BHARAT SANCHAR NIGAM LTD (A Government of India Enterprise) OFFICE OF THE SR. GENERAL MANAGER TELECOM, SANGLI

Similar documents
W-1-18/ GMTDR/e-Tender-116/Repairing SMPs PP Module /18-19 BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

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

B H AR A T S A N C H AR N I G A M L I M I T E D (A Govt. of India Enterprise) BID DOCUMENT FOR

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot.

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

B H A R A T S A N C H A R N I G A M L I M I T E D (A Govt. of India Enterprise) BID DOCUMENT E- TENDER FOR

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

BHARAT SANCHAR NIGAM LIMITED (A GOVRNMENT OF INDIA ENTERPRISES) BID DUCUMENT FOR E-TENDER FOR HOUSE KEEPING WORK IN CGMT, CG CIRCLE RAIPUR.

Notice inviting e-bids for Printing and Supply of IEC Material

SUPPLY OF MEDICINAL GASES FOR THE YEAR

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

BHARAT HEAVY ELECTRICALS LIMITED,

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

Bharat Sanchar Nigam Ltd.

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

BID DOCUMENT E-Tender for Laying Optical Fiber Cable for FTTH and Business Development works in DKTD SSA

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) EASTERN ZONAL OFFICE 3A-Dr. S.N. Roy Road Kolkata

NOTICE INVITING TENDER FOR WORKS (TWO COVER SYSTEM) OPEN TENDER ENQUIRY

MP/ Hiring of VAT Consultant / /002

NOTICE INVITING TENDER NIT ID No: Dated :- 18 /09 /2018

NOTICE INVITING e-tender

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

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

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

TENDER DOCUMENT FOR PURCHASE OF: HOSE PIPES. Tender Number: /OSM, Dated:

CSIR-CENTRAL. Press notice. (Notice. A/c s, Split Pilani. Type.

W-1-18/GMTDR/e-Tender-104/Installation of Bty & PP /17-18 BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

The last date for submission of the bids is at

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

No. DGM (NWO-KEL & MVM)/e-Tender/ HK/ /11 Dt Page 1 of 78 CHENNAI TELEPHONES

स एसआईआर-क न द र य इल क ट र न क अभ य त र क अ स ध स स थ

PUNJAB TECHNICAL UNIVERSITY,

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

BANSBERIA MUNICIPALITY Rudra Main Road, Bansberia, Hooghly Notice Inviting e-tender

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

(A Govt of India Enterprise) NIT No.GTK./DE-MW/TENDER/GDA (Sweeping, Cleaning & up keeping)/ Dated at Gangtok the November 25, 2011

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

NLC TAMILNADU POWER LIMITED

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A Govt. of India Enterprise) Branch Office, Naini, Allahabad Udyog Nagar, Naini, Allahabad (UP)

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

TENDER NO: BL/CFS/MUM/473 TECHNICAL / COMMERCIAL BID. Tender Document for. [Providing and fixing of 150 years logo board on wall]

BALMER LAWRIE & CO. LTD.

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

BHARAT SANCHAR NIGAM LIMITED (A GOVERNMENT OF INDIA ENTERPRISES) O/o Telecom District Manager. Ghoda Choupati BSNL Parisar, Dhar (MP) TENDER DOCUMENT

Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata , Telephone No

CHEMELIL SUGAR COMPANY LIMITED

us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze)

Biotech Park, Lucknow

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

TENDER DOCUMENT FOR SUPPLY OF MILK, BREAD, BUTTER & EGGS FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

TENDER FOR ANNUAL MAINTENANCE CONTRACT OF AIRCONDITIONERS & WATER COOLERS IN PARYAVARAN BHAWAN CGO Complex, New Delhi

ENGINEERING PROJECTS (INDIA) LTD. (A.Govt of India Enterprise) TENDER NO.- EPI/WRO/CON/681/0036

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

NLC TAMILNADU POWER LIMITED ( A J V C b e tw e e n N L C & T A N G E D C O & a s u b s id ia r y o f N L C L td )

BHARAT SANCHAR NIGAM LIMITED

e-tender NOTIFICATION FOR THE SUPPLY OF GUNNY CLOTH & THREAD TO THEKARNATAKA SECONDARY EDUCATION EXAMINATION BOARD.

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

OFFICE OF THE DISTRICT & SESSIONS JUDGE (HQs) TIS HAZARI COURTS :: DELHI

BALMER LAWRIE & CO. LTD.

BHARAT SANCHAR NIGAM LIMITED (A Government of India CHENNAI TELEPHONES CHENNAI BID DOCUMENT

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

OFC LAYING & OTHER ASSOCIATED WORKS FOR CONNECTIVITY TO GSM BTS AND LEASE CIRCUIT IN NAILA DISTRICT

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document :

TENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt

Memo No:1920/WBTDCL-11013(99)/4/2018-GM(WBTDCL)-WBTDCL

TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA

NOTICE INVITING TENDER

Short Notice Inviting Tender e- NIT No./ 10 of RCC UPPER/RTIC Kathua Dated:

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

BHARAT SANCHAR NIGAM LIMITED (A Govt. Of India Enterprise) Office of the General Manager, BSNL, Kollam Tender Document.

BHARAT SANCHAR NIGAM LIMITED

NOTICE INVITING TENDER. Comprehensive Annual Maintenance Contract for Surveillance system installed in the Commission

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad


INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

PEC LIMITED (A Govt. Of India Enterprise) HANSALAYA, 15-BARAKHAMBA ROAD, NEW DELHI

No. AERC 649/2017/1 Dated: 4 th October, 2017 NOTICE INVITING TENDER FOR PRINTING A COMPENDIUM OF AERC REGULATIONS (NIT NO.

