Similar documents
(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 NIT ID No: Dated :- 18 /09 /2018

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise)

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

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

BHARAT SANCHAR NIGAM LIMITED Office of the General Manager, Telecom Distt. Hamirpur(HP).

PUNJAB TECHNICAL UNIVERSITY,

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

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

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

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

BHARAT HEAVY ELECTRICALS LIMITED,

BALMER LAWRIE & CO. LTD.

BHARAT SANCHAR NIGAM LIMITED

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

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

MP/ Hiring of VAT Consultant / /002

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

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

NOTICE INVITING TENDER

PEC University of Technology, Chandigarh

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

BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT DURG TENDER FOR OFC ROUTE MAINTENANCE WORKS

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

BALMER LAWRIE & CO. LTD.

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

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

CHEMELIL SUGAR COMPANY LIMITED

Annexure II. Terms and conditions

Tender For OUT SOURCING OFC MAINTENANCE IN ETR,Shillong Sub-Region

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

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

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

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

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

OFFICE OF THE UNIVERSITY ENGINEER

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

INDRAPRASTHA INSTITUTE OF INFORMATION TECHNOLOGY DELHI

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

Biotech Park, Lucknow

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

Tender No. STPIN/PUR/QUO/11-12/09 Dated 10/03/2012

TERMS AND CONDITIONS I. GENERAL CONDITION OF TENDER GENERAL CONDITIONS OF THE CONTRACT

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

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

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

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

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

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

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

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

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

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

Bharat Sanchar Nigam Ltd.

BHARAT SANCHAR NIGAM LIMITED

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

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

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

INDIAN INSTITUTE OF TECHNOLOGY INDORE

BHARAT SANCHAR NIGAM LIMITED

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

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

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

E - TENDER FOR PROVIDING DATA ENTRY OPERATORS (SKILLED WORKER) FOR BHARAT SANCHAR NIGAM LIMITED O/o GENERAL MANAGER, BROADBAND NETWORKS, BANGALORE -05

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

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

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

F. No. D-15017/16/2015-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

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

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

GOVT. OF NCT OF DELHI

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

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

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

Name of work: Annual Rate Contract (ARC) for miscellaneous furniture repair items at NISCAIR s both the location (Pusa and SVMarg)

Rate Contract For Supply of Printing items

OFFICE OF THE CHIEF ELECTORAL OFFICER, HARYANA 30-BAYS BUILDING (3 rd FLOOR), SECTOR 17-B, CHANDIGARH TENDER DOCUMENT. For

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

Type of Organisation : Service Provider (Aviation Industry) Tender Ref. No. : PHL:ER:ENGG:ATR2:HK2:2016 dated 10/11/2016

CHENNAI TELEPHONES. Tender No: DGM (NWO) AMB./Tender/HK/ /01 Dated 29/10/2018 BID DOCUMENT

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

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

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

Southern Telecom Projects Circle Chennai

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

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

NOTICE INVITING e-tender

No. AERC. 8/2002/B/01 Dated Guwahati the 23 rd February, 2018 NOTICE INVITING TENDER FOR PRINTING VARIOUS BOOKS ETC. OF AERC (NIT NO.

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

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

OPEN TENDER DOCUMENT (TECHNICIAL BID)

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

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

Bharat Sanchar Nigam Limited

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

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

NLC TAMILNADU POWER LIMITED

Transcription:

BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise) O/o The Divisional Engineer,MW Maintenance Gangtok NIT No:DEMW/GTK/T-1/ 12-13 dtd: at Gangtok the27.06.2012 BID DOCUMENT TENDER FOR SWEEPING,CLEANING OF OFC/MICROWAVE STATION UNDER MW DIVISION Gangtok. Price Rs.520/- 1

