BHARAT SANCHAR NIGAM LIMITED

Similar documents
ADMINISTRATIVE TRAINING INSTITUTE GOVERNMENT OF WEST BENGAL FC-BLOCK, SALT LAKE CITY, SECTOR-III, KOLKATA NOTICE INVITING TENDER

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise)

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

NOTICE INVITING EOI. (A Govt. of India Enterprise) NAME OF WORK

Tender. For. Scrub Stations

Phone: (0491) (4 Lines) Palakkad Plant, Kanjikode West PALAKKAD (0491)

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

Tender. For. Human Skeleton

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

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

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

CHEMELIL SUGAR COMPANY LIMITED

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

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

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

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

TENDER No: STPIC/Admin/G&P/010/ / 003 Date: 15/09/2009 BID DOCUMENT. Tender for Supply of Radio Modems

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

Tender. for. Indian Institute of Technology Jodhpur

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

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

TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

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

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID

MINISTRY OF HEALTH. TENDER No. MOH/ONT/001/

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

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

BHARAT HEAVY ELECTRICALS LIMITED,

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

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

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

Tender no: SPMU/NRC/CLOTH ENVELOPE FOLDER/283/2016/6 Dated June 9, 2016 TENDER FOR SELECTION OF AGENCY FOR SUPPLY OF CLOTH ENVELOPE DOCUMENT

MECON LIMITED A Government of India Enterprise

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

Tender. for. Indian Institute of Technology Jodhpur

REQUEST FOR PROPOSAL For Food Plaza for Leasing

UV-Visible Spectrophotometer

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

Biotech Park, Lucknow

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

BALMER LAWRIE & CO. LTD. Container Freight Station P-3/1, Transport Depot Road Kolkata

UTTARAKHAND POWER CORPORATION LTD. BID DOCUMENT FOR PURCHASE OF POWER COMMERCIAL AND GENERAL CONDITIONS

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

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

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods)

TENDER DOCUMENT FOR PURCHASE OF: SUPPLY AND INSTALLATION OF UPS Tender Number: /63/ELECTRICAL, Dated:

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

THE MAHARASHTRA STATE CO-OP. BANK LTD., MUMBAI (Incorporating the Vidarbha Co-op. Bank Ltd.) Scheduled Bank

MP/ Hiring of VAT Consultant / /002

BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise) O/o General Manager, BSNL Kannur BSNL Bhavan,Kannur

TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES TENDER NO. PPOA /01/ 07/

Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Southern Telecom Region (An ISO 9001:2000 Organization) BID DOCUMENT

THE TECHNICAL UNIVERSITY OF KENYA

TENDER DOCUMENT FOR PURCHASE OF: TELEPHONE CABLE ETC. Tender Number: /130/ELECTRIC, Dated:

PAWAN HANS LIMITED SAFDARJUNG AIRPORT NEW DELHI

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

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

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

Printing and Supply of Calendars, Greeting Cards & Diaries

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

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SERVICES

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

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

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES

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

TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY

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

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

TENDER No: SPMU/NRC/Print Service/542/2018/ dated March 14, 2018 TENDER FOR MANAGED PRINT SERVICES ISSUED BY

MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/ TENDER FORM FEE: - Rs.500/-(Non refundable)

AGREEMENT FOR INSTALLATION OF MOBILE/TELECOM TOWER

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

PEC University of Technology, Chandigarh

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMILNADU TENDER DOCUMENT

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

Tender No.3558/H/2012/Roots Dated:

TENDER FOR APPOINTMENT OF COURIER SERVICE AGENCY

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

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF CIVIL ENGINEERING LABORATORY EQUIPMENT TENDER NO: UOE/CV/ENG/20/

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

INVITATION FOR PROPOSAL TO PROVIDE LEGAL CONSULTANCY SERVICES

COMMERCIAL TERMS AND CONDITIONS

TENDER DOCUMENT FOR PURCHASE OF: AMC FOR DATA RECOVERY CENTER D.G SET Tender Number: /13/ESTATE, Dated:

PUNJAB TECHNICAL UNIVERSITY,

NATIONAL BIOSAFETY AUTHORITY

REPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT

TENDER DOCUMENT FOR PURCHASE OF: L&T MAKE DOL STARTER Tender Number: /124/ELECTRICAL, Dated:

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR

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

EOI No / BSNL / CA / / 1. Bharat Sanchar Nigam Limited

AGREEMENT FOR SALE OF POWER. THIS AGREEMENT FOR SALE OF POWER is made and executed at on the day of, 2017 ( Agreement ) BY AND BETWEEN

TENDER NO.SRC /CS/06/ : FOR PROVISION OF COURIER SERVICES WITHIN NAIROBI AND ITS ENVIRONMENT TO SALARIES AND REMUNERATION COMMISSION

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

TENDER DOCUMENT FOR PURCHASE OF: S S PERFORATED SHEET Tender Number: /391/GWS, Dated:

Transcription:

BHARAT SANCHAR NIGAM LIMITED (A Govt.of India Enterprise) O/o Executive Engineer ( Civil),6 th Floor G.M. Office Complex,South Bye Pass Road,Vannarpettai, Tirunelveli-627002 PH. : 0462-2501433 &,2501911 Fax No.2501614 BID DOCUMENT EOI FOR INSTALLATION OF ATMs IN BSNL PREMISES IN TUTICORIN DISTRICT NAME OF THE BIDDER... LOCATION. EOI NO. 02/CD-TVL/ATM/2016-17 Dated 03.06.16 1

TABLE OF CONTENTS SECTION TITLE PAGE I Notice Inviting EOI 3 II Instructions to Bidders 6 III General Commercial Conditions of Contract 14 IV Special Conditions of Contract 18 V Price Schedule 19 VI Bid Form 20 VII Undertaking for Submission of Refundable Security Deposit 21 VIII Letter of Authorisation for attending bid 22 IX List of Locations 23 X ATM Drawing 26 2