OPEN TENDER TENDER NO: KRCS/PRF02080/2018 PROVISION OF INSURANCE COVER FOR KENYA RED CROSS GLA/GPA/WIBA FOR THE YEAR 2018/2019

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise)

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES

Transcription:

- 1- BHARAT SANCHAR NIGAM LTD (A Government of India Enterprise) OFFICE OF THE SR. GENERAL MANAGER TELECOM, SANGLI-416 416 NIT No. GMTS/TP-II/40/02/e-Tender/AMC A/C/2015-2016/19 dated at Sangli the 08/10/2015 E-TENDER DOCUMENT FOR Comprehensive Annual Maintenance Contract of Window and Split Air Conditioners in Sangli Telecom District.. ( To be opened on 31/10/2015 ) Visit us at www.eprocure.gov.in Also NIT available on www.maharashtra.bsnl.co.in/tender [Bidder is requested to intimate the e-mail address and / or phone number if any after downloading the Tender documents to either Assistant General Manager ( NWP ) ( Ph. No. 0233-2625500 ) or Sub Divisional Engineer ( Tender ) ( Ph. No. 0233-2375999) O/o The Sr. General Manager Telecom District Sangli - 416 416 so as to intimate further corrigendum in the tender document if any and to impart education regarding filling-up of the tender to avoid inconvenience] Cost of Tender Form :- Rs 563/- Issued to :- ----------------------------------------------------------------------------------------------- Name of the Bank & Demand Draft No.:- ------------------------------------------------------------

- 2 - TABLE OF CONTENTS SL. No. Section NAME OF ITEM AVAILABLE ON PAGE NO. PART A TECHNICAL BID 01] Section - 1 NOTICE INVITING TENDER 3 to 6 02] Section 2 E-TENDERING INSTRUCTIONS TO 7 to 10 BIDDERS 03] Section 3 INSTRUCTION TO BIDDERS 11 to 17 04] Section 4 GENERAL (COMMERCIAL) CONDITIONS 18 to 24 OF THE CONTRACT 05] Section 5 SCOPE OF WORK 25 to 26 06] Section 6 BID FORM 27 07] Section 7 LETTER OF OFFER 28 08] Section 8 BIDDER S PROFILE 29 to 30 09] Section 9 VENDOR MASTER TEMPLATE 31 10] Section 10 AGREEMENT 32 to 33 11] Section 11 PERFORMANCE BANK GUARANTEE 34 to 35 12] Section 12 LETTER OF AUTHORIZATION 36 13] Section 13 DECLARATION FOR UNDERSTANDING OF 37 TENDER DOCUMENT 14] Section 14 DECLARATION FOR NEAR RELATIVES 38 15] Section 15 DECLARATION REGARDING BLACK 39 LISTING / DEBARRING 16] Section 16 CLAUSE BY CLAUSE COMPLIANCE 40 17] Section 17 DECLARATION FOR EPF ACT 41 18] Section 18 DECLARATION FOR ESI 42 19] Section 19 AFFIDAVIT IN CASE OF SOLE 43 PROPRIETOR 20] Section 20 ADVANCE STAMP RECEIPT 44 21] Section 21 CHECK LIST FOR (OFF LINE ) 45 SUBMISSION DOCUMENTS 22] Section 22 CHECK LIST FOR (ON LINE) SUBMISSION 46 TO BE UPLOADED 23] Section 23 PROFORMA OF POWER OF ATTORNEY 47 24] Section 24 Price list ( BOQ.xls sheet ) 48

- 3 - SECTION - 1 BHARAT SANCHAR NIGAM LTD. Office of the Sr. General Manager Telecom, (A Govt. of India Enterprise) Telephone Bhavan, M.G. Road, Sangli -416416 NOTICE INVITING TENDER No.:-GMTS/TP-II/40/02/e-Tender/AMC A/C/2015-2016/19 Dated at Sangli the 08/10/2015 Digitally sealed e-tenders are invited by the Sr. General Manager Telecom, Sangli on behalf of Bharat Sanchar Nigam Ltd. For Comprehensive Annual Maintenance Contract of Window and Split Air Conditioners in Sangli Telecom District.. The details of the tender are as follows:- 1. Approx. estimated cost of tender 14,60,700/- 2. Cost of tender form (non refundable) 563/- (incl. of sale tax) 3. E.M.D. to be deposited along with Rs 29,220/- tender Form. 4. Security Deposit 10% of approved tender cost. Time & date for down-loading of Tender Forms From 09/10/2015 to 31/10/2015 ( up to 12.30 hrs of the last day ) Date and Time for Submission of tender Up to 13.00 hrs of 31/10/2015 Date and Time for opening of tender At 15.00 hrs of 31/10/2015 The bidding process will be accepted only through e-tendering platform 1. The BSNL, at the time of award of work under the contract or during currency of the contract reserves the right to decrease or increase the work by up to +/- 25% of the total quantum of work specified in the schedule of requirements without any change in the rates or other terms and conditions. 2. Period of contract: One Year from the date of agreement.(extendable by three months) 3. Availability of e-tender Document: e-tender document can be obtained by downloading it from the website www.eprocure.gov.in The physical copy of the Tender document would not be available for sale. e-tender documents will be available for downloading from 09/10/2015 to 31/10/2015 (up to 12.30 Hrs). 4 MODE OF PAYMENT (i): The Tender fee in the event of downloading from website should be paid in the form of Crossed Demand Draft / Bankers Cheque issued by any Nationalized /Scheduled Bank in favour of The Accounts Officer (Cash),BSNL Sangli payable at Sangli. (ii) The Crossed Demand Draft/ Bankers Cheque should be submitted offline in the envelope as

- 4 - mentioned in clause 4.2 of Section- 2 (iii) The Tender fee is non-refundable & non-transferable. 5 MSE VENDORS ; MSE Bidders registered for similar items may claim exemption from payment of Cost of Tender Form, EMD / Bid Security. The bidder shall furnish along with the bid a Certificate/documentary proof in respect of registration clearly showing it s validity as on date of opening of the bid. Moreover, they should also produce documentary evidence showing that the firm is MSE registered for the items tendered for. Failure to comply this provision shall result in summarily rejection of the bid. 6 BID SECURITY /EMD : (Refer Clause 7 of Section -3 ) The bidder shall furnish the bid Security / EMD in a following way:- a) Demand Draft/ Banker s cheque issued by any Nationalized /Scheduled Bank drawn in favor of The Accounts Officer (Cash),BSNL Sangli payable at Sangli. or b) Bank Guarantee from any Nationalized bank drawn in favour of The A.G.M.(Nw.Plg), O/o the Sr.GMT, BSNL, Sangli which should be valid for 180 days from the tender opening date. 7. Tender bids received after due time & date will not be accepted by the online system. 8. All documents submitted in the bid offer should be preferably in Hindi / English / Marathi. In case the certificate viz. experience, registration etc. is issued in any other language other than Hindi / English / Marathi, the bidder shall attach an English translation of the same duly attested by the bidder & the translator to be true copy in addition to the relevant certificate. 9. All documents should be digitally signed by the bidder/ vendor organization. 10 The Sr.GMT, BSNL, Sangli, reserves the right to accept or reject any or all the bids without assigning any reasons whatsoever and he is not bound to accept the lowest tender rate. 11 TERMS AND CONDITIONS OF THE TENDER.. 11.1 (a) During the entire evaluation process, if it is observed that the down loaded document is exactly not as per the original tender document and/or it is tempered/changed/ altered/modified in anyway, the bid will be liable to be rejected and a case of fraud will be registered with police. (b )The tenders which are not submitted in above mentioned manner (1 to 9) will be liable to be rejected.. 11.2 Eligibility Conditions: Bidder must submit the following documents with the tender form: i. The Registration of the Firm. ii. Original / Attested Power of Attorney in case a person other than the Bidder has signed the tender document as per Proforma given in Section-23.

