1 OFFICE OF THE GENERAL MANAGER, BSNL, KOLLAM TENDER DOCUMENT E-Tender for Mobile Access Equipment Maintenance (NBSNL, BSNL and IP sites), Mobile Infrastructure Maintenance Full and Partial (NBSNL sites),Diesel Filling and Rigger activities at BTS sites of Kollam Telecom District Sl.No Subject Details 1 Tender No MS/INFRA/BTS Mtce Outsourcing /Tender/BSS/KLM/2020-21/1 dated at kollam the 07/07/2020 2 Cost of tender document Rs. 1,190/- 3 EMD Rs. 1,92450/- 4 Availability of tender document for downloading From 10/07/2020 onwards upto 30/07/2020 5 Last date and time for online submission of tender 12:00 hrs of 30/07/2020 6 Last date and time for offline submission of tender document, EMD, Cost of tender document in original 12:00 hrs of 01/08/2020 7 Date and time of opening sealed envelope containing tender documented, Bid document Cost 12:10 hrs of 01/08/2020 8 Date and time of online bid opening 12:10 hrs of 01/08/2020 9 Period of bid validity The tender will remain open for acceptance up to 180 days of opening of the tender 10 Tender help desk Email: [email protected][email protected]Kindly see all clarifications /corrigendum on website and read bid document carefully before submission and ensure that all documents are fully authenticated by authorised signatory kindly submit your offers by means of online bids only for Electronic Tendering at the portal detailed in Section-4 Part C “E-tendering Instructions to Bidders” The bidders in the category of Micro and Small Enterprises (MSEs) who are registered with MSME bodies like National Small Scale Industries Corporation, District / State Industries Centre, Khadi & Village Industries Commission/Board, Coir Board, and Directorate of Handicrafts & Handloom are exempted from the payment of tender document cost & EMD. Exemption is given only when tendered item is listed in the Registration certificate of MSE. A proof regarding current registration with MSME/NSIC for the tendered items and with monetary limit will have to be attached along with the bid. Declaration of UAM number by MSE bidders on CPPP is mandatory to avail benefits available to MSEs. Free viewing copy of Tender document / e – bidding can be obtained /done by downloading
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
1
OFFICE OF THE GENERAL MANAGER, BSNL, KOLLAM
TENDER DOCUMENT
E-Tender for Mobile Access Equipment Maintenance (NBSNL, BSNL and IP
sites), Mobile Infrastructure Maintenance Full and Partial (NBSNL sites),Diesel
Filling and Rigger activities at BTS sites of Kollam Telecom District
Sl.No Subject Details
1 Tender No
MS/INFRA/BTS Mtce Outsourcing
/Tender/BSS/KLM/2020-21/1 dated
at kollam the 07/07/2020
2 Cost of tender document Rs. 1,190/-
3 EMD Rs. 1,92450/-
4 Availability of tender document for downloading
From 10/07/2020 onwards upto 30/07/2020
5 Last date and time for online submission of tender
12:00 hrs of 30/07/2020
6 Last date and time for offline submission of tender document, EMD, Cost of tender document in original
12:00 hrs of 01/08/2020
7 Date and time of opening sealed envelope containing tender documented, Bid document Cost
12:10 hrs of 01/08/2020
8 Date and time of online bid opening 12:10 hrs of 01/08/2020
9 Period of bid validity The tender will remain open for acceptance up to 180 days of opening of the tender
Kindly see all clarifications /corrigendum on website and read bid document carefully before submission and ensure that all documents are fully authenticated by authorised signatory kindly submit your offers by means of online bids only for Electronic Tendering at the portal detailed in Section-4 Part C “E-tendering Instructions to Bidders” The bidders in the category of Micro and Small Enterprises (MSEs) who are registered with MSME bodies like National Small Scale Industries Corporation, District / State Industries Centre, Khadi & Village Industries Commission/Board, Coir Board, and Directorate of Handicrafts & Handloom are exempted from the payment of tender document cost & EMD. Exemption is given only when tendered item is listed in the Registration certificate of MSE. A proof regarding current registration with MSME/NSIC for the tendered items and with monetary limit will have to be attached along with the bid. Declaration of UAM number by MSE bidders on CPPP is mandatory to avail benefits available to MSEs. Free viewing copy of Tender document / e – bidding can be obtained /done by downloading
For and on behalf of BSNL, General Manager Telecom, Bharat Sanchar Nigam Limited , Kollam Telecom District, , invites sealed tenders on rupee payment basis are invited in single stage bidding and two stage opening using Two Envelopes (Techno commercial bid and Financial bid) from eligible and experienced individuals/firms/registered companies with EPF,ESI and GST registration for the following activities at various BTS Sites of Kollam Telecom District.
Sl.No Description of Activity/Sites
Estimated Quantity under the Contract
Estimated cost of
tender Rs.
Tender Document Cost Rs.
EMD in RS.
1 Mobile Access Equipment Maintenance (MAEM) (BSNL/NBSNL/IP)
259 Sites
Rs 7698000
Rs 1190 Rs
1,92450 2
Mobile Infra-structure Main-tenance (MIM) (NBSNL)
Full 95 Sites
Partial 152 Sites
3 Diesel Filling 600 instance
4 Rigger activities
Normal 264 instance
Hard 216 instance
Note1: The quantity/no./Sites stated above are estimated and BSNL reserves the right to vary the quantity to the extent of -25% to +25% of specified quantity at the time of award of contract i.e. APO without any change in unit price or other terms and conditions.
Designation and address of the authority inviting tender: AGM (Plg), O/o GMTD,
be done during requisition of tender online. BSNL has decided to use process
of e-tendering for inviting this tender and thus the physical copy of the tender
would not be sold..
4. Availability of tender document: The tender document shall be available for
downloading from 10/07/2020 onwards upto 30/07/2020 in the e-tendering
portal https://etender.bsnl.co.in/irj/portal.
5. Eligibility Criteria: The bidders should have
a. General Qualification
i. The bidder must be Indian registered under Companies Act
1956/2013 /Partnership firms/Sole proprietary firms/reputed and
experienced contractors/suppliers rending tendered services to
BSNL/MTNL or any other Telecom Service Providers in India / LLP or a
Firm registered under applicable Acts(Proof Should be uploaded).
ii. The bidder must not be blacklisted for telecom business by any
Central / State Governments / PSUs in India at the time of
submission of bid. An undertaking must be submitted in this
regard.
iii. The bidder must have a valid PAN registration.
iv. The bidder must have a valid GST registration.
v. The bidder must be registered under EPF and ESI in India.
vi. The bidder should not have any near relatives working in BSNL
vii. The bidder shall strictly abide by the provisions of various Acts of the State in
force, in connection with the employment of the contract labour viz.
Contract Labour R&A Act 1970, Workmen Compensation Act, EPF/ESI Act
and Bonus act 1965 and all other regulation covered under Labour Act at
present and in the currency of contract in force.
b. Technical Qualification
i. Bidders must possess a minimum experience of having
successfully completed works of similar nature viz Mobile
Access Equipment Maintenance, Mobile Infrastructure
Maintenance, Diesel Filling and Rigger activities as detailed in
Section 3 Part A for any Government/ Public Sector
Organization/other telecom service providers for a period of not
less than one year anytime during the last five years
immediately preceding the date of submission of bid.
ii. The Bidder must have minimum annual turnover of 30% of
annual estimated cost of tender, during each of the consecutive
financial years 2017-18 and 2018-19 from telecom business.
Bidders will be required to support claims of their financial qualification through their audited financial statements duly certified by their CA. The bidders shall submit necessary documentary proof showing that
they meet the eligibility criteria along with their tender bid. All
documents submitted will also be self-attested by the bidder.
Note 2: All documents mentioned in Clause 3 of Section 2 Tender
Information shall be submitted at the time of submission of “Techno-
6
Commercial Part”.
6. Submission of Bid Security/EMD:
The bidder shall furnish the bid EMD in one of the following ways:-
(a) Demand Draft/ Banker’s cheque drawn in favour of “AO (Cash), O/o
GMTD, BSNL, Kollam- 691012” and payable at Kollam.
(b) Bank Guarantee from a scheduled bank drawn in favour of The AGM
(Plg), O/o GMTD, BSNL, kollam which should be valid for 210 days (i.e. one
month above the offer validity period subject to maximum of 210 days) from the
tender opening date.
7. Date and Time of online submission of E-Tender:from 10/07/2020 to
30/07/2020 12:00 hrs.
Note 3: In case the date of submission (opening) of bids is declared to be a
holiday, the date of submission (opening) of bids will get shifted
automatically to next working day at the same scheduled time. Any
change in bid opening date due to any other unavoidable reason will
be intimated to all the bidders separately (published the e-tendering
portal)
8. Opening of Tender Bids: The tender will be opened after 10 minutes of this tender closing time on the same date.
9. Place of opening of Technical bids:
a. BSNL has adopted e-tendering process which offers a unique facility for
1. Type of tender: Single Stage bidding using Two Electronic Envelopes system
Note 1: The bids will be evaluated techno-commercially first and financial bids of
techno commercially compliant bids only shall be opened.
2. Bid Validity Period/Validity of bid offer: 180 days from the tender opening date.
• Bid Document:
The electronic envelopes will contain documents satisfying the eligibility / Techni-cal & commercial conditions in first envelope called Techno-commercial enve-lope and second envelope called as Financial Envelope containing financial bid/ quote.
3. The techno-commercial part of bid shall contain one set of the following
documents.
i. Tender documents in original, duly filled in and signed by the tenderer on
each page.
ii. Bid security [EMD].
iii. Cost of the tender document (if applicable)
iv. Certificates showing fulfilment of eligibility criteria stated in clause 5 of the
DNIT.
v. Power of attorney & authorization for executing the power of attorney in
accordance with clause 14.3 of Section 4 Part A. (if applicable)
vi. Integrity Pact (if applicable)
vii. Clause by clause compliance as per clause 11.2 of Section 4 Part A
viii. Bidder’s profile & questionnaire duly filled and signed as per Section 8.
ix. No near relative certificate dully filled and signed.
x. Undertaking and declaration dully filled and signed as per Section 6[A].
xi. Documents stated in clause 10 of Section -4 Part A
xii. Tender/Bid form – Section 9 Part A
xiii. Attested copy of ESI registration
xiv. Attested copy of EPF registration
xv. Attested copy of GST registration.
xvi. Attested copy of PAN Card
xvii. Letter of authorization, if any.
xviii. Attested copy of Memorandum of association and articles of Association in
case of company.
xix. Details of the firm along with List of Directors on the Board of the Company, list of partners, as applicable.
xx. Attestation of the signature of the authorized signatory, issuing PoA, by Bank. xxi. Attested copy of Registration of the firm or authenticated copy of Partnership
Deed in case of partnership firms.
xxii. Attested copy of “Power of Attorney” in case person other than the tenderer
has signed the tender documents Signature of Bidder
xxiii. The authorisation of the competent authority for signing the tender
xxiv. Letter showing authorised signatory. (If applicable)
9
xxv. Indemnity bond declaration for indemnifying BSNL against any non-compliance by bidder towards all applicable statutory requirements, if work is awarded, as per An-nexure-15.
xxvi. Mandate form for ECS/EFT
xxvii. Certificate regarding tender form downloaded from internet.
xxviii. In case of MSE bidders, valid certification from MSME (valid on the date of
opening of tender.)
Note 2: In case of e-tendering, in case the bidder is unable to upload any of the
documents listed above, he may submit the same physically and the same
may intimated to AGM (Plg), O/o GMT, BSNL, Kollam. However, EMD &
cost of tender document will have to be submitted in original in physical
form.
4. The financial part of bid shall contain
a. Financial Bid Form along with Price schedule (Section 9 Part B (1 & 2) with
all relevant bid annexure.
Note 3: In case of e-tendering the following documents are required to be submitted offline (i.e. offline submission) to AGM (Plg), 2nd floor, BSNL Bhavan, Vellayittambalam, Kollam District, Kerala - 691012 on or before the date & time of submission of bids in a sealed envelope. The envelope shall bear the tender number, name of work and the phrase: “Do Not Open Before 12.10 hrs of 01/08/2020”.
EMD- Bid Security (in original)
DD/Banker’s cheque of tender’s fee (in original).
Power of Attorney in accordance with clause 14.3 of Section 4 Part A
and authorization for executing the power of attorney.
Integrity Pact (If applicable)
All documents as specified in clause 3 of Tender information Section
2ofTender document should be in original.
For detailed instructions, please refer clause 6 in Section 4 – Part C
“E-Tendering Instructions to Bidders”
Payment terms: As per Clause 11 of Section-5 Part A – “General (Commercial)
Conditions of Contract”.
Note4: All statutory taxes as applicable/ deduction due to price variation etc will
be deducted at source before payment.
AGM (Plg)
For GMT, BSNL,
Vellayittambalam
Kollam BA
10
SECTION – 3 Part A
SCOPE OF WORK
A. General:
The scope of this CONTRACT to be followed are: Mobile Access Equipment
Maintenance (MAEM), Mobile Infrastructure Maintenance (MIM)- Full, Mobile
activities – Hard, Diesel filling, manual assistance to engineers on duty in
subdivisions while they carry out hardware maintenance/optimization or similar
type of routine work which involve carrying of tools and testers and other
accessories required for testing and maintenance works, rigger activities for fine
tuning of Microwave/ Mini-Link LOS, antenna orientation verification and assisting
related routine NQM activities, etc.
B. Scope of Work:
1. General Instruction:
1.1. The field staff being deployed should be provided with 2 SIM cards, one of
BSNL & other from private TSPs for communication when BTS site is
down.
1.2. Field staff should provide assistance in handling of minor store items.
1.3. Field staff should be provided with dedicated mode of transport (two /
three / four wheeler vehicles).
1.4. In addition to periodicity of visit mentioned below, the field staff should
also visit the sites on call basis whenever there is such a requirement, at
any time.
1.5. The field staff deployed by the contractor should preferably be a local
resident with sufficient knowledge of operating diesel generators and
other electronic switches, fuse carriers, fuse cut-outs and changeovers.
1.6. Any BSNL OFC breakdown en-route to site must be intimated to site in
charge for prompt restoration of OFC fault.
1.7. The contractor has to provide all necessary tools, cleaning materials,
testing equipment, etc to the personnel deployed. A certificate to this effect shall
be produced along with the first invoice.
2. Mobile Access Equipment Maintenance (MAEM)(Site list in Annexure 11)
2.1. All BTS related alarm need to be made functional and to be extended up
to OMCR within three months. Alarm card will be provided by BSNL.
2.2. Prompt action (within 01 hour in city and 4 hours in Rural areas) on
receipt of instructions (by call or by SMS) from concerned officer / NOC
regarding manual assistance in rectification of alarms/faults in site.
2.3. Air filter cleaning in BTS/ Node B/ e-Node B, every month and entry in
log book of site.
2.4. In case of BTS outages due to control card faults of BTSs / Node-Bs / E-
NodeBs, replace the fault items with the spare module /cards available in
nearby sites / locations as per instructions of BSNL Site In charge.
11
2.5. In case of Microwave/Mini Link/ OFC failure, details of visual alarm
noticed to be communicated to the maintenance In-charge.
2.6. For prolonged failure of Electricity as intimated by BSNL officer,
Coordination for restoration of EB in consultation with BSNL / IP site in-
charge.
2.7. To check Earth Connectivity is available at BTS/ Node B / E-Node B, etc.
2.8. Providing assistance for Broadband/EMF checks at sites. Maintaining of
EMF related boards and help in providing data for biennial submission of
EMF radiation.
2.9. Any other miscellaneous work related to the BTS site maintenance,
assigned by the concerned Sub Division Engineer / Junior Telecom
Officer / BSNL officer in charge.
2.10. Any tendered work not attended in time, BSNL will have the right to get it
done from external resources and payment made to them will be
recovered from SP.
2.11. If any fraudulent activity by the personnel deployed is detected by BSNL
authorized personnel/officer, then the bidder is liable to pay penalty as
assessed by BSNL i.e. The cost of consequential damages to
installation(s)/DG set(s) would be deducted at actual, from the service
provider’s bill. This will be over and above the other penalties and will not
be subject to capping if any.
3. Mobile Infrastructure Maintenance (MIM) – Full (Site list in Annexure 12)
3.1. Daily visit to the site for general up-keeping
3.2. Ensure working of Power plant alarms with OMC-R.
3.3. Prompt action (within 01 hour in city and 4 hours in Rural areas) on
receipt of instructions (by call or by SMS) from concerned officer/NOC
regarding manual assistance in rectification of alarms/faults in site.
3.4. First line maintenance of power plants, battery and any problem reported.
All problems should be reported within 01 hours for urban, 4 hours for
rural areas.
3.5. Periodically check-up power plant modules working and load sharing,
ensuring sufficient modules are available for equipment in consultation
with Site in charge and charging of battery. Record the same in the log
book.
3.6. Tightening of all nuts /screws in interconnecting point of power cable
from EB panel board to each equipment, once in three months.
