BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise) E-TENDER NO. AGL/BSNL/CHTD/UNIFORM/TENDER/ /57Dated 07/04/2016

Similar documents
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

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

OFFICE OF GENERAL MANAGER (HR&ADMN) 89, MILLERS ROAD, KILPAUK, CHENNAI E-TENDER DOCUMENT

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

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

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

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

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

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

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

BID DOCUMENT e-tender. e-tender ENQUIRY No. TFM / RMP / SPC / ITJ / DW / 273 / PVC Granules-White & Master Batch-Black

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

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

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

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

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

SUPPLY OF MEDICINAL GASES FOR THE YEAR

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

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

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

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

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

TENDER NO. BCL/RD/ 2500 MS Scrap Cutting/2018 November 30, 2018

MP/ Hiring of VAT Consultant / /002

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

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

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

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

NOTICE INVITING TENDER

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

Bharat Sanchar Nigam Ltd.

CHEMELIL SUGAR COMPANY LIMITED

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise)

E- Tender Document for WALL PAINTING For Odisha Circle

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

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

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

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

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

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

REPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT

ADVERTISEMENT NOTICE FOR EMPANELMENT OF BOOK SUPPLIERS. Islamic University of Science &Technology

PEC University of Technology, Chandigarh

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

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

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise) CHENNAI TELEPHONES BID DOCUMENT LIMITED E-TENDER FOR

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

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

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

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

NOTICE INVITING e-tender

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

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

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

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

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

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

COMMERCIAL TERMS AND CONDITIONS

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES

Notice Inviting Tender for Purchase of Glass Jars, Plastic bottles, Entomological pins etc.

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


KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD TENDER FOR SUPPLY OF A MOBILE DIESEL DEWATERING PUMP FOR OLKARIA II POWER STATION.

BHARAT HEAVY ELECTRICALS LIMITED,

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

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise) O/o CGM, Telecom. T.S. Circle, Door Sanchar Bhavan, Abids, Hyderabad ,

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

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


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

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

PQ Value No. Tender(Rs) (Rs.)

TENDER DOCUMENT SUPPLY, INSTALLATION AND COMMISSIONING OF BANKNOTE PROCESSING EQUIPMENT TENDER NO. CBK/34/

Kenya Literature Bureau. Tender Document. For. Book Binding Glue TENDER NO: KLB/T/04/

KENYA TSETSE AND TRYPANOSOMIASIS ERADICATION COUNCIL TENDER NO.KENTTEC/5/ FOR SUPPLY OF ALPHACYPERMETHRINE 10%

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMILNADU TENDER DOCUMENT

REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/ &

TENDER DOCUMENT. For Supply of Office Petty Stationery, Printed Stationery and ATM Rolls for year

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

INDIAN INSTITUTE OF TECHNOLOGY INDORE

TENDER ENQUIRY NO. 423E156 DATE: SCHEDULE OF COMMERCIAL DEVIATION

AMC for Routers & Switches Page 1 of 18

TENDER FOR SUPPLY OF PERSONAL PROTECTIVE EQUIPMENT (PPE S) FOR DRILLING & INFRASTRUCTURE DEPARTMENT (Reserved for the Special Groups)

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT FOR

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

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

BHARAT BROADBAND NETWORK LIMITED. Tender. For

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

MECON LIMITED A Government of India Enterprise

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

Tender notice Printing of Wall Calendars for the year 2015

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT

TENDER DOCUMENT FOR REHABILITATION OF ROADS WITHIN VIHIGA COUNTY

Standard Bid Document

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

Bank Note Paper Mill India Private Limited, Mysore

Transcription:

BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise) OFFICE OF PRINCIPAL GENERAL MANAGER (HR&ADMN) 89, MILLERS ROAD, KILPAUK, CHENNAI - 600010. E-TENDER DOCUMENT E-TENDER NO. AGL/BSNL/CHTD/UNIFORM/TENDER/2015-2016/57Dated 07/04/2016 E-TENDERDOCUMENT FOR SUPPLY OF UNIFORM CLOTH MATERIALS TO BSNL, CHENNAI TELEPHONES. TWO STAGE TENDER (TECHNICAL BID & FINANCIAL BID) Tel. No. 044-26432333 / 26425400 Fax No. 044-25325745 / 26403727. Page 1 / 54

CHENNAI TELEPHONES TENDER FORM SUPPLY OF UNIFORM CLOTH MATERIALS TO BSNL CHENNAI TELEPHONES THROUGH E-TENDER. E-TENDER NO. AGL/BSNL/CHTD/UNIFORM/TENDER/2015-2016/57 Dated 07/04/2016 Cost of the Tender Form: Rs. 525/-(Rs.500 +VAT 5 %) Bid security: Rs.54,000/- Tender forms Available at www.chennai.bsnl.co.infollowing Link for E-tenders by Chennai Telephones. Due Date /Time of Receipt: 11:00 Hrs of 04-05-2016. Due Date /Time of Opening: 12:00 Hrs of 04-05-2016. at the O/o DGM (HR&ADMN), No:89, Millers Road, Kilpauk, Chennai-600010. Visit us at: www.chennai.bsnl.co.in Page 2 / 54

E-TENDER FOR SUPPLY OF UNIFORM CLOTH MATERIALS TO BSNL CHENNAI TELEPHONES TABLE OF CONTENTS No Section Title Page No 01 SECTION-I NOTICE INVITING TENDER 04 02 SECTION -II GENERAL INSTRUCTIONS TO BIDDERS 09 03 04 05 SECTION-III SECTION-IV SECTION V GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT SPECIAL CONDITIONS OF CONTRACT 29 SCHEDULE OF REQUIREMENTS 30 23 06 SECTION VI TECHNICAL SPECIFICATIONS 31 07 SECTION VII PART-1 TENDERER/BIDDER S PROFILE 32 08 SECTION VII PART-II BID FORM 33 09 SECTION VIII PRICE SCHEDULE UNIFORM CLOTH MATERIAL (PANT, SHIRT, SAREE & BLOUSE) 10 SECTION IX PART-I BID SECURITY FORM 36 34 11 SECTION IX PART-II LETTER OF AUTHORISATION FOR ATTENDING BID OPENING 37 12 SECTION-X PART-I AGREEMENT 38 13 SECTION-X PART-II DETAILS OF EMD (BID SECURITY) 39 14 SECTION-X PART-III PERFORMANCE SECURITY GUARANTEE BOND 40 15 APPENDIX - I ECS FORM 42 16 APPENDIX - II NO RELATIVE CERTIFICATE 43 17 APPENDIX - III NON-BLACKLIST CERTIFICATE 44 18 APPENDIX - IV E-TENDERING INSTRUCTIONS TO BIDDERS 45 19 APPENDIX - V APPENDIX-1TO SECTION 4 PART A OF Chapter 4(Standard Tender Enquiry Document) 50 Kindly submit your offers by means of online bids only for electronic tendering at the portal detailed in Special instructions to bidders for E-Tendering upto 11.00 hours of 04/05/2016 and Technical bids will be opened at 12.00 hours of 04/05/2016. Page 3 / 54