- 5 - iii. iv. Latest Income Tax Return along with photo copy of PAN Card. Affidavit regarding sole proprietorship if applicable.( on Rs.100/- Non Judicial stamp paper) v Experience Certificate:- The contractors / bidders who have satisfactorily carried out Annual Maintenance Contract of minimum 150 Nos. of Window Air Conditioners / Split Air Conditioners in BSNL/ MTNL/ PSUs / Railways / State Government / Central Government Departments etc. The experience certificate issued by an officer, of the rank of Divisional Engineer or equivalent class I officer i. e. Group A, for an amount of 3,80,000/- or more during any one year from APRIL 2012 will only be considered valid for this tender. vi Copy of certificates of incorporation/copy of Registration of firm /copy of valid Shop Act license OR Copy of Partnership deed in case of partnership firm OR Copy of Memorandum and Article of Association in case of limited company. vii Valid service Tax registration. viii Valid Sale Tax / VAT registration certificate whichever is applicable. ix. Declarations and Undertaking regarding. (a) Near relatives (SECTION-14) (b) Non black listing of firm (SECTION-15) (c) For understanding terms and conditions of tender and specification of work (SECTION-13) (d) Clause by clause compliance / statement of deviation if any to the clauses of the tender document signed by the authorized signatory on letter head of the firm as per (SECTION-16) (e) Declaration from the contractors regarding compliance of the conditions of EPF Act, 1952. as per (SECTION-17) (f) Declaration from the contractors regarding compliance of ESI / Insurance of labours. as per (SECTION-18) x. Bid Form, duly filled in, as per SECTION - 6 of the tender document. xi Bidder's profile duly filled in, as per SECTION - 8 of the tender document. xii For MSE Vendors:-Current and valid MSE registration certificate / Acknowledgment of Entrepreneurs Memorandum issued by District Industries Centre (State Director of Industries) if applicable. xiii. List of Board of Director if applicable. xiv. Registration Certificate / Acknowledgement of Entrepreneurs Memorandum issued by State Director of Industries or from Secretariat for Industrial Assistance (SIA), Ministry of Industries, Government of India, If applicable. 12. Contents of 2 nd envelope (Financial bid/ BOQ) ( to be submitted on line )Original Price Schedule (BOQ) in xl / xls file format. Note: (i) Scanned copies of all original documents / notarized Copy of all original documents are to be uploaded with Digital Signature wherever applicable. (ii) Submission of: a) Submission of documents listed under clause 11.2 above is mandatory. Non-compliance may result in outright rejection of the Bid. b) Online documents: The bidder is expected to examine all instructions, forms, terms and specification in the bid documents and clarification/ amendments/ addenda if any. Failure to furnish all information required as per 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 Bid.

- 6 - (iii) If some document is not applicable for the bidder then he has to upload scanned copy of paper mentioning The document < Name> called vide clause is not applicable on us. The Bid, which is not accompanied by the requisite Bid Security (EMD)and cost of tender document, shall be summarily rejected. Bid will not be accepted/ received after expiry of schedule date and time. 13. Rate should be quoted only in Bill of Quantity BOQ.xls sheet. Tenderer/ bidders are instructed to examine work themselves at their own cost and quote accordingly. The evaluation of rates will be based on the composite amount i.e. quantity and quoted rates. The rates should be inclusive of all taxes and duties, LBT/octroi, fright etc. except Service Tax if applicable. Assistant General Manager (Network Planning) O/o G.M.T., BSNL SANGLI -416416 Tele. No. 0233-2625500, Fax No 0233-2321100

- 7 - SECTION -2 E-TENDERING INSTRUCTIONS TO BIDDERS Note :-The instructions given below are for NIC s e-tender portal and for e-tenders invited by Sr.GMT, BSNL,SANGLI only. General These Special Instructions (for e-tendering) supplement Instruction to Bidders, as enclosed in Section - 3 of the Tender Documents. Submission of Bids only through online process is mandatory for this Tender. For conducting electronic tendering, BSNL Sangli has decided to use the portal http://www.eprocure.gov.in through Central Public Procurement Portal of NIC, (Govt. of India) New Delhi. 1. Tender Bidding Methodology: ed Bid System Single Stage Using Two Envelopes, The Techno-commercial & Financial bids shall be submitted online by the bidder at the same time. 2. Broad outline of activities from Bidders prospective: a) Procure a Digital Signing Certificate (DSC) b) Register on Electronic Tendering System (ETS) c) Create Users and assign roles on ETS d) View Notice Inviting Tender (NIT) on ETS e) Download Official Copy of Tender Documents from ETS f) Clarification to Tender Documents on ETS Query to BSNL (Optional) View response to queries posted by BSNL, as addenda. g) Bid-Submission on ETS h) Attend Online Tender Opening Event (TOE) of Techno-commercial Part i) View Post-TOE Clarification posted by BSNL on ETS (Optional) Respond to BSNL s Post-TOE queries j) Attend Online Tender Opening Event (TOE) of Financial-Part (Only for Technical Responsive Bidders). 3. 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 CPPP. a) Digital Certificates: For integrity of data and its authenticity/ non-repudiation of electronic records, and be compliant with ITAct2000, it is necessary for each user to have a Digital Certificate (DC). also referred to as Digital Signature Certificate (DSC), of Class 2 or above, issued by a Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in]. b) Registration: To use the Electronic Tender portal (https://www.eprocure.gov.in)/, vendor needs to register on the portal. Registration of each organization is to be done by one of its senior persons who will be the main person coordinating for the e-tendering activities. For further details, use the Electronic Tender portal www.eprocure.gov.in, The vendor should visit the home page of the portal www.eprocure.gov.in and go to the e- procure link then select Bidders Manual KIT.

