respect of employees with Certificate that the same have been deposited with EPF/RPF Commissioner.

(c) Amendments: The Central Government may from time to time add to or amend the regulations and on any question as to the application / interpretation or effect of those regulations.

(d) Service Tax Registration: As per standing instructions of Ministry of Finance, Govt. of India, the firm should be registered with Central Excise Department. Therefore, the registration number for service tax is to be written printed on the bills/claims submitted to BSNL PALANPUR time to time.

(e) Any failure to fulfill these requirements shall attract the penal provisions of this contact arising out of the resultant non-execution of work.

(f) The regulations aforesaid shall be deemed to be a part of this contract and any breach thereof shall be deemed to be a breach of this contract.

10. The contractor shall execute work in the most efficient and workmanship manner both in terms of quantity and quality in strict accordance with the instruction given to him from time to time by BSNL PALANPUR.

11. LIABILITIES OF CONTRACTORS : The contractor shall be solely responsible for the repair of the power plant modules and BSNL shall not be liable to interact with the partners/collaborators or sub-contractors of the contractor. The contractors shall be liable for all costs, damages, charges and expenses suffered or incurred by the BSNL PALANPUR due to the contractors, negligence and unworkman like performance of any service under this contractor or breach of any terms there of or their failure to carry out the work with a view to avoid damages etc. and for all damages or losses occasioned to the PALANPUR Telecom District or in particular to any property or plant belonging to the PALANPUR Telecom District due to any act whether negligence or otherwise of the contractors themselves or their employees. The decision of the Telecom District Manager, PALANPUR Telecom District regarding such failure of the contractors and their liability for the losses etc. suffered by PALANPUR Telecom District shall be final and binding on the contactors.

23

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

SECTION – IX

DECLARATION REGARDING NEAR RELATIVES

This is to declare that I, Shri ____________________________ son of Shri _____________________________ Proprietor / Partner(s) of the firm / company ______________________________________________ having residence at _____________________________________________ not having any near relatives employed in BSNL. No person related to above mentioned firm / company is employed in 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.

Signature of Tenderer NOTE :- 1. In case of proprietorship firm, declaration will be given by the proprietor 2. In case of partnership firm, declaration will be given by all the partners 3. In case of limited company, declaration will be given by all the Directors of the company

24

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

SECTION – X

CHECKLIST FOR BIDDER

Have you ensured (before sealing the envelopes by sealing wax/PVC tape) the following?

Sr No

PARTICULARS Compliance Yes / No / N.A.

1 Have you study the complete tender document?

2 Have you go through the terms and condition and scope of work mentioned in the tender document

3 Have you submitted your bid as mentioned in clause 15 of Section – V

4 Have you signed on all pages of tender document with rubber stamp?

5 Have you enclosed the E.M.D as mentioned in clause 14 & 15 of Section – V

6 Have you submitted a DD of Rs 500/- against the tender form fee?

7 Have you uploaded the bid form dully filled in as per Section II?

8 Have you uploaded tenderers profile dully filled as per proforma given section III?

9 Have you uploaded self attested copy of registration of firm or copy of registration of firm with local authority or copy sales tax registration or service tax registration or copy of EPF registration? (for proprietorship firm)

10 Have you uploaded a copy of memorandum of article (in case of limited company)?

11 Have you uploaded a copy of partnership deed and NOC from other partners in Case of partnership firm)?

12 Have you submitted original power of attorney? (if applicable)

13 Have you uploaded the service tax registration certificate or its affidavit?

14 Have you uploaded the EPF registration certificate or its affidavit?

15 Have you uploaded the ESI registration certificate or its affidavit?

16 Have you uploaded declaration certificate that none of your near relative not working in BSNL? (As per section IX)

17 Have you uploaded a copy of experience certificate as per tender conditions?

18 Have you uploaded a copy of PAN Card?

19 Are all the scan copies of documents / certificates dully self attested?

20 Have you uploaded a latest and valid NSIC / MSME certificate? (If applicable)

N.A. : - Not Applicable DETAILS OF EARNEST MONEY DEPOSIT I have submitted the Bid Security of Rs. _______/- in 1st envelop & details as under