SECTION-I NOTICE INVITING EOI BHARAT SANCHAR NIGAM LIMITED O/o Executive Engineer ( Civil) OFFICE OF ISSUE BSNL Civil Division,6 th Floor,GM Office Complex, South Byepass Road,Vannarpettai Tirunelveli 627002. DATE OF ISSUE :- 03/06/2016 EOI NO :- 02 /CD-TVL/ATM/2016-17 EOI AVAILABLE FROM :- 03/06/2016 DUE DATE OF RECEIPT :- 30/06/2016 AT 15.00 HOURS OPENING DATE OF BID :- 30/06/2016 AT 15.30 HOURS VENUE FOR OPENING OF O/o, Executive Engineer ( Civil), BIDS BSNL Civil Division,6 th Floor,GM Office Complex, South Byepass Road,Vannarpettai Tirunelveli 627002 SEALED LIMITED EOIS ARE INVITED ON BEHALF OF BSNL TUTICORIN, FOR INSTALLATION OF ATMs IN TUTICORIN TELECOM DISTRICT AT SELECT LOCATIONS. (AS PER SECTION IX) ALL PUBLIC / PRIVATE SECTOR BANKS, PRIVATE AGENCIES APPOINTED FOR INSTALLATION OF ATMS FOR PSB, WHITE LABEL ATMS BY NON BANKING INSTITUTIONS AUTHORISED BY RESERVE BANK OF INDIA ARE ELIGIBLE TO PARTICIPATE. THE BIDS SHALL BE OPENED UP TO 30/06/2016 AT 15.00 HRS. BID SECURITY IN THE FORM OF DEMAND DRAFT WILL BE Rs.5000/-- (RUPEES FIVE THOUSAND ONLY) (PER LOCATION PER ATM). INTENDING BIDDERS MAY OBTAIN COPY OF THE BID DOCUMENTS ON APPLICATION FROM THE EXECUTIVE ENGINEER (CIVIL),BSNL CIVIL DIVISION,6 TH FLOOR,GM OFFICE COMPLEX, SOUTH BYEPASS ROAD, VANNARPETTAI, TIRUNELVELI 627002 ON PAYMENT OF Rs. 1050/- (RUPEES ONE THOUSAND FIFTY ONLY), (NON - REFUNDABLE) FOR EACH ATM, FROM 03/06/2016 UPTO 29/06/2016 BETWEEN 11.00 HRS TO 16.00 HRS ON ALL WORKING DAYS. THE PAYMENT WILL BE ACCEPTED IN THE FORM OF CROSSED ACCOUNT PAYEE DEMAND DRAFT, DRAWN IN FAVOUR OF ACCOUNTS OFFICER (CASH),O/o GM,BSNL TUTICORIN. INTENDING BIDDERS CAN ALSO DOWNLOAD THE BID DOCUMENT FROM THE WEBSITE www.tamilnadu.bsnl.co.in. THE PAYMENT OF RS. 1050/- (RUPEES ONE THOUSAND FIFTY ONLY) INCLUSIVE OF VAT 5% FOR EACH ATM, (NON- REFUNDABLE) AS COST OF THE BID DOCUMENT IS REQUIRED TO BE MADE BEFORE OR AT THE TIME OF THE SUBMISSION OF BID. THE BID WILL BE CONSIDERED ONLY IF THE COST OF THE BID DOCUMENT HAS BEEN PAID AS PER DETAIL GIVEN IN THE ABOVE PARA. 3

IMPORTANT INSTRUCTIONS TO APPLICANTS WHO HAVE DOWNLOADED THE EOI DOCUMENTS DOCUMENT FROM WEB. The applicants who have down loaded the EOI DOCUMENTS from the web, should read the following important instructions carefully before submitting the EOI DOCUMENTS. a) The applicants should see carefully & ensure that the complete EOI Document including schedule of lay outs contain... ( ) pages are down loaded fully b) The printout of EOI Document should be taken on A4 size paper only & the printer settings, etc; are such that document is printed as appearing in the web & there is no change in formatting, number of pages etc. c) The applicant should ensure that no page in the down loaded EOI Document is missing. d) The applicant should ensure that all pages in the down loaded EOI Document are legible & clear & are printed on a good quality paper. e) The applicant should ensure that every page of the down loaded EOI Form is signed by applicant with stamp (seal) f) On first page of the down loaded EOI Document, the name of the applicant should be filled by the applicant. g) The applicant should ensure that the down loaded EOI Document is properly bound and sealed before submitting the same. h) In case of any correction / addition / alteration / omission in the EOI Form, it shall be treated as non responsive and shall be rejected. i) The applicant shall furnish a declaration to this effect that no addition deletion / corrections have been made in the EOI Document submitted and it is identical to the EOI Document appearing on Web site. j.) The applicant should read carefully and sign the declaration given below before submitting the EOI DOCUMENT document. k.) In case of any doubt in the down loaded EOI DOCUMENT document, the same should be got clarified from the Executive Engineer (Civil),BSNL Civil Division,6 th Floor,GM Office Complex, South Byepass Road, Vannarpettai, Tirunelveli 627002 before submitting the EOI DOCUMENT document. 4