- 8 - On successful submission of Registration details. Please contact NIC Helpdesk as given below, to get your registration accepted/activated. NIC HELPDESK Telephone No. (Toll Free) 1800-307-02232 E-Mail I.D. cppp-nic@nic.in (Please mark cc: to support-nic@ncode.in) BSNL CONTACT DETAILS. BSNL`s Contact Person-1 Assistant General Manager (Nw.Plg) Telephone No 0233-2625500 (between 10:00 hrs.to 17.30 Hrs. on working days) E-Mail I.D. mbthakkannavar@gmail.com BSNL`s Contact Person-2 Sub divisional Engineer ( Tender ) Telephone No 0233-2375999 (between 10:00 hrs.to 17.30 Hrs. on working days) E-Mail I.D. satishmali1967@gmail.com BSNL`s Contact Person-2 Sub divisional Engineer ( Plg.-II ) Telephone No 0233-2628500 (between 10:00 hrs.to 17.30 Hrs. on working days) E-Mail I.D. indolikar123@gmail.com 4. Method for submission of bid documents:- The bid-submission shall be online on CPPP, however Some documents mentioned below in Clause No. 4.2 in this section are to submitted physically off line as follows. 4.1 Online submission: Sl. No. Contents of 1 st Electronic Envelops Contents of 2nd Electronic Envelops 1 The documents listed in As per Section 1 clause No. 11.2 in xiv sub-envelopes. Price Bid Should be submitted online in BOQ format only Note:- (i) If some document is not applicable for the bidder then he has to upload scanned copy of paper mentioning The document < Name> called vide clause is not applicable on us. (ii) If document asked for contains more than one page then all those pages may be uploaded in one PDF format file a. Please take care to scan documents such that the total size of documents to be uploaded remains minimum. If required, documents may be scanned at lower resolutions say at 150 dpi. However it shall be sole responsibility of bidder that the uploaded documents remain legible. b. Utmost care may be taken to name the files / documents to be uploaded on CPPP. There should be no special character or space in the name of file. Only underscores are allowed. The illustrative examples are given below:- File Name Allowed or not allowed in CPPP Reason for allowed / not allowed Q A Certificate Not allowed Space in between words / characters not allowed QA Certificate(I) Not allowed Special characters not allowed QA _Certificate Allowed Under Score allowed between words / characters. QA Certificate Allowed Upper & Lower case allowed

- 9 - c) It is advised that all the documents to be submitted as per Clause 2 & 8 of Section - 3 of bid document are kept scanned or converted to PDF format in a separate folder on your computer before starting on-line submission. d) The names and total size of each document (Preferable below 50 MB) may be checked before uploading. 4.2 Offline Submissions: The bidder shall submit the following documents offline to AGM (NW.Plg).M.G. Road Telephone Bhavan Sangli on or before the date & time of submission of bids specified in NIT, in a ed Envelope. The envelope shall bear (the tender name), the tender number and the words DO NOT OPEN BEFORE (due date & time). 1. EMD-Bid Security & DD/ Bankers cheque - drawn in favour of Accounts Officer(Cash), BSNL,Sangli,against payment of tender fee). (Original copy). 2. Authorization letter by bidder for a person to attend bid opening, in case bidder himself is not attending bid opening. 3. In case of NSIC/MSMED registered bidders, following compliance may be submitted. (a)attested copy of Valid NSIC/MSMED registration, items covered in the registration and monitory ceiling of each item. (b) Attested copy of Monthly turnover of last one year duly certified by NSIC/MSMED 4. Power of attorney ( If applicable) as per Section - 23 5. Original affidavit regarding sole proprietorship on Rs.100/- stamp paper (if applicable). Note: The Bidder has to upload the Scanned copy of all above said documents during Online Bid submission also. 5. Special Note on Security of Bids : Security related functionality has been rigorously implemented in ETS in a multidimensional manner. Starting with 'Acceptance of Registration by the Service Provider', provision for security has been made at various stages in Electronic Tender s software. 6. Online Tender Opening Event (TOE) : CPPP offers a unique facility for Online Tender Opening Event (TOE). Tender Opening Officers as well as authorized representatives of bidders can attend the Online Tender Opening Event (TOE).Every legal requirement for a transparent and secure Online Tender Opening Event (TOE) has been implemented on CPPP. (i) The bids will be opened in 2 stages i.e.(i) Techno-commercial bid & (ii) Financial bid (BOQ).The techno commercial bid shall be opened on the date of tender opening given in DNIT. The financial bid (BOQ) will not be opened on the date of opening of techno-commercial bids. As soon as a Bid is decrypted by the TOC, the documents will be opened from the Technocommercial bid one by one and the same report of TOC will be uploaded on e-tender portal. Thereafter the TEC will evaluate Techno-commercial bids and the report of TEC will be approved by competent authority and the same report of TEC will be uploaded on e-tender portal of techno-commercially compliant bidders for information of financial bid opening. The financial bids of those bidders who are approved to be techno-commercially compliant by the competent authority will be opened by TOC in front of techno-commercially eligible bidders/authorized representatives.