3.7. To ensure the control card is functioning properly so that battery do not
go to deep discharge.
3.8. In case of any Power Plant outages due to fault in control card, intimation
to be given to Site In charge for attending the same on priority.
3.9. Conducting Battery Backup test with Existing Load at least in quarterly &
record the same in Log Book.
3.10. Faulty Card/ Units need to be deposited at designated centre as per requirement & collect repaired unit within 24 hours in urban and in 48 hours in rural areas.
3.11. Replacement of the faulty modules with repaired Modules as per
12
instructions of Site In charge within 24 hours in urban and in 48 hours in rural areas.
3.12. Sweeping, cleaning, security and up keeping of the site including all equipment, tower surroundings, shelter/OD cabinet, DG etc. This includes bush cutting in the BTS sites in open areas.
3.13. Routine check of free cooling systems available at site and DG set and other equipment and record the same in log book as per the periodicity defined for the visit as per tender. Reporting of any alarms/faults/untoward incident to the concerned officer.
3.14. Running of DG sets as required. 3.15. Assisting in Diesel filling in the DG Set available at the site. 3.16. Manual operation of DG sets and monitoring of fuel level / fluid leak /
coolant level / battery charger working etc.
3.17. Manual assistance in changeover of KSEB/DG supply and attending of minor faults like tripping of ELCB/MCB/switches, manual changeover in AC units.
3.18. Collection of KSEB bills from site and handing over the same to the site in charge in a timely manner.
3.19. Any other miscellaneous work related to the BTS site maintenance, assigned by the concerned Sub Division Engineer / Junior Telecom Officer / BSNL officer in charge.
3.20. For prolonged failure of EB supply of site, coordination with EB section concerned for restoration of EB and ensure proper working of DG/PP/Equipment etc after the restoration of EB supply.
3.21. Any tendered work not attended in time, BSNL will have the right to get it done from external resources and payment made to them will be recovered from SP.
3.22. If any fraudulent activity by the personnel deployed is detected by BSNL authorized personnel/officer, then the bidder is liable to pay penalty as assessed by BSNL i.e. The cost of consequential damages to installation(s)/DG set(s) would be deducted at actual, from the service provider’s bill. This will be over and above the other penalties and will not be subject to capping if any.
4. Mobile Infrastructure Maintenance (MIM) – Partial(Site list in Annexure 13) 4.1. Periodical visit to site once in three days (minimum 10 days a month,
other than on emergency cases). 4.2. Ensure working of Power plant alarms with OMC-R.
4.3. Prompt action (within 01 hour in urban and 4 hour in Rural) on receipt of instructions (by call or by SMS) from concerned officer regarding manual assistance in rectification of alarms/faults in site.
4.4. First line maintenance of power plants, battery and any problem reported. All problems should be reported within 01 hours for urban, 4 hours in rural areas.
4.5. Periodically check-up power plant modules working and load sharing, ensuring sufficient modules are available for equipment in consultation with Site In charge and Charging of Battery. Record the same in the log book.
4.6. Tightening of all nuts /screws in interconnecting point of power cable from EB panel board to each equipment, once in three months.
4.7. To ensure the control card is functioning properly so that battery do not go to deep discharge.
4.8. In case of any Power Plant outages due to fault in control card intimation
13
to be given to Site In charge for attending the same on priority. 4.9. Conducting Battery Backup test with Existing Load at least in quarterly &
record the same in Log Book. 4.10. Faulty Card/ Units need to be deposited at designated centre as per
requirement & collect repaired unit within 24 hours in urban and in 48 hours in rural and hard areas.
4.11. Replacement of the faulty modules with repaired Modules as per instructions of Site In charge within 24 hours in urban and in 48 hours in rural and hard areas.
4.12. Routine check of free cooling systems available at site and DG set and other equipment and record the same in log book as per the periodicity defined for the visit as per tender. Reporting of any alarms/faults/untoward incident to the concerned officer.
4.13. Assisting in Diesel filling in the DG Set available at the site. 4.14. Collection of KSEB bills from site and handing over the same to the site in
charge in a timely manner. 4.15. Any other miscellaneous work related to the BTS site maintenance,
assigned by the concerned Sub Divisional Engineer / Junior Telecom Officer / BSNL Officer in charge.
4.16. For prolonged failure of EB of site, coordination with EB section concerned for restoration of EB and ensure proper working of DG/PP/ Equipment etc after the restoration of EB supply.
4.17. Any tendered work not attended in time, BSNL will have the right to get it done from external resources and payment made to them will be recovered from SP.
4.18. If any fraudulent activity by the personnel deployed is detected by BSNL authorized personnel/officer, then the bidder is liable to pay penalty as assessed by BSNL i.e. The cost of consequential damages to installation(s)/DG set(s) would be deducted at actual, from the service provider’s bill. This will be over and above the other penalties and will not be subject to capping if any. Note: Partial MIM may be made applicable for sites where watch & ward agreement exists/Non-DG sites. The rate for one partial Infra structure maintenance site may be limited to half the rate quoted
for a full Infra structure maintenance site.
5. Rigger Activities
5.1. This includes two categories of work 5.1.1. Rigger activity – Normal (As per requirement)
5.1.1.1. Antenna orientation & Tilt modification as per requirement for optimization.
5.1.1.2. VSWR fault rectification per sector (includes weather proofing, changing jumper cable, replacing/reconnecting jumper and waveguide connectors).
5.1.1.3. Checking & correction of RF cable swap, L-1 antenna at RRH. 5.1.1.4. Verification/Replacement of weather proof tapes to prevent
water entry. 5.1.1.5. Assistance in Verification/correction of MW LoS. 5.1.1.6. Verification/correction of Lightning Arrestor, aviation lamp and
its fittings. 5.1.1.7. Any other activity with minor modification in RF as per
guidance of BSNL.
14
5.1.1.8. * Removal of bird/honey bee/wasp nest etc from tower.
* Based on the nature of the work DE (BSS) can decide the number of instances required for removal of bird/honey bee/wasp nest etc from tower.
5.1.2. Rigger activity -Hard (As per requirement). 5.1.2.1. Installation/swap/replacement/dismantling of antennas. 5.1.2.2. Installation/swap/replacement/dismantling of
RRH/RRUs/MW ODUs/AMF 5.1.2.3. Installation/ swap/ replacement/ dismantling of waveguides,
CPRI cables and RRU/RRH power cables.
5.2. All rigger activities carried out at a site for an activity on a single day combined will be considered as a single instance irrespective of
number of occurrences during the same day, i.e. the maximum number of instances for an activity per site per day is one.
5.3. All tools (like ropes, pulleys, wrench/spanner, etc.) and safety equipment for rigger (like safety helmet, safety harness, etc.) should be provided by the bidder.
5.4. Before the commencement of any rigger activity, supervisor has to send the photo of rigger wearing all safety equipment at site, to concerned officer in charge of intimation.
6. Diesel filling in DG Sets: (Site list in Annexure 14)
This is to carry out diesel filling in BSNL/NBSNL BTS sites on a periodic
basis. On an average every site needs diesel filling of one to two times per month.
However, in some of the sites, it can go beyond 2 times a month depending on
the tank capacity and the frequency of EB supply interruption. Other than the
periodic refilling, whenever there is emergency requirement, based on OMCR low
fuel alarm or message given by the concerned officer, refilling is to be arranged
within three hours on getting such intimation. Bidder has to ensure
availability of 50 % tank capacity of diesel in the DG at any point of time.
For each instance of Diesel Filling, full capacity of the tank should be filled, in
order to avoid frequent filling. Information regarding the details of filling should
be intimated to the SDE/JTO by email/SMS on the same day.
BSNL have entered into direct MOU with oil companies for procurement of
diesel from their specified outlets through petro/ fleet cards. Petro/ fleet card will
be issued to the contractor on proper acquaintance by the authorized person of
the vendor & payment will be made directly to the oil companies by BSNL. Any
loss/ misuse of the petro/fleet cards issued to the vendor will be the
responsibility of the vendor. Any such losses will be recovered by BSNL from the
vendor by adjusting against the payment due to the vendor or will be recovered
from PBG. In the case of any misuse causing loss to BSNL, a penalty of 10% of
the contract value or forfeiture of the bank guarantee along with termination of
contract, as decided by the competent authority of BSNL will be imposed on the
contractor. Any reduction in the diesel cost/ loyalty benefits in view of the MOU
will be availed by BSNL. It will be the responsibility of the contractor to reconcile
the diesel consumption as per actual usage in field with that in petrol/ fleet card
account. The payment of diesel cost from BSNL will be limited to actual
15
consumption based on log book after applying the ceiling limit based on the
consumption computed with Run Hour meter reading and per hour consumption
indicated in this tender document. The sites for which even one instance of
diesel filling per month is not recorded will not be considered for Diesel
filling expenses for the said month. However, the contractor has to collect the
data for diesel reconciliation statement from such non filled sites also and
reconciliation statement is to be submitted on monthly basis for all sites in the
contract. The bills will be verified, passed & forwarded by BSNL representative
(Divisional Engineer (BSS)) based on the consumption in litres / Hour indicated
in the tender document. Any extra cost incurred will be the responsibility of the
vendor. If the diesel cost through Petro/ fleet card is found to be less than the
diesel consumption based on rated diesel consumption per hour, the contractor
will not have any claim for the additional cost. Any excess usage of Diesel after
tallying with log book entries/Run hour meter will be adjusted from the vendor
from their monthly bills.
If the ceiling limit based on the Circle Average consumption/hour in a site is
less than the actual consumption based on log book entry continuously for two
consecutive months, and the contractor feels that Average consumption per litre
in that site is to be reviewed due to aging of DG or other factors then a test run
can be requested by the vendor to calculate the Average consumption/hour for
that particular site. The test run will be conducted by a joint team consisting of
representatives of Contractor and BSNL. Test run will be conducted only on
quarterly basis. The test run report will be signed by the Contractor and the
BSNL team (SDE BSS), countersigned by DE (BSS). If the test run reports are not
sent along with the performance report, the consumption will be taken as per the
circle average CPH and the HMR readings. The Average consumption/hour
calculated will be made applicable only in the subsequent Quarterly invoice
period. The contractor can request for only one test run in any site during the
whole AMC period.
The bidder has to maintain a log book supplied by BSNL in every site for
Diesel filling, as per the format in Annexure 3. It is the responsibility of the
bidder to update the logbook promptly on Diesel filling. Concerned BSNL officers
will periodically verify the logbook entries and put their initials. The bidder has
to seal and lock the hour meter in the presence of BSNL representative. Every
month the hour meter reading is to be noted by bidder along with the BSNL
representative and a consolidated statement along with log book reports is to be
submitted by the contractor. Under any circumstances if any of the units like
run hour meter is faulty then the diesel filling should be done under the
supervision of any of the BSNL officers/ persons authorized by BSNL. The
payment will be based on logbook entries, but will be limited to monthly
16
consumption based on run hour meter reading and SSA Average consumption in
litres/hour. The method for calculating the same is described in Section-3 Part
B
Note:
In case of addition of new make /type of DG in the BSNL network, the per
hour diesel consumption will be arrived by BSNL and will be intimated to the
bidder. Obtaining of special permit if any required, from Motor vehicle
department for transporting Diesel in bulk through motor vehicle will be the
responsibility of the contractor.
7. Bidder shall deploy sufficient number of personnel to support the services as per this contract. Personnel should be placed in such a way that they are able to
carry out the day to day activities as mentioned in relevant clauses of this section and also to ensure compliance to performance indicators given below.
Sl. No
Nature of work
Max number of sites (Cluster size)
than can be allotted Per personnel*
01 Mobile Access Equipment Maintenance (MAEM)
50
02 Mobile Infrastructure Maintenance (MIM): Full and/or partial.
25
Sl No
Nature of work Minimum personnel
to be deployed
01 Rigger activities 2
Note: In sites where there is no DG or where BSNL is paying watch & ward
charge, the personnel engaged in in MEAM can be engaged for MIM
(Partial) also. Maximum Number of full sites that can be allotted per
personnel is 15(fifteen).
17
Section 3 Part B
Technical Specification
BA wise Average consumption in litre/hour for various makes of DG with Different
capacity
Capacity
Make
Circle Average consumption in litres/hour
5 KVA 1
7.5KVA
Eicher 1.6
Mahindra 1.8
Ph1 1.5
15KVA
APC 2.6
Automech 1.9
Diesel Tech 2
Eicher Ph IV 2.1 Eicher Ph V 1.8
FG Wilson 2.1
Indo French 2
Innova 2
Jeevan 1.9
KEC 2.5
Kirloskar 2.1
Lister Petter 2.5
Mahindra 2.1
SIMPSON 2.5
Stanford 2.1
30 KVA
Ruston 3.5
Layland 3.5
CG 3.5
Mahindra 3.5
Escort 3.5
Ashok Leyland 3.5
Kiol 3.5
Kirloskar 3.5
18
SECTION – 3 Part C
SCHEDULE OF REQUIREMENTS (SOR)
BTS sites in Kollam BA
Sl.No Description of Activity/Sites Quantity under the
Contract
1 Mobile Access Equipment Maintenance (MAEM) 259 Sites
2 Mobile Infrastructure Maintenance(MIM) Full 95 Sites
3 Mobile Infrastructure Maintenance(MIM) Partial 152 Sites
4 Diesel Filling 600 instances
5 Rigger activities: Normal 264 instances
6 Rigger activities: Hard 216 instances
Note:
1. Bidder shall furnish the detailed Bill of work for each item mentioned above
with reference to Section 3 Part A.
2. BSNL reserves the right to vary the quantity to the extent of - 25% to + 25%
of the specified quantity.
19
SECTION-4 PART-A
GENERAL INSTRUCTIONS TO BIDDERS (GIB) 1. DEFINITIONS
1.1. “The Purchaser" means the Bharat Sanchar Nigam Ltd. (BSNL), New
Delhi.
1.2. “The Bidder" means the individual or firm who participates in this
tender and submits its bid.
1.3. "The Supplier" or “The Vendor”/ “Contractor” means the individual or
firm supplying the goods/ service under the contract.
1.4. "The Goods" means all the equipment, machinery, and/or other
materials which the Supplier is required to supply to the Purchaser
under the contract.
1.5. "The Advance Purchase Order" or “Letter of Intent” means the
intention of Purchaser to place the Purchase Order on the bidder.
1.6. “The Purchase Order" or "The Work Order" means the order placed by
the Purchaser on the Supplier signed by the Purchaser including all
attachments and appendices thereto and all documents incorporated by
reference therein. The purchase order shall be deemed as "Contract"
appearing in the document.
1.7. "The Contract Price" means the price payable to the Supplier under
the purchase order for the full and proper performance of its contractual
obligations.
1.8. "Validation" is a process of testing the equipment as per the Generic
Requirements in the specifications for use in BSNL network. Validation
is carried out in simulated field environment and includes stability,
reliability and environmental tests.
1.9. "Telecom Service Provider" means any Telecom operator in India, who
is licensed by the Department of Telecommunications (DOT),
Government of India to provide telecom services to the general public or
to the other DOT licensed Telecom operators. "Telecom Service Provider"
also refers to any Telecom operator in other countries providing telecom
services to general public of that country or to other telecom operators
of the same country.
1.10. “Successful Bidder(s)” means the bidder(s) to whom the work(s) in this
tender is awarded. “SSA”means Secondary Switching Areas defined by BSNL (generally
comprising of one or more revenue districts).
1.11. “ BA” means Business Area comprising of one or more SSA’s
2. ELIGIBILITY CONDITIONS:
The bidders should have
a. General Qualification
i. The bidder must be Indian registered under Companies Act
1956/2013 / Partnership firms/Sole proprietary firms/reputed and
20
experienced contractors/suppliers rending tendered services to
BSNL/MTNL or any other Telecom Service Providers in India / LLP or a
Firm registered under applicable Acts (Proof Should be uploaded).
ii. The bidder must not be blacklisted for telecom business by any
Central / State Governments / PSUs in India at the time of
submission of bid. An undertaking must be submitted in this
regard.
iii. The bidder must have a valid PAN registration.
iv. The bidder must have a valid GST registration.
v. The bidder must be registered under EPF and ESI in India.
vi. The bidder should not have any near relatives working in BSNL
vii. The bidder shall strictly abide by the provisions of various Acts of the State in
force, in connection with the employment of the contract labour viz. Contract
Labour R&A Act 1970, Workmen Compensation Act, EPF/ESI Act and Bonus act
1965 and all other regulation covered under Labour Act at present and in the
currency of contract in force.
b. Technical Qualification
i. Bidders must possess a minimum experience of having
successfully completed works of similar nature viz Mobile Access
Equipment Maintenance, Mobile Infrastructure Maintenance,
Diesel Filling and Rigger activities as detailed in Section 3 Part A
for any Government/ Public Sector Organization/other telecom
service providers for a period of not less than one year anytime
during the last five years immediately preceding the date of
submission of bid.
ii. The Bidder must have minimum annual turnover of 30% of
annual estimated cost of tender, during each of the consecutive
financial years 2017-18 and 2018-19 from telecom business.