SECTION I (Part-A) CHENNAI TELEPHONES Office of Principal General Manager (HR&ADMN) 89, Millers Road, Kilpauk, Chennai-600010. NOTICE INVITING TENDER E-TENDER NO. AGL/BSNL/CHTD/UNIFORM/TENDER/2015-2016/38DATED AT CHENNAI-10, THE30/01/2016 1. Available period of e- tender document for downloading Website from where the document is to be downloaded Tender Fee payable by bidders other than MSME (Rs) Bid Security payable by bidders other than MSME (Rs) Due date for submission of bids online and offline Due date for opening of Technical bids From 11.00 hours of 12/04/2016 to 16 hours of 03/05/2016. https://www.tcilindiaelectronictender.com Rs.525/- (Rupees Five hundred twenty five only) Rs.54,000/- (Rupees Fifty four thousand only) Upto 11.00 hours of 04/05/2016 At 12.00 hours of 04/05/2016 2. On behalf of the Chief General Manager, Bharat Sanchar Nigam Limited, Chennai Telephones, Digitally sealed tenders are invited through E-tendering process from reputed Textile manufacturers/firms/main dealers of reputed firms for supply of UNIFORM cloth materials to the eligible employees of BSNL, Chennai Telephones. The eligible bidders should havesuccessfully executed educational / commercial orders issued by DOT/MTNL/BSNL/Public Sector Undertakings/Central/State government and reputed companies/firms/organizations. Proof for satisfactory completion of the supply of uniform cloth of equivalent to the value of this tender ie.rs.27 Lakhsis to be enclosed. 3. Purchase of Tender Document: Tender document can be obtained by downloading it from the website www.chennai.bsnl.co.infollowing Link for E-tenders by Chennai Telephones. The tender document for participating in E-tender shall be available for downloading during the period and from the website mentioned at Clause 1 of section-i (NIT). Bidders must register on the e-tender portal, if not registered earlier by following all the instructions for participating in the bidding of the tender. The bidders cannot participate in the tender without downloading official copy of the tender document. The Tender document shall not be available to download after its submission/closing date. 3.1 Bidders downloading the tender document are required to submit the tender fee amount through DD / Bankers cheque to an amount mentioned at Clause 1 of section-i (NIT) along with the tender bid, failing which the tender bid shall be liable to be left unopened/rejected. The DD/banker s cheque shall be drawn from any Nationalized/Scheduled bank in favour of Accounts Officer (Cash) COBA, BSNL,Chennai Telephones payable at Chennai. The cost of Page 4 / 54

Tender Document is free to MSE bidders on production of requisite proof in respect of valid certification from MSME for the Tendered item. 3.2 BSNL, Chennai Telephone District has decided to use process of e-tendering only for inviting this tender and thus the physical copy of the tender would not be sold anywhere. 4. Availability of the tender document: The tender document shall be available for downloading during the period mentioned at Clause 1 of section-i (NIT). 4.1 Physical copy of the tender document would not be available for sale. 5. Bid Security: 5.1 The bidder shall furnish the bid EMD for the amount mentioned at Clause 1 of section-i (NIT) in any one of the following ways: (a) Demand Drafts/Banker s Cheque drawn in favour of Accounts Officer (Cash) COBA, BSNL,Chennai Telephones and payable at Chennai. (b) Bank Guarantee as prescribed in the format given in Section IX Part-I from a scheduled bank drawn in favour of Principal General Manager (HR&Admn), Chennai Telephones, Chennai which should be valid for 210 days from the tender opening date. (c) The MSE units shall be exempted from submission of Bid security deposit on production of requisite proof in respect of valid certification from MSME for the tendered itemupto the monetary limit. 5.2 Bidders shall have to deposit Bid Security in the form of DD / Bankers cheque / Bank Guarantee along with the bid for Rs.54,000/- only. (Total Cost of tender value is Rs.27,00,000/- + 10%). 6. Date & Time of Submission of Tender bid: (i) Last Date/ Time of submission of Bid Online: Up to the time and date mentioned at Clause 1 of Section-I (NIT). (ii) Last Date/Time of Submission of documents in hardcopy: Up to the time and date mentioned at Clause 1 of section-i (NIT) for submission of bids online. Note:In case the date of submission /opening of bid is declared to be a holiday, the date of submission /opening of bid will get shifted automatically to next working day at the same scheduled time. Any change in bid opening date due to any other unavoidable reason will be intimated to all the biddersseparately. 7. Online opening of Tender Bids: Tenders will be opened at the time and date mentioned at Clause 1 of section-i (NIT) for opening of Technical bids. 8. Place of opening of Tender bids: 8.1 BSNL has adopted e-tendering process which offers a unique facility for Public Online Tender Opening Event (TOE). BSNL s Tender opening Officers as well as authorized representatives of bidders can attend the Public Online Tender Opening Event (TOE) from the comfort of their offices. 8.2 However, if required, authorized representatives of bidders can attend the TOE at the O/o GM (P&D)CFA,2 nd Floor, No:2, Kushkumar Road, Nungambakkam, Chennai-34 where BSNL s Tender Opening Officers would conduct Public Online Tender Opening Event (TOE). 9. Tender bids received after due time & date will not be accepted. Page 5 / 54