1. Demand draft No ____________________________ dated ________________________ Name of Bank ____________________________________________________________

Signature of the bidder

25

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

ANNEXURE - A

PERFORMA FOR PERFORMANCE SECURITY GUARANTEE BOND In consideration of the TDM, BSNL, PALANPUR (hereinafter called ‘BSNL’) having agreed to exempt ___________________ (hereinafter called ‘the said contractor) from the demand under the terms and conditions of tender dated ____________ made between ‘BSNL’ and ‘the said contractor’ for Repairing of SMPS Power Plant Modules and racks of PALANPUR SSA (hereinafter called “the said agreement ”), of security deposit for the due fulfillment by the said contractor of the terms and conditions contained in the said Agreement, on production of the bank guarantee for Rs.__________.

1. We, (name of the bank) _________________________ (hereinafter refer to as “the bank”) at the request of ___________________________________ (contractor) do hereby undertake to pay to the BSNL an amount not exceeding Rs.___________________ against any loss or damage caused to or suffered or would be caused to or suffered by BSNL by reason of any breach by the said Contractor of any of the terms or conditions contained in the said Agreement.

2. We (name of the bank) ____________________ do hereby undertake to pay the amounts due and payable under this guarantee without any demure, merely on a demand from the BSNL by reason of breach by the said contractor of any of the terms or conditions contained in the said Agreement or by reason of the contractors failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee where the decision of BSNL in these counts shall be final and binding on the bank. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.______________.

3. We undertake to pay to the BSNL any money so demanded notwithstanding any dispute or disputes raised by the contractor(s)/supplier(s) in any suit or proceeding pending before any court or tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the contractor(s)/supplier(s) shall have no claim against us for making such payment.

4. We( name of the bank)_________________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the BSNL under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till AGM (PLG),O/o TDM,BSNL, PALANPUR certifies that the terms and conditions of the said Agreement have been fully or properly carried out by the said contractor and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the expiry of One & Half Year (as specified in Agreement) from the date hereof, we shall be discharged from all liabilities under this guarantee thereafter.

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

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor. 7. We (name of the bank) ____________________ lastly undertake not to revoke this guarantee during its currency except

with the previous consent of the BSNL in writing. Place: Date: for ______________________________

(Indicate the name of bank)

26

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

ANNEXURE - B DRAFT FOR AGREEMENT

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 his successors, heirs, executors, administrative representatives and assignees) of the one part and Bharat Sanchar Nigam Limited here in after referred to as BSNL, of other part. Whereas the contractor has offered to enter into contract with the BSNL for Repairing of Power Plant Modules of PALANPUR SSA on the terms & Conditions herein contained and the rates approved by BSNL (Copy of Rates annexed) have been duly accepted and where as 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. Now these present witnesses and it is hereby agreed and declared by and between the parties to these presents as follows:

1) The Contractor shall ,during the period of this contract (mentioned in FAT) or completion of work for Rs. ___________________ whichever is earlier or until this contact shall be determined by such notice as is hereinafter mentioned, safely carryout, by means of labours employed at his own expenses and by means of tools, implements & equipment etc. to be supplied by him to his labour at his own expenses, the repairing work according to the scope of work mentioned in Section – VI, when BSNL or TDM PALANPUR or any other persons authorizes by TDM PALANPUR in that behalf requires. 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.

2) The NIT (notice inviting tender) Bid documents (Technical & 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 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.

3) 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.

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

5) The Contractor shall, during the period of this contract, comply with all the mandatory provision of labour laws, EPF, ESI & Misc provision Act & Employer Provident Scheme in respect of Labours/Employees engaged for performing the work under the contract as per terms and conditions stipulated in the tender document.