Bidders will be required to support claims of their financial qualification through their audited financial statements duly certified by their CA. The bidders shall submit necessary documentary proof showing that they
meet the eligibility criteria along with their tender bid. All documents
submitted will also be self-attested by the bidder.
Note: All documents mentioned in Clause 3 of Section 2 Tender
Information shall be submitted at the time of submission of “Techno-
Commercial Part”.
3. COST OF BIDDING
3.1. The bidder shall bear all costs associated with the preparation and
submission of the bid. The Purchaser will, in no case, be responsible or
liable for these costs, regardless of the conduct or outcome of the
bidding process.
4. DOCUMENTS REQUIRED
4.1. The service required to be supplied; bidding procedures and contract
21
terms and conditions are prescribed in the Bid Documents. The
contents of the Bid documents are specified in the covering letter.
4.2. The Bidder is expected to examine all instructions, forms, terms and
specifications in the Bid Documents and clarifications/ amendments/
addenda, if any. Failure to furnish all information required as per the
Bid Documents or submission of the bids not substantially responsive
to the Bid Documents in every respect will be at the bidder's risk and
may result in rejection of the bid.
5. CLARIFICATION OF BID DOCUMENTS
5.1. A prospective bidder, requiring any clarification on the Bid Documents shall notify the BSNL kollam in writing by Email (Mail ID :
[email protected]) as indicated in the invitation of Bid. The Purchaser shall respond in writing to any request for the clarification of the Bid Documents, which it receives latest upto 7 days from issue of NIT.
Copies of the query (without identifying the source) and clarifications by the Purchaser shall be sent to all the prospective bidders who have received the bid documents.
5.2. Any clarification issued by BSNL in response to query raised by
prospective bidders shall form an integral part of bid documents and
shall amount to an amendment of the relevant clauses of the bid
documents.
6. AMENDMENT OF BID DOCUMENTS
6.1. The Purchaser may, for any reason, whether at its own initiative or in
response to a clarification requested by a prospective bidder, may
modify bid documents by amendments prior to the date of submission
of Bids with due notification to prospective bidders.
6.2. The amendments shall be notified in writing by Fax or Email or by
Addendum through e-tendering portal to all prospective bidders on the
address intimated at the time of purchase of the bid document from
BSNL and these amendments will be binding on them.
6.3. In order to afford prospective bidders a reasonable time to take the
amendment into account in preparing their bids, the purchaser may, at
its discretion, extend the deadline for the submission of bids suitably.
7. DOCUMENTS COMPRISING THE BID
The bid prepared by the bidder shall ensure availability of the following
components:
7.1. Documentary evidence establishing that the bidder is eligible to bid
and is qualified to perform the contract if its bid is accepted in
accordance with the clause 2 & 10.
7.2. Bid Security/EMD furnished in accordance with clause 12.
7.3. A Clause by Clause compliance as per clause 11.2 (b)
7.4. A Bid form and price schedule completed in accordance with clause 8 &
9.
22
8. BID FORM
8.1. The bidder shall complete the bid form and appropriate Rate Schedule
furnished in the Bid Documents, indicating the service to be provided,
brief description of activity and rate as per section- 9.
9. BID PRICES (which-ever applicable)
9.1. The bidder shall quote the CONTRACT charges per unit per annum
(Inclusive of all Taxes & Levies but excluding GST).
9.2. The supplier shall quote as per rate schedule given in Section 9-part B
for all the items given in schedule of requirement at Section 3-part C.
9.3. A bid submitted with an adjustable rate quotation will be treated as
non-responsive and rejected.
9.4. The rate quoted by the bidder shall be in sufficient detail to enable the
Purchaser to arrive at the rate for the work offered.
9.5. "DISCOUNT if any, offered by the bidders shall not be considered unless
specifically indicated in the rate schedule. Bidders desiring to offer
discount shall therefore modify their offers suitably while quoting and
shall quote clearly net price taking all such factors.
10. DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILITY AND QUALIFICATION
10.1. The bidder shall furnish, as part of the bid documents establishing the
bidder's eligibility, the following documents or whichever is required as per
terms and conditions of Bid Documents.
10.1.a. Valid MSME certificate, if applicable
10.1.b. Documents to establish the eligibility and qualification of bidder as
specified in Section-I and Section-4 Part A.
10.1.c. Power of Attorney as per clause 14.3 (a) and (d) and authorization
for executing the power of Attorney as per clause 14.3 (b) or (c), if
applicable.
10.1.d. Documentary proof of GST registration. If the bidder is not
registered with GST authority at the time of bid submission, then he
shall have to submit GST registration at the time of award of work/
LoI/signing of contract, if declared successful.
10.1.e. Documentary proof of PAN registration.
10.1.f. Documentary proof of EPF registration.
10.1.g. Documentary proof of ESI registration.
10.1.h. Undertaking duly signed by front bidder and its technology/
consortium partner stating that both of them shall be liable for due
performance of the contract jointly and severally, if applicable.
10.1.i. Certificates from all Directors of the bidder stating that none of their
near relatives are working in BSNL in accordance with clause 34.
10.1.j. Certificate of incorporation & letter showing authorised signatory if
applicable.
10.1.k. Article or Memorandum of Association or partnership deed or
proprietorship deed as the case may be.
23
10.1.l. List of all Directors including their name(s), Director Identification
Number(s) (DIN) and address(es) along with contact telephone
numbers of office and residence.
10.1.m. Registration certificate from State Director of Industries or from
Secretariat for Industrial Assistance (SIA), Ministry of Industries,
Government of India.
10.1.n. Letter showing authorised signatory if applicable.
10.1.o. Undertaking and Declaration as per Section-6 – 6(A)
10.1.p. Declaration that no changes has been made to the tender document
as per Section-6-6(C)
10.1.q. Declaration regarding non blacklisting as per Section-6-6(D)
10.2. Documentary evidence for financial and technical capability
10.2.a. The bidder shall furnish audited Annual Report and /or a certificate
from its bankers to assess its solvency/financial capability to prove
that the total annual turnover (audited) of the bidder should be at
least 30% of annual estimated cost of tender, during each of the
consecutive financial years 2017-18 and 2018-19 from telecom business.
10.2.b. The bidder shall furnish documentary evidence about technical and
production capability necessary to perform the contract. The
documentary proof, signed by the authorized signatory, in the
format attached in Annexure – 8.
10.3. In order to enable the Purchaser to assess the proven-ness of the system
offered, the bidder shall provide documentary evidence regarding the
system being offered by him.
10.4. For supply of any software i.e. operating system or any applications
software the bidder should submit a Certificate Of Authenticity (COA),
signed by Authorized Signatory stating that all Software supplied are
authentic and legal copy is/ are being supplied (If applicable).
10.5. Documentary evidence/ Declaration to the effect that the type of software
to be utilized in the system/ equipment i.e. Packaged/ Canned OR
Customized shall be furnished by the bidder. In case of Packaged/
Canned, the portion of value which represents consideration paid or
payable for transfer of right to use such goods subject to provisions laid
down in Central Excise/Custom Notifications” (If applicable).
11. DOCUMENTS ESTABLISHING SERVICE CONFORMITY TO BID DOCUMENTS
11.1. Pursuant to clause 7, the bidder shall furnish, as part of its bid,
documents establishing the conformity of its bid to the Bid Documents
of all services which he proposes to supply under the contract.
11.2. The documentary evidences of the services conformity to the Bid
Documents may be, in the form of literature, data etc. and the bidder
shall furnish:
11.2.a. A detailed description of service with essential technical and
performance characteristics;
24
11.2.b. A clause-by-clause compliance on the purchaser's Technical
Specifications and Commercial Conditions demonstrating
substantial responsiveness to the Technical Specifications and
Commercial Conditions. In case of deviations, a statement of the
deviations and exception to the provision of the Technical
Specifications and Commercial Conditions shall be given by the
bidder. A bid without clause-by-clause compliance of the Scope of
Work, Technical Specifications, SOR (Section-3 Part A, B & C),
General (Commercial) Conditions & Special (Commercial)
Conditions, (Section- 5 Part A&B) shall not be considered.
12. BID SECURITY / EMD
12.1. The bidder shall furnish, as part of its bid, a bid security/EMD as
mentioned in Clause 6 of Section-1(DNIT).
12.2. The MSE bidders are exempted from payment of bid security/EMD.
12.2.a. A proof regarding valid registration with body specified by
Ministry of Micro, Small & Medium Enterprise for the tendered
item will have to be attached along with the bid.
12.2.b. The enlistment certificate issued by MSME should be valid on
the date of opening of tender.
12.2.c. If a vender registered with body specified by Ministry of Micro,
Small & Medium Enterprise claiming concessional benefits is
awarded work by BSNL and subsequently fails to obey any of
the contractual obligations; he will be debarred from any
further work / contract by BSNL for one year from the date of
issue of such tender.
12.3. The bid security/EMD is required to protect the purchaser against the
risk of bidder's conduct, which would warrant the forfeiture of bid
security/EMD pursuant to Para 12.6.
12.4. A bid not secured in accordance with Para 12.1 & 12.2 shall be rejected
by the Purchaser being non-responsive at the bid opening stage.
12.5. The bid security/EMD of the unsuccessful bidder will be discharged/
returned as promptly as possible and latest by the expiry of the period
of the bid validity period prescribed by the purchaser pursuant to clause
13.
12.6. The successful bidder's bid security/EMD will be discharged upon the
bidder's acceptance of the advance purchase order satisfactorily in
accordance with clause 27 and furnishing the performance security,
except in case of L-1 bidder, whose EMBG/EMD shall be released only
after the finalization of ordering of complete tendered quantity in
pursuance to clause no. 24 & 27 of this section.BID SECURITY / EMD
will not carry any interest
12.7. The bid security/EMD may be forfeited:
12.7.a. If the bidder withdraws or amends its bid or impairs or
derogates from the bid in any respect during the period of bid
25
validity specified by the bidder in the bid form or extended
subsequently; or
12.7.b. If the bidder does not accept APO/PO and / or does not submit
PBG & sign the contract / agreement in accordance with
clause 28;
12.8. The front bidder shall submit an irrevocable undertaking in non-
judicial stamp paper of appropriate value duly signed by it and its
technology/ consortium partner stating that both of them i.e. the front
bidder and its technology/ consortium partner shall be liable for due
performance of the contract jointly and severally, failing which both of
them shall be liable to be barred from participating in future
tenders/EOIs/ RFPs of BSNL for a period of two years.
13. PERIOD OF VALIDITY OF BIDS
13.1. Bid shall remain valid for period specified in clause 2 Section 2 of
Tender Information. A bid valid for a shorter period shall be rejected by
the purchaser being non-responsive.
13.2. In exceptional circumstances, the purchaser may request the consent of
the bidder for an extension to the period of bid validity. The request and
the response thereto shall be made in writing. The bid security/EMD
provided under clause 12 shall also be suitably extended. The bidder
may refuse the request without forfeiting its bid security/EMD. A bidder
accepting the request and granting extension will not be permitted to
modify its bid.
14. FORMAT AND SIGNING OF BID
14.1. The bidder shall submit his bid online, complying all eligibility
conditions, other terms and conditions of tender document to be read
along with the clarifications and amendments issued in this respect. All
the documents must be authenticated, by hand signatures by the
authorized person. The letter of authorization shall be indicated by
written power-of-attorney accompanying the bid.
14.2. The bid shall contain no interlineations, erasures or overwriting except
as necessary to correct errors made by the bidder in which case such
corrections shall be signed by the person or persons signing the bid. All
pages of the original bid, except for un-amended printed literatures,
shall be manually signed by the person or persons signing the bid.
14.3. Power of Attorney
14.3.a. The power of Attorney should be submitted and executed on the
non-judicial stamp paper of appropriate value as prevailing in
the concerned states(s) and the same be attested by a Notary
public or registered before Sub-registrar of the state(s)
concerned.
14.3.b. The power of Attorney is executed by a person who has been
authorized by the Board of Directors of the bidder in this regard,
on behalf of the Company/ institution/ Body corporate.
26
14.3.c. In case of the bidder being a firm, the said Power of Attorney
should be executed by all the partner(s) in favour of the said
Attorney.
14.3.d. Attestation of the specimen signatures of such authorized
signatory of the bid by the Company’s/ firm’s bankers shall be
furnished. Name, designation, Phone number, mobile number,
email address and postal address of the authorized signatory
shall be provided.
14.3.e. In case, authorized signatory of the bid (i.e. PoA holder) is
different than the person who submits the online bids using
digital signatures certificate (DSC), then the power of Attorney
should also include the name of this person submitting online
bids on e-tender portal.
15. Sealing and Marking of Bids
15.1. The bids should be submitted as per Section 2 - Clause 3 of tender
information.
15.2. The bids are being called under Single Stage Bidding & Two Envelope System. The bidder shall submit his bid in two envelopes;
15.2.a. The first envelope will be named as Techno-Commercial bid.
This envelope will contain documents of bidder’s satisfying the
eligibility / technical & commercial conditions as per clause 2 &
10 and with bid security/EMD as per clause 12.
Second envelope will be named as Financial Bid containing Price
Schedules as per Section-9 Part B) .
15.2.b. All Offline documents shall be addressed to the purchaser
inviting the tender as given below.
Assistant General Manager (Plg)
O/o General Manager Telecom, BSNL,
Kollam- 691012
Ph: -0474-2796600
The offline envelope shall bear the name of the tender, the tender
number and the words 'DO NOT OPEN BEFORE 12.10 hrs
on 01/08/2020
15.3. The inner and outer envelopes shall indicate the name and complete
postal address of the bidder to enable the purchaser to return the bid
unopened in case it is declared to be received 'late'.
15.4. If both the envelopes are not sealed and marked as required at para
15.1 and 15.2, the bid shall be rejected.
15.5. Offline envelope should be deposited in the tender box provided by
tendering authority or sent by registered post or delivered in person on
above mentioned address. The responsibility for ensuring that the
tenders are delivered in time would vest with the bidder.
15.6. Bids delivered in person on the day of tender opening shall be delivered
upto specified time & date as stated in NIT to concerned officer specified
by tendering authority at the venue (address is given in clause 15.2.b
27
above). The purchaser shall not be responsible if the bids are delivered
elsewhere.
15.7. Venue of Tender Opening:
i) The venue of tender opening will be at the O/o Assistant General
Manager (Planning), BSNL Bhavan, Kollam.
ii) If due to administrative reasons, the venue of Bid opening is
changed, it will be displayed prominently on the venue mentioned
above.
15.8. If both the envelopes are not submitted as required at para 15.1 to 15.7
above, the bid shall be rejected.
16. SUBMISSION OF BIDS
16.1. Bids must be submitted by the bidder on or before the specified date
and time indicated in Clause 6 of section -1 i.e. DNIT
16.2. The purchaser may, at its discretion, extend this deadline for the
submission of bids by amending the Bids Documents in accordance
with clause 6 of section -1, in which case all rights and obligations of
the purchaser and bidders previously subjected to the deadline will
thereafter be subjected to the extended deadline.
16.3. The bidder shall submit its bid offer against a set of bid documents
purchased by him for all the service as required in the bid documents.
He may include alternate offer, if permissible as per the bid. However,
not more than one independent and complete offer shall be permitted
from the bidder.
17. LATE BIDS
17.1. No bid shall be accepted after the specified deadline for submission of
bids prescribed by the purchaser.
18. MODIFICATION AND WITHDRAWAL OF BIDS
18.1. The bidder may modify, revise or withdraw his bid after submission
prior to deadline prescribed for submission of bid.
18.2. The bidder’s modification, revision or withdrawal shall have to be online
and digitally authenticated.
18.3. No bid shall be modified subsequent to the deadline for submission of
bids.
19. OPENING OF BIDS BY PURCHASER
19.1. The purchaser shall open bids online in the presence of the authorized
representatives of bidders online. The bidder's representatives, who are
present, shall sign in an attendance register. Authority letter to this
effect shall be submitted by the authorized representatives of bidders
before they are allowed to participate in bid opening (A Format is given
in enclosed in Section-7 C).
19.2. A maximum of two representatives of any bidder shall be authorized and
permitted to attend the bid opening.
19.3. Name of envelopes to be opened & information to be read out by Bid
Opening Committee
28
19.3.a. Techno-commercial bid only will be opened on the date of tender
opening given in NIT. Date of opening of financial bid will be
intimated to all bidders qualified technically.
19.3.b. The following information should be read out at the time of
Techno-commercial bid opening: -
a) Name of the Bidder
b) Name of the item
c) EMD amount & validity and acceptability
d) Information in respect of eligibility of the bidder.
e) Details of bid modification/ withdrawal, if applicable.
19.3.c. The following information should be read out at the time of
Financial bid opening: -
a) Name of the Bidder
b) Name of the item
c) Rate quoted in the bid
d) Discount, if offered
e) Taxes& levies
(Information as per electronic forms shall be populated as comparison chart on e-tender system and no
information shall be read out)
19.4. The date fixed for opening of bids, if subsequently declared as holiday
by the BSNL, the revised date of schedule will be notified. However, in
absence of such notification, the bids will be opened on next working
day, time and venue remaining unaltered.