10. Incomplete, ambiguous, Conditional, tender bids are liable for rejection. 11. PGM (HR&Admn), Chennai Telephones reserves the right to accept or reject any or all tender bids without assigning any reason. PGM (HR&Admn) is not bound to accept the lowest tender. 12.1 The bidder shall ensure that no addition / deletion / corrections have been made in the downloaded tender document being submitted and it is identical to the tender document appearing on E-tender Portal ( https://www.tcil-indialectronictender.com). 12.2 In case of any correction/ addition/ alteration/ omission in the tender document, the tender bid shall be treated as non-responsive and shall be rejected summarily. 12.3. For further instructions regarding submission of bids online the bidder shall visit the homepage of the portal (https://www.tcil-india-electronictender.com). Note:- All documents submitted in the bid offer should be preferably in English. In case the certificate viz experience, registration etc. is issued in any language other than English, the bidder shall attach an English translation of the same duly attested by the bidder & the translator to be true copy in addition to the relevant certificate. All computer generated documents should be duly attested/ signed by the issuing organization. Asst. General Manager (Estt) BSNL Chennai Telephones 89, Millers Road, Kilpauk, Chennai-600010. Tel: 044-26432333, 26425400 / Fax: 044-26403727. Page 6 / 54

SECTION - I (Part B) NEWS PAPER N.I.T. FOR : E-Tender for Supply of Uniform cloth materials to the eligible employees of BSNL, Chennai Telephones CHENNAI TELEPHONES O/o Principal General Manager (HR&ADMN), No:89, Millers Road, Kilpauk, Chennai-600 010. Notice Inviting Tender No.AGL/BSNL/CHTD/UNIFORM/TENDER/2015-2016/57 dated at Chennai-10 the 07/04/2016. Sealed tenders are invited in Two Bid format by the Principal General Manager (HR&ADMN), BSNL, Chennai Telephones, Chennai-600010 from reputed Textile manufacturers/firms/main dealers of reputed firms for supply of UNIFORM cloth materials to the eligible employees of BSNL, Chennai Telephones. This tender is being conducted through e-procurement Portal https://www.tcil-india-electronictender.com.for further details, kindly visit our websitewww.chennai.bsnl.co.infollowing Link for E-tenders by Chennai Telephones. ASSISTANT GENERAL MANAGER (ESTT) Tel: 044-26432333, 26425400. (End of Section - I) Page 7 / 54

SECTION II (Part-I) Tender Information 1. Type of tender: Single Stage bidding- There are two stage opening using two electronic Envelopes followed by e-reverse auction if required. Note: The Eligibility-cum-technical Bid will be opened in the presence of the representatives of the bidders at the time and date mentioned in Clause 1 of section-i (Part-A) NIT. Financial bids of technically and commercially eligible bidders shall be opened at a later date. 2. Bid Validity Period:180 days from the tender opening date. A bid valid for a shorter period shall be rejected by the Purchaser as non-responsive. 3. List of Documents required: There will be two envelopes system, the first envelope will be named as techno commercial and will contain documents of bidders satisfying the eligibility of Technical &Commercial conditions and 2 nd envelope will be named as financial envelope containing financial quote. These envelopes shall contain one set of the following documents. (a) Techno-Commercial envelope shall contain: i. EMD (Bid Security). ii. Cost of the tender documents i.e. tender fee (Rs.525/-). iii. Bidder s profile duly filled and signed.(section-vii / Part-I) iv. Near Relation Certificate in Proforma duly filled &Signed. (Appendix-II) v. Documents stated in clause 10 of Section II Part-II. vi. Tender document digitally signed for having read it & accepted it. vii. Tender/ Bid form duly filled & signed - Section-VII / Part-II. viii. Electronic Form -Technical (refer Appendix-IV e-tendering instructions). ix. Appendix-1to Section-4 Part A of Chapter 4 (Standard Tender Enquiry Document) (Appendix-V) (b) Financial Envelope shall contain; i. Electronic Form - Financial along with Price schedule (Section-VIII) for all relevant items of uniform cloth materials. Note: At the time of opening the bids, initially offline submitted envelopes (as mentioned at Section-II/Part-II Clause 10) of all bidders will be opened. The Electronic envelope consisting of Commercial, Technical bid of only those bidders will be opened who would have submitted required documents as offline submissions as per clause 10 of Section-II Part-II in a sealed envelope bearing tender number, name of item and the phrase Do not open before (due date and time of opening of tender). Page 8 / 54

SECTION II (PART-II) GENERAL INSTRUCTIONS TO BIDDERS A. INTRODUCTION: 1 DEFINITIONS; a. "The Purchaser" means the BSNL, Chennai Telephones acting on behalf of the BSNL. b. "The Bidder" means the individual or firm who participates in this tender and submits its bid. c. "The Supplier"or The Vender means the individual or firm supplying the goods under the contract. d. "The Goods" means all the Uniform clothing materials viz. Pant, Shirt, Saree and Blouse which the Supplier is required to supply to the Purchaser under the contract. e. The Advanced Purchase Order means the intention of the purchaser to place the purchase order to the bidder. f. "The Purchase Order" means the order placed by the Purchaser on the Supplier signed by the Purchaser including all attachments and appendices thereto and all documents incorporated by reference therein. The purchase order shall be deemed as "Contract" appearing in the document. g. "The Contract Price" means the price payable to the Supplier under the purchase order for the full and proper performance of its contractual obligations. h. Successful Bidder(s) means the bidder(s) to whom work in this tender is awarded. 2 ELIGIBILITY CONDITIONS: 2.1 The eligible bidders should be registered Textile manufacturer/company/firm/main dealers of reputed firms to supply the Uniform cloth materials / the tendered items in India and having obtained clearance from Reserve Bank of India wherever applicable. 2.2 The eligible bidders should have Capability to supply the Uniform cloth materials. No subcontractorsallowed. 2.3 The eligible bidders should have successfully executed educational / commercial orders in the supply of uniform cloth issued by DOT / MTNL / BSNL / Public Sector Undertakings / Central / State government and reputed companies/firms/organizations.proof for satisfactory completion of the supply of uniform cloth equivalent to the value of this tender ie.rs.27 Lakhs is to be enclosed. 2.4 The eligible bidders should have sufficient working strength of employees and sufficient space for packing and dispatching. 2.5 No near relatives are employed in BSNL certificate is to be furnished as per Appendix-II of the Bid document. 2.6. The bidder should not be blacklisted by BSNL. A declaration is to be submitted by the tenderer to this effect as per Appendix-III of the Bid document. 2.7 All deliveries should be made at the O/o Sub Divisional Engineer (General), BSNL, Chennai Telephones, Stores Complex, No.440, A.A. Road, Vyasar Nagar, Chennai 600039 or at any place within the jurisdiction of Chennai Telephones without any extra charges without lenience. 3 DETAILS OF WORK AND COST OF BIDDING; 3.1 Details of Work; The tender is for supply of the Uniform clothing materials viz. Pant, Shirt, Saree and Blouse which are to be supplied to the eligible officials working in BSNL, Chennai Telephones jurisdiction including erstwhile Chengalpattu SSA units. Page 9 / 54