D E C L A R A T I O N (TO BE GIVEN BY THE BIDDERS WHO HAVE DOWNLOADED THE BID DOCUMENT FROM THE BSNL WEBSITE) It is to certify that 1) I / we have submitted the Bidders in the Pro forma as downloaded directly from the BSNL website. 2) I/ We have submitted Bid documents which are same / identical as available in the BSNL website. 3) I / we have not made any modification / corrections / additions etc. in the Bid documents downloaded from BSNL website by me / us. 4) I / We have checked that no page is missing and all pages as per the index are available & that all pages of Bid document submitted by us are clear and legible. 5) I / we have signed (with seal) all the pages of the Bid document before submitting the same. 6) I / we have sealed the Bid documents properly before submitting the same. 7) I / We have submitted the cost of Bid along with the Bid security. 8) I have read carefully and understood the important instructions to all the bidders & to bidders who have down loaded the Bids from the BSNL website. 9) In case at any stage later, it is found there is difference in our downloaded Bid documents from the original, BSNL shall have the absolute right to take any action as deemed fit without any prior intimation to me / us. 10) In case at any stage later, it is found that there is difference in our downloaded Bid documents from that of the original, the Bid / work will be cancelled and Bid security/ refundable Security Deposit will be forfeited at any stage whenever it is so noticed. The department will not pay any damages to me / us on this account. 11) In case at any stage later, it is found that there is difference in our downloaded bid documents from that of the original, I / We may also be debarred for further participation in the bid in the concerned BSNL Tuticorin Telecom District and would also render me / us liable to be removed from the new EOI agreement with BSNL. Dated Authorised Signatory (SIGN WITH SEAL) 5

SECTION II 1. INTRODUCTION INSTRUCTIONS TO BIDDERS BSNL is ubiquitous in Tuticorin Telecom District by virtue of owning land and buildings at prime locations in nearly all thetelephone Exchanges, Office premises, Tower sites, Customer Service centers and other locations in the Tuticorin Telecom District (List of locations at Section IX). This offers an opportunity for exploring tie-up with all scheduled banks including the CMS banks in other commercial ventures. Hence the pursuit to leverage the locational advantage for installation of Bank ATMs in BSNL premises on monthly lease rent basis. DEFINITIONS a) Agreement means the terms and conditions agreed between the CMS Bank and Bharat Sanchar Nigam Ltd and also open to all scheduled banks. b) The Bidder means the Scheduled Banks which is invited to participate in the EOI and submits its bid. c) The BSNL means the GM Bharat Sanchar Nigam Limited (BSNL), Tuticorin Telecom District. d) The Bank means the Scheduled Bank. e) The Circle means territorial, and other functional circles of BSNL. f) The IFA means Internal Financial Advisor of a SSA. g) The SSA means Secondary Switching Area which is also called Telecom District and includes Primary Accounting Units ( PAUs) like Civil, Electrical, Maintenance, Project Circles, Circle offices/divisions etc. 2. ELIGIBLE BIDDERS All public / private sector banks, private agencies appointed for installation of ATMs for PSB, white label ATMs by non banking institutions authorised by Reserve Bank of India are eligible to participate. 3. COST OF BIDDING The bidder shall bear all costs associated with the purchase /downloaded and submission of the bid. BSNL will, in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. Cost of Bid Documents is fixed as Rs.1050/- ( Rupees One Thousand Fifty Only ) inclusive of VAT 5%. 4. BID DOCUMENTS 6

The appraisal requirements, bidding procedures and contract terms and conditions are prescribed in the Bid Documents. The Bid documents include the following: (a) Notice Inviting EOI (b) Instructions to Bidders (c) General Commercial Conditions of Contract (d) Special conditions of Contract (e) Price Schedule (f) Bid Form (g) Undertaking for submission of Refundable Security Deposit (h) Letter of authorization to attend bid opening (i) List of Locations (j) Typical ATM Drawing and Lay out of ATM Location Section I Section II Section III Section IV Section V Section VI Section VII Section VIII Section IX Section X The Bidder is expected to examine all instructions, forms, terms and conditions in the Bid Documents. Bidders are advised to inspect and satisfy themselves before submitting their bids as to the form and nature of the site, the means of access to the site, the accommodation they may require and in general, all necessary information. Submission of bid by a bidder implies that he has read this notice and all other Bid documents. Failure to furnish any information required as per the Bid Documents or submission of the bids documents in any respect shall be at the bidder s risk and may result in rejection of the bid. 5. CLARIFICATION OF BID DOCUMENTS: A prospective bidder, requiring any clarification of the Bid Documents shall notify BSNL in writing or by Fax No:-2501614 or e- mail to eeciviltvl@gmail.com. BSNL shall respond in writing to any request for clarification of the Bid Documents, which it receives up to 3.00 PM of 30/06/2016. 6. AMENDMENT OF BID DOCUMENTS i. At any time, prior to the date of submission of Bids, BSNL may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify bid documents by amendments. ii. iii. iv. The amendments shall be notified in writing or by FAX or E- mail to all prospective bidders at the address intimated at the time of obtaining of the bid document from the BSNL and also be posted on the website. These amendments will be binding on all prospective bidders. Any clarification issued by BSNL in response to query raised by prospective bidders shall form an integral part of bid documents and it may amount to an amendment of relevant clauses of the bid documents. In order to afford prospective bidders a reasonable time to take the amendment into account for submission of their bids, BSNL may, at its discretion, extend the time for the submission of bids suitably. 7. PREPARATION OF BIDS - DOCUMENTS COMPRISING THE BID The bid documents by the bidder shall comprise of three separate covers containing 7