20. CLARIFICATION OF BIDS
20.1. To assist in the evaluation and comparison of bids, the purchaser may,
at its discretion ask the bidder for the clarification of its bid. The
request for the clarification and the response shall be in writing.
However, no post bid clarification at the initiative of the bidder shall be
entertained.
20.2. If any of the documents, required to be submitted along with the
technical bid is found wanting, the offer is liable to be rejected at that
stage. However, the purchaser at its discretion may call for any
clarification regarding the bid document within a stipulated time period.
In case of noncompliance to such queries, the bid will be out rightly
rejected without entertaining further correspondence in this regard.
21. PRELIMINARY EVALUATION
21.1. Purchaser shall evaluate the bids to determine whether they are
complete, whether any computational errors have been made, whether
required sureties have been furnished, whether the documents have
been properly signed and whether the bids are generally in order.
21.2. Arithmetical errors shall be rectified on the following basis. Based on
the quoted percentage of duties and taxes, Freight etc. the amounts
quoted thereof shall be worked out and rounded off to 2 decimal points.
In case the unit price quoted does not tally with its breakup quoted, the
29
same shall be corrected by summing up the breakups. If there is a
discrepancy between the unit price and total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and
the total price shall be corrected by the purchaser.
21.3. If there is a discrepancy between words and figures, the amount in
words shall prevail. If the supplier does not accept the correction of the
errors, its bid shall be rejected.
21.4. Prior to the detailed evaluation pursuant to clause 22, the Purchaser
will determine the substantial responsiveness of each bid to the Bid
Document. For purposes of these clauses, a substantially responsive bid
is one which confirms to all the terms and conditions of the Bid
Documents without material deviations. The purchaser's determination
of bid's responsiveness shall be based on the contents of the bid itself
without recourse to extrinsic evidence.
21.5. A bid, determined as substantially non-responsive will be rejected by the
purchaser and shall not subsequent to the bid opening be made
responsive by the bidder by correction of the non-conformity.
21.6. The Purchaser may waive any minor infirmity or non-conformity or
irregularity in a bid which doesn't constitute a material deviation,
provided such waiver doesn't prejudice or affect the relative ranking of
any bidder. The decision of BSNL in this regard shall be final.
22. EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS
22.1. The Purchaser shall evaluate in detail and compare the bids previously
determined to be substantially responsive pursuant to clause 21.
22.2. The evaluation and comparison of responsive bids shall be done on the
basis of Net cost to BSNL on the rate quoted excluding GST. The BSNL
shall examine the bids to determine whether these are complete and are
generally in order, without computational errors, with required
enclosures and appropriate documents. Bids without quoting for all the
items will not be evaluated.
22.3. Vendors should furnish the correct HSN/SAC in the price Schedule. If
the supplier fails to furnish necessary supporting documents i.e. GST
invoices etc. In respect of the Duties/taxes for which ITC is available to
BSNL, the amount pertaining to such Duties/Taxes will be deducted
from the payment due to the firm.
22.4. Evaluation criteria: Evaluation will be made on the basis of the rate
quoted for work and multiplied with number of quantities mentioned
and summing up the cost for all the work points, but excluding GST.
23. CONTACTING THE PURCHASER
23.1. Subject to Clause 20, no bidder shall try to influence the Purchaser on
any matter relating to its bid, from the time of the bid opening till the
time the contract is awarded.
23.2. Any effort by a bidder to modify its bid or influence the purchaser in the
30
purchaser's bid evaluation, bid comparison or contract award decision
shall result in the rejection of the bid.
24. PLACEMENT OF ORDER
24.1. The Purchaser shall consider placement of work orders on those eligible
bidders whose offers have been found technically, commercially and
financially acceptable. The Purchaser reserves the right to counter offer
price(s) against price(s) quoted by any bidder.
24.2. The ordering rate of any bidder shall not exceed the lowest evaluated
price (If applicable)
24.3. The purchaser reserves the right for the placement of order of entire
tendered quantity on the bidder with the lowest evaluated price.
25. PURCHASER'S RIGHT TO VARY QUANTITIES
25.1. BSNL reserves the right to increase or decrease up to 25 % of the
quantity of services specified in the schedule of requirements without
any change in the rate or other terms and conditions at the time of
award of contract.
25.2. BSNL also reserves the right for placement of additional order or up to
50% of the additional quantities of services contained in the running
tender/ contract within a period of twelve months from the date of
acceptance of first APO in the tender at the same rate or a rate
negotiated (downwardly) with the existing vendors considering the
reasonability of rates based on prevailing market conditions and the
impact of reduction in taxes etc and service to be provided with in the
period scheduled afresh.
25.3. In exceptional situation where requirement is of an emergent nature
and it is necessary to ensure continued service from the existing vendor,
the purchaser reserves the right to place repeat order up to 100% of
quantities of service contained in the running tender within a period of
twelve months from the date of acceptance of first APO in the tender at
the same rate or a rate negotiated (downwardly) with the existing
vendors considering the reasonability of rates based on prevailing
market condition and the impact of reduction in duties and taxes etc.
Exceptional situation and emergent nature should be spelt out clearly
detailing the justification as well as benefits accrued out of it and loss
incurred in case this provision is not invoked and approved by the
authority competent to accord administrative and financial approval for
the procurement calculated on the basis of total procurement i.e. initial
and proposed add-on quantity.
25.4. Purchaser reserves the right to offer the contract to any other tenderer or any other agency in case of unsatisfactory work. .The contractor should carry out the work to the satisfaction of BSNL officer in charge and in the event of his
failure the contract work will be got done from some other agency at the cost of the contractor and payment will be settled on prorate Basis.
25.5. The decision of the Purchaser on any matter connected to this tender is final binding.
31
26. PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL
BIDS
The Purchaser reserves the right to accept or reject any bid, and to annul the
bidding process and reject all bids, at any time prior to award of contract
without assigning any reason whatsoever and without thereby incurring any
liability to the affected bidder or bidders on the grounds of purchaser’s action.
27. ISSUE OF LETTER OF INDENT/ADVANCE WORK ORDER
27.1. The issue of Letter of Intent/Advance Work Order shall constitute the
intention of the Purchaser to enter into contract with the bidder.
27.2. The bidder shall within 14 days of issue of the advance work/purchase
order, give its acceptance along with performance security in
conformity with the proforma provided with the bid document at
Section-7B. Performance security will not carry any interest.
27.3. In the event of withdrawal of AWO/LoI, subsequent claim of bidder for
placement of Work Order/signing of contract, shall not be entertained
by this office.
27.4. The accepted bidder may be issued advanced work/purchase order for
the quantity required at the time of issue of AWO/APO within the
provisions of the Tender. WO/P O for additional requirements will be
issued as and when required with the capping of maximum provision
in the Tender.
28. SIGNING OF CONTRACT
28.1. The signing of agreement and the issue of work order shall constitute
the award of contract on the bidder.
28.2. Upon the successful bidder furnishing performance security pursuant
to clause 27, the Purchaser shall discharge the bid security/EMD in
pursuant to clause 12, except in case of successful bidder, after
finalization of ordering of complete tendered quantity in pursuance to
clause no. 24 of this section.
29. ANNULMENT OF AWARD
Failure of the successful bidder to comply with the requirement of clause 27 & 28
shall constitute sufficient ground for the annulment of the award and the
forfeiture of the bid security/EMD in which event the Purchaser may make the
award to any other bidder at the discretion of the purchaser or call for new bids.
30. Quality Assurance Requirements: Not Applicable
31. REJECTION OF BIDS
31.1. While all the conditions specified in the Bid documents are critical and
are to be complied, special attention of bidder is invited to the following
clauses of the bid documents. Non-compliance of any one of these
shall result in outright rejection of the bid.
31.1.a. Clauses 12& 13.1 of Section- 4 Part A: The bids will be
rejected at opening stage if bid security/EMD is not submitted
as per Clauses 12 of Section- 4 Part A and bid validity is less
than the period prescribed in Clause 13.1 of Section- 4 Part A.
32
31.1.b. Clause 2 & 10 of Section-4 Part A: If the eligibility condition as
per clause 2 of Section 4 Part A is not met and/ or documents
prescribed to establish the eligibility as per Clause 10 of
Section 4 Part A are not enclosed, the bids will be rejected
without further evaluation.
31.1.c. Clause 11.2 (b) of Section-4 Part A: If clause-by-clause
compliance as well as deviation statements as prescribed are
not given, the bid will be rejected at the stage of primary
evaluation.
31.1.d. While giving compliance to Section-5 Part A, General
Commercial conditions, Section-4 Part B, Special Instructions
to Bidders, Section-5 Part B Special (Commercial) Conditions
of Contract, Section-3 Part A Scope of Work and Section-3
Part-B Technical Specification, ambiguous words like "Noted",
"Understood", “Noted & Understood" shall not be accepted as
complied. Mere "Complied" will also be not sufficient, reference
to the enclosed documents showing compliances must be
given.
31.1.e. Section-9 Part-B Financial Bid Rate: Rates are not filled in as
prescribed in price schedule.
31.1.f. Section-4 Part A clause 9.5 on discount which is reproduced
below:
"Discount, if any, offered by the bidder shall not be considered
unless specifically indicated in the price schedule. Bidders
desiring to offer discount shall therefore modify their offer
suitably while quoting and shall quote clearly net price taking
all such factors like Discount, free supply etc. into account".
31.2. Before outright rejection of the Bid by Bid-opening team for non-
compliance of any of the provisions mentioned in clause 31.1(a),
31.1(b) of Section-4Part-A, the bidder company is given opportunity to
explain their position, however if the person representing the company
is not satisfied with the decision of the Bid opening team, he/they can
submit the representation to the Bid opening team immediately but in
no case after closing of the tender process with full justification
quoting specifically the violation of tender condition if any.
31.3. Bid opening team will not return the bids submitted by the bidders on
the date of tender opening even if it is liable for rejection and will
preserve the bids in sealed cover as submitted by taking the signatures
of some of the desirous representatives of the participating
bidder/companies present on the occasion.
31.4. The in-charge of Bid opening team will mention the number of bids
with the name of the company found unsuitable for further processing
on the date of tender opening and number of representations received
in Bid opening Minutes and if Bid opening team is satisfied with the
argument of the bidder/company mentioned in their representation
33
and feel that there is prima-facie fact for consideration, the in-charge
of the bid opening team will submit the case for review to Officer
competent to approve the tender as early as possible preferably on next
working day and decision to this effect should be communicated to the
bidder company within a week positively. Bids found liable for rejection
and kept preserved on the date of tender opening will be returned to
the bidders after issue of P.O. against the instant tender.
31.5. If the reviewing officer finds it fit to open the bid of the petitioner, this
should be done by giving three (working) days’ notice to all the
participating bidders to give opportunity to participants desirous to be
present on the occasion.
32. ACTION BY PURCHASER AGAINST BIDDER(S)/ VENDOR(S) IN CASE OF
DEFAULT.
In case of default by Bidder(s)/ Vendor(s) such as
a) Does not provide the service in time;
b) Service does not perform satisfactory in the field in accordance with the
specifications;
c) Or any other default whose complete list is enclosed in Appendix-1.
Purchaser will take action as specified in Appendix-1 of this section
33. Clause Deleted
34. NEAR-RELATIONSHIP CERTIFICATE
34.1. The bidder should give a certificate that none of his/ her near relative,
as defined below, is working in the units where he is going to apply for
the tender. In case of proprietorship firm, certificate will be given by
the proprietor. For partnership firm certificate will be given by all the
partners and in case of limited company, by all the Directors of the
company excluding Government of India/ Financial institution
nominees and independent non-Official part time Directors appointed
by Govt. of India or the Governor of the state and full time Directors of
PSUs both state and central. Due to any breach of these conditions by
the company or firm or any other person the tender will be cancelled
and bid security/EMD will be forfeited at any stage whenever it is
noticed and BSNL will not pay any damage to the company or firm or
the concerned person.
34.2. The Company or firm or the person will also be debarred for further
participation in the concerned unit.
34.3. The near relatives for this purpose are defined as:-
a) Members of a Hindu undivided family.
b) They are husband and wife.
c) The one is related to the other in the manner as father, mother,
son(s) & Son's wife (daughter in law), Daughter(s) and daughter's
husband (son in law), brother(s) and brother's wife, sister(s) and
34
sister's husband (brother in law).
34.4. The format of the certificate is given in Section 6 (B).
35. VERIFICATION OF DOCUMENTS AND CERTIFICATES
The bidder will verify the genuineness and correctness of all documents and
certificates, including experience/performance certificates, issued either by the
bidder or any other firm / associate before submitting them in the bid. The onus
of proving genuineness of the submitted documents would rest with the bidder.
As per requirement of the tender’s conditions, if any document / paper /
certificate submitted by the participant bidder is found to be false / fabricated /
tampered / manipulated at any stage during bid evaluation or award of contract,
then the bid security (EMBG) of the bidder would be forfeited and the bidder
would be disqualified from the tender. Action would also be taken for banning of
business dealing with the defaulting firm. In case contract has already awarded to
the bidder, then PBG would be forfeited and the contract would be rescind /
annulled and BSNL would be at liberty to procure the ordered goods and services
from any other source at the risk and cost of the defaulting bidder. Action would
also be taken for banning business dealing with the defaulting firm.
Note: To obviate any possibility of doubt and dispute and maintain veracity of the
documents / papers / certificates, the documents conforming to eligibility part
will be submitted by the participant bidder duly authenticated by the authorized
signatory along with EMBG (bid security) of requisite amount and will be checked
at the time of tender opening. The documents / papers to be submitted in
respective bid part will be explicitly mentioned in relevant clauses. This bid part
already signed by the authorized representative of the bidder company during bid
submission) will be signed by the in charge of the tender opening team and will be
kept preserved along with the bid submitted. In case of any dispute these papers
will be treated as authentic one.
36. Security Clause as per latest guidelines and requirement
Mandatory Licensing requirements with regards to security related concerns
issued by the Government of India are applicable from time-to-time and shall be
strictly followed.
37. Reservation/ Procurement from MSE units: The guidelines / instructions /
laws issued vide D.O. no 21(1) -2011-M.A..April 25th, 2012 from Ministry of Mi-
cro, Small & Medium Enterprise (MSME) with respect to provisions for Micro &
Small Enterprises (MSEs) shall be followed.
37.1 CONCESSIONS TO MSE UNITS: The guidelines, issued by Ministry of Micro, Small & Medium Enterprise (MSME), Government of India regarding concessions for Micro& Small Enterprise Units registered with District Industries Centres or Khadi& Village Industries Commission or Khadi & Village Industries Board or Coir Board or National Small Industries Corporation(NSIC) or Directorate of Handicrafts & Handloom or any other body specified by Ministry of Micro, Small & Medium Enterprise, have been considered by the BSNL (Corporate Office) and it has been decided that these units shall be allowed the following concessions.
As per the instruction of DOT ltr dt 02/04/2018 along with Department of Expenditure OM dt 28/02/2018 , Registration of UAM (Udyog Aadhar
memorandum) by ministry of MSME vendors on CPPP(Central Public
35
Procurement Portal) is mandatory. The bidders who also fail to submit UAM number shall not be able to avail the benefits available to MSEs as contained in Public Procurement Policy for MSEs order, 2012 issued by MSME. 1. Supply of Tender Documents: The tender documents shall be issued to MSE bidders free of
cost provided the tendered item is listed in the Registration Certificate of MSE.
2. Exemption from payment of Bid Security deposit /Earnest Money Deposit
The MSE units registered with bodies as detailed in para 37.1 above shall be given exemp-
tion from payment of Bid Security deposit provided the tendered item is listed in the Regis-
tration Certificate of MSE.
a) A proof regarding current registration with bodies as detailed in para 371 above for the ten-
dered items will have to be attached along with the bid.
b) The enlistment certificate issued by bodies as detailed in para 37.1 should be current &
valid on the date of opening of bid.
Appendix-1 to Section 4 Part A Guidelines on Action to be taken on Defaulting Vendors
S. No.
Defaults of the bidder / vendor. Action to be taken
A B C
1(a)
Submitting fake / forged
i) Rejection of tender bid of respective Vendor. ii) Banning of business for 3 years which implies barring further dealing with the bidder for procurement of Goods & Services including participation in future tenders invited by BSNL for 3 years from date of issue of banning order. iii) Termination/ Short Closure of WO, if issued. This implies non-acceptance of further work & services except to make the already received complete work in hand.
a) Bank Instruments with the bid to meet terms & condition of tender in respect of tender fee and/ or EMD.
b) Certificate for claiming exemption in respect of tender fee and/ or EMD;
and detection of default at any stage from receipt of bids till award of AWO/ issue of WO.
Note 1:- However, in this case the performance guarantee if alright will not be forfeited.
Note 2:- Payment for already received completed work shall be made as per terms & conditions of WO.