3.2 Cost of Bidding; The bidder shall bear all costs associated with the preparation and submission of the bid. The Purchaser will, in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. 4 DOCUMENTS REQUIRED; 4.1 The goods required to be supplied,bidding procedures and contract terms and conditions are prescribed in the Bid Documents. The contents of the Bid documents are specified in the covering letter. 4.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid Documents and clarifications/ amendments/ addenda, if any. Failure to furnish all information required as per the Bid Documents or submission of the bids not substantially responsive to the Bid Documents in every respect will be at the bidder's risk and may result in rejection of the bid. 5 CLARIFICATION OF BID DOCUMENTS; 5.1 A prospective bidder, requiring any clarification on the Bid Documents shall notify the Purchaser in writing by FAX or by Email of the Purchaser as indicated in the invitation of Bid. The Purchaser shall respond in writing to any request for the clarification of the Bid Documents, which it receives 21 days prior to the date of opening of the Tenders. Copies of the query (without identifying the source) and clarifications by the Purchaser shall be sent to all the prospective bidders who have received the bid documents. 5.2 Any clarification issued by BSNL in response to query raised by prospective bidders shall form an integral part of bid documents and shall amount to an amendment of the relevant clauses of the bid documents. 6 AMENDMENT OF BID DOCUMENTS: 6.1 The Purchaser may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, may modify bid documents by amendments prior to the date of submission of Bids with due notification to prospective bidders. 6.2 The amendments shall be notified in writing by FAX or Email or by Addendum through e-tendering portal ( for tenders invited through e-tendering process)to all prospective bidders on the address intimated at the time of purchase of the bid document from the purchaser and these amendments will be binding on them. 6.3 In order to afford prospective bidders reasonable time to take the amendments into account in preparing their bids, the Purchaser may, at its discretion, extend the deadline for the submission of bids suitably. However the prospective bidders shall not claim this facility as a right on any account. B PREPARATION OF BIDS: 7 DOCUMENTS COMPRISING THE BID; 7.1 The bid prepared by the bidder shall ensure availability of the following components: a) Documentary evidence establishing that the bidder is eligible to bid and is qualified to perform the contract if his bid is accepted in accordance with Clause 2 and 10. b) Bid Security furnished in accordance with Clause 12. c) A clause by clause compliance as per clause 11.2 (b). d) A bid form & price schedule completed in accordance with clause 8 & 9. Page 10 / 54

7.2. Right to Accept or Reject: BSNL shall not be bound to accept the lowest or any tender and reserves itself the right to accept or reject any bid or to accept whole or a portion of tender, as it may deem fit, without assigning any reason thereof and without incurring any liability to the affected bidder(s) for the action of BSNL. 8 BID FORM; The bidder shall complete the Bid form and the appropriate Price Schedule furnished in the Bid Documents, indicating the goods to be supplied, a brief description of the goods, standard of materials, quantity and prices as per Section V, VI and VIII. 9 BID PRICES; 9.1 The bidder shall give the total composite price inclusive of all levies & taxes, royalty existing or that may be imposed in future, packing, forwarding, freight and insurance. The basic unit/group price and other component price need to be shown individually indicating the goods the bidder proposes to supply under the contract as per price schedule given in Bid. Prices of incidental services if any should be quoted. The offer shall be firm in Indian Rupees. The Purchaser will make no Foreign Exchange available. 9.2 The prices 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. 9.3 The unit/group prices quoted by the bidder shall be with sufficient detail to enable the Purchaser to arrive at prices offered. 9.4 "DISCOUNT, if any offered by the bidders shall not be considered unless they are specifically indicated in the price schedule. 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". 9.5 If any quantity slab rates/discount/quantity slab discount is indicated in the bid, the rate/discount that is most advantageous to the Purchaser shall be taken into consideration irrespective of the limitation of quantity. No request or claim of the bidder in this regard will be entertained. 9.6 The price approved by the Purchaser for procurement will be inclusive of levies and taxes, packing, forwarding, freight and insurance as mentioned in Para 9.1 above. Breakup in various heads like ED, sales tax, insurance, freight and other taxes paid/payable as per clause 9.2 is for the information of the purchaser and any change in these shall have no effect on price during the scheduled period of delivery. 9.7 (i). Income Tax @ 2 % (Two percent) on the gross amount of each bill, with a surcharge of 15% (fifteen percent) on the Income Tax deducted, will be recovered from all the bills of the contractors in terms of section 194 (C ) of Income Tax Act 1961 and Ministry of Finance Circular No. 593 dated 05-02-1991 or at the percentage as may fixed from time to time by Finance Department. In case of any revision / alteration in taxes, received from the Income Tax Department, the same will be taken into account as per the directives. (ii). Sales Tax will be recovered from the contractors bill as per the rule, circulated by the concerned State Government. Page 11 / 54