(i) (ii) (iii) (iv) (v) (vi) Bid Form. Bid Security Undertaking for submission of refundable security deposit Authorisation by Bank for signatory Price Schedule as per format prescribed in Section V DD for Rs. 1,050/-(Rupees One Thousand Fifty Only) towards cost of bid documents, if the bid document is downloaded from internet. 8. BID FORM The bidder shall complete the Bid Form as per format specified vide Section VI furnished with the Bid Documents. 9. BID PRICES The Bank shall give the price per ATM per month for the location applied for, listed in the Price schedule. Bank shall also pay the applicable taxes on monthly rentals to be paid. 10. DOCUMENTS ESTABLISHING CONFORMITY TO BID DOCUMENTS: 10.1 The bidder shall furnish, as part of the bid documents for establishing the bidder s eligibility, the following documents and any other relevant documents to meet the terms and conditions of Bid Documents. 1. Power of Attorney authorizing person(s) to sign the bid documents. 2. Bid Form duly signed on all pages. 3. All other items prescribed to be enclosed along with the bid document. 11. BID SECURITY i. The bidder shall furnish, as part of his bid, a bid security in favour of Accounts Officer (cash),o/o GM, BSNL Tuticorin, in the form of Demand Draft for an amount of Rs.5000/- (Rupees Five Thousand Only). ii. iii. iv. The bid security is required to protect BSNL against the risk of bidder s conduct, which would warrant the security s forfeiture. A Bid without DD shall be rejected by BSNL as non-responsive at the bid opening stage and returned to the bidder unopened. The bid security of the unsuccessful bidder will be discharged/ returned as promptly as possible but not later than 30 days after the expiry of the period of bid validity prescribed by the BSNL. v. The successful bidder s bid security will be discharged upon the bidder s acceptance of Letter of Intent satisfactorily in accordance with clause 25 & Clause 26 of Section II and furnishing the refundable security deposit. vi. The bid security shall be forfeited: 8

a) If a bidder withdraws his bid during the period of bid validity specified by the bidder on the Bid form as per clause 12, OR b) In the case of a successful bidder, if the bidder fails : (i) To sign the contract in accordance with clause 25 & 26 of Section II or (ii) To submit DD as refundable security deposit in accordance with clause 3 Section III 12. PERIOD OF VALIDITY OF BIDS Bid shall remain valid for 120 days after the date of opening of bids prescribed by BSNL. A bid valid for a shorter period shall be rejected by the BSNL as non-responsive. In exceptional circumstances, the BSNL may request the bidders consent for an extension to the period of bid validity. The request and the response thereto shall be made in writing. The bid security shall also be suitably extended. The bidder may refuse the request without forfeiting his bid security. A bidder accepting the request and granting extension will not be permitted to modify his bid. 13. FORMAT AND SIGNING OF BID i. The bidder shall submit complete Bid Document along with Bid Security as per Clause 15. ii. iii. iv. The original Bid document purchased /downloaded shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the contract. The letter of authorization shall be indicated by written power-of-attorney accompanying the bid. The bids submitted shall be sealed properly. 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. In case of downloaded bid from BSNL web site, the bid in which the price to be quoted should be properly bound and sealed. Loose/spiral bound submission and declaration form not duly signed shall be liable to be rejected. 14. SUBMISSION OF BIDS SEALING AND MARKING OF BIDS i) The bid form, complete in all respects, as indicated in the Bid documents should be kept in a cover and submitted under properly sealed condition. ii). The envelopes shall be addressed to the BSNL at the following address: Executive Engineer (Civil), BSNL Civil Division,6 th Floor, GM Office Complex, South Byepass Road, Vannarpettai, Tirunelveli 627002 9

iii.) The envelopes shall bear Bid for installation of ATMs in BSNL Premises in Tuticorin District, the bid number and the words DO NOT OPEN BEFORE (due date). The sealed covers shall be dropped in the box provided in the Executive Engineer (Civil),BSNL, Civil Division, 6 th Floor, GM Office Complex, South Byepass Road, Vannarpettai,Tirunelveli 627002 latest by 15.00 Hrs on 30/06/2016. The responsibility for ensuring that the EOIs are delivered in time would vest with the bidder. iv.) VENUE OF BID OPENING: Bids shall be opened at the Executive Engineer (Civil),BSNL Civil Division, 6 th Floor,Gm Office Complex, South Byepass Road, Vannarpettai, Tirunelveli 627002 on 30/06/2016 at 15.30 Hrs. If due to administrative reason the venue/date of Bid opening is changed it will be displayed prominently at the notice board of Executive Engineer (Civil),BSNL Civil Division,6 th Floor, GM Office Complex, South Byepass Road, Vannarpettai, Tirunelveli 627002. 15. SUBMISSION OF BIDS Bid shall be submitted in following manner: 15.1 In case the EOI document is down loaded from BSNL website www.tamilnadu.bsnl.co.in 15.1.1 Bid security and cost of the Bid shall be placed in sealed envelope-1 marked Bid security and cost of the Bid. 15.1.2 The Bid Documents shall be placed in sealed envelope-2 and will be superscripted as Bid Document 15.1.3 The sealed envelope - 1 & 2 as above containing Bid security and cost of the Bid, and the Bid shall be in placed in another sealed envelope -3. 15.1.4 All the three envelopes shall be superscripted with following data on it. (i) Name of work (ii) Name of Bidder. (iii) Last date of receipt of bid. 15.2 In case the Bid document is purchased from the office of the Executive Engineer (Civil),BSNL Civil Division,6 th Floor, GM Office Complex, South Byepass Road, Vannarpettai, Tirunelveli 627002. 15.2.1 Proof for paying the cost of Bid documents, DD for Rs.5000/- towards Bid security to be placed in sealed envelope 1 15.2.2 Envelope - 2 will as per Para 15.1.2 15.2.3 The sealed envelopes-1 & 2 shall be placed in another sealed envelope 3 as per 15.1.3 Bids must be received by the BSNL at the address specified under para 15.2 up to 15.00 hrs. on 30/06/2016. BSNL may, at its discretion, extend this deadline for the submission of bids by amending the Bid Documents in accordance with clause 6 in which case all rights and obligations of the BSNL and bidders thereafter be subjected to the deadline as extended. 16. LATE BIDS Any bid received by BSNL after the deadline for submission of bids prescribed by the BSNL shall be rejected and returned unopened to the bidder. 17. MODIFICATION AND WITHDRAWAL OF BIDS 10