Bharat Sanchar Nigam Limited, (A Govt. of India Enterprise) O/o the DE MW MTCE.Gangtok MW Station, Rajbhawan,Gangtok-737101. ------------------------------------------------------------------------ NO:- No:DEMW/GTK/T-1/ 12-13 dtd: at Gangtok the27.06.2012 Sealed tenders with sealing wax/packing PVC Tape are invited by the Divisional Engineer MW Maintenance Gangtok for sweeping,cleaning and others of Microwaves /OFC Stations in the jurisdiction of Gangtok OFC Division from the experienced bonafid e registered contractors. Sl No 1 Name of the work Tender for Sweeping,cleaning of OFC /MW Stations Under MW Division,Gangtok. Estimated cost in rupees EMD in rupees 1.5 Lacs Rs 4500.00 Remarks The validity of tender will be for one year from the date affecting the work order with an option of extension for a further period of one year on the same rate of Service charge & terms & conditions mentioned in NIT. Tender papers with details can be had from SDE (Admn.) O/o the DGM/ETR/Siliguri, on payment of Rs.104/- in shape of DD/Bankers Cheque in favour of Sr A.O o/o the DGM/ETR/Siliguri on working days between 10.30 hrs to 14.00 hrs from 27.06.2012-11.07.2012 on submission of application on plain paper. The tenders with required documents along with EMD should be submitted in sealed cover super scribed TENDER FOR SWEEPING,CLEANING AND OTHERS OF MW MTCE. DIVISION, Gangtok to be dropped on or before 15.00 hrs on 12-07-2012 in the tender box available in the chamber of SDE (Admn) o/o the Dy.GM ETR,Staff Quarter, Type-IV, No:- 1&2, MW Compound, Telephone Exchange, Siliguri-734001 and will be opened on the same day at 16.00 hrs in the presence of Tenderers or their representatives who may be present on the spot. NB:-The Bid documents can also be downloaded from Web Site www.etr.bsnl.co.in and while submitting the tender he must submit the draft /Bankers Cheque amounting Rupees one hundreds Four only in favour of Sr A.O o/o the Dy.GM ETR,Siliguri. DE MW Mtce. Gangtok Copy forwarded to :- 1) The GMT SSASiliguri with a request to paste it on the notice Board. 2) The DGM ETR Siliiguri with a request to paste it on the notice Board. 3-4) The DE MW Mtce Siliguri /Coochbehar with a request to paste it on the notice Board. 5) The DE Trans. Mtce. Malda with a request to paste it on the notice Board. 6) The DE OFC Mtce. Jalpaiguri with a request to paste it on the notice Board. 7) Notice Board of this Office. 2

O/o The Divisional Engineer. MW Mtce. Gangtok Microwave Station Rajbhawan Gangtok. Phone No:-03592-202530,Fax03592 202205 No:DEMW/GTK/T-1/ 12-13 dtd: at Gangtok the 27.06.2012 TENDER DOCUMENT INSTRUCTIONS TO BIDDERS 1. DEFINITION;- (a) The bidder means the Registered Contractor who participates in this tender. (b) The BSNL means The Bharat Sanchar Nigam Limited/ Divisional Engineer MW Mtce. Siliguri. 2. ELIGIBLE BIDDER;- The bidders must submit self-attested photocopy of the following documents along with the tender papers failing which their bids will not be taken into consideration. The photo copy of their document will be tallied with Original Documents before entering in to the agreement. In case of any discrepancy, the agreement will not be signed and the bid will be rejected. The security deposit will be forfeited. The bidder will also be debarred from participating in all future tenders of this District. a) Experience Certificate for satisfactory in any PSU/Govt. with a turn over of not less than rupees Two lacs in preceding two years issued by an officer not below the rank of Gr- A Officer.. b) Valid registration certificate issued by BSNL/ MTNL/ State govt. / Central govt. c) EPF Registration No. d Valid Labour licence from Central labour office. e) Valid ESI Registration No. f) Valid Service Tax Registration No. 3. COST OF BIDDING;- The bidder shall bear all the costs associated with the preparation and submission of bid. The BSNL in no case will be responsible or liable for these costs regardless of the conduct or outcome of the bidding process. 4. BID DOCUMENTS: The Bid documents include : a) Tender Papers duly signed by the tenderer on all pages. b) Instruction to bidders. c) Work Specification. d) Agreement form. The bidder is expected to examine all instructions, forms, terms and specifications in the bid documents. Failure to furnish all information required as per the bid documents or submission not substantially responsive to the bid documents in every respect will be at the bidder s risk and shall result in rejection of the bid. 5. CLARIFICATION OF BID DOCUMENTS: A prospective bidder requiring any clarification of bid document shall notify the BSNL in writing or by FAX at the DE MW Mtce. Gangtok mailing address indicated in the invitation for bids. Copies of the query (without identifying the source) and 3