- 10 - (ii) 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 (iii) 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) Quantities / prices quoted in the bid d) Taxes & levies. 7. PRICE SCHEDULE / (Bill of Quantity) Utmost care may kindly be taken to upload Price Schedule (BOQ). Any change in the format of Price Schedule (BOQ) shall render it unfit for bidding. Following steps may be followed:- a. Down load (price quoted rates in XLS format.) b. Fill rates in down loaded price bid as specified in XLS format only in white back ground cells. Don t fill in grey back ground cells. c. File is password protected XLS file. Don t unprotect the file. Price has to be filled in the same file and has to be uploaded d. Save filled copy of downloaded price schedule (BOQ) in your computer and remember its name & location for uploading correct file (duly filled in) when required. 8. OTHER INSTRUCTIONS : For further instructions, the vendor should visit the home-page of the portal ( www.eprocure.gov.in), and go to the Bidders Manual Kit. The compatible support software (PDF Converter, Java, etc) for online bid submission may be downloaded from CPP Portal. Important Note: It is strongly recommended that all authorized users of Supplier organizations should thoroughly peruse the information provided under the relevant links of e-procurement portal (CPPP), and take appropriate action. This will prevent hiccups, and minimize teething problems during the use of CPPP. The following FOUR KEY INSTRUCTIONS for BIDDERS must be assiduously adhered to: a. Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender submission deadline on CPPP. b. Register your organization on CPPP well in advance of your first tender submission deadline on CPPP. c. Get your organization s concerned executives trained on CPPP well in advance of your first tender submission deadline on CPPP. d. Submit your bids well in advance of tender submission deadline on CPPP as there could be last minute problems due to internet timeout, breakdown, etc. While the first three instructions mentioned above are especially relevant to first-time users of CPPP, the fourth instruction is relevant at all times. (BSNL shall not be responsible any problem arising out of internet connectivity issues). 9. Minimum Requirements at Bidders end Computer System with good configuration (Min P IV, 1GB RAM, Windows XP) Broadband connectivity. Microsoft Internet Explorer 6.0 or above Digital Certificate(s) for users.

- 11 - SECTION -3 Instruction to Bidders 1 ELIGIBILITY OF BIDDERS: The invitation of bids is open to all eligible bidder as per their eligibility mentioned in NIT of this tender document. 2 BID DOCUMENTS : 2.1 The bidding procedure and contract terms are prescribed in the Bid Documents. The Bid Documents include all the pages & sections as per TABLE OF CONTENTS given at page no.2 2.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the bid documents. Failure to furnish all information required as per the Bid Documents or submission of bids not substantially responsive to the Bid Documents in every respect will be at the bidder's risk and shall result in rejection of the bid. 3. QUERIES ON BID DOCUMENTS: A prospective bidder, requiring any clarification on the Bid Documents shall notify the BSNL Sangli in writing by FAX or by Email of the BSNL Sangli as indicated in the invitation of Bid (NIT). The BSNL Sangli shall respond in writing to any request for the clarification of the Bid Documents, which it receives 10 days prior to the date of opening of the Tenders. Copies of the query (without identifying the source) and clarifications by the BSNL Sangli shall be posted on website www.eprocure.gov.in for information of bidders.. 3.1 Any clarification issued by BSNL in response to query raised by prospective bidders shall form an integral part of bid documents and shall amount to an amendment of the relevant clauses of the bid documents. 4. AMENDMENT OF BID DOCUMENTS: 4.1 The BSNL Sangli 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. 4.2 The amendments shall be posted on e-tendering portal(www.eprocure.gov.in) to all prospective Bidders and these amendments will be binding on them. 4.3 In order to afford prospective bidders a reasonable time to take the amendment into account in preparing their bids, the BSNL Sangli may, at its discretion, extend the deadline for the submission of bids suitably. 5. PREPARATION OF BIDS Cost of Bidding: The bidder shall bear all costs associated with the preparation and submission of the bid. The BSNL, will in not case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. 6. DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILITY AND QUALIFICATIONS: The documents establishing Bidder s Eligibility and qualification as given in Clause No.11.2 & 12, of Section 1 are required to be submitted.

- 12-7. BID SECURITY: 7.1 The bidder shall furnish, as part of his bid, a bid security (EMD) for the amounts shown in the NIT. No interest shall be paid by the BSNL on the bid security for any period, what so ever. 7.2 The bid security is required to protect the BSNL against the risk of bidders conduct, which would warrant the security's forfeiture, pursuant to para 7.7 7.3 Bid Security shall be paid in the form of Crossed Demand Draft/ Bankers Cheque issued by a Nationalized/ scheduled bank, drawn in favour of Accounts Officer (Cash), BSNL, Sangli, payable at Sangli. OR Bank Guarantee from Nationalized / Scheduled bank drawn in favour of The AGM (Nw.Plg) O/o Sr.GMT, BSNL Sangli-416416 which should be valid for 180 days from tender opening date. 7.4 A bid not secured in accordance with para 7.1 & 7.3 shall be rejected by the BSNL as non responsive. 7.5 The bid security of the unsuccessful bidder will be refunded as promptly as possible. 7.6 The BID security of successful bidder will be refunded after completion of tender formalities i. e. after depositing security deposit in full in accordance with clause no 10 & 25 in section - 3 7.7 The bid security shall be forfeited:- 7.7.1 If a bidder withdraws his bid during the period of bid validity specified in the bid document or. 7.7.2 If the bidder makes any modifications in the terms and conditions of the tender before acceptance of the tender, which are not acceptable to the BSNL or. 7.7.3 In case bidder submit any false Experience certificate relating to experience or any other false document. 7.7.4 If successful bidder fails: i. To sign the agreement in accordance with clause 25 of Section - 3. 8. BID PRICES: 8.1 The bidder should be quot the rates only in Bill of Quantity BOQ.xls sheet. Tenderer/ bidders are instructed to examine work themselves at their own cost and quote accordingly. The evaluation of rates will be based on the composite amount i.e. quantity and quoted rates. The rates inclusive of all taxes and duties etc. except Service Tax if applicable. 8.2 The price quoted by the bidder shall remain fixed during the entire period of contract and shall not be subject to variation on any account. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected. 8.3 Discount, if any, offered by the bidders shall not be considered unless they are specifically indicated in the schedule or rates (financial Bid). Bidders desiring to offer discount shall therefore modify their offers suitably while quoting and shall quote clearly net price taking all such factors like Discount, free supply, etc. into account. 9. PERIOD OF VALIDITY OF BIDS: 9.1 Bid shall remain valid for 180 days from date of opening of the bid (Qualifying Bid). A bid valid for a shorter period shall be rejected by the BSNL as Non-responsive. 10. SIGNING OF BID: 10.1 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, using Digital signature by the authorized person.