6) The Contractor shall abide by the terms & Conditions, rules, Guidelines, Construction Practices, safety precautions etc. stipulated in the tender document including any correspondence between the contractor and BSNL having bearing on execution of work and payments of work to be done under the contract. In witness whereof the parties present have herein to set their respective hands and seals the day and year in _______________

Signed by contractor Signed on behalf of the

Bharat Sanchar Nigam Limited

27

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

ANNEXURE-C E-TENDERING INSTRUCTIONS TO BIDDERS

The General & Special instruction (for e-Tendering) Supplement, “Instructions to bidders” as enclosed in section – V, VI, VII & VIII of the tender document. 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, Gujarat has decided to use the portal Benefits to Suppliers are outlined on the Home-page of 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 applicable after opening of Financial-part (Financial &Technical bid shall be submitted by the bidder at the same time)

2. Broad outline of activities from Bidders prospective: I. Procure a Digital Signing Certificate (DSC) II. Register on Electronic Tendering System on e-procurement portal of Gujarat Circle III. View Notice Inviting Tender (NIT) on e-procurement portal of Gujarat Circle IV. Download official copy of Tender Documents from e-procurement portal of Gujarat Circle V. Clarification to Tender Documents on e-procurement portal of Gujarat Circle

Query to BSNL (Optional) View response to queries posted by BSNL, as addenda.

VI. Bid submission of e-procurement portal of Gujarat Circle VII. Attend Public Online Tender Opening Event (TOE) on e-procurement portal of Gujarat Circle for

opening of technical part VIII. View/post TOE Clarification on e-procurement portal of Gujarat Circle (optional) respond to

BSNL’s post-TOE queries IX. Attend Public Online Tender Opening Event (TOE) on e-procurement portal of Gujarat Circle on

opening of financial-Part (Only for Technical Responsive Bidders) X. Participate in e-Reverse Auction if applicable on e-procurement portal of Gujarat Circle For participating in this tender online, the following instructions are to be read carefully. These instructions are supplemented with more detailed guidelines on the relevant screens of the e- procurement portal of Gujarat Circle. 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].

4. Registration To use the Electronic Tender portal https://eprocurement.synise.com/bsnl1/gujarat Vendor need to register on the portal (if not registered earlier). Registration of each organization is to be done by one of its senior persons who will be the main person coordinating for the e-tendering activities. In E-procurement 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.

28

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

Note: After successful submission of Registration details and Annual Registration Fee (as applicable). Please contact Synise Technologies Ltd. Helpdesk (as given below), to get your registration accepted/activated. Synise Technologies Ltd. Helpdesk

Telephone Phone: +91-020-30277517 / 30277516 / 30277522

[between 10:00 hrs to 18:00 hrs on working days Monday to Saturday]

Contact Person Mr. Indrajeet, Mr. Ashok & Manasi Emergency Mobile Nos. +91 7774013248 / 7774013247 / 8308810327 E-mail ID [email protected]

BSNL Contact BSNL’s Contact Person Shri B.P. Patel, AGM (PLG)

Telephone/ Mobile 02742-252800/ 09427008182 [between 10:30 hrs to 17:00 hrs on working days] E-mail ID [email protected]

BSNL’s Contact Person Shri Y.H.Sherasia, SDE (MM)

Telephone/ Mobile 02742-256333/ 09427309786

[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

Two Envelopes Technical Bid Financial BID

Each of the above electronic envelopes consists of Main bid and Electronic form (both mandatory) and bid Annexure (Optional). 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 AGM(Plg) O/o T.D. M.PALANPUR, Door Sanchar Bhavan, Room No 104, Joravar palace, PALANPUR -385001 on or before the date & time of submission of bids specified in NIT of this tender document, in a Sealed Envelope. The envelope shall bear (the project name), the tender number and the words ‘DO NOT OPEN BEFORE’ (due date &time). EMD-Bid Security (Original copy). DD/ Bankers cheque of Rs. 500.00 drawn in favor of AO (Cash), O/o TDM, BSNL PALANPUR, payable

at PALANPUR against payment of tender fee. Power of attorney in accordance with clause 15 of Section-V along with attested copy of Board

resolution.