clarification by the BSNL shall be sent to all the prospective bidder who have received the bid documents. 6. SUBMISSION OF BIDS a. Method of Preparation of BID b. Bid for each tender should be submitted in three envelopes placed inside a main cover. Tender for cleaning,sweeping and others for Transmission Stations under Gangtok MW Mtce Division should be inscribed on the Main Envelope. These envelopes should contain the following: Envelope Marked on the Cover Contents of Envelope First Bid Security/Cost of tender Containing Bid Security as per paper (in case of clause 8 and/or cost of tender downloaded from website) paper as the case may be. Second Qualifying Bid Containing documents as per clause 2 except the bid security & cost of tender paper. Third Financial Bid Rates duly quoted by the tenderer as per Annexure-1 On all these envelopes the name of the firm and marked for identification as Bid Security, Qualifying Bid, and Financial bid, as the case may be, must be clearly mentioned and should be properly sealed (with sealing wax/pvc sealing tape). These three envelopes are to be placed inside an outer envelope mentioning Tender No:, Name of tender, addressed to the concerned officer, name of the firm submitting the tender and signed by the tenderers and properly sealed (with sealing wax/pvc sealing tape). The tenders, which are not submitted in above mentioned manner should be summarily rejected. 4

7. BID FORM : The bidder shall complete the bid form and the appropriate cost schedule furnished in the bid documents. 8. BID COST : The bid cost will be Rs.520/-( Rupees Five hundred Twenty) only. 9. BID SECURITY : a). The bidder shall furnish a bid security (EMD) for an amount as mentioned in the NIT to be deposited along with the tender paper failing which tender will be declared ineligible for all purpose. b). The bid security is required to protect the BSNL against the risk of bidder s conduct, which would warrant the bid security forfeiture. c). The bid security shall be in form of a Bank Draft issued by a scheduled Bank in favour of Sr Accounts Officer,O/o the DGM/ETR/Siliguri. d). A bid not secured in accordance with Para - ( a ), ( b )& ( c) above shall be rejected by the BSNL as non-responsive. e). The security of unsuccessful bidder will be discharged/returned as early as possible, after finalization of the tender only. f). The successful bidder s bid security will be converted to performance Security Deposit. g). The bid security will be forfeited:- 1.If a bidder withdraws his bid during the period of the bid validity. 2.In case of a successful bidder if the bidder fails to sign the contact within specified time. 3.In such case, the bidder will also be barred from participating in all future tenders of this District. 10. PERIOD OF VALIDITY a). Bid shall remain valid for 180 days after the date of bid opening. A bid valid for a shorter period shall be rejected by the DE MW Mtce.Gangtoki, as nonresponsive. b). In exceptional circumstances, DE MW Mtce. Gangtok may request the bidder s consent for an extension to the period of bid validity, the request and responses thereto shall be made in writing. The bid security provided under para-9 shall also be suitably extended. A bidder may refuse the request without forfeiting his bid security, a bidder granting the request will not be permitted to modify the bid. 11. FORMAT AND SIGNING OF BID : a). The bid shall be signed by the bidder or a person or persons duly authorised to bid the bidder to the contract. The letter of authorization shall be indicated by written power of attorney accompanying the bid. All pages of the original bid, except for un-amended printed literature shall be signed by the person or persons signing the bid. The bid shall be sealed properly. b). The bid shall contain no inter lineation, erasures or over writing 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. c) Rates should be quoted both in words and figures. 5

12. SEALING AND MARKING OF BIDS : a). The bidder shall seal the bid with wax/ PVC tape, the envelope as Tender for Sweeping, cleaning and others for MW Division, Gangtok. The cover shall indicate the name and address of the bidder and addressed to Divisional Engineer MW Mtce. Gangtok. i. Tenders shall either be sent by registered post or delivered in person. The responsibility for ensuring that tenders are delivered in time would rest with the bidder. ii. Bids delivered in person shall be dropped in the tender box before the expiry of deadline. b). If the envelope is not sealed and marked as required, the department shall not accept the bid. 13. SUBMISSION OF BIDS : a). Bid must be received by the department at the address specified above not later than 14.00 hrs. on due date.. b). The department may, at its discretion, extend this deadline for the submission of bids by corrigendum s issued in which case bidder s previous submission if any will be taken into consideration. 14. LATE BIDS : Any bid received by the department after the deadline for submission of bids prescribed by the department shall be rejected and returned unopened to the bidder. 15. MODIFICATION AND WITHDRAWAL OF BIDS : a). The bidder may modify or withdraw his bid after submission provided the written notice of the modification or withdrawal is received by the BSNL prior to the deadline prescribed for submission of bids. b). The bidder s notification or withdrawal notices shall be prepared, sealed, marked and dispatched as required in the case of bid submission. A withdrawal notice may also be sent by FAX but followed by a signed confirmation copy, post marked not later than the deadline for submission of bids. c). No bid shall be modified subsequent to the deadline for submission of bids. 16. OPENING OF BIDS BY THE BSNL : a). The BSNL shall open bids in the presence of bidder or his representatives who choose to attend 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. b). A maximum of one representative for any bidder shall be permitted to attend the bid opening. 6