- 13-10.2 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/ persons signing the bid. All pages of the original bid, except for un-amended printed literatures, shall be signed by the person or persons signing the bid. 11 Power of Attorney: (a) The power of Attorney should be submitted and executed on the non-judicial stamp paper (as Per format at Section- 23 of appropriate value as prevailing in the concerned states(s) and the same be EITHER attested by a Notary public OR registered before Sub-registrar of the state(s) concerned. (b) The power of Attorney be executed by a person who has been authorized by the Board of Directors of the bidder in this regard, on behalf of the Company/ institution/ Body corporate. Copy of Board resolution / authorization shall also be submitted along with POA. (c) In case of the bidder being a firm, the said Power of Attorney should be executed by all the bidder being a firm, the said Power of Attorney should be executed by all the partner(s) in favour of the said Attorney. (d) Attestation of the specimen signatures of 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. 11.1 In case of partnership firm considered for PO, prior approval in writing shall be obtained from the PO placing authority before making any changes in the constitution of the firm or transferring the business to another person or company. 12 SUBMISSION OF BIDS: SEALING AND MARKING OF BIDS : 12.1 The bid may be called under:- Single Stage Bidding & Two Electronic Envelope System. The details of sealing & marking of bids in each case is given below: The bidder shall submit his bid in two envelopes The First electronic envelope will be named as Techno-commercial bid.this envelope will contain documents of bidders satisfying the eligibility / Technical & commercial conditions as per clause 6 with Bid security as per Clause - 7 The second electronic envelope will be named as Financial bid (BOQ) containing Price Schedules as per Section-24 12.2 (a) The envelope, containing Offline documents mentioned in clause 4.2 of Section- 2 shall be sealed properly by the bidder and addressed to: The Asstt. General Manager (Nw.Plg ) O/o The Sr. General Manager, 5th floor Telephone Bhavan, M.G. Road Sangli-416416 Tel: 0233-2625500, Fax: 0233-2325300/2321100 E-mail: mbthakkannavar@gmail.com (b) The envelope shall bear the name of the tender, the tender Number, and the words DO NOT OPEN BEFORE due date. & time... (c) The envelope shall indicate the name and complete postal address of the bidder to enable the BSNL Sangli to return the envelope unopened in case it is declared "LATE". (d) The envelope containing all above offline documents shall be sealed properly by the bidder and shall be delivered on or before due Date & Time of submission of bid as specified in DNIT( Section- 1 ) to above said address mentioned in clause 12.2(a)

- 14 - (e) (f) (g) The envelope should be deposited in the tender box available at the O/o SDE (Tender ), O/o the Sr. General Manager, 5thfloor Telephone Bhavan, M.G. Road Sangli-416416 or sent by Registered Post/Speed Post/Courier or delivered in person on the above mentioned address (in clause 12.2(a) above). The responsibilities for ensuring that outstation envelope are delivered in time shall rest with the bidder. The BSNL Sangli shall not be responsible if the bids are delivered elsewhere. Tender not submitted in above mentioned manner will be rejected Venue of Tender Opening: The e-tender will be opened online in the chamber of AGM (NW.Plg),O/o Sr.General Manager, 5th floor Telephone Bhavan, M.G. Road Sangli- 416416 on date & time specified in DNIT. If due to administrative reasons, the venue of Bid opening is changed, it will be displayed prominently at venue and notice board on 5thFloor, Telephone Bhavan, M.G. Road Sangli- 416416 and also on web site www.eprocure.gov.in 12.3 If offline documents are not delivered up to date &time of submission of bid as specified in DNIT, the bid shall be rejected. 13. SUBMISSION OF BIDS : 13.1. Bids must be submitted online on e-tender portal www.eprocure.gov.in and offline (as per clause No 4.2 of Section - 2 ) by the bidders at the address specified under clause 12.2( a) not later than given date & time of submission as specified in NIT Section- 1. 13.2 The BSNL Sangli may, at its discretion, extend this deadline for the submission of bids by amending the Bid Documents in accordance with clause 4 of this section in which case all rights and obligations of the BSNL Sangli and bidders previously subject to the deadline will thereafter be subjected to the extended deadline. 14. LATE BIDS: No bid shall be accepted online either by e-tender Portal or offline document by the BSNL Sangli after the specified deadline for submission of bids prescribed by the BSNL Sangli pursuant to clause 13. 15. MODIFICATION AND WITHDRAWAL OF BIDS: 15.1 The bidder may modify, revise or withdraw his bid after submission prior to deadline prescribed for submission of bid. 15.2 The bidder s modification, revision or withdrawal shall have to be online and digitally authenticated as per clause -12 15.3 Subject to clause -17 no bid shall be modified subsequent to the deadline for submission of bids. 16. Bid Opening and Evaluation: OPENING OF BIDS BY BSNL SANGLI: 16.1 The BSNL Sangli shall open bids online in the presence of the authorized representatives of bidders physically present who choose to attend, at time & date specified in NIT(Section- 1 ) on due date. The bidder's representatives, who are present, shall sign in an attendance register. Authority letter to this effect shall be submitted by the authorized representatives of bidders before they are allowed to participate in bid opening (A Format is given at Section-12). 16.2 Maximum two representative of any bidder shall be authorized and permitted to attend the bid opening.