1(b)
Submitting fake / forged documents towards meeting eligibility criteria such as experience capability, supply proof, registration with GST, Income Tax departments etc and as supporting documents towards other terms & conditions with the bid to meet terms & condition of tender :
(i) If detection of default is prior to award of AWO
i) Rejection of Bid & ii) Forfeiture of EMD. (iii)Banning of business for upto 3 years which implies Barring further dealing with the vendor for procurement of Goods and Services including participation in future tenders invited by BSNL for upto Three Years from date of issue of banning order.
36
(ii) If detection of default after issue of AWO but before receipt of PG/ SD (DD,BG etc.)
(i)Cancellation of AWO , ii) Rejection of Bid & iii) Forfeiture of EMD. iv) Banning of business for upto 3 years which implies Barring further dealing with the vendor for procurement of Goods and Services including participation in future tenders invited by BSNL for upto Three Years from date of issue of banning order.
(iii) If detection of default after receipt of PG/ SD (DD,BG etc.) .
i)Cancellation of AWO ii) Rejection of Bid & iii) Forfeiture of PG/ SD. However on realization of PG/ SD amount, EMD, if not already released shall be returned. iv) Banning of business for upto 3 years which implies Barring further dealing with the vendor for procurement of Goods and Services including participation in future tenders invited by BSNL for upto Three Years from date of issue of banning order
(iv) If detection of default after issue of WO
i)Termination/ Short Closure of WO and Cancellation of AWO ii) Rejection of Bid & iii) Forfeiture of PG/ SD. However on realization of PG/ SD amount, EMD, if not released shall be returned.
iv) Banning of business for upto 3 years which implies Barring further dealing with the vendor for procurement of Goods and Services including participation in future tenders invited by BSNL for upto Three Years from date of issue of banning order
Note 3:- However, settle bills for the services received if pending items do not affect working or use of supplied items.
Note 4:- No further supplies are to be accepted except that required to make the already supplied items work.
2
If vendor or his representative uses violent/ coercive means viz. Physical / Verbal means to threatens BSNL Executive / employees and/ or obstruct him from functioning in discharge of his duties & responsibilities for the following :
a) Obstructing functioning of tender opening executives of BSNL in receipt/ opening of tender bids from prospective Bidders, suppliers/ Contractors.
Banning of business for 3 years which implies Barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL for 3 years from date of issue of banning order.
b) Obstructing/ Threatening other prospective bidders i.e. suppliers/ Contractors from entering the tender venue and/ or submitting their tender bid
37
freely.
3 Non-receipt of acceptance of AWO and SD/ PG by L-1 bidder within time period specified in AWO.
Forfeiture of EMD.
4.1 Failure to execute the work at all even in extended delivery schedules, if granted against WO.
i) Termination of WO. ii) Under take work in accordance with Clause 15 Section 5A at the risk of defaulting bidder iii) Recover the excess charges if incurred from the PG/ SD and outstanding bills of the defaulting Vendor.
4.2 Failure to execute the work in full even in extended delivery schedules, if granted against PO/ WO.
i) Short Closure of WO to the service already received by BSNL and/ or in pipeline provided ii) Under take work in accordance with Clause 15 Section 5A at the risk of defaulting bidder
iii) Recover the excess charges if incurred from the PG/ SD and outstanding bills of the defaulting bidder.
5.1 The supplied equipment does not perform satisfactory in the field in accordance with the specifications mentioned in the PO/ WO/Contract.
i) If the material is not at all acceptable, then return the non-acceptable material (or its part) & recover its cost, if paid, from the o/s bills/ PG/ SD. OR ii) If the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty from outstanding dues of vendor including PG/ SD.
5.2 Major quality problems (as established by a joint team / committee of User unit(s) and QA Circle) / performance problems and non-rectification of defects (based on reports of field units and QA circle).
i) If the material is not at all acceptable, then return the non-acceptable material (or its part) & recover its cost, if paid, from the o/s bills/ PG/ SD; OR ii) If the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty from outstanding dues of vendor including PG/ SD; and iii) Withdrawal of TSEC/ IA issued by QA Circle.
6
Submission of claims to BSNL against a contract
i) Recovery of over payment from the outstanding dues of Vendor including EMD/ PG & SD etc. and by invoking ‘Set off’ Clause 21 of Section 5 Part A or by any other legal tenable manner. ii) Banning of Business for 3 years from date of issue of banning order or till the date of recovery of over payment in full, whichever is later.
(a) for amount already paid by BSNL .
(b) for Quantity in excess of that supplied by Vendor to BSNL.
c) for amount higher than that approved by BSNL for that service.
38
Note 5:- The claims may be submitted with or without collusion of BSNL Executive/ employees.
Note 6:- This penalty will be imposed irrespective of the fact that payment is disbursed by BSNL or not.
7
Network Security/ Safety/ Privacy:- If the vendor tampers with the hardware, software/ firmware or in any other way that
i) Termination of PO/ WO. ii) Banning of business for 3 years which implies barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL for 3 years from date of issue of banning order. iii) Recovery of any loss incurred on this account from the Vendor from its PG/ SD/ O/s bills etc.
a) Adversely affects the normal working of BSNL equipment(s) and/ or any other TSP through BSNL.
b) Disrupts/ Sabotages functioning of the BSNL network equipments such as exchanges, BTS, BSC/ MSC, Control equipment including IN etc., transmission equipments but not limited to these elements and/ or any other TSP through BSNL.
iv) Legal action will be initiated by BSNL against the Vendor if required. c) tampers with the billing related data/
invoicing/ account of the Customer/ User(s) of BSNL and/ or any other TSP(s).
d) hacks the account of BSNL Customer for unauthorized use i.e. to threaten others/ spread improper news etc.
e) undertakes any action that affects/ endangers the security of India.
8
If the vendor is declared bankrupt or insolvent or its financial position has become unsound and in case of a limited company, if it is wound up or it is liquidated.
i) Termination/ Short Closure of the WO. ii) Settle bills for the service received if pending work does not affect the working or use of the services received iii) Under take work in accordance with Clause 15 Section 5A at the risk of defaulting bidder iv) In case of turnkey projects, If the services are provided without any degradation of performance, then settle bills for the acceptable service (or its part). v) In case of turnkey projects, if the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty from outstanding dues of vendor including PG/SD.
9
In the event of the vendor, its proprietor, Director(s), partner(s) is / are convicted by a Court of Law following prosecution for offences involving moral turpitude in relation to the business dealings.
i)Termination/ Short Closure of the WO. ii) Settle bills for the service received if pending work does not affect the working or use of the services received iii) Under take work in accordance with Clause 15 Section 5A at the risk of defaulting bidder
39
iv) In case of turnkey projects, If the services are provided without any degradation of performance, then settle bills for the acceptable service (or its part). v) In case of turnkey projects, If the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty from outstanding dues of vendor including PG/ SD.
10 If the vendor does not return/ refuses to return BSNL’s dues: i) Take action to appoint Arbitrator to adjudicate the dispute.
a) Inspite of order of Arbitrator.
i) Termination of contract, if any. ii) Banning of business for 3 years which implies barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL from date of issue of banning order or till the date by which vendor clears the BSNL’s dues, whichever is later iii) Take legal recourse i.e. filing recovery suite in appropriate court.
b) Inspite of Court Orders.
i) Termination of contract, if any. ii) Banning of business for 3 years which implies barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL from date of issue of banning order or till the date by which vendor clears the BSNL’s dues, whichever is later.
11
If the Central Bureau of Investigation/ Independent External Monitor (IEM) / Income Tax/ GST Authorities / Custom Departments recommends such a course
Take Action as per the directions of CBI or concerned department.
12 The following cases may also be considered for Banning of business:
i) Banning of business for 3 years which implies Barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL for 3 years from date of issue of banning order.
(a) If there is strong justification for believing that the proprietor, manager, MD, Director, partner, employee or representative of the vendor/ supplier has been guilty of malpractices such as bribery, corruption, fraud, substitution of tenders, interpolation, misrepresentation with respect to the contract in question.
40
(b) If the vendor/ supplier fails to execute a contract or fails to execute it satisfactorily beyond the provisions of Para 4.1 & 4.2.
(c) If the vendor/ supplier fails to submit required documents/ information, where required.
(d) Any other ground which in the opinion of BSNL is just and proper to order for banning of business dealing with a vendor/ supplier.
Note 7: The above penalties will be imposed provided it does not clash with the provision of the respective tender.
Note 8:-In case of clash between these guidelines & provision of invited tender, the provision in the respective tender shall prevail over these guidelines.
Note 9: Banning of Business dealing order shall not have any effect on the existing/ ongoing works which will continue along with settlement of Bills.
41
Section-4 Part B
Special Instructions to Bidders
1. Eligibility Conditions: The bidders should have
a. General Qualification
i. The bidder must be Indian registered under Companies Act
1956/2013 / Partnership firms/Sole proprietary firms/reputed and
experienced contractors/suppliers rending tendered services to
BSNL/MTNL or any other Telecom Service Providers in India / LLP or a
Firm registered under applicable Acts (Proof Should be uploaded).
ii. The bidder must not be blacklisted for telecom business by any
Central / State Governments / PSUs in India at the time of
submission of bid. An undertaking must be submitted in this
regard.
iii. The bidder must have a valid PAN registration.
iv. The bidder must have a valid GST registration.
v. The bidder must be registered under EPF and ESI in India.
vi. The bidder should not have any near relatives working in BSNL
vii. The bidder shall strictly abide by the provisions of various Acts of the State in
force, in connection with the employment of the contract labour viz. Contract
Labour R&A Act 1970, Workmen Compensation Act, EPF/ESI Act and Bonus act
1965 and all other regulation covered under Labour Act at present and in the
currency of contract in force.
b. Technical Qualification
i. Bidders must possess a minimum experience of having
successfully completed works of similar nature viz Mobile Access
Equipment Maintenance, Mobile Infrastructure Maintenance,
Diesel Filling and Rigger activities as detailed in Section 3 Part A
for any Government/ Public Sector Organization/other telecom
service providers for a period of not less than one year anytime
during the last five years immediately preceding the date of
submission of bid.
ii. The Bidder must have minimum annual turnover of 30% of
annual estimated cost of tender, during each of the consecutive
financial years 2017-18 and 2018-19 from telecom business.
Bidders will be required to support claims of their financial qualification through their audited financial statements duly certified by their CA. The bidders shall submit necessary documentary proof showing that they
meet the eligibility criteria along with their tender bid. All documents
submitted will also be self-attested by the bidder.
Note: All documents mentioned in Clause 3 of Section 2 Tender
Information shall be submitted at the time of submission of “Techno-
Commercial Part”.
42
2. Bid security/EMD:
The bank guarantee / DD for Bid security/EMD or Micro & Small Enterprise (MSE) registration certificate for claiming exemption from submission of Bid security/EMD, as prescribed in clauses 12.1 & 12.2 of section-4 Part A of the bid document should be submitted by the bidder. The Bank guarantee / DD so submitted shall be as per the format given in Section-7 A on prescribed judicial Stamp paper with stamps of proper value and should contain full address of the issuing branch of the bank with its telephone number and FAX number.
3. Distribution of Quantity The purchaser intends to allot 100% of quantity to the L1 bidder among those bidders whose bids are Techno-commercially and financially eligible.
43
SECTION 4– Part C
E-tendering Instructions to Bidders
General
These Special Instructions (for e-Tendering) supplement ‘Instruction to
Bidders’, as mentioned in the tender documents.
BSNL has decided to use process of e-tendering for inviting this tender
and thus the physical copy of the tender would not be sold. Submission of Bids
through online process is mandatory for this Tender.
For conducting electronic tendering, BSNL, Kerala Telecom Circle, Kollam BA is
using the portal (https://etender.bsnl.co.in/irj/portal) of BSNL, a Government of
India Undertaking.
Please refer to Bidders Manual, Guidelines to bidders & FAQ available at
https://etender.bsnl.co.in/irj/portal.
Note: The instructions given below are pertaining to BSNL’s e-tender
portal. References/Clauses may be suitably modified as applicable to the e-
tender platform used by BA from time to time. Instructions
1. Tender Bidding Methodology:
Sealed Bid System – ‘Single Stage Bidding using Two Stage Opening using two
electronic envelopes (Techno commercial Bid and Financial Bid).
2. Broad outline of activities from Bidders prospective:
1. Procure a Digital Signing Certificate (DSC)
2. Register on Electronic Tendering System® (ETS)
3. Create Users and assign roles on ETS
4. View Notice Inviting Tender (NIT) on ETS
5. Download Official Copy of Tender Documents from ETS
6. Clarification to Tender Documents on ETS
a. Query to BSNL (Optional)
b. View response to queries, posted by BSNL, as addenda.
7. Bid-Submission on ETS
8. Attend Public Online Tender Opening Event (TOE) on ETS –Opening of
Technical-Part
9. View Post-TOE Clarification on ETS (Optional). Respond to BSNL’s Post –
TOE queries.
10. Attend Public Online Tender Opening Event (TOE) on ETS – Opening of
Financial-Part (Only for Technical Responsive Bidders)
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 ETS.
Note 1: It is advised that all the documents to be submitted are kept scanned or
converted to PDF format in a separate folder on your computed before
44
starting online submission.
Note 2: While uploading the documents, it should be ensured that the file name
should be the name of the document itself
3. Digital Certificates
For integrity of data and authenticity/ non-repudiation of electronic records,
and to be complaint 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
quarantine restrictions, strikes, lockouts or act of God (hereinafter referred
to as events) provided notice of happenings of any such eventuality is given
by either party to the other within 21 days from the date of occurrence
thereof, neither party shall by reason of such event be entitled to terminate
this contract nor shall either party have any claim for damages against
other in respect of such non-performance or delay in performance, and
deliveries under the contract shall be resumed as soon as practicable after
such an event come to an end or cease to exist, and the decision of the
54
Purchaser as to whether the deliveries have been so resumed or not shall be
final and conclusive. Further that if the performance in whole or part of any
obligation under this contract is prevented or delayed by reasons of any
such event for a period exceeding 60 days, either party may, at its option,
terminate the contract.
(2) Provided, also that if the contract is terminated under this clause, the
Purchaser shall be at liberty to take over from the Supplier at a price to be
fixed by the purchaser, which shall be final, all unused, undamaged and
acceptable materials, bought out components and stores in course of
manufacture which may be in possession of the Supplier at the time of such
termination or such portion thereof as the purchaser may deem fit, except
such materials, bought out components and stores as the Supplier may
with the concurrence of the purchaser elect to retain.
18. TERMINATION FOR DEFAULT (whichever applicable)
(1) The Purchaser may, without prejudice to any other remedy for breach of
contract, by written notice of default, sent to the supplier, terminate this
contract in whole or in part
a) if the supplier fails to deliver any or all of the service within the time
period(s) specified in the contract, or any extension thereof granted by
the purchaser pursuant to clause15;
b) if the supplier fails to perform any other obligation(s) under the
Contract; and
c) if the supplier, in either of the above circumstances, does not remedy its
failure within a period of 15 days (or such longer period as the
purchaser may authorize in writing) after receipt of the default notice
from the purchaser.
d) Any other default as mentioned in Appendix-1 of Section-4 Part-A, Purchaser will take action as specified in Appendix-1 of Section-4, Part-A.
(2) In the event the purchaser terminates the contract in whole or in part
pursuant to Para 11.1 the purchaser may procure, upon such terms and in
such manner as it deems appropriate, service similar to those undelivered
and the supplier shall be liable to the Purchaser for any excess cost for
such similar services. However, the supplier shall continue the performance
of the contract to the extent not terminated.
19. TERMINATION FOR INSOLVENCY
The Purchaser may at any time terminate the Contract by giving
written notice to the Supplier, without compensation to the supplier. If the
supplier becomes bankrupt or otherwise insolvent as declared by the
competent court provided that such termination will not prejudice or affect any
right of action or remedy which has accrued or will accrue thereafter to the
purchaser.
Contractors hires /representatives shall, without the consent in
writing of the GMT Kollam have no right to continue to perform the duties or
engagement thereof, the contractor under the contract in case of his death. In
the event of the contractor, winding up his company on account of transfer or
merger of his company with any other, the contractor shall make it one of the
terms and stipulations of the contractor for the transfer of his properties and
55
business, that such other person or company shall continue to perform the
duties or engagements of the contractor under this contract and be subject to
his liabilities there under.
Without prejudice to any of the rights or remedies under this contract, if the
contractor dies, the GMT Kollam shall have the opinion of terminating the
contract without compensation to the contactor which does not amount to
breach of the contract.
Where the contractor is a partnership firm, the previous approval in
writing of the GMT Kollam shall be obtained before any change is made in the
constitution of the firm. Where the contractor is an individual or a Hindu
undivided family business concern such approval as aforesaid shall likewise be
obtained before the contractor enters in to any partnership agreement where
under the partnership firm would have the right the 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
terms tender and the same and action may be taken accordingly.