10 DOCUMENTS COMPRISING THE BID:-Bidder shall furnish the documents as per Technical BidForm (Tender s Profile at Section VII Part-I). Note:Bidders to note that scanned copy of all the relevant documents as listed below arerequired to be uploaded on the ETS Portal and original documentsattested/authorized are to be dropped in the Tender box available in the, O/o DGM (HR&Admn), 89, Millers Road, Kilpauk, Chennai-10, offline in a sealed cover. Technical bid should accompany the following documents/certificates: a) Bid Security amount of Rs.54,000/- (Rupees Fiftyfour Thousand only) in the form of Bank Guarantee valid for 210 days or DD drawn in favour of Accounts Officer, (C&A), COBA, BSNL, Chennai Telephones from any Nationalized Bank payable at Chennai. Another DD for Rs.525/- (in the case of downloaded application forms only)drawn in favour of Accounts Officer, (C&A) COBA, BSNL, Chennai Telephones from any Nationalized Bank payable at Chennai. b) One copy of the complete set of tender documents duly filled in and signed on each page. c) Certificate of Incorporation. d) Article of Memorandum of Association or registered partnership deed or evidence for proprietorship as the case may be. e) Registration certificate from State director of Industries or from Secretariat for Industrial Approval (SIA) Ministry of Industries Govt. ofindia. f) Approval from RBI / SIA in case of foreign collaboration. g) Latest and valid MSME certificate in case of exemption of EMD. h) Proof of execution of commercial orders issued by DOT/MTNL / BSNL / PSUs / Reputed companies/firms/organizationsfor supply of uniformfor the equivalent value of this tender ie.rs.27 Lakhs. i) Annual Report for the latest 2 consecutive financial years. j) IT returns for the last two years. k) Solvency certificate from the banker for evidence that the company has financial capability to perform the contract for the value of Rs.27 Lakhs.(Original to be submitted). l) Sales tax Registration & Service Tax Registration Certificate. m) Necessary proof for technical and production capabilities (Brief description of machinery available) to perform the contract and produce the samples of the goods to be delivered. n) Proof for authorized signatory (In case of Limited and Private Ltd companies, if any person other than the directors sign the document, letter should be submitted authorizing the person to sign on behalf of the company. In other cases like partnership or proprietorship concerns, the signature of the person signing the document should be attested by the banker). o) Turnover Certificate for the last 2 Years. p) ECS form duly filled in all respects (format is given in Appendix-I). q) No relative certificate (the format is given as Appendix-II). r) Non Blacklist certificate (the format is given as Appendix-III). Note: The bidders those who fail to furnish the above (a-r) documents shall not be considered.no indication of the prices shall be made in Technical Bid. Page 12 / 54

FINANCIAL BID: Rates should be quoted as per the Price Schedule at Section-VIII and should be enclosed in a separate wax sealed cover.the format for Financial Bid should not be changed in any manner. Addition / deletion / alteration of the text will automatically render the tender invalid and therefore, will be summarily rejected. The Time, Date and Venue of the opening of FINANCIAL BIDS will be intimated only to those Bidders, whose Technical Bid is accepted after evaluation of details and documents furnished by the bidder. No correspondence in this regard will be entertained. Incomplete Tender or Tenderinwhich both Technical Bid and Financial Bid are found in the same Envelopeis liable to be rejected. Tender should be submitted to Dy. General Manager (HR&Admn.), BSNL, Chennai Telephones, No.89, Millers Road, Chennai-10 on or before 11.00hrsof 04/05/2016. The bidder is requested to examine all instructions, forms, terms and specification in the Bid documents. Failure to furnish all the 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 the Bid. 11 DOCUMENTS ESTABLISHING GOODS CONFORMITY TO BID DOCUMENTS; 11.1 Pursuant to Clause 7, the bidder shall furnish, as part of his bid, documents establishing the conformity of his bid to the bid documents of all goods and services, which he proposes to supply under the contract. 11.2 The documentary evidence of the `goods and services' conforming to the Bid Documents may be in the form of literature, drawings, data etc and the bidder shall furnish: (a) A detailed description of goods with essential technical and performance characteristics; (b) A clause-by-clause compliance on the Purchaser's Technical Specifications and Commercial Conditions demonstrating substantial responsiveness to the Technical Specification and Commercial conditions. A bid without clause-by-clause compliance of the Technical specification (Section VI), Commercial conditions (Section III) and special conditions (Section IV) shall not be considered. 11.3 For purpose of compliance to be furnished pursuant to clause 11.2(a) above, the bidder shall note that the standards for workmanship, material and equipment and reference to brand names or catalogue number, designated by the Purchaser in its Technical Specifications are intended to be descriptive only and not restrictive. 12 BID SECURITY/EMD: 12.1 Pursuant to clause 7, the bidder shall furnish, bid security amount of Rs.54,000 /- (Rupees Fiftyfour Thousand only) in the form of Bank Guarantee OR DD drawn in favour of Accounts Officer(C&A), COBA, BSNL, Chennai Telephones from any Nationalized Bank payable at Chennai and should be enclosed with the Technical bid. 12.2 The MSE units shall be exempted from submission of Bid security deposit on production of requisite proof in respect of valid certification from MSME for the tendered item upto the monetary limit. 12.3 The bid security is required to protect the purchaser against the risk of bidder s conduct, which would warrant the forfeiture of bid security pursuant to Para 12.7 Page 13 / 54