- 15-16.3 For sequence & procedural details of opening of Bid, please refer Clause 6 of Section- 2 16.4 The date fixed for opening of bids, if subsequently declared holiday by the BSNL/ submission of Bid is not possible due to unavoidable circumstances, the bid will be opened on the following working day, time and venue remaining unaltered unless the revised date of opening of bids is notified before opening of tender. 17. CLARIFICATION OF BIDS : 17.1 To assist in the examination, evaluation and comparison of bids, the BSNL Sangli may, at its discretion ask the bidder for the clarification of its bid. The request for the clarification and the response shall be in writing. However, no post bid clarification at the initiative of the bidder shall be entertained. 17.2 If any of the documents, required to be submitted along with the technical bid is found wanting, the offer is liable to be rejected at that stage. However the BSNL Sangli at its discretion may call for any clarification regarding the bid document within a stipulated time period. In case of non compliance to such queries, the bid will be out rightly rejected without entertaining further correspondence in this regard. 18. PRELIMINARY EVALUATION: 18.1 BSNL shall evaluate the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether the bids are generally in order. 18.2 If there is discrepancy between words and figures, the amount in words shall prevail. If the Contractor does not accept the correction of the errors, his bid shall be rejected. 18.3 Prior to the detailed evaluation, pursuant to clause -19, the BSNL will determine the substantial responsiveness of each bid to the bid document. For purpose of these clauses a substantially responsive bid is one which conforms to all the terms and conditions of the bid documents without deviations. The BSNL determination of bid's responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 18.4 A bid, determined as substantially non responsive will be rejected by the BSNL and shall not Subsequent to the bid opening be made responsive by the bidder by correction of the nonconformity. 18.5 The BSNL may waive any minor infirmity or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or effect the relative ranking of the bidder. 19. EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS 19.1 The BSNL shall evaluate in detail and compare the bids previously determined to be substantially responsive pursuant to clause 18. 19.2 If the offered rates of more than one bidder are same than the work may be divided ( In terms of amount) equally among them. 20 CONTACTING THE BSNL: 20.1 No bidder shall try to influence the BSNL on any matter relating to its bid, from the time of bid opening till the time the contract is awarded. 20.2 Any effort by the bidder to modify his bid or influence the BSNL in the BSNL's bid evaluation, bid comparison or the contract award decisions shall result in the rejection of the bid.

- 16-21. AWARD OF CONTRACT: 21.1 The BSNL shall consider award of contract only to those eligible bidders whose offers have been found technically, commercially and financially acceptable. 21.2 The work against the tender is for one year's requirement and the terms and conditions of this tender shall be operative for a period of one year from the date of signing of agreement between the BSNL and the contractor. 22. BSNL'S RIGHT TO VARY QUANTUM OF WORK: The BSNL, at the time of award of work under the contract or during currency of the contract reserves the right to decrease or increase the work by up to +/ -25% of the total quantum of work specified in the schedule of requirements without any change in the rates or other terms and conditions. However the individual item of works may be varied in any quantum within the overall limit of +/ - 25 % of the contracted value in terms of rupees or in physical terms as BSNL decides. 23. BSNL'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY ORALL BIDS: The BSNL reserves the right to accept or reject any bid and to annul the bidding process and reject all bids, at any time to award of contract without assigning any reason what so ever and without thereby incurring any liability to the affected bidder or bidders on the grounds for the BSNL s action. 24. ISSUE OF LETTER OF INTENT: 24.1 The issue of letter of intent shall constitute the intention of the BSNL to enter in to the contract with the bidder. Letter of intent will be issued as offer to the successful bidder. 24.2 The bidder shall submit security deposit within 10 days of issue of intent, give his acceptance along with BID document and Agreement, failing which his EMD may be forfeited and bid is liable to be cancelled. 25. SIGNING OF AGREEMENT 25.1 The signing of agreement shall constitute the award of contract on the bidder. The agreement with the successful bidder shall be signed by the BSNL with in a week of submission of Performance Bank Guarantee as per clause -1 of Section 4. 25.2 The successful tenderer, after paying the required security deposit as mentioned in the letter of intimation about the selection, the approved tenderer will have to execute an agreement on a non- judicial stamp paper of Rs.100/-(the cost of stamp to be borne by the tenderer) in the prescribed form to the effect that the tenderer and the Sr. General Manager Telecom, Sangli are bound by terms and conditions in the agreement which, in turn will be the same terms and conditions as mentioned in the tender documents. 25.3 In the event of failure of the tenderer to sign the agreement and to pay security deposit within prescribed period given in letter of intimation of being called upon to do so or in the event of his failure to work as stipulated, the amount of Earnest Money shall be forfeited. 26. ANNULMENT OF AWARD: Failure of the successful bidder to comply with the requirement of clause 24 and 25 above shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security, in which event the purchaser may make the award to any other bidder at the discretion of the purchaser or call for new bids.

- 17-27. If any innovative and creative attentive is devised by the SSA either on its own or as directed from above, which covers the scope of this tender in whole or in part, this tender/contract agreement can be terminated by Sr.GMT Sangli after taking stock of the situation either immediately or at a future date to which contractor will not have any claim.

- 18 - SECTION - 4 GENERAL (COMMERCIAL) CONDITIONS OF THE CONTRACT 1. Security Deposit: 1.1 All tenderers (including small scale units who are registered with National Small Scale Industries corporation under Single point registration scheme), whose tender is accepted, shall have to pay the Performance Security Deposit, which will be 10% of the approved tender cost. The Security Deposit can be paid in the form of Bank Guarantee for period of 18 months, on any Nationalized Bank, which can be extended if required. The proceeds of the performance security shall be payable to the BSNL as compensation for any loss resulting from the contractors failure to complete its obligations under the contract. 1.2 No interest will be paid to the contractor on security deposit. 1.3 If the tenderer duly performs and completes the contract in all respects, this office shall refund the Security Deposit or release the Bank Guarantee as the case may be, to the tenderer after deducting all cost and other expenses that this office might have incurred for making good of any loss due to any action attributable to the tenderer which this office entitled to recover from the tenderer. 1.4 The Sr. G.M.T. Sangli in the event of non-fulfillment of the terms and conditions of the contract shall forfeit the Security Deposit, which is for non satisfactory performance of the contract. 1.5 Security Deposit will be forfeited if the approved tenderer has submitted fake experience certificate / other documents. 2. Validity of tender:- 2.1 The contract shall be for one year but the BSNL reserves the right to extend the contract period by three months beyond the period specified in the letter of acceptance (tender), on the same rates and other terms & conditions. However, further extension beyond 3 months, if necessary, will be on mutually agreed terms & conditions. 2.2 The rates once approved and accepted by the contractor shall remain valid and operative for a period of one year from the date of acceptance of tender or such extended period and order for the same rates by any other officers in Sangli Telecom District. 2.3 The Sr. G. M. T. Sangli is at liberty to cancel the tender, by giving one month notice to the contractor, without assigning any reason. 2.4 The Sr. G. M. T. Sangli reserves the right to accept /reject any one or all the tenders without assigning any reasons to the tenderers. 2.5 The Sr. G. M. T. Sangli does not pledge himself to accept the lowest tender and reserves to himself the right to accept the whole or any part of the tender and tenderer should carry out the work at the approved rates only. 3. Duration for completion of work: 3.1 In case the contractor fails to complete the work within the stipulated period or the work is unsatisfactory or does not carry out the work, the B.S.N.L. reserves the right to terminate the contract without any notice and contractor is not liable to be paid any compensation for the loss arising out of such termination. 3.2 If the contractor is unable to complete the work, the B.S.N.L. is free to complete the work by engaging some other agencies and the cost will be recovered from the contractor.