20. ARBITRATION
I.(Applicable in case of supply orders /contracts with firms other than " Public
Sector Enterprise) (Not applicable in cases valuing less than Rs 5lakhs)
Except as otherwise provided elsewhere in the contract, if any dispute, difference,
question or disagreement arises between the parties hereto or their respective
representatives, or assignees, in connection with construction ,meaning, operation,
effect, interpretation of the contract or breach thereof which parties unable to settle
mutually, the same shall be referred to Arbitration as per the provisions contained
in The Arbitration and Conciliation Act 1996 and the rules made there under or
any statutory modification or re-enactment there of or any rules made thereof.
II.(Applicable in case of supply orders/ contracts with Central/State Government (s) as
the case may be in terms of DPE guidelines for settlement of commercial disputes be-
tween Public Sector Enterprises inter-se and Public Sector Enterprise(s) and Govern-ment Department(s) through Administrative Mechanism for Resolution of CPSEs Dis-
purtes (AMRCD) in the Department of Public Enterprises.
In the event of any dispute or difference relating to the interpretation and
application of the provisions of commercial contract(s) between Central Public
Sector Enterprises (CPSEs)/ Port Trusts inter se and also between CPSEs and
Government Departments/Organizations (excluding disputes concerning
Railways, Income Tax, Customs & Excise Departments), such dispute or
difference shall be taken up by either party for resolution through AMRCD as
mentioned in DPE OM No. 4(1)/2013-DPE(GM)/FTS-1835 dated 22-05-2018".
III. APPLICABLE LAW AND JURIDICTION
(a) The supply order for Goods or Services including all matters connected with this
supply order shall be governed by the Indian law both substantive and procedural
, for the time being in force and shall be subject to the exclusive jurisdiction of
Indian Courts at the place from where the Purchase Order has been placed
(b) Foreign companies operating in India or entering into Joint Ventures in India,
shall have to obey the law of land and there shall be no compromise or excuse for
the ignorance of the Indian legal system in any way.
56
21. SET OFF
Any sum of money due and payable to the supplier (including security deposit
refundable to him) under this contract may be appropriated by the purchaser
or the BSNL or any other person(s) contracting through the BSNL and set off
the same against any claim of the Purchaser or BSNL or such other person or
person(s) for payment of a sum of money arising out of this contract or under
any other contract made by the supplier with the Purchaser or BSNL or such
other person(s) contracting through the BSNL.
22. INTIMATION OF SUPPLY STATUS (If applicable)
(1) The bidder, who are given work Orders, must give the details of the service
delivered against all the work Orders every month on the first working day of
the following month to SDE(BSS) and the concerned User Branches of BSNL.
23. INTIMATION OF SUPPLY STATUS: Deleted
24. FALL CLAUSE:Deleted
25. COURT JURISDICTION
(1) Any dispute arising out of the tender/ bid document/ evaluation of bids/ issue
of APO shall be subject to the jurisdiction of the competent court at the place
from where the NIT/ tender has been issued ie. at Kollam
(2) Where a contractor has not agreed to arbitration, the dispute/ claims arising
out of the Contract/ PO entered with him shall be subject to the jurisdiction of
the competent Court at the place from where Contract/ PO has been issued.
Accordingly, a stipulation shall be made in the contract as under.
“This Contract/ PO is subject to jurisdiction of Court at Kollam only”.
26. General Guidelines: -
“The General guidelines as contained in Chapter 5, 6 and 8 of General Financial
Rules as amended from time to time on works, procurement of goods and
services and contract management respectively may also be referred to as guiding
principles”.
27 GST Invoice
27.1 All the details of supplier (name, address, GSTIN/ unregistered supplier, place of supply,
SAC/ HSN code etc.) and other mandatory details shall be mentioned on the invoice.
need to be issued in compliant format and timely within the time prescribed under GST law.
27.3 In case of any deficient/incomplete/rejected supply, BSNL shall convey the same in a
reasonable time to enable the supplier to issue credit note and take tax adjustment.
27.4 It would be the responsibility of the supplier to declare correct information on invoice
and GSTN viz. the amount, the place of supply, rate of tax etc. In case, the eligibility of input
tax credit is questioned or denied to BSNL on account of default by the supplier, the same
would be recovered by BSNL from the supplier.
27.5. Registered location of the both the parties i.e. BSNL and supplier should be mentioned
in the agreement with GSTIN No. Further, supplier should raise invoices at the registered
premise of BSNL for availing of credit and ensure that the place of supply as per GST law is
same as registered premise.
27.6. BSNL could at any time instruct the supplier to raise its invoices at a particular location
57
of BSNL
27.7. It is the responsibility of the supplier to ensure that place of supply and the GSTN of
BSNL are in the same state. If for any reason they are not in the same state, the supplier shall
intimate to BSNL and give adequate time before raising of the invoice.
27.8. E-waybill number should be mentioned on the invoices.
27.9. Supplier shall be responsible for timely issuance and delivery of invoice/ DN/ CN to
enable BSNL to claim tax benefit on or before the stipulated time period provided by the GST
law.
(a) It is the responsibility of the supplier to ensure that outward supply return (GSTR-1)
would be filed correctly. If not, than cost would be borne by supplier.
(b) Reporting of correct outward supply by supplier in the outward return (GSTR-1) is the
responsibility of the supplier. In case of mismatch because of supplier’s fault, prompt
amendments must be made by the supplier else supplier would be required to indemnify
BSNL of the loss of credit due to mis-match. The compliances to be adhered by supplier
include (but is not limited to) the following:
(i) Uploading appropriate invoice details on the GSTN within the stipulated time;
(ii) Issuing GST compliant invoice / CN/ DN. PO issued by BSNL should be referred by
supplier for capturing information on the invoice
(iii) Supplier needs to pay the entire self-assessed tax on timely basis.
(iv) Where invoice is not uploaded or incorrect upload of invoice detail of GSTN by supplier
then credit on such invoice will be given provisionally subject to matching. So, acceptance of
changes made by BSNL on GSTN on account of non-upload or incorrect upload of invoice
details on GSTN is to be submitted by supplier. Such changes w.r.t. the mismatch are required
to be accepted by supplier within the time limit prescribed under the GST law. It should be
noted that in case supplier does not accept such changes within the time limit prescribed
under GST law, the loss of input tax credit (if any) would be recovered from the supplier. In
case of mismatch because of Supplier's fault, prompt amendments must be made by the
supplier else supplier would be required to indemnify BSNL for the losses of credit and
interest paid due to mismatch.
(v) Supplier to issue all necessary documentation and perform all necessary compliances for
BSNL to be eligible to claim the input tax credit of GST tax to them. In case BSNL is unable to
claim the input tax credit, the amount w.r.t. GST charged by the supplier would be recovered
from the supplier
(vi) A self-declaration along with evidence that the bidder is not blacklisted by GST
authorities. In case supplier gets black listed during the tenure of BSNL contract, then
supplier must indemnify BSNL to ensure that no loss of input tax credit is borne by BSNL
due to default of supplier.
27.10 Refer Annexures below( placed as Annexure- 16a & 4b ) for clause stating that all the
details of supplier (name, address, GSTN/ unregistered supplier, place of supply, SAC/ HSN
code etc.) and other mandatory details shall be mentioned on the invoice
27.11.Where the location agreed are more than one state, then separate invoice state wise to
claim input tax credit in a particular state (typically happens in a bill to-ship to scenario)
shall have to be submitted.
27.12 It shall be the responsibility of the supplier to mention state of Place of supply of
goods/services in the invoice issued to BSNL
58
Section – 5 Part B
Special (Commercial) Conditions of Contract (SCC)
The Special (Commercial) Conditions of Contract (SCC)shall supplement General (Commercial) Conditions of Contract (GCC)) as contained in Section 5 Part A and wherever there is a conflict, the provisions herein shall prevail over those in Section5 Part A i.e. General (Commercial) Conditions of Contract (GCC).
1. Safety of BSNL Assets / Private assets.
It should be ensured by the bidder that all the staff engaged by him are well
behaving to BSNL staff / Land owners of the site. Any damage caused by the staff
of the bidder to BSNL or Land owner shall be the responsibility of the bidder. If
the bidder fails to compensate the damage, BSNL will have the right to
compensate the damage and deduct the cost from the bills payable to the bidder /
Security deposit of the bidder.
The successful tenderer / contractor shall submit an Indemnity bond declara-
tion or indemnifying BSNL against any non-compliance by bidder to any of the
applicable statutory requirements, if the work is awarded to him.
The successful tenderer / contractor shall be solely responsible for payment and compensation under WC Act 1923 as in force from time to time applicable in the event of accident causing injury/death to his workers and PGM/GM/Kollam SSA shall not be responsible in any manner.
2. OTHER CONDITIONS:
2.1. Bidder shall be responsible to have their own teams to perform the day-to-
day works as per this contract. The persons utilized by the contractor for
housekeeping should be semi-skilled.
2.2. This contract is valid for a period of one year. However, BSNL reserves the
right to extend the duration of CONTRACT for further one more year in
spells of 6 months each, at the same rate and terms & conditions.
2.3. BSNL also reserves the right to terminate this agreement at any time, by
giving an advance notice of one month.
2.4. The exact address details of all the BTS locations will be given while signing
the contract. The BTS locations are in the Kollam SSA. The quantity of the
BTS locations Divisions wise is given in Annexure-1
2.5. BSNL reserves the right to vary the quantity as per relevant tender clauses.
2.6. BSNL reserves the right to change the BTS locations under the contract,
with 7 days’ notice. The bidder has to continue the support as per this
contract in the changed locations.
2.7. Diesel filling should be from Public sector Oil companies or any other
agencies approved by BSNL. Diesel filling should be done with Petro/Fleet
card as mentioned in Clause 6 of Section 3 Part A.
2.8. Bidder shall deploy sufficient number of personnel to support the services
as per this contract. Personnel should be placed in such a way that they
are able to carry out the day to day activities as mentioned in relevant
59
clauses of this section and also to ensure compliance to performance
indicators given below.
Sl.
No Nature of work
Max number of
sites (Cluster size)
than can be allotted
Per personnel*
01 Mobile Access Equipment Maintenance
(MAEM) 50
02 Mobile Infrastructure Maintenance (MIM):
Full and /or partial 25 (Max-15 for full)
Sl
No Nature of work
Minimum personnel
to be deployed
01 Rigger activities 2
2.9. During the agreement period bidder shall assign cluster coordinator in
each Division and a Support Manager in the SSA, who shall act as a single
point of contact in the Division/SSA respectively for BSNL for handling any
service-related issues under the agreement. The details of Cluster
Coordinator and personnel deployed may be furnished at the time of
signing the service contract with BSNL as per the Performa at Annexure- 2.
2.10. Bidder shall ensure that the persons utilized are competent, responsible,
reliable and are capable of meeting the service obligations as per the
contract. If the performance of any person is found to be unsatisfactory,
such persons should be replaced within 7 days of notice. If the total
numbers of notices necessitated on unsatisfactory performance during the
contract period are more than 25% of the total number of sites under the
contract, then the competent authority of BSNL may consider termination
of the contract.
2.11. The bidder shall provide proper identity card to the persons utilized/
subcontractors.
2.12. The bidder shall support/co-ordinate with other agencies working at the
BTS sites, (which) who are authorized by the BSNL.
2.13. No staff deployed directly or indirectly by the contractor for the CONTRACT
service would have any claim in any way for getting future employment in
BSNL.
3. PAYMENT TO THE SERVICE PERSONNEL
3.1. The persons employed by the bidder are to be paid by the bidder with fair
wages as per Labour Laws of Central/State Government. Other benefits to the
persons like Bonus, ESI, Gratuity, EPF etc., are falling under the complete
responsibility of the bidder. All safety precautions are to be carried out by the
deployed personnel while performing their routine activities. Any
injury/mishap caused to the worker during the course of work due to
negligence or non-adherence to standard safety measures shall be the
responsibility of the bidder.
60
3.2. The contractor shall obtain / purchase all required insurances and make all
safety arrangements required for the labourer engaged by him at his own
cost. All consequences due to negligence or due to lapse of security/safety or
otherwise shall remain with the contractor. BSNL shall not be responsible for
any mishap, injury, accident or death of the contractor’s staff directly or indi-
rectly. All liabilities arising out of accident or death while on duty shall be
borne by the contractor. No claims
3.3. Contractor shall be fully responsible for any damages caused to BSNL / Gov-
ernment/ private /other operators property / Injuries public at large/ loss of
life by him or his Labourer in carrying out the work and the same shall be rec-
tified / compensated by the contractor at his own cost.
3.4. The bidder is governed by the Workmen’s Compensation Act 1923 in case of
any claim by the persons employed by him/her/firm. The Service Contractor
shall indemnify the Department (BSNL) of all claims made by the employees of
the service contractor.
4. Bidder shall have insurance / Group insurance scheme for the employees
deployed for CONTRACT.
5. The Bidder would set up an office and help desk with sufficient number of staff in
designated place in Kollam to accept telephone calls/SMS/email from TSEs/BSNL
officers.
6. The bidder should coordinate with OMCR and field level BSNL officers (BSS) to
schedule and monitor MAEM / MIM/ Diesel filling activities. Arrangement to
collect ‘Low fuel Alarms’ from OMCR is to be done by the bidder. Responsibility to
communicate the centrally collected information from OMCR alarms or by
SMS/calls/email, to the concerned field persons is with the vendor.
7. The bidder should provide the contact details of all the persons/agencies deployed
by them to the concerned officers in-charge. In case of any change of persons, it
should be with advance intimation to the concerned BSNL officers with the
changes in contact details, if any.
8. The Bidder will also maintain the logbook at each site (to be kept with BSNL)
where in the Daily routine visits/ checks, activities done as part of MAEM, MIM,
Diesel filling and DG run details are to be entered on a daily basis. The same shall
be countersigned by the concerned BSNL in-charge for reference. The format of
the logbook that will be kept at BTS site for recording the events is attached as
Annexure -3 &4.
9. Officer in charge/duty officer of the BSNL site shall carefully monitor the entries
and countersign the logbook periodically.
10. The Bidder shall also maintain a consolidated record of the activities carried out
as per this contract, a copy of which along with performance reports from field
unit is to be submitted along with the invoice for payment on a monthly basis.
11. In order to ensure the security of the network, bidder will be required to submit
the signed Non-Disclosure Agreement as per Annexure-9 within 15 days of Work
order.
12. Bidder shall ensure that the agencies or any other representative concerned for
support strictly adheres to BSNL’s Third Party Connection Acceptable Use Policy
61
which is as follows:
13. Any change on equipment shall only be performed by the bidder after notification
and Approval by BSNL.
14. Passwords/locking system on any equipment will be set by BSNL representatives
and should not be changed by bidder’s representative without the approval from
concerned BSNL officer.
15. Bidder shall notify BSNL, when its employee who has access to BSNL
Equipment/configuration leaves the company or is transferred to another position
which no longer requires access. Also, the bidder should surrender the Temporary
ID cards of the employees issued by any agency related to BSNL during the course
of MIM and MAEM of specific sites at the time of cessation of service of a MIM and
MAEM personnel from bidder’s company or from the company to which bidder
has entered in to an agreement for service.
16. Bidder or its representatives shall not make a change on any system that is not
directly related to his job/duty.
62
SECTION-6
UNDERTAKING & DECLARATION
6(A) - For understanding the terms & condition of Tender & Spec. of work
a) Certified that:
1. I/ We ……………………………………. have read, understood and agree with
all the terms and conditions, specifications included in the tender
documents & offer to execute the work at the rates quoted by us in the
tender form.
2. If I/ We fail to enter into the agreement & commence the work in time, the
EMD/ SD deposited by us will stand forfeited to the BSNL.
b) The tenderer hereby covenants and declares that:
1. All the information, Documents, Photo copies of the Documents/ Certificates
enclosed along with the Tender offer are correct.
2. If anything is found false and/or incorrect and/or reveals any suppression of
fact at any time, BSNL reserves the right to debar our tender offer/ cancel the
LOA/ Purchase/ work order if issued and forfeit the EMD/ SD/ Bill amount
pending with BSNL. In addition, BSNL may debar the contractor from
participation in its future tenders.
Date: ……………
Signature of Tenderer
Place: …………… Name of Tenderer ……………………………….
Along with date & Seal
63
6 (B) – NEAR-RELATIONSHIP CERTIFICATE:
(Format of the Certificate to be given as per the clause 34.4 of Section-4 Part-A by the
bidder in respect of status of employment of his/ her near relation in BSNL)
R/o ……………………………………………………………………… do hereby confirm that
no changes have been made in the tender document downloaded and submitted by
us for the Tender No. __________________________________________ dated at
______________ the xx/xx/2020
Signature of bidder with date and seal
64
6(D)DECLARATION (NON-BLACKLISTED)
I ………………………………………..… S/o ..................................................................
R/o ……………………………………………………………………… do hereby confirm that
the firm/company …………………………………………………………………….. has never
been debarred and / or blacklisted by BSNL/State Governments / PSU.
Signature of bidder with date and seal
65
SECTION- 7
PROFORMAS
7(A) For the BIDSECURITY/ EMD Guarantee (To be typed on Rs.200/- non-judicial stamp paper)
Sub: Bid Security/EMD guarantee.