17. CLARIFICATION OF BIDS : To assist in the examination, evaluation and comparing the bids, the BSNL 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. 18. PRELIMINARY EVALUATION : a). BSNL shall evaluate the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether the bids are generally in order. b). Arithmetical errors shall be rectified on the following basis. If there is a discrepancy between words and figures, the amount in words shall prevail. If there is discrepancy between unit price and total price unit price will prevail. If the bidder does not accept the correction of the error, his bid shall be rejected. c). Prior to the detailed evaluation, the department will determine the substantial responsiveness of each bid i.e. one which confirms to all the terms and conditions of the bid. The department s determination of bid s responsiveness will be based on the contents of the bid itself without recourse to extrinsic d). evidence. A bid determined as substantially non-responsive will be rejected by the department and shall not subsequent to the bid opening be made responsive by the bidder by correction of the non-conformity. e) At the outset the envelopes containing of qualifying papers for their eligibility will be opened and analysed.a bidder not satisfying the conditions as para 2 will be rejected out rightly and his financial bid will not be taken into consideration. 19. EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS: The BSNL shall evaluate in detail. The L-1 rate will be arrived at by taking the total cost of all the items. 20. CONTACTING THE BSNL : a). No bidder shall try to influence the department on any mater relating to its bid, from the time of the bid opening till the contract is awarded. b). Any effort by a bidder to influence the BSNL in the bid evaluation, bid comparison or contract award decisions shall result in the rejection of the bid. 21. AWARD OF CONTRACT : The BSNL shall consider issue of L.O.I on those bidders whose offers have been found technically and financially acceptable. 7

22. BSNL S RIGHTS TO VARY QUANTITIES AT THE TIME OF AWARD : The BSNL reserves the right at the time of award of contract to increase or decrease the quantity as per requirements without any change in terms and conditions. BSNL S RIGHT TO ACCEPT ANY BID AND REJECT ANY OR ALL BIDS : a). The BSNL reserves the right to accept or reject any bid, and to annul the biding process and reject all bids, at any time prior to award of contract without assigning any reason whatsoever, and without thereby incurring any liability to the effected bidder or bidders. b). Conditional bid will be rejected. 24.1 Performance Security. The bidder shall furnish performance security to the Department for an amount of 10% of the Contract value less the EMD Value i.e (Calculated performance money----emd Money) for which his bids have been accepted within 10 days from the date of finalization of the tender & before signing of the agreement. No interest is chargeable on money so deposited for the period as mentoned above.(eighteen months ) 24.2 The proceeds of the performance security shall be payable to the Department as compensation for any loss resulting from the bidder s failure to complete its obligations under the contract. 24.3. The performance security bond shall be in the form of a bank guarantee issued by a scheduled Bank/NSC pledged in favour of DEMW Mtce. Gangtok for a period of 18 months or the Tender Period which ever is earlier 24.4 The performance security bond/ NSC will be discharged after completion of bidder s performance obligations, including any warranty obligations, under the contract at the end of the contract. Security Deposit will be forfeited for violation of any terms and conditions of the contract. In such event the bidder will also be debarred from participating in all future tenders of this Division as well as Sub-Region SILIGURI 25. SIGNING OF CONTRACT : The Contract shall be signed by the Contractor as well as BSNL. 26. ANNULMENT OF AWARD : Failure of the successful bidder to sign the agreement shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security in which event the department may make the award to any other bidder at the discretion of the BSNL or call for new bid. 27. SCOPE OF WORK : I. On receipt of the order, the successful tenderer has to start the work and the same should be completed as specified in the order. II. III. The transportation charges for all purposes shall be borne by the Tenderers. The Job contract can be started as per the direction of the competent authority. 8