- 19-3.3 Failure to comply with any of the terms & conditions the Security Deposit whole or part will be forfeited as per discretion of the Sr. G.M.T., Sangli. 4. Rejection of Tenders :- 4.1 The authority inviting tenders shall reserve the right to refuse consideration of any tender: 4.1.1 If the tender is not supported by the requisite EMD in the manner provided therein. 4.1.2 If the tender is not duly signed, deficient or incomplete in any of requisite matters, particular(s) or formalities or for any reason (s), which shall not be disclosed to the tenderer(s). 4.1.3 If the tender seeks changes in the terms and conditions, specifications or time limits as envisaged. 4.1.4 Without assigning any reasons,. 4.2 The tenderer(s) should give a certificate to the effect that none of his/her such near relative is working in the units of BSNL. In case of proprietorship firm the 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 Directors of the Company. Any breach of these conditions by the company or firm or any other person, the tender/work will be cancelled and earnest money/security deposit will be forfeited at any stage whenever it is noticed. The company or firm or the person will also be debarred for further participation in the concerned unit. 4.2.1 The near relatives are defined as below : 4.2.1.1 Members of a Hindu Undivided family, OR 4.2.1.2 The one is related to the other in the manner as husband/wife, father, mother, son(s) & son s wife (daughter-in-law), Daughter(s) & daughter s husband (son-in-law), brother(s) & brother s wife sister(s) & sister s husband (brother in-law) 5. Formation of rings for quoting cartel rate: If one or more groups of bidders are found to have rings for bidding Cartel Rates with intention to restrict competition & to boost up rates to the detriment of the BSNL, the Sr. GMT, Sangli reserves the right to reject all such offers & cancel the tender with forfeiture of EMD of all such participants. If the offers are taken into consideration for some or other reasons, the Sr. G.M.T., Sangli reserves the right of counter offering the work to the group or groups forming the cartel and also reserves the right to limit the tenderers and allot the work proportionately if necessary. Also, if any tenderer/firm/ bidder try to mischief / misguide the other tenderers/firms/bidders, they shall be debarred for participation in any tender in future in the BSNL. 6. Termination of Contract:- 6.1 The Sr. General Manager Telecom, Sangli shall not be responsible for any loss damage etc. as a result of the termination of the contract. 6.2 The Sr. General Manager Sangli may terminate the contract at any time if the work is unsatisfactory and forfeit the Security Deposit. 6.3 The Sr. G. M. T. Sangli is at liberty to cancel the tender, by giving one month notice to the contractor, without assigning any reason.

- 20-7 Labour laws : 7.1 The labourers working should be insured against accidents. The contractor will not be permitted to work unless he produces the papers of insurance of the labourers working under him. The contractor shall be responsible for any losses/damages etc. that may have occurred during execution of work and shall pay compensation to his/their workmen payable under workmens, Compensation Act 1923(VII) for injuries caused to the workmen. If such a compensation is paid by the BSNL as a Principal Employer under sub section (i) of section 12 of the same Act on behalf of the contractor, it shall be recovered by the BSNL from the contractor under section (ii) from security deposit or any other dues payable by the BSNL to the contractor on any account. 7.2 The contractor shall produce a valid license under the Contract Labour (R&A) Act, 1970 and the Contract Labour (Regulation and Abolition) Central Rules 1971 before the commencement of work and shall produce copy to concerned Divisional Engineer and continue to hold the said license valid till completion of the contract, by renewal (if required). In case of failure on this, BSNL Sangli may forfeit the Security Deposit and action will be taken to black list the contractor. 7.3 The contractor shall comply with the provisions of the payment of wages Act 1936, Minimum Wages Act 1948, Employees liability Act 1938, Workmen s Compensation Act 1923, Industrial Dispute Act 1947 and the Contractors Labour(Regulation and Abolition)Act 1970, Payment of Bonus Act 1965 or the modification thereof or any other law relating thereto and the rules made there under from time to time. He shall also indemnify the BSNL against any payments to be made for due observance of the said laws. No minor labour (below the age of eighteen years) shall be employed on the work. A copy of last year Form D regarding payment of bonus to the employees working with contractor as per Rule 5 of payment of Bonus Act 1965 & amendment if any, should be submitted to S.D.E.(Bills) immediately. The contractor should also comply for the provision & payment of bonus act 1965 during contract period & prescribed certificate Form D should be furnished. 7.4 FULFILLMENT /COMPLIANCE OF THE PROVISIONS OF EPF: The terms and conditions towards fulfillment/compliance of the provisions of EPF & Misc. Provisions Act.1952 & Employees Provident Fund Scheme 1952 will be binding on contractors in respect of labours /employees engaged by the tenderers during execution of work. A copy of latest annual return submitted to EPF authority should be submitted to S.D.E.(Bills) immediately. 7.5 FULFILLMENT /COMPLIANCE OF THE PROVISIONS OF ESI /Insurance for labours: The terms and conditions towards fulfillment/compliance of the provisions of ESI / Insurance for labours will be binding on contractors in respect of labours /employees engaged by the tenderers during execution of work. 7.6 The contractor should enclosed attested copy of registration certificate under M.S.M.E.D. Act 2006 (if applicable) along with bill. In case if not registered under M.S.M.E.D. Act 2006, a certificate to that effect is to be furnished. 8 Indemnify:- 8.1 The contractor shall indemnify and save harmless the B.S.N.L. from and against all action, suits, proceedings, costs damages, charges claims and demand whatsoever, either in law or equity and all costs and charges and expenses that the BSNL./Dept. may sustain or incur arising from or out of omission or commission of any act / acts of the contractor, his agents, employees, assignee or subcontractor. 8.2 Contractor shall pay all Levies, Fees, Royalties, Insurance, Taxes Duties payable or arising from or out of, by virtue of or in connection with and /or in respect of works or operation(s) or any part thereof to be performed by the Government indemnified from and against the same or any default by the Contractor in the payment thereof.