29

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

Integrity pack (if applicable) Note: The Bidder has to upload the Scanned copy of all above said original documents as Bid- Annexure during Online Bid-Submission also. 7. Special Note on Security of Bids

Security related functionality has been rigorously implemented in e-procurement portal of Gujarat Circle 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. Specifically for Bid Submission, some security related aspects are outlined below: As part of the Electronic Encrypter™ functionality, the contents of both the ‘Electronic Forms’ and the ‘Main-Bid’ are securely encrypted using a Pass-Phrase created by the Bidder himself. Unlike a ‘password’, a Pass-Phrase can be a multi-word sentence with spaces between words (eg 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 e-procurement portal of Gujarat Circle 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 Officer. There is an additional protection with SSL Encryption during transit from the client end computer of a Supplier organization to the e-tendering server/ portal.

8. Public Online Tender Opening Event (TOE) e-procurement portal of Gujarat Circle offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. Tender Opening Officers as well as authorized representatives of bidders can attend the Public Online Tender Opening Event (TOE) from the comfort of their offices. For this purpose, representatives of bidders (i.e. Supplier organization) duly authorized are requested to carry a Laptop and Wireless Connectivity to Internet. Every legal requirement for a transparent and secure ‘Public Online Tender Opening Event (TOE)’ has been implemented on e-procurement portal of Gujarat Circle As soon as a Bid is decrypted with the corresponding ‘Pass-Phrase’ as submitted online by the bidder himself (during the TOE itself), salient points of the Bids are simultaneously made available for downloading by all participating bidders. The tedium of taking notes during a manual ‘Tender Opening Event’ is therefore replaced with this superior and convenient form of ‘Public Online Tender Opening Event (TOE)’. e-procurement portal of Gujarat Circle has a unique facility of ‘Online Comparison Chart’ which is dynamically updated as each online bid is opened. The format of the chart is based on inputs provided by the Buyer for each Tender. The information in the Comparison Chart is based on the data submitted by the Bidders. A detailed Technical and/ or Financial Comparison Chart enhance Transparency. Detailed instructions are given on relevant screens. e-procurement portal of Gujarat Circle 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 e-procurement portal of Gujarat Circle. 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

30

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

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. 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 ‘e-procurement portal of Gujarat Circle 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. Important 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 the use of e- procurement portal of Gujarat Circle The following ‘FOUR KEY INSTRUCTIONS for BIDDERS’ must be assiduously adhered to: Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender

submission deadline on e-procurement portal of Gujarat Circle Register your organization on e-procurement portal of Gujarat Circle well in advance of your first

tender submission deadline on e-procurement portal of Gujarat Circle Get your organization’s concerned executives trained on e-procurement portal of Gujarat Circle well

in advance of your first tender submission deadline on e-procurement portal of Gujarat Circle Submit your bids well in advance of tender submission deadline on e-procurement portal of Gujarat

Circle (There could be last minute problems due to internet timeout, breakdown, et al) While the first three instructions mentioned above are especially relevant to first-time users of e- procurement portal of Gujarat Circle, the fourth instruction is relevant at all times.

10. Minimum Requirements at Bidders end Computer System with good configuration - the users have to ensure that they have Computer

System with good configuration (Min P IV, 1 GB RAM, Windows XP) / Windows Vista / Windows 7 installed in their respective PC / Laptop

Broadband connectivity. Microsoft Internet Explorer 8.0 or above Digital Certificate(s) for users Class- 2 and above

11. Information to Vendor regarding procedure to be follow for e-tendering: - This office will provide necessary information to vendor on or before 08.11.2016 for filling e-tender, if require.

31

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

ANNEXURE-D

UNDERTAKING & DECLARATION

Ref: - Your e-tender No W-64/PNP/MM/RRC/E-tender/Repairing of PP Module/Racks/2016-’17 Dated 20.10.2016.