IV. Payment will be made by the A.O O/o The DGM/ETR/Siliguri against the bills preferred by the Tenderers after every month by observing departmental formalities. V. Supervision of works can be carried out by the SDEs/JTOs concerned of MW Mtce.Division Gangtok or any other authorized representative. VI. Work Order issued under the signature of DE MW Mtce. Gangtok or any Officer by him only will be valid. 28. VALIDITY OF CONTRACT : a) The tender can be extended for upto One Year on the same rates and same terms and conditions at the discretion of competent authority. It will be mandatory for the contractor to continue the contracted works for extended period. b) In exceptional cases competent authority may decide to extend the period of contract beyond six months on the same rates and on the same terms and conditions on mutual agreement. 29. The bidder should give a certificate that none of his/her near relative is working in the units as defined below where he/she is going to apply for the tender. In case of proprietorship firm certificate will be given by the proprietor. For the partnership firm certificate will be given by all the partners and in case of limited company by all the directors of the company excluding Govt. of India/Financial Institutions nominees and independent non official part time directors appointed by Govt. of India for the Governor of state. Due to any breach of these conditions by the company of 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 the firm or the concerned person. The company or firm or the person will also be debarred for further participation in the concerned unit. 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) and 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 (Bro-in-law) 30. ARBITRATION: 30. 1. In the event of any question, dispute or difference arising under this agreement or in connection there with expert as to matter the decision of which is specifically provided under this agreement the same shall be referred to sole arbitration of the DGM, ETR,Siliguri or in case his decision is changed or his office is abolished then in such case to the sole arbitration of the officer for the time being entrusted whether in addition to the function of the CGM, ETR,Kolkata by whatever designation such officer may be called (hearing after referred to as the said officer) and if the CGM, ETR Kolkata or the said officer is unable or unwilling to act as such the sole arbitration or some other person appointed by the CGM, ETR, Kolkata or the said office. The agreement to appoint an arbitrator will be in accordance with the arbitration and conciliation Act, 1996. There will be no objection to any such appointment that the arbitrator is Govt. Servant or that he has to deal with the matter to which the agreement relates or that in the course of his duties as Govt. Servant he has expressed views on all or any of the matter under dispute. The award of the arbitrator shall be final and binding on the parties. In the event of such arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reasons whatsoever such CGM, ETR,Kolkata, or the said officer shall appoint 9

another person to act as arbitrator in accordance with terms of the agreement and the person so appointed shall be entitled to proceed from the stage at which it was left out by his predecessors. 30.2 The arbitrator may from time to time with the consent of parties enlarge the time for making and publishing the award. Subject to afore said 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. 30.3 The venue of the arbitration proceeding shall be the Office of the DGM, ETR,Siliguri or such other places as the arbitrator may decide. 31. The Contractor shall comply with all provisions of the Payment of wages Act 1936, minimum wages Act 1948, Employees liability act 1938, Workmen compensation act 1923, Industrial Disputes act 1970 or the modifications thereof or any other laws relating thereto and the rules made there under from time to time. The contractor shall indemnify BSNL against payments to be made for the observance of the laws aforesaid. The tenderer is required to have the valid labour license from the competent authority where ever applicable. 32. All the materials supplied to the tenderer are always the sole property of the BSNL even when they are under the safe custody of the tenderer. Any damage or loss is to be made good by the contractor on actual cost basis. 10

33. Compensation under the workmen s compensation act: The contractor shall be responsible for & shall pay any compensation to his Workmen payable under the workmen s compensation Act, 1992 for injuries caused to the workmen. If such compensation is paid by department as a principal employer under section (1) of the section 12 of the said act, such compensation will be recovered from the security deposit or any amount due to the contractor on any account or otherwise. 34. Payment Terms: - a) The payment will be made against the bills duly certified by the JTOs/SDEs concerned.the contractor has to deposit the bills in triplicates duly certified by the competent authority along with the update paid EPF vouchers of the workmen working under him in the Gangtok MW Division. b)the contractors bill may be paid through ECS as and when required by BSNL authority. 35. EPF CLAUSE:- a) The bidder / contractors must have EPF registration number issued by competent authority. The contractor must fulfill / comply with the provisions of EPF & miscellaneous. Provisions Act 1952 and Employees Provident Fund scheme 1952 in respect of labours / employees engaged by them for performing the work of BSNL. b). Each claim bill of contractor must accompany the :- 1. List showing the details of lobourers / employees engaged 2. Duration of their engagement. 3. The amount of wages paid to such labourers/ employees for the duration in question. 4. Amount of EPF contributions (both employer s and employees contribution) for the duration of engagement in question, paid to the EPF authorities. 5. Copies of authenticated documents of payments of such contribution to EPF authorities. 6. A declaration from the contractors regarding compliance of the condition of EPF Act. 1952. 7. Any claim/ lapse/failure on the part of the contractor if communicated by EPF authorities to BSNL, the same shall be recovered from / passed on to the contractor concerned for execution. 36. PENALTY: Penalty of 1% of the bill amount will be imposed in case of any irregularities in proper execution of work as point