i. The bidder may modify or withdraw the bid after submission provided that the written notice of the modification or withdrawal is received and acknowledged by BSNL prior to the deadline prescribed for submission of bids. ii. iii. The bidder s modification or withdrawal notice shall be prepared, sealed, marked and dispatched as required in the case of bid submission in accordance with the provision of clause 7 to 15 of Section II. A withdrawal notice may also be sent by FAX but followed by the signed confirmation copy by post, marked not later than the deadline for submission of bids. No bid shall be modified subsequent to the deadline for submission of bids. 18. BID OPENING AND EVALUATION OPENING OF BIDS BY BSNL i. The BSNL shall open the bids in the presence of bidders or their authorized representatives who choose to attend, at 15.30 Hrs on due date. The bidder s representatives who are present shall sign an attendance register. Authority letter to this effect shall be submitted by the bidder before they are allowed to participate in bid opening. (A FORMAT IS GIVEN IN SECTION VIII). ii. iii. A maximum of two representatives for any bidder shall be authorized and permitted to attend the bid opening. The Bidder s names, modifications, bid withdrawals and such other details as the BSNL may at its discretion, consider appropriate will be announced at the time of opening. 19. CLARIFICATION OF BIDS To assist in the examination, evaluation and comparison of bids, the BSNL may, at its discretion ask the bidder for the clarification of its bid. The request for the clarification and the response shall be in writing. However, no post bid clarification at the initiative of the bidder shall be entertained. 20. EVALUATION i. BSNL shall evaluate the bids to determine whether they are complete, required documents have been furnished, the documents have been properly signed and the bids are generally in order. ii. iii. If there is a discrepancy between words and figures, the amount in words shall prevail. If the bidder does not accept the correction of the errors, the bid shall be rejected. Prior to the detailed evaluation, BSNL shall 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 any deviations. BSNL s determination of bid s responsiveness is to be based on the contents of the bid itself without recourse to external evidence. 11

iv. A bid, determined as substantially non-responsive will be rejected by BSNL and shall not, subsequent to the bid opening, be made responsive by the bidder by correction of the non-conformity. v. BSNL may waive any minor infirmity or non-conformity or irregularity in a bid which doesn t constitute a deviation, provided such waiver doesn t prejudice or effect the relative ranking of any bidder. 21. EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS The evaluation and comparison of bids shall be based on the lease rentals offered in the Price Schedules in Section V. 22. INFLUENCING BSNL No bidder shall try to influence the BSNL on any matter relating to its bid, from the time of the bid opening till the time the lease for installation of ATM(s) is awarded. Any effort by a bidder to influence the BSNL in the BSNL s bid evaluation, bid comparison or award of lease decision shall result in the rejection of the bid. 23. AWARD OF CONTRACT BSNL shall consider award of lease for installation of ATM(s) only to those eligible bidders whose offers have been found commercially acceptable and evaluated as most suitable by the BSNL. 24. BSNL S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS BSNL reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids, at any time prior to award of lease without assigning any reason whatsoever and without thereby incurring any liability to the affected bidder or bidders on the grounds of BSNL s action. 25. ISSUE OF LETTER OF INTENT (LOI) i. The issue of an LOI shall constitute the intention of the BSNL to enter into an agreement with the bidder for leasing the premises for installation of ATMs. ii. Within 7 days of issue of the LOI, the bidder shall give his acceptance along with DD for an amount equivalent to 6 months rent as refundable security deposit in conformity with terms of bid document. 26. SIGNING OF CONTRACT i. The issue of LOI followed by acceptance by the bidder(s) shall constitute the award of lease to the bidder(s). Detailed lease agreement shall be signed at the time of handing over of the premises. 12

ii. Upon the successful bidder(s) furnishing of refundable security deposit, BSNL shall discharge the bid security pursuant to clause 11 (v) of Section II. 27. ANNULMENT OF AWARD a) Failure of the successful bidder to comply with the requirement of clause 25 & 26 Section II, shall constitute sufficient ground for the annulment of the award and the forfeiture of the bid security in which event the BSNL may at its discretion award the work to any other bidder or call for fresh bids. b) 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 document, noncompliance of any one of which shall result in outright rejection of the bid. i. The bids will be returned unopened, if covers are not properly sealed. ii. iii. If the eligibility condition as per clause 2, Section II is not met and/or documents prescribed to establish the eligibility as per Clause 10 Section II are not enclosed, the bids shall be liable to be rejected without further evaluation. Price Schedule-Prices are not filled in as prescribed in price schedule. 13

1. APPLICATION SECTION III GENERAL COMMERCIAL CONDITIONS OF CONTRACT The general terms and conditions of lease shall apply to lease made by the BSNL for letting out of the BSNL premises for installation of ATMs. 2. STANDARD CONDITIONS The installation of ATMs in BSNL premises shall conform to the standards prescribed as under: 1. BSNL has got the exclusive right to accept or reject the bid without assigning any reasons. 2. Area to be allocated for ATM shall be in the range of 80 to 100 Sft In addition, the space over ATM room would be permitted for setting up V-Sat antennae for each ATM, for which no separate charges shall be levied. 3. a). All interior works such as false ceiling, wall panelling, aluminium works /glazing work & providing air conditioners etc. will be carried out by the banks themselves. The banks can take only their installations & accessories after expiry of lease period. b) The work of extending the power supply to ATM point shall be carried out by the banks at their own cost and if not feasible, wherever power supply is available, BSNL shall extend the power connection from the substation upto ATM premises for which the banks/ financial institutions shall deposit the cost as an advance payment to facilitate the laying power cables and fixing sub meter and the cost will be adjusted in the future monthly rentals of ATM Premises. 4. The lease shall be for a period of 10 years distributed over four phases. The first three phases shall be of 3 years each and the last phase shall be one year with a provision for upward renewal of rent after every three years. 5. The lease shall be subjected to an escalation clause for enhancement of rent by a minimum of 15 % or more on expiry of lease period ( 3 Years). 6. a.) Bidder shall provide refundable security deposit for an amount equivalent to six (6) months rent for each ATM. The security deposit shall be revised at the time of revision of rental / renewal of lease. The difference in the revised and the security deposit already available shall be paid by the Bank within 15 days of renewal of lease. b.) In addition to providing refundable security deposit of 6 months rent for each ATM, the bidder shall also provide required amount of advance monthly rentals towards construction of ATM Premises and the same will be 14