12.4 A bid not secured in accordance with Para 12.1 & 12.2 shall be rejected by the Purchaser being non-responsive at the bid opening stage and archived unopened on e-tender portal for e-tenders and returned to the bidder unopened(for manual bidding process) 12.5 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 the bid validity prescribed by the purchaser pursuant to clause 13. 12.6 The successful bidder s bid security will be discharged upon the bidder s acceptance of the advance purchase order satisfactorily in accordance with clause 28 and furnishing the performance security. 12.7 The bid security may be forfeited: a) If the bidder withdraws or amends its bid or impairs or derogates from the bid in any respect during the period of bid validity specified by the bidder in the bid form or extended subsequently; or b) If the bidder does not accept the APO/ AWO and/ or does not submit PBG & sign the contract/ agreement in accordance with clause 29. Note: - The bidder shall mean individual company/ firm or the front bidder and its technology/ consortium partner, as applicable. 13 PERIOD OF VALIDITY OF BIDS: 13.1 Bid shall remain valid for period specified in clause 2 of Tender information. A BID VALID FOR A SHORTER PERIOD SHALL BE REJECTED BY THE PURCHASER BEING NON- RESPONSIVE. 13.2 In exceptional circumstances, the purchaser may request the bidder's consent for an extension to the period of bid validity. The request and the response thereto shall be made in writing. The bid security provided under Clause 12 shall also be suitably extended. A bidder may refuse the request without forfeiting its bid security. A bidder accepting the request and granting the extension will not be permitted to modify his bid. 14 FORMAT AND SIGNING OF BID: 14.1 The bidder shall submit his bid, online, complying all eligibility conditions, other terms andconditions of tender document to be read along with the clarifications and amendments issued in thisrespect. All the documents must be authenticated using Digital Signature by the authorizedperson. The letter of authorization shall be indicated by written power-of-attorney accompanying thebid. 14.2 The bid shall contain no inter lineation, erasures or overwriting except as necessary to correct errors made by the bidder in which case such corrected documents or revisions shall beauthenticated by the person signing the bid using digital signature. All pages of the original bid, except for un-amended printed literatures, shall be digitally signed by the person or persons signing the bid. 14.3 One original set of documents establishing Prime eligibility conditions, Technical bids and financialbids in separate covers may also be dropped in the Tender box available in the O/o DGM(HR&Admn) / sent to AGM(ESTT),O/o DGM (HR&Admn), No:89, Millers Road, Kilpauk,Chennai-600 010 before due date and time of opening Tender. 14.4 (i) The Power of Attorney should be submitted and executed on the non-judicial stamp paperof appropriate value as prevailing in the respective state(s) and the same shall Page 14 / 54

be attested by a Notary public or registered before Sub-Registrar of the state(s) concerned. (ii) The Power of Attorney shall 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. (iii) In case of the bidder being a firm, the said Power of Attorney should be executed by all the partner(s) in favour of the said Attorney. (iv) Attestation of the specimen signatures of authorized signatory by the Company s/ firm s/ bankers shall be furnished. Name, designation, Phone number, mobile number, email address and postal address of the authorized signatory shall be provided. 15 SEALING AND MARKING OF BIDS: The bid should be submitted as per clause 3 of Section-II (Tender information). The bid should be submitted online using Single stage bidding & Two Envelope System. a. The first envelope should be named Techno-Commercial bid. This envelope will contain documents of bidder s satisfying the eligibility of Technical & commercial conditions as per clause 10withbid security of Section-II. b. The second envelope should be named as Financial bid containing price schedules as per Section-VIII. c. The cover of first envelope shall contain the Original copy of techno-commercial bid duly marked TECHNO-COMMERCIAL BID. d. The cover of second envelope shall contain the Original copy of the financial bid, duly marked FINANCIAL BID. Both the envelopes should be sealed separately and further kept in a single main envelope under the personal seal of the bidder. 15.1 The tender is a Two stage tender: (i) (ii) TECHNICAL BID: All the documents and certificates, DD/BG for bid security amount Rs.54,000/- and DD for Rs.525/- towards cost of down loaded bid document as described in Clause (10) above are to be enclosed along with the Technical bid establishing bidder s eligibility and should be submitted in a closed wax sealed Single cover(large Envelope). The large envelope should be wax sealed by the personal seal of the bidder and super scribed as Technical Bid for Supply of Uniform Cloth materials. FINANCIAL BID: The Price schedule as per Section VIII should be submitted in a separate cover and should be wax sealed by the personal seal of the bidder and superscribed as Financial Bid for Supply of Uniform Cloth materials. Both the covers (Technical Bid and Financial Bid) are put in a large cover and should be wax sealed by the personal seal of the bidder and superscribed as Tender for Supply of Uniform Cloth materials. 15.2 (a) The envelope shall be addressed to the purchaser at the following address: Dy. General Manager (HR&ADMN.) BSNL, Chennai Telephones, No.89, Millers Road, Chennai-600 010. (b) (c) The envelope shall bear the name of the tender, the tender number and the words DO NOT OPEN BEFORE (due date & time) The envelope shall indicate the name and address of the bidders to enable the bid Page 15 / 54

to be returned unopened in case it is declared LATE or REJECTED. (d) The tender may be sent by registered Post or dropped in the tender box available in the first floor of the above mentioned address/delivered in person on the above mentioned address. The responsibility for ensuring that the tenders are delivered in time would vest with the bidder. (e) Bids delivered in person on the day of tender opening on 04/05/2016 shall be delivered up to 11.00Hrs at the address given in clause 15.2(a). The purchaser shall not be responsible if the bids are delivered elsewhere or belatedly. (f) Venue of Tender Opening: Tender will be opened in the Conference Hall, O/o GM (P&D)CFA,2 nd Floor, No:2, Kushkumar Road, Nungambakkam, Chennai-34 at 12.00 Hrs on 04/05/2016. If due to administrative reasons, the venue of bid opening is changed, it will be displayed in the entrance of the O/o DGM (HR&Admn). 15.3 If the envelope is not sealed and marked as required at Para 15.1 and 15.2, the bid shall be rejected. 16 SUBMISSION OF BIDS: 16.1 Bids must be submitted online by the bidders on or before the specified date and time indicated in clause 6 of Section-I NIT. Offline Bids must be received by the Purchaser at the address specified under Para 15.2 not later than 11.00Hrs on 04/05/2016. 16.2 The purchaser may, at his 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 Purchaser and bidders previously subject to the deadline will thereafter be subjected to the extended deadline. 16.3 The bidder shall submit his bid offer against a set of bid documents downloaded by him for all or some of the items as per requirement of the bid documents. He may include alternate offer, if permissible as per the bid. However not more than one independent and complete offer shall be permitted from the bidder. 17 LATE BIDS: 17.1 No bid shall be accepted either online by E-Tender Portal or physically in case of manual bidding process after the specified deadline for submission of bids prescribed by the purchaser. 18 MODIFICATION AND WITHDRAWAL OF BIDS: 18.1 The bidder may modify, revise or withdraw his bid after submission prior to deadline prescribed for submission of bid. 18.2 The bidder s modification, revision or withdrawal shall have to be online and digitally authenticated (in case of e-tendering) & physically (in case of manual bidding process) as per clause 15. 18.3 Subject to clause 20, no bid shall be modified subsequent to the deadline for submission of bids. 19 OPENING OF BIDS BY PURCHASER: 19.1 The purchaser (BSNL) shall open bids online in the presence of the authorized representativesof bidders who chose to attend at time & date specified in Clause 1&7 of Section-I (NIT).The bidder s representatives, who present there, shall sign in an Page 16 / 54