Whereas M/s …………………………… R/o ……………… …………
……………………………………… (Hereafter referred to as Bidder) has approached us
for giving Bank Guarantee of Rs. ……………………/- (hereafter known as the “B. G.
Amount”) valid up to …../……/ 20….. (hereafter known as the “Validity date”) in
favour of GMT, BSNL , Kollam ,BA (Hereafter referred to as BSNL) for participation in
the tender of work of …………………………………………….. vide tender no.
………………………………….
Now at the request of the Bidder, We ……………………………………… Bank
…………………………Branch having ………………………………………… ……….
.……………………………………. (Address) and Regd. office address as ………
………...……………………………………………………………………… ………
………(Hereinafter called ‘the Bank”) agrees to give this guarantee as hereinafter
contained:
2. We the Bank do hereby undertake to pay the amounts due and payable under
this guarantee without any demur, merely on a demand from the BSNL stating
that the amount claimed is due by way of loss or damage caused to or would be
caused to or suffered by the BSNL by reason of breach by the said bidder(s) of any
of terms or conditions contained in the said Agreement or by reason of the bidder
(s) failure to perform the said Agreement. Any such demand made on the bank
shall be conclusive as regards the amount due and payable by the Bank under
this guarantee where the decision of the BSNL in these counts shall be final and
binding on the bank. However, our liability under this guarantee shall be
restricted to an amount not exceeding the “B. G. Amount”.
3. We undertake to pay to the BSNL any money so demanded notwithstanding any
dispute or disputes raised by the bidder(s) in any suit or proceeding 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 bidder(s) shall have no
claim against us for making such payment.
4. We 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 BSNL Certifies that the terms and conditions
66
of the said Agreement have been fully and properly carried out by the said
bidder(s) and accordingly discharge this guarantee. Unless a demand or claim
under this guarantee is made on us in writing or before the expiry of Validity date
from the date hereof, we shall be discharged from all liability under this guarantee
thereafter.
5. We 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 bidder(s) from time to time or to postpone
for any time or from time to time any of the powers exercisable by the BSNL
against the said bidder(s) and to forbear or enforce any of the terms and
conditions relating to the said agreement and we shall not be relieved from our
liability by reason of any such variation, or extension being granted to the said
Bidder(s) or for any forbearance, act or omission on the part of the BSNL or any
indulgence by the BSNL to the said bidder(s) or by any such matter or thing
whatsoever which under the law relating to sureties would, but for this provision,
have effect of so relieving us.
6. Notwithstanding anything herein contained;
a) The liability of the Bank under this guarantee is restricted to the “B. G.
Amount” and it will remain in force up to its Validity date specified above.
b) The guarantee shall stand completely discharged and all rights of the BSNL
under this Guarantee shall be extinguished if no claim or demand is made on
us in writing on or before its validity date.
7. In case BSNL demands for any money under this bank guarantee, the same shall
be paid through banker’s Cheque in favour of “AO (Cash), O/o GMT, BSNL,
kollam” payable at kollam.
8. The Bank guarantees that the below mentioned officer who have signed it on
behalf of the Bank have authority to give this guarantee under its delegated
power.
Place: ……………………………
Date: ………………………….. (Signature of the Bank Officer)
Rubber stamp of the bank
Authorized Power of Attorney Number: ……………….
Name of the Bank officer: ……………………………..
Designation: ……………………………………
Complete Postal address of Bank: ……………………
………………………………………………………………
Telephone Numbers ……………………………..
Fax numbers ………………………………
67
7(B) For the Performance Guarantee
(To be typed on Rs.200/- non-judicial stamp paper)
Dated:……………..
Sub: Performance guarantee.
Whereas GMT, BSNL, Kollam ,BA R/o
…………………………..………… …………………..(hereafter referred to as BSNL) has
issued an APO no. …………..………. Dated ……/……/20….. awarding the work of
…………… …… … ………………………………….. to M/s
…………………..…………………………… R/o
………………………………………………………………… (hereafter referred to as “Bidder”)
and BSNL has asked him to submit a performance guarantee in favour of GMT, BSNL,
Kollam of Rs. …………..……/- (hereafter referred to as “P.G. Amount”) valid up to
……/……/20………(hereafter referred to as “Validity Date”)
Now at the request of the Bidder, We ……………………………………… Bank
…………………………Branch having ……………………..…………………… ……….
.……………………………………. (Address) and Regd. office address as ………
………...……………………………………………………………………… ……… ………
…………… (Hereinafter called ‘the Bank”) agreed to give this guarantee as hereinafter
contained:
i) We, “the Bank” do hereby undertake and assure to the BSNL that if in the
opinion of the BSNL, the Bidder has in any way failed to observe or perform the
terms and conditions of the said agreement or has committed any breach of its
obligations there-under, the Bank shall on demand and without any objection
or demur pay to the BSNL the said sum limited to P.G. Amount or such lesser
amount as BSNL may demand without requiring BSNL to have recourse to any
legal remedy that may be available to it to compel the Bank to pay the same.
j) Any such demand from the BSNL shall be conclusive as regards the liability of
Bidder to pay to BSNL or as regards the amount payable by the Bank under
this guarantee. The Bank shall not be entitled to withhold payment on the
ground that the Bidder had disputed its liability to pay or has disputed the
quantum of the amount or that any arbitration proceeding or legal proceeding
is pending between Bidder and BSNL regarding the claim.
k) We, the Bank further agree that the guarantee shall come into force from the
date of its issue and shall remain in full force and effect up to its Validity date.
l) The Bank further agrees that the BSNL shall have the fullest liberty without
the consent of the Bank and without affecting in any way the obligations
hereunder to vary any of the terms and conditions of the said agreement or to
extend the time for performance of the said agreement from any of the powers
exercisable by BSNL against the Bidder and to forebear to enforce any of the
terms and conditions relating to the said agreement and the Bank shall not be
relieved from its liability by reason of such failure or extension being granted to
Bidder or through any forbearance, act or omission on the part of BSNL or any
indulgence by BSNL to Bidder or any other matter or thing whatsoever which
under the law relating to sureties would but for this provision have the effect of
relieving or discharging the guarantor.
68
m) Notwithstanding anything herein contained ;
(a) The liability of the Bank under this guarantee is restricted to the
P.B.G.+corresponding GST Amount and it will remain in force up to its
Validity date.
(b) The guarantee shall stand completely discharged and all rights of the
BSNL under this Guarantee shall be extinguished if no claim or demand
is made on us in writing on or before its validity date.
n) In case BSNL demands for any money under this bank guarantee, the same
shall be paid through banker’s Cheque in favour of “AO (Cash), O/o GMT,
BSNL, kollam” payable at kollam.
o) The Bank guarantees that the below mentioned officer who have signed it on
behalf of the Bank have authority to give this guarantee under its delegated
power.
Place: ……………………………
Date: ………………………….. (Signature of the Bank Officer)
Rubber stamp of the bank
Authorized Power of Attorney Number: ……………….
Name of the Bank officer: ……………………………..
Designation: ……………………………………
Complete Postal address of Bank: ……………………
………………………………………………………………
Telephone Numbers ……………………………..
Fax numbers ………………………………
69
7 (C) For Letter of Authorization for attending Bid Opening Event. (To be typed preferably on letter head of the company)
Subject: Authorization for attending Bid opening
I/ We Mr. /Ms. ……………………………………. have submitted our bid for the
tender no. ………………………….……… in respect of ……………………
………………………………………………………….. (Item of work) which is due to open
on………………….
(date)…………………………in…………………………………………………………………………
……….
We hereby authorize Mr. / Ms. ………………………………& Mr. /
Ms…………….………… (alternative) whose signatures are attested below, to attend the
bid opening for the tender mentioned above on our behalf.
…………………………………….
Signature of the Representative
………………………………… Signature of Bidder/ Officer authorized to sign Name of the Representative on behalf of the Bidder
……………………………………. Signature of the alternative Representative ………………………………………….. Name of the alternative Representative
Above Signatures Attested
Note 1: Only one representative will be permitted to attend the Bid opening.
2: Permission for entry to the hall where bids are opened may be refused in case
authorization as prescribed above is not received.
70
7(D) Model Amendment Letter Intimating Conditions for Extension of Delivery Period
Registered A Due
Address of the purchaser
--------------------------------
--------------------------------
To
M/s ………………………………..
………………………………………
Sub: This office contract no………….. dated …………. placed on you for supply of
…………………………………………………………………….
Ref :Your letter no……………………………… dated ……………….
We are in receipt of your letter, wherein you have asked for extension/ further
extension of time for delivery/ execution/ installation/ commissioning.
In view of the circumstances stated in your above referred letter, the time of delivery
can be extended from _______ (original/ last delivery period) to ____________ (presently
agreed delivery period) subject to your unconditional acceptance of the following
terms and conditions:
1. That, liquidated damages shall be levied in accordance with agreed clause 16.2&
16.3 Section-5-Part-A of Tender document and Purchase order
2. That, notwithstanding any stipulation in the contract for increase in price on any
ground, no such increase, whatsoever, which takes place after current last date
of Delivery shall be admissible on such of the said goods as are delivered after the
said date
3. That, the prices during this extended delivery period shall be the same as the rate
agreed at the beginning of the tender.
4. An additional BG of Rs._____inaccordance with clause 15.3, Section-5-Part-A of
the contract with validity up to _______.
Please intimate your acceptance of this letter along with the additional BG within ten
days of the issue of this letter failing which the contract will be cancelled at your risk
and expense without any further reference to you. This letter shall form part and
parcel of the agreement/ contract/ APO/ PO and all other terms & conditions of the
contract remain unaltered.
Yours faithfully,
(………………………)
for and on behalf of……………………………….)
Note : The entries which are not applicable for the case under consideration are to be
deleted.
71
7(E)- Model Amendment Letter for Extension of Delivery Period Registered Acknowledgement Due
Address of the purchaser
--------------------------------
--------------------------------
To
M/s ………………………………..
………………………………………
Sub : This office contract no………….. dated …………. placed on you for supply of
………………
Ref : 1. Your letter no……………………………… dated ………………. requesting
DP extension
2. This office letter no. ……………… dated ……… intimating conditions
for DP extension
3. Your letter no………………….. dated …………. accepting the conditions
for DP extension
In your above letter under reference (1), you have asked for extension/ further
extension of time for delivery/ execution/ installation/ commissioning. The terms and
conditions for extension of delivery period were conveyed to you vide this office letter
under reference (2).
In view of the circumstances stated in your above referred letter, and upon your
unconditional acceptance of the terms and conditions of this extension vide your
letter under reference (3), the time of delivery is hereby extended from _______ (last
delivery period) to ____________ (presently agreed delivery period) on the terms and
conditions in letter under reference (2) above and agreed by you vide letter under
reference (3) i.e.:
1. That, liquidated damages shall be levied in accordance with agreed clause 16.2 &
16.3 Section-5 Part-A of terms and conditions of the tender/PO.
2. That, notwithstanding any stipulation in the contract for increase in price on any
ground, no such increase, whatsoever, which takes place after current last date
of Delivery shall be admissible on such of the said goods as are delivered after the
said date
3. That, the prices during this extended delivery period shall be the same as the rate
agreed at the beginning of the tender.
The letters under reference above and this letter shall form part and parcel of
agreement/ contract/ APO/ PO and all other terms & conditions of the contract
remain unaltered.
Yours faithfully,
(………………………)
for and on behalf of………...
72
7(F)- PROFORMA OF POWER OF ATTORNEY (Refer Clause 14.3 of Section-4)(Non-Judicial Stamp paper) POWER OF ATTORNEY Be it known all to whom it concerns that: 1. Shri ______________________ s/o _____________ residing at ______________ 2. Shri ____________________ __s/o _____________ residing at ______________ 3. Shri ______________________ s/o _____________ residing at ______________ I, the Proprietor / We all the Partners/Directors of M/s___________________ (Address)_____________________________________________________________hereby
appoint Shri_________________________________ s/o ________________ residing at ___________________________________ as my/our Attorney to act in my/our name and on behalf and sign and execute all documents/ agreements binding the firm for all contractual obligations (including references of cases to arbitration) arising out of contracts to be entered into by the firm with the GMT, BSNL, Kollam in connection with their Tender forMobile Access Equipment Maintenance (NBSNL, BSNL and IP sites), Mobile Infrastructure Maintenance Full and Partial (NBSNL sites),Diesel Filling and Rigger activities at BTS sites in Kollam SSA due for opening In short, he is fully authorized to do all, each and everything requisite for the above purpose concerning M/s_______________________________. And I/We hereby agree to confirm and ratify his all and every act of this or any documents executed by my/our said Attorney within the scope of the authority hereby conferred on him including references of cases to arbitration and the same shall be binding on me/us and my/our firm as if the same were executed by me/us individually or jointly. Witness (with Address) Signature of the Proprietor/Partners/Directors
• 1.
• 2.
Accepted
(Signature of Signatory of Tender Offer of the firm) __________________________________________________________________________ ATTESTED Notary Public (Signature with Official Seal) OR REGISTERED Before (SUB – REGISTRAR) ……………………………. (Of concerned State) Signature with Official Seal
(Signature and seal) (To be signed by Authorised signatory of the company with seal and date)
82
Annexure 9
MUTUAL NON-DISCLOSURE AGREEMENT This Agreement is made as of the ___________ between Bharat Sanchar Nigam Limited (A Government of India Enterprise), O/o General Manager Telecom BSNL Kollam SSA, having its registered office at 10th Floor, Statesman House, B-148, Barakhamba Road, New Delhi-110001 herein after called “BSNL” which expression shall unless repugnant to the subject or the context mean and included its successors, nominees or assign and M/s …….. (Bidder), an Indian Company incorporated and registered under the companies Act 1956, having its registered office at ……………….. herein after referred to as the “Bidder” which expression shall unless repugnant to the subject or the context mean and include its successors, nominees or assigns. In order to pursue the mutual business purpose specified in Exhibit A (the "Business Purpose"), BSNL and Bidder recognize that there is a need to disclose to one another certain confidential information of each party to be used only for the Business Purpose and to protect such confidential information from unauthorized use and disclosure. In consideration of the other party's disclosure of such information, each party agrees as follows: 1. This Agreement will apply to all confidential and proprietary information disclosed by one party to the other party, including information listed in Exhibit A and other information which the disclosing party identifies in writing as confidential before or within thirty days after disclosure to the receiving party ("Confidential Information").
2. Each party agrees (i) to hold the other party's Confidential Information in strict confidence, (ii) not to disclose such Confidential Information to any third parties, and (iii) not to use any Confidential Information for any purpose except for the Business Purpose. Each party
may disclose the other party's Confidential Information to its responsible employees with a bona fide need to know, but only to the extent necessary to carry out the Business Purpose. Each party agrees to instruct all such
employees not to disclose such Confidential Information to third parties, including consultants, without the prior written permission of the disclosing party. 3. Confidential information will not include information which:
I. is now, or hereafter becomes, through no act or failure to act on the part of the receiving party, generally known or available to the public:
II. Was acquired by the receiving party before receiving such
information from the disclosing party and without restriction as to use or disclosure;
III. Is hereafter rightfully furnished to the receiving party by a
third party, without restriction as to use or disclosure: IV. is information which the receiving party can document was independently developed by the receiving party;
V. is required to be disclosed pursuant to law, provided the
receiving party uses reasonable efforts to give the disclosing party
83
reasonable notice of such required disclosure; or
VI. Is disclosed with the prior written consent of the disclosing party.
4. Each party agrees not to remove any of the other party's Confidential Information from the premises of the disclosing party without the disclosing party's prior written approval. Each party agrees to exercise extreme care in protecting the confidentiality of any Confidential
Information which is removed, only with the disclosing party's prior written approval, from the disclosing party's premises. Each party agrees to comply with any and all terms and conditions the disclosing party may impose upon any such approved removal, such as conditions that the
removed Confidential Information and all copies must be returned by a certain date, and that no copies are to be making off of the premises. 5. Upon the disclosing party's request, the receiving party will
promptly return to the disclosing party all tangible items containing or consisting of the disclosing party's Confidential Information all copies thereof. 6. Each party recognizes and agrees that nothing contained in this
Agreement will be construed as granting any rights to the receiving party, by license or otherwise, to any of the disclosing party's Confidential Information except as specified in this Agreement. 7. Each party acknowledges that all of the disclosing party's
Confidential Information is owned solely by the disclosing party (or its licensors) and that the unauthorized disclosure or use of such Confidential Information would cause irreparable harm and significant
injury, the degree of which may be difficult to ascertain. Accordingly, each party agrees that the disclosing party will have the right to obtain an immediate injunction enjoining any breach of this Agreement, as well as the right to pursue any and all other rights and remedies available at law
or in equity for such a breach. 8. This Agreement will be construed, interpreted, and applied in accordance with the laws of India. Subject to terms and conditions regarding the removal of Confidential Information as set forth under
relevant Sections, this Agreement and Exhibit A attached hereto are the complete and exclusive statement regarding the subject matter of this Agreement and supersede all prior agreements, understandings and
communications, oral or written, between the parties regarding the subject matter of this Agreement. 9. This Agreement will remain in effect for five years from the date of the last disclosure of Confidential Information, at which time it will
terminate.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement by their duly authorized officers or representatives.