adjusted in future monthly rentals to be paid by the bank after taking possession of the ATM Premises. c). The rent along with applicable taxes for each month shall be payable within the fifth working day of same calendar month. 7. The Security Deposit shall stand forfeited in case the bank seeks to vacate the ATM ahead of the completion of minimum lease period of 3 (Three ) years. 8. The bidder shall comply with municipal and other charges. If the Govt./local authority objects to opening of ATM in the BSNL premises, then the bank has to vacate the same and BSNL shall not be liable to pay any compensation for the same. 9. Provision of Electricity and water is subject to availability and on payment. 10. ATM premises shall not display any publicity material of competing telecom companies. 11. BSNL reserve the right to cancel the lease at any time by giving notice of 90 days. 12. All services for connectivity of ATM viz. lease lines/broadband/ internet/telephone lines are to be procured by the concerned bank preferably from BSNL. 13. Premises shall be used only for the purpose of installation ATMs. 14. The future cost of maintenance, repairs & insurance shall be taken care of by the concerned bank. 15. Security arrangement of the ATM shall be the responsibility of concerned Bank. BSNL shall not be responsible for any loss of cash, any loss of installation, equipment etc. 3. REFUNDABLE SECURITY DEPOSIT i. The Bank shall furnish refundable security deposit to the BSNL for an amount equal to six (6) months lease rent within 7 days after the receipt of the LOI to the successful bidder. 4. PRICES Bank may quote the monthly lease rentals for the premises for the purpose of installation of ATMs as per Price Schedule in Section-V. Applicable taxes on monthly lease rent shall also be payable by the bank. 5. CHANGES IN AGREEMENT BSNL may, at any time, by a written order given to the bank, make changes within the general scope of the lease agreement as per its requirement. 6. LIQUIDATED DAMAGES 15

The rent along with applicable taxes for each month shall be payable within the fifth working day of same calendar month. In the event of failure to pay the lease rent within the period prescribed, the BSNL shall be entitled to recover penal interest at the rate of bank rate plus 4% for the period of delay. Quantum of liquidated damages assessed and levied by the BSNL shall be final and not challengeable by the bank. 7. FORCE MAJEURE If, at any time, during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract is prevented or delayed by reasons of any war, or hostility, acts of the public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes, lockouts, or act of God (hereinafter referred to as events) provided notice of happenings of any such eventuality is given by either party to the other within 3 days from the date of occurrence thereof, neither party shall by reason of such event be entitled to terminate this contract nor shall either party have any claim for damages against other in respect of such non-performance or delay in performance, and deliveries under the contract shall be resumed as soon as practicable after such an event come to an end or cease to exist, and the decision of the BSNL as to whether the services 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 10 days, either party may, at its option, terminate the contract. 8. TERMINATION FOR DEFAULT The BSNL may, without prejudice to any other remedy for breach of agreement, by written notice of default, sent to the bank, terminate this agreement in whole or in part, 9. TERMINATION FOR INSOLVENCY The BSNL may at any time terminate the Agreement by giving written notice to the Bank, without compensation to the bank, if the bank 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 BSNL. 10. ARBITRATION In the event of any question, dispute or difference arising under this agreement or in connection there-with (except as to the matters, the decision to which is specifically provided under this agreement), the same shall be referred to the sole arbitration of the CGM, BSNL, Tamilnadu Circle or in case his designation is changed or his office is abolished, then in such cases to the sole arbitration of 16

the officer for the time being entrusted (whether in addition to his own duties or otherwise) with the functions of the CGM, BSNL, Tamilnadu Circle or by whatever designation such an officer may be called(hereinafter referred to as the said officer), and if the CGM, BSNL, Tamilnadu Circle or the said officer is unable or unwilling to act as such, then to the sole arbitration of some other person appointed by the CGM, BSNL, Tamilnadu Circle or the said officer. The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act 1996. There will be no objection to any such appointment on the ground that the arbitrator is a BSNL officer or that he has to deal with the matter to which the agreement relates or that in the course of his duties as a BSNL officer he has expressed his views on all or any of the matters in dispute. The award of the arbitrator shall be final and binding on both the parties to the agreement. In the event of such an arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reason whatsoever, the CGM, BSNL, Tamilnadu Circle or the said officer shall appoint another person to act as an arbitrator in accordance with terms of the agreement and the person so appointed shall be entitled to proceed from the stage at which it was left out by his predecessor(s). The arbitrator may from time to time with the consent of both the parties enlarge the time frame for making and publishing the award. Subject to the aforesaid, Arbitration and Conciliation Act, 1996 and the rules made there under, any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this clause. The venue of the arbitration proceeding shall be the office of the arbitrator or such other places as the arbitrator may decide. 17