attendance register. Authorized letter to this effect has to be submitted by the bidder before bid opening in order to allow them to participate in the bid. A Format is given in Section-IX Part-II. 19.2 A maximum of two representatives of any bidder can be authorized and permitted to attend thebid opening. 19.3 Name of envelopes to be opened & information to be read out by Bid Opening Committee. (i) In Single stage bidding & two envelopes system; the bids will be opened in 2 stages i.e. the techno-commercial bid shall be opened on the date of tender opening given in NIT. The financial bid will not be opened on the Date of opening of techno commercial bids in this case & sealed financial bids will be handed over to AGM (ESTT), BSNL, Chennai Telephones for retention. Thereafter the Committee for Evaluation of Tender (CET) will evaluate Technocommercial bids & the report of CET will be approved by competent authority. The financial bids of those bidders who are approved to be techno-commercially compliant by the competent authority, will be opened by TOC in front of techno commercially eligible bidders/ authorized representatives by sending them a suitable notice. 19.4 The date fixed for opening of bids, if subsequently is declared as holiday by BSNL, the Reviseddate of schedule will be notified. However, in the absence of such notification, the bids will beopened on next working day, time and venue remaining unaltered. 20 CLARIFICATION OF BIDS: 20.1 To assist in the examination, evaluation and comparison of bids, the purchaser may, at its discretion ask the bidder for the clarification of its bid. The request for clarification and the response shall be in writing. However, no post bid clarification at the initiative of the bidder shall be entertained. 21 PRELIMINARY EVALUATION: 21.1 Purchaser shall evaluate the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether the bids are generally in order. 21.2 Arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the group price and total price that is obtained by multiplying the item price and quantity, the item price shall prevail and the Purchaser shall correct the total price. If there is a discrepancy between words and figures, the amount in words shall prevail. If the supplier does not accept the correction of the errors, his bid shall be rejected. 21.3 Prior to the detailed evaluation, pursuant to clause 22, the Purchaser will determine the substantial responsiveness of each bid to the Bid Documents. For purposes of these clauses, a substantially responsive bid is one, which conforms, to all the terms and conditions of the Bid Documents without material deviations. The Purchaser's determination of bid's responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 21.4 A bid, determined as substantially non-responsive will be rejected by the purchaser Page 17 / 54

and shall not subsequent to the bid opening be made responsive by the bidder by correction of the non-conformity. 21.5 The Purchaser may waive any minor infirmity or non-conformity or irregularity in a bid which doesn't constitute a material deviation, provided such waiver doesn't prejudice or affect the relative ranking of any bidder. 22 EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS: 22.1 The Purchaser shall evaluate in detail and compare the bids previously determined to be substantially responsive PURSUANT TO CLAUSE 21. 22.2 The evaluation will be based on the TOTAL Price of the Items mentioned as per the Price Schedule of Section VIII including all Tax and Delivery Charges. 22.3 Schedule of requirement and cut length of Uniform cloth materials required are furnished in Section V. 23 CONTACTING THE PURCHASER: 23.1 Subject to Clause 20,no bidder shall try to influence the Purchaser on any matter relating to his bid, from the time of the bid opening till the time the contract is awarded. 23.2 Any efforts by a bidder to modify bid or influence the Purchaser in the Purchaser's bid evaluation, bid comparison or contract award decisions shall result in the rejection of the bid. C. AWARD OF CONTRACT: 24 PLACEMENT OF ORDER: 24.1 The Purchaser shall consider placement of orders for commercial supplies only on those eligible bidders whose offers have been found technically, commercially and financially acceptable and quoted lowest. The purchaser reserves the rights to make a counter offer on price(s) against price(s) quoted by any bidder. The ordering price of any bidder shall not exceed the lowest evaluated package price. However, at a later stage if there is any increase in Govt. duties/taxes within scheduled delivery date (SDD), the unit prices with applicable revised duties/taxes will be paid to suppliers irrespective of their ranking viz.l1/ L2/ L3..etc keeping other levies & charges unchanged. 24.2. The purchaser reserves the right for the placement of order of entire tendered quantity on the bidder with the lowest evaluated price. 24.3 In the event of L2 and so on bidders refusing to accept its package de rated to the price of L1 bidder, BSNL reserves the right to place the order for entire quantity to the L1 bidder. It is mandatory for the L1 bidder to accept such an offer (second APO) at evaluated L-1 price and shall perform the whole contract as envisaged in the tender document. The additional quantity, due to non-acceptance of respective quantity by L2 and/or L3 and so on bidders, as envisaged in clause 25 (Distribution of Quantity) in section II Part II, shall be supplied by the L-1 bidder as part of whole contract. 25 Distribution of Quantity: The Purchaser intends to limit the number of technically and commercially responsive of bidders from the list of such bidders arranged in increasing order of their evaluated prices starting from the lowest for the purpose of ordering against this tender. The distribution of the quantity shall be as given in Table 1(A) below. Table 1(A) (Without provisions for MSE Units) Page 18 / 54