Bidder Company Name Bharat Sanchar Nigam Limited
Signature Signature
Printed Name Printed Name
84
Title
Title
Seal Seal
Exhibit A
1. Business Purpose: To carry out Mobile Access Equipment Maintenance, Mobile Infrastructure Maintenance, Diesel filling and Rigger Activities
(Reference: Tender No :MS/INFRA/BTS Mtce Outsourcing/Tender/BSS/KLM/2020-21/1 dated at kollam7/7/2020)
2. Confidential Information of Bidder
3. Confidential Information of Bharat Sanchar Nigam Limited (BSNL):
• The equipment details including the configurations. • All information shared in oral or in written form by BSNL with
Bidder Company Name Bharat Sanchar Nigam Limited
Signature Signature
Printed Name Printed Name
Title
Title
Seal
Seal
SPECIAL CONDITIONS -GST 1. INDEMNITY: It is the responsibility of the supplier to ensure that outwards supply return (GSTR-1) is filed correctly and to declare correct information on the invoice and GST portal. In case of mismatch because of vendor’s fault, prompt amendments must be made by the supplier or else supplier shall be required to indemnify BSNL of the loss of credit due to mis-match and BSNL shall recover the said amount from vendor. The compliances to be adhered by supplier includes (but is not limited to) the
following; I. Uploading appropriate invoice details on the GSTN (Goods and GST Network) within the stipulated time.
II. Issuing GST compliant invoice CN/ DN. PO issued by BSNL should be referred by supplier for capturing information on the invoice.
III. Acceptance of changes made by BSNL on GSTN on account of non-upload or incorrect upload of details on GSTN. Such changes w.r.t the mismatch is required to be accepted by supplier Within the time limit prescribed under the GST law. It must be noted that in case supplier does not accept such changes within the time limit prescribed under GST law, the loss of input tax credit (if any) would be recovered from the supplier. BSNL reserves the right to be indemnified for the credit loss and recover the said amount from the supplier in case BSNL is unable to claim the input tax credit for any non-compliances or default due to lack of diligence on the part of supplier. Further in case any credit is not received or short credit is received or in case of any error because of which no credit is received then such equivalent
85
amount is not liable to be paid by BSNL. Where, however the amount has already paid by BSNL the same is liable to be recoverable or adjustable against subsequent payments to the condition. It is hereby agreed between both the parties that in case any GST and / or cess liability, interest, penalties or any other tax/duty/amount /charge/ liability / professional costs related to litigation becomes payable by BSNL or input tax credit is denied to BSNL due to failure of the supplier to comply with the relevant laws/ regulations applicable in India or Overseas. Supplier undertakes to indemnify BSNL for an amount equal to amount payable by BSNL and the same shall be recovered by BSNL.
2.KEY REQUIREMENTS OF A TAX INVOICE:
I. Name, Address and GSTIN of the supplier II. Invoice number containing alphabets and/or numbers, special characters
III. Date of the invoice IV. Name, address and GSTIN of the recipient V. HSN code of goods or service Accounting code (SAC)
VI. Description of goods or services VII. Quantity in case of goods or unit
VIII. Total value of goods or services IX. Taxable value of goods or services X. Rate of tax (CGST+SGST/UTGST or IGST + cess (if applicable)
XI. Amount of tax charged in respect of taxable goods or services XII. Place of supply along with the name of state, in case of a supply in the course
of inter-state trade or commerce XIII. Place of delivery where the same is different from the place of supply Whether
the tax is payable on reverse charge XIV. Signature or Digital signature of the supplier or his authorized representative.
The contents for revised tax invoice and credit or debit notes are outlined below: The word “Revised Invoice”, wherever applicable to be indicated prominently along with the date and invoice number of the original invoice
I. Name, Address and GSTIN of the supplier II. Name of the document
III. Invoice number containing alphabets and/or numbers, special characters IV. Date of the invoice V. Name, address and GSTIN of the recipient
VI. Serial number and date of the corresponding tax invoice VII. Taxable value of goods or services rate of tax and the amount of the tax
credited or as the case may be, debited to the recipient VIII. Signature or Digital signature of the supplier or his authorized representative. 3. GST INVOICE CLAUSE: It shall be the responsibility of supplier to raise appropriate tax invoice as per the provisions of GST Act. BSNL reserves the right to be indemnified for the credit loss in case of BSNL is unable to claim the input tax credit for any non-compliance / default in raising appropriate invoice by supplier . Further all invoices should be sent to BSNL
All the details of supplier (name, address, GSTIN/ Unregistered vendor, Place of supply, SAC/HSN code etc.,) and other mandatory details shall be mentioned on the invoice
Invoice/DN/CN need to be issued timely within the time prescribed under GST law
86
In case of any deficient supply, BSNL shall convey the same in a reasonable time to enable the supplier to issue credit note and take tax adjustment
it would be the responsibility of the supplier to declare correct information on invoice and GST portal viz. the amount, the place of supply, rate of tax etc. In case, the eligibility of input tax credit is questioned or denied to BSNL on account of default by the supplier, the same would be recovered by BSNL from the supplier
Registered location of the both the parties i.e. BSNL and supplier should be mentioned in the agreement with GSTIN No. Further, supplier should raise invoices at the registered premise of BSNL for availment of credit and ensure that the place of supply as per GST law is same as registered premise
it shall be the responsibility of supplier to raise invoice within the prescribed time.
4. SUBMISSION OF BILL - DEBIT NOTE /CREDIT NOTE CLAUSE: The supplier acknowledges and agrees to issue appropriate debit note/credit note as prescribed under GST Act and send to BSNL within the prescribed time limit. All documents should be received well in advance so as to enable BSNL to claim proper credit. Further it shall be the responsibility of supplier to declare the details of such credit note in the return for the month during which such credit note has been issued but not later than September following the end of the financial year in which such supply was made or the date of furnishing of the relevant annual return, whichever is earlier. BSNL reserves the right to be indemnified for the credit loss by supplier in case BSNL is unable to claim the input tax credit for any compliance or default or due to lack of diligence on the part of the supplier. 5. PURCHASE ORDER CLAUSE: supplier shall raise invoice based on purchase order issued by BSNL. In case of any deviation or disagreement by supplier on place of supply, billing location, HSN code/ SAC code stated on PO, it shall be the responsibility of supplier to intimate BSNL well in advance. Further, in case supplier raises the invoice on an address other than agreed, it shall be the responsibility of the supplier to modify the invoice. GST Place of supply clause: For the purpose of this agreement, place of supply under GST Act shall be the place of supply as determined under purchase order raised by BSNL. It shall be the responsibility of supplier to intimate BSNL well in advance in case of deviation/ disagreement with the place of supply as determined in PO. Deficient Supply/Incomplete supply /rejected supply: Each party to contract agrees
that in case of any deficient supply or incomplete supply or rejected supplier, it shall be the responsibility of supplier to issue GST compliance credit note within the reasonable time and take tax adjustment. In case the supplier fails to issue proper credit note within the time stipulated under the GST law the taxes charged and not adjusted would be borne by the supplier. 6. COMPLIANCE RATING Supplier shall be liable to comply with all the compliances as may be prescribed to ensure that compliance rating is not reduced below the prescribed limit as laid down under GST Act and GST regulations. Supplier shall be required to submit a self-declaration time to time, that they are not blacklisted on the GST portal. Notwithstanding anything contained in agreement. In the event of blacklisting of supplier ie compliance rating reduced below the prescribed limit, the amount related to tax shall be paid to supplier only on receipt of input tax credit to BSNL.
87
7. PENALTY It is agreed by supplier that in case of any deviation, default or negligence on the part of supplier due to which it is liable to pay penalty to BSNL, the same shall be recovered by BSNL from supplier along with applicable GST TAX ( as may be applicable). 8. LIQUDATED DAMAGES GST (if applicable) on account of liquidated damages due to delay in supply of goods would be borne by supplier. 9. MISCELLANEOUS i) Supplier agrees to share the monthly information with BSNL which would be uploaded by the supplier in the GSTR-1 along with the information of input credit to
be claimed by BSNL in such month. ii)It shall be the responsibility of vendor to provide reconciliation statement of all
the supplies made by it including issuance credit note, debit note or other
documents as prescribed, within 30th September following the end of relevant
financial year.
E Tender for Mobile Access Equipment Maintenance, Mobile Infrastructure Maintenance, Diesel Filling and Rigger Activities of BTS sites in Kollam Telecom District of BSNL Kerala Circle.
Payment details to HK, Manual assistance and rigger
Sl. No:
HK Site
Name
Sub Division
Name of HK personnel
Address Wages
(Salary+DA)
EPF A/C No:
ESI A/c No:
EPF Contribution
(Employer's
share)
EPF Contribution
(Employee's
share)
ESIC Contribution
(Employer's
share)
ESIC Contributio
n (Employee's share=1.75
% of Wages)
Net Wages after
deducting Employee's contribution of EPF, ESIC
Annexure 11
List of BTS sites for Mobile access equipment maintenance
SN RPID SITE_NAME Subdivision (Any other details – to be filled by BA)
Annexure 12
List of BTS sites for Mobile Infrastructure Maintenance (MIM) – Full
SN RPID SITE_NAME Subdivision (Any other details – to be filled by BA)
89
Annexure 13
List of BTS sites for Mobile Infrastructure Maintenance (MIM) – Partial
SN RPID SITE_NAME Subdivision (Any other details – to be filled by BA)
Annexure 14
List of BTS sites for Diesel filling
ANNEXURE – 15
DEED OF INDEMNITY This DEED OF INDEMNITY is executed on this the ……………………………, by 1. <<Name of the Bidder>>, a company/ firm registered under the ………………………………..
(Applicable acts, as the case may be) (hereinafter referred to as the Bidder) and having its registered office at <<Address of the Bidder>> acting through << Authorized Signa-tory>> is hereinafter, for the purposes of this Deed of Indemnity.
TO AND IN FAVOUR OF Bharat Sanchar Nigam Limited, through the ……………………… BSNL ………………………. Office (hereinafter referred to as the Purchaser which expression shall unless repugnant to the context or meaning thereof mean and be deemed to include its authorized representatives and permitted assigns) on the Other Part. WHEREAS
(a) The Purchaser had invited bids vide their Tender Enquiry No.……………………….(hereinafter referred to as ‘Tender’) for the purpose of…………………………………………………………………………………………………..
(b) The Bidder had submitted its bid/ proposal dated ___ (hereinafter referred to as the ‘Bid’) for the provision of such services in accordance with its proposal as set out in its Bid and in accordance with the terms and conditions of the Tender.
(c) The Bidder has in order to comply with the terms of the Tender agreed to execute the Deed of Indemnity on such terms and conditions more fully mentioned below.
SL RPID SITENAME Type Sub
division Diesel filling
House keepin
g
Partial house
keeping LAT LOG
DG Make
DG Cap
CPH
(Any other details – to be filled by BA)
90
NOW THIS DEED OF INDEMNITY WITNESSETH AS FOLLOWS: 1. The Bidder shall, in consideration of the Purchaser making payment under and in
accordance with the Tender Document, hereby agrees to indemnify the Purchaser against any costs, loss, damages and claims from third parties or liabilities suffered by the Purchaser and directly arising out of the following reasons:
a. Any illegal or unauthorized use or in connection with any claim or proceedings relating to any breach or violation of any permission/license terms by the Bidder or any of its sub-contractor in the process of fulfillment of required obligations during contract period.
b. The Bidder shall protect, defend, indemnify and hold harmless to BSNL and its employees from and against any and all liabilities, damages, fines, penalties and cost (including legal costs and disbursements) arising from:
I. Any breach of any statute, regulation, direction, orders or standards from
any Governmental body, Agency or regulator issued with respect to the product /services being supplied/provided under this Tender.
II. Any claim made by third parties arising out of the use of the services of BSNL being provided using the equipment/services supplied under the Tender to the extent these are attributable solely to the poor quality or non-compliance of the products/services to the respective specifications.
III. Any claims arising from other utility / service providers in connection with interruptions or degradation of their services due to services pro-vided by bidder under this Tender.
2. The bidder also declares that in case bidder is blacklisted by GST Authorities in future &
which results in loss of Input Tax Credit (ITC) to BSNL, then BSNL shall have right to re-cover any such loss of ITC arising on account of such black-listing.
3. This Deed of Indemnity shall stand terminated on expiry of or early termination of the contract period as envisaged in the above said Tender requirement.
4. The Deed of Indemnity shall constitute the entire indemnity provided by the Bidder for the indemnities asked in said Tender.
5. This Deed of Indemnity shall be governed by and construed in accordance with Indian
law.
(Authorized Signatory) Date: Place: << Name of the Bidder>>
Witness 1: Witness 2:
91
ANNEXURE - 16
Particulars for Input Invoice , Receipt Voucher & GST Details of Purchaser
A. Input Invoice
Sl_No Particulars of Input Invoice
01 Name and Registered address of the supplier
02 GST Registration Number of the supplier
03 Name of BSNL Entity
04 ‘Bill to “ and ‘ship to’ address of BSNL
05 GST Registration Number of BSNL
06 Date of Invoice
07 Invoice Number
08 Place of Supply (Including state)
09 Type of Tax (CGST,SGST and IGST)
10 Rate of Tax
11 Value of Goods/Service and Type /rate/Amount of Tax should be separately mentioned
12 Qnty of goods
13 Total Value of Invoice
14 Description of supply of goods/service
15 HSN Code in case of goods
16 Accounting code in case of service
17 In case invoice has more than one Tax rates ,rate of tax and amount of tax for each supply should be mentioned separately
B. Receipt Voucher
Sl_No Particulars of Receipt Voucher
01 Name and Registered address of the supplier
02 GST Registration Number of the supplier
03 Name of BSNL Entity
04 ‘Bill to “ and ‘ship to’ address of BSNL
05 GST Registration Number of BSNL
06 Date of Document Issued
07 Document Number
92
09 Amount of Advance Taken
10 Type of Tax (CGST,SGST and IGST)
11 Rate of Tax
12 Qnty of goods
13 In case invoice has more than one Tax rates ,rate of tax and amount of tax for each supply should be mentioned separately
Note: Invoice issued at a later stage against receipt voucher to mention this document number.
Refund voucher to be issued against the advances received if no supply is made and no invoice is raised.
08 Place of Supply (Including state)
C. GST Details of BSNL ___________
Provisional ID registered for the GST __________________________
Name & Address
Bharat Sanchar Nigam Ltd.
Sate Of Registration Kerala
93
CHECKLIST FOR BIDDER
Sl.No Description
1 Scanned copy of all pages of Tender document signed by the bidder or Authorized Person on all pages along with seal
2 DD for Tender Fee as per DNIT (Scanned copy on E-TENDER Portal and Physically to Tender Inviting Officer in case of e-Tender).
3 Bank Guarantee/DD for EMD as per DNIT (Scanned copy on E-TENDER Portal and Physically to Tender Inviting Officer in case of e-Tender
4 Certificates showing fulfilment of eligibility criteria stated in clause 5 of the DNIT.
5 Power of attorney & authorization for executing the power of attorney in accor-dance with clause 14.3 of Section 4 Part A. (if applicable)
6 Integrity Pact (if applicable)
7 Clause by clause compliance as per clause 11.2.b of Section 4 Part A
8 Bidder’s profile & questionnaire duly filled and signed as per Section 8.
9 No near relative certificate dully filled and signed.
10 Undertaking and declaration dully filled and signed as per Section 6[A].
11 Documents stated in clause 10 of Section -4 Part A
12 Tender/Bid form – Section 9 Part A
13 Attested copy of ESI registration
14 Attested copy of EPF registration
15 Attested copy of GST registration
16 Attested copy of PAN Card
17 Letter of authorization, if any
18 Attested copy of Memorandum of association and articles of Association in case of company.
19 Details of the firm along with List of Directors on the Board of the Company, list of partners, as applicable.
20 Attestation of the signature of the authorized signatory, issuing PoA, by Bank
21 Attested copy of Registration of the firm or authenticated copy of Partnership Deed in case of partnership firms.
22 Attested copy of “Power of Attorney” in case person other than the tenderer has signed the tender documents Signature of Bidder
23 The authorisation of the competent authority for signing the tender
94
24 Letter showing authorised signatory. (If applicable)
25 Indemnity bond declaration for indemnifying BSNL against any non-compliance by bidder towards all applicable statutory requirements, if work is awarded
26 Mandate form for ECS/EFT
27 Certificate regarding tender form downloaded from internet.
28 In case of MSE bidders, valid certification from MSME (valid on the date of opening of tender.)
29 Declaration regarding non blacklisting as per Section-6-6(D)
30 Declaration that no changes has been made to the tender document as per Sec-tion-6-6(C)
31 Any other supporting document asked for in the bid document