SECTION IV SPECIAL CONDITIONS OF CONTRACT i. The special conditions of contract shall supplement the Instructions to the Bidders as contained in Section II & General (Commercial) Conditions of the Contract as contained in Section III and wherever there is a conflict, the provisions herein shall prevail over those mentioned in other sections. ii. iii. iv. If the date fixed for opening of bids is subsequently declared as holiday by the BSNL, the revised date will be notified. However, in absence of such notification, the bids will be opened on next working day, time and venue remaining unaltered. The DD for bid security, as prescribed in clause 11 of Section II of the bid documents for EOIed items shall be submitted along with the bids in a separate cover as per the format given in Section II should contain full address of the issuing branch of the bank with its telephone number and FAX No. ----------. This cover should be super scribed as BID SECURITY FOR EOI NO... issued on... In case the document of bid security in the form of DD is not submitted in the manner prescribed, covers containing the bid SHALL NOT BE OPENED AND THE BID SHALL BE REJECTED AND RETURNED TO THE BIDDER UNOPENED. v. The BSNL reserves the right to offer counter offer price(s) against price(s) quoted by any bidder. vi. vii. viii. Any clarification issued by Bharat Sanchar Nigam Ltd. in response to queries raised by prospective bidders shall form an integral part of Bid Documents and it may amount to amendment of relevant clauses of the Bid Documents. Bidder may apply for any ATM in the circle (out of the locations mentioned in the Sec- IX) but bid is to be submitted for each ATM separately in the prescribed format/procedure. BSNL reserve the right to lease out the premises of same location to different banks. 18

SECTION V PRICE SCHEDULE To The Executive Engineer (Civil), BSNL Civil Division, Tirunelveli. Sir, With reference to the EOI No.... dated..., we,... Bank offer the following price to take the premises of BSNL for installation of ATM on lease basis in accordance with the terms and conditions mentioned in the above EOI. Sl. No. Location & Address Monthly Lease Rent per ATM Offered (Amount in Rupees) ** Rs... Per ATM per month (Rupees............ only) excluding applicable service tax. Yours Faithfully Signature of the Authorised Signatory of the Bank with seal of the Bank Note : i. Amount to be mentioned clearly in Indian form of international numerals. ii. No corrections/alterations are permitted while mentioning the amount. iii. Amount to be written in both figures and words. If there is any difference between figures and words, the words will prevail. 19

SECTION VI BID FORM EOI No... Date :-... The Executive Engineer (Civil), BSNL Civil Division, Tirunelveli. Dear Sir, 1. Having examined the conditions of EOI and specifications including addenda Nos the receipt of which is hereby duly acknowledged, we, undersigned, offer our bid for installation of ATMs in BSNL premises in conformity with the said conditions of contract. 2. We undertake, if our Bid is accepted, to commence the work as per terms of the Bid Document for installation of ATMs in BSNL premises. 3. If our Bid is accepted, we will submit the DD for a sum equal to six (6) months rent for the due performance of the agreement ( Evaluation and issue of LOI within 120 days ). 4. We agree to abide by this Bid for a period of 120 days from the date fixed for Bid opening and it shall remain binding upon us and may be accepted at any time before the expiration of that period. 5. Until a formal Letter of Intent of agreement is prepared and executed, this Bid together with your written acceptance thereof in your notification of award shall constitute a binding contract between us. 6. Bid submitted by us is properly sealed so as to prevent any subsequent alteration and replacement. Dated this... day of... 2016 Name and Signature ------------ In the capacity of ----------- Duly authorised to sign the bid for and on behalf of... witness... Address... Signature 20

SECTION-VII UNDERTAKING FOR SUBMISSION OF REFUNDABLE SECURITY DEPOSIT 1. We (name of the bank) do hereby undertake to pay the amounts due and payable without any demure, merely on a demand from the BSNL stating that the amount claimed is due by way of REFUNDABLE SECURITY DEPOSIT of SIX (6) MONTHS RENT for the location of each ATM. 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. Signature of witness Full address of Branch Name & Address of witness Tel No. of Branch Fax No. of Branch Date the day of For (indicate the name of the bank) Full Address of the Bank Telephone No. of the branch Fax No. of branch 21

SECTION VIII LETTER OF AUTHORISATION FOR ATTENDING BID OPENING ( To reach before date of bid opening ) To The Executive Engineer (Civil), BSNL Civil Division, Tirunelveli. Subject : Authorisation for attending bid opening on (date) in the EOI of. Following persons are hereby authorised to attend the bid opening for the EOI mentioned above on behalf of (Banker) in order of preference given below. Order of Preference Name Specimen Signatures I. II. Alternate Representative Signatures of bidder Or Officer authorised to sign the bid Documents on behalf of the bidder. Note : 1. Maximum of two representatives will be permitted to attend bid opening. In cases where it is restricted to one, first preference will be allowed. Alternate representative will be permitted when regular representatives are not able to attend. 2. Permission for entry to the hall where bids are opened may be refused in case authorisation as prescribed above is not received. 22