No. of Bidders to be approved (Col. 1) Quantity allotted to the respective bidder (Col. 2) L1 L2 L3 L4 L5 and so on One bidder 100% Nil Nil Nil Nil Two Bidders 60% 40% Nil Nil Nil Three Bidders 50 % 30 % 20 % Nil Nil Four Bidders 40 % 30 % 20 % 10 % Nil More than four bidders 26 PURCHASER'S RIGHT TO VARY QUANTITIES: 40% In the inverse ratio of their evaluated quoted prices (a) BSNL reserves the right to increase or decrease up to 25% of the quantity of goods and services specified in the schedule of requirements without any change in the unit price or other terms and conditions at the time of award of contract. (b) BSNL also reserves the right for placement of additional order or up to 50% of the additional quantities of goods and services contained in the running tender/ contract within a period of twelve months from the date of acceptance of first Advance Purchase Order (APO) in the tender at the same rate or a rate negotiated (downwardly) with the existing venders considering the reasonability of rates based on prevailing market conditions and the impact of reduction in duties and taxes etc and supplies to be obtained within delivery period scheduled afresh. (c) In exceptional situation where the requirement is of an emergent nature and it is necessary to ensure continued supplies from the existing vendors, the purchaser reserves the right to place repeat order up to 100% of the quantities of goods and services contained in the running tender /contract within a period of twelve months from the date of acceptance of first APO in the tender at the same rate or a rate negotiated (downwardly) with the existing vendors considering the reasonability of rates based on prevailing market conditions and the impact of reduction in duties and taxes etc. Exceptional situation and emergent nature should be spelt out clearly detailing the justification as well as benefits accrued out of it and loss incurred in case this provision is not invoked and approved by the authority competent to accord administrative and financial approval for the procurement calculated on the basis of total procurement i.e. initial and proposed add-on quantity. 27 PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS: The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids, at any time prior to award of contract without assigning any reason whatsoever and without thereby incurring a liability to the affected bidder or bidders on the grounds for the Purchaser's action. 28 ISSUE OF ADVANCE PURCHASE ORDER: 28.1 The issue of Advance Purchase Order shall constitute the intention of the purchaser to enter into contract with the bidder. 28.2 The bidder shall within 14 days of the issue of the advanced purchase order, give his acceptance along with the performance security in conformity with section X part III provided with the bid document. 28.3 L-1 bidder may be issued Advanced Purchase Order (APO) in two stages. The first APO Page 19 / 54

shall be issued for L-1 quantity as defined in clause above. The second APO may be issued to L-1 bidder only when the Purchaser exercises the right for placement of order on balance tendered quantity on the bidder with the lowest evaluated price in conformity to Clause 26 of Section II. 29 SIGNING OF CONTRACT: 29.1 The issue of Purchase order shall constitute the award of contract on the bidder. 29.2 Upon the successful bidder furnishing performance security pursuant to clause 28, the purchaser shall discharge the bid security in pursuant to clause 12. 30 ANNULMENT OF AWARD: Failure of the successful bidder to comply with the requirement of Clause 28 &29 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. 31 REJECTION OF BIDS: 31.1 While all the conditions specified in the Bid documents are critical and are to be complied, special attention of bidder is invited to the following clauses of the bid documents. Noncompliance of anyone of which shall result in outright rejection of the bid. (i) Clauses 12.1& 13.1 of Section II: The bids will be rejected at opening stage if Bid security is not submitted as per Clauses 12.1 and bid validity is less than the period prescribed in Clause 13.1 mentioned above. (ii) Clause 2 & 10 of Section II: If the eligibility condition as per clause 2 of Section II is not met and/or documents prescribed to establish the eligibility as per Clause 10 of section II are not enclosed, the bids will be rejected without further evaluation. (iii) Clause 11.2 (b) of Section II: If clause-by-clause compliance and deviation statements as prescribed are not given, the bid will be rejected at the stage of primary evaluation. In case of no deviations, a statement to that effect must be given. (iv) Section III Commercial conditions, Section IV Special Conditions of Contract & Section VI Technical Specifications: Compliance if given using ambiguous words like "Noted", "Understood", "Noted & Understood" shall not be accepted as complied. Mere "Complied" will also be not sufficient, reference to the enclosed documents showing compliances must be given. (vi) Section VIII Price Schedule: Prices are not filled in as prescribed in price schedule. (vii) Section II clause 9.4 on discount, which is reproduced below: Discount, if any, offered by the bidders shall not be considered unless specifically indicated in the price schedule. Bidders desiring to offer discount shall therefore modify their offer suitably while quoting and shall quote clearly net price taking all such factors like Discount, free supply etc. into account". 32 ACTION BY PURCHASER AGAINST BIDDER(S)/ VENDOR(S) IN CASE OF DEFAULT: In case of default by Bidder(s)/ Vendor(s) such as a) Does not supply the tendered items in time; Page 20 / 54

b) The suppliers whose supplied items do not perform satisfactory in the field in accordance with the specifications; c) Or any other default whose complete list is enclosed in Appendix-V (Appendix-1 to Section-4 Part A - Standard Tender Enquiry Document). Purchaser will take action as specified in Appendix-V. 33 NEAR RELATIONSHIP CERTIFICATE: 33.1 The bidder should give a certificate that none of his/her near relative is workingin the units of BSNL as defined below where he is going to apply for the tender. In case of proprietorship, the proprietor will give firm certificate. For partnership firm the certificate will be given by all the partners and in case of limited company by all the Directors of the company excluding Government of India/Financial institution nominees and independent non-official part time Directors appointed by Govt. of India or the Governor of the state. Due to any breach of these conditions by the company or firm or any other person the tender will be cancelled and Bid Security will be forfeited at any stage whenever it is noticed and BSNL will not pay any damage to the company or firm or the concerned person. The company or firm or the person will also be debarred for further participation in the concerned unit. 33.2 The near relatives for this purpose are defined as: (a) Members of a Hindu undivided family. (b) They are husband and wife. (c) The one is related to the other in the manner as father, mother, son(s) & Son's wife (daughter in law), Daughter(s) and daughter's husband (son in law), brother(s) and brother's wife, sister(s) and sister's husband (brother in law). The format of the certificate to be given is enclosed as Appendix-II. 34 VERIFICATION OF DOCUMENTS AND CERTIFICATES: The bidder will ensure that all the documents and certificates, including experience/ performance and self-certificates submitted by him are correct and genuine before enclosing them in the bid. The onus of proving genuineness of the submitted documents would rest with the bidder. If any document/ paper/ certificate submitted by the participant bidder is found / discovered to be false / fabricated / tampered / manipulated either during bid evaluation or during award of contract or thereafter, then the Purchaser will take action as per Clause-1 of Appendix-1 of this section (APPENDIX-V) Note for Tender opening Committee: At the time of tender opening,the TOC will check/ verify that the documents conforming to eligibility part are submitted by the participant bidder duly authenticated by the authorized signatory to obviate any possibility of doubt and dispute and maintain veracity of the documents / papers/ certificates. The documents/ papers to be submitted in respective bid part have been explicitly stated in clause- 7 of Section-II(Part II). Page 21 / 54