(A) Certified that, 1. I/We____________________________________________________________________ have read, understood and

agree with all the instructions to bidder, terms and conditions, specification included in the tender documents & offer to execute the work at the rate 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, photocopies of the documents / certificate enclosed alongwith

the tender offer are correct 2. If anything is found false and / or incorrect and / or revels and suppression of fact at any time,

BSNL reserves the right to debar our tender offer / cancel the LOA / LOI /Purchase / Work Order if issued and forfeit the EMD / SD /Bill amount pending with BSNL. In addition, BSNL may debar the contractor from participation its future tender

Date: - __.__._____ Signature of Tenderer _________________ Place: - ____________ Name of Tenderer With date and seal_____________________

32

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

ANNEXURE-E MANDATE FORM

(Authorization letter for payment of supplier’s / contractor’s bill through e-payment scheme) PROFORMA 1 Name of the company / firm

2 Address

3 Particular of Bank Account Name of the Bank Branch Name Type of Account (SB Account / current

account)

Ledger No. / Folio No. Name of the Account Holder Account No as appearing on the cheque

book / pass book

Branch code Address

Telephone No of the Branch Whether SEFT System available (Yes/ No) Whether RTGS enable branch (Yes/ No) If RTGS enable, give IFSC Code 9 digit code Number of the bank and

branch as appearing on MICR Cheque issued by the Bank

Abbreviation / acronym used above is as under

1. SEFT: - Special Electronic Fund Transfer 2. RTGS : - Real Time Gross Settlement 3. MICR: - Magnetic Ink Character Recognition Note: - cancelled cheque / copy of first page of pass book may please be uploaded for online payment.

33

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

ANNEXURE- F

Clause by Clause compliance certificate

Ref: - Your e-tender No W-64/PNP/MM/RRC/E-tender/Repairing of PP Module/Racks/2016-’17 Dated

20.10.2016.

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

Signature of Tenderer with seal _________________

34

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

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

PALANPUR TELECOM DISTRICT O/o GENERAL MANAGER TELECOM DISTRICT, PALANPUR

e-Tender No. W-64/PNP/MM/RRC/E-tender/Repairing of PP Module/Racks/2016-’17 Dated at PALANPUR the 20.10.2016.

PART – B

FINANCIAL BID

----- NOTE -----

a. The tenderer shall quote the rates online in English, both in figures as well as words. In case of any difference in rates written in words and figures, the rates written in words will be taken as rate quoted. If the bidder does not accept the correction of the errors, his bid shall be rejected.

b. The rates quoted should be the unit rate of module of any make inclusive of labour charge, material charges, transportation charges & all kind of taxes (except Service Tax if applicable).

c. The service Tax will be paid as per notification No 30/2012- The service tax and guidelines issued by Government of India, Ministry of finance from time to time.

d. Conditional tender such as with a mention that increase in market rates or taxes or labour rates or duties etc. will be charged extra will stand disqualified and will not be accepted.

e. Rates once fixed will remain valid for the period of contract. Increase and decrease of taxes/duties will not affect the rates during this period.

35

A. G. M. (Plg) Signature of Tenderer

O/o T.D.M, Palanpur

SECTION – XI

RATE SHEET

To General Manager, PALANPUR Telecom District, PALANPUR – 387 002. Ref: e-Tender No. W-64/PNP/MM/RRC/E-tender/Repairing of PP Module/Racks/2016-’17 Dated at PALANPUR the 20.10.2016.

Dear Sir, Having examined the tender documents, terms and conditions stipulated therein, specification of work etc., we the under signed offer the following rates for repairing of SMPS Power Plant Modules of any make in conformity with the said specifications and conditions of contract

SL NO

Type of Module and Racks Proposed Qty Rate quoted per module and per rack in Rs.

In fig. In words

1 25 Amp SMPS PP Modules 629 Nos.

2

50 Amp SMPS PP Modules

71 Nos.

3

100 Amp SMPS PP Module

333 Nos

4 25 Amp SMPS PP Control panel (Racks)

25 Nos

5 50 Amp SMPS PP Control panel (Racks)

5 Nos

6 100 Amp SMPS PP Control panel (Racks)

15 Nos

The rates quoted above are inclusive of labour charge, material charges, transportation charges & all kind of taxes (except Service Tax if applicable) for repairing of SMPS power module of any make. The service tax will be paid as per notification No: 30/2012 the service tax and guidelines issued by Government of India, Ministry Of Finance from time to time.

Signature of the Tenderer with seal

Note: Evaluation: - The evaluation will be done for each type of module and control panel (racks) separately. The bidder

who is lowest in a particular type of module will be awarded work of that particular type of module.