SECTION IX LIST OF LOCATIONS AVAILABLE IN BSNL PREMISES AT TUTICORIN DISTRICT Sl. No. District Name of the Town/Village Address where premises available Contact Person for identification of location & Mobile No. Shri/Smt. 1 TUTICORIN TUTICORIN No. 20, WGC Road, in front of CSC, (Thanthi Office), TUTICORIN 628 001. 2 TUTICORIN TUTICORIN BSNL Staff Quarters compound, Tiruchendur Road, Tuticorin 628 003. 3 TUTICORIN KOVILATTI Telephone Exchange Compound, Thaluk Office Road, Opposite to Court, Kovilpatti 628 501 4 TUTICORIN KOVILATTI BSNL Staff Quarters compound, Pasuvanthanai Road, Kovilpatti 628 003 5 TUTICORIN KAYALPATNAM L.F. Road, Telephone Exchange Compound, (Arumuganeri to Tiruchendur Main Road), Kayalpatnam 628 204. 6 TUTICORIN VEMBAR Telephone Exchange Compound, ECR Road, (Rameswaram to Tuticorin Main Road), Vembar 628 906 7 TUTICORIN KURUKUCHALAI Telephone Exchange Compound, National Highways (Four way track), Near petrol bunk, Madurai to Tuticorin Main Road, Kurukuchalai 628 722. 8 TUTICORIN VILATHIKULAM Telephone Exchange Compound, Vilathikulam to Aruppukottai Main Road, Opposite to Petrol Bunk, Vilathikulam 628 907 9 TUTICORIN ERAL Telephone Exchange Compound, Opposite to Bus stand & Market, Eral 628 801 10 TUTICORIN KAYATHAR Telephone Exchange Compound, NH7, Madurai Main Road, Opposite to Petrol Bunk, Kayathar 628 552. 11 TUTICORIN CRISTIANAGARAM Telephone Exchange Compound, Near Market & Post Office, Udangudi 628 151 12 TUTICORIN MUTHALUR Telephone Exchange Compound, Muthalur Main Road, Muthalur 628 707 23 Valanarasu SDE 9486103800 Kadar SDE 9486100879(for all locations) Valanarasu SDE 9486103800 Jeevareka SDE 9486103883 Jeevareka SDE 9486103883 Murugan SDE 9486107379 Shanmugasundaram SDE 9486104266 Eskalin SDE A9486103832 Shanmugasundaram SDE 9486104266 Senbagavalli SDE 9486103802 Rajaram SDE 9486106733 Muthuraj SDE 9443100720 Muthuraj SDE 9443100720 13 TUTICORIN ALWARTHIRUNAGARI Telephone Exchange Manikandan SDE

Compound, Nazareth Main Road, Alwarthirunagari 628 612 14 TUTICORIN DHEIVACHEYALPURAM Telephone Exchange Compound, National Highway, Palayankottai Road, Dheivacheyalpuram -628 251 15 TUTICORIN KANAM Telephone Exchange Compound, Near Bus stop, Kanam 628 225 16 TUTICORIN KARUVELAMPADU Telephone Exchange Compound, Peikulam Road, Karuvelampadu 628 201. 17 TUTICORIN KODIYANKULAM Telephone Exchange Compound, Vandipathai Road, Kodiankulam 627 352 18 TUTICORIN KURUMBUR Telephone Exchange Compound, Near Railway Station & Church, Nalumavadi Road, Kurumbur 628 207. 19 TUTICORIN MANAPADU Telephone Exchange Compound, Near ECR Road Bus Stop & Church, Manapadu 628 209 20 TUTICORIN MANIYACHI Telephone Exchange Compound, Maniyachi 628 302. 21 TUTICORIN MEIGNANAPURAM Telephone Exchange Compound, Sathankulam Main Road, Meignanapuram 628 210. 22 TUTICORIN MUDALUR Telephone Exchange Compound, Subramaniyapuram Road, Mudalur 628 707 23 TUTICORIN NADUVAKURICHI Telephone Exchange Compound, Post Office Street, Naduvakurichi 628 663 24 TUTICORIN NAZARETH Telephone Exchange Compound, Near Bus stand & Railway Station, Main Road, Nazareth 628 617. 25 TUTICORIN PADUKAPATHU Telephone Exchange Compound, Near Bus Stop & EB Office Main Road, Padukapathu 628 703. 26 TUTICORIN PARAMANKURICHI Telephone Exchange Compound, Sathankulam Main Road, State Highways, Paramankurichi 628 213 27 TUTICORIN PEIKULAM Telephone Exchange Compound, Komaneri Road,Near Bus stop, Peikulam 628 613 28 TUTICORIN PUDUKOTTAI Telephone Exchange Compound, 9486103895 Arokiamari SDE 9486103769 Dhevaki SDE 9486103849 Manikandan SDE 9486103895 Eskalin SDE 9486103832 Dhevaki SDE 9486103849 Muthuraj SDE 9443100720 Eskalin SDE 9486103832 Muthuraj SDE 9443100720 Muthuraj SDE 9443100720 Muthuraj SDE 9443100720 Manikandan SDE 9486103895 Muthuraj SDE 9443100720 Muthuraj SDE 9443100720 Manikandan SDE 9486103895 Senbagavalli SDE 9486103802 24

Kuttampuli/Sawyerpuram Road, Near Mosque, Pudukottai 628 103. 29 TUTICORIN PUNNAKAYAL Telephone Exchange Compound, Near Church, Punnakayal 628 152. 30 TUTICORIN PUTHANTHARUVAI Telephone Exchange Compound, Kuttam Road, Puthantharuvai 628 656. 31 TUTICORIN SATHANKULAM Telephone Exchange Compound, Pandarapuram road, Sathankulam 628 704 32 TUTICORIN SERAKULAM Telephone Exchange Compound, Karungkulam Road, Serakulam 628 622. 33 TUTICORIN SERVAIKARANMADAM Telephone Exchange Compound, Near Bus stop, Sawyerpuram Road, Servaikaranmadam 628 103. 34 TUTICORIN SRIVAIKUNDAM Telephone Exchange Compound, Near KTC Depot, Temple & Court, Srivaikundam 628 601. 35 TUTICORIN TIRUCHENDUR Telephone Exchange Compound, Opposite to Govt. Hospital, Main Road, Tiruchendur 628 215 36 TUTICORIN VEPPALODAI Telephone Exchange Compound, ECR Road, Near Bus stop, Veppalodai 628 907 37 TUTICORIN KARUNGULAM Telephone Exchange Compound, Near Temple, Karungulam - Dhevaki SDE 9486103849 Muthuraj SDE 9443100720 Muthuraj SDE 9443100720 Arokiamari SDE 9486103769 Senbagavalli SDE 9486103802 Arokiamari SDE 9486103769 Dhevaki SDE 9486103849 Eskalin SDE 9486103832 Arokiamari SDE 9486103769 25

SECTION X ATM Drawing (Note:1.Model plan for ATM 2.Required Area will be given for all locations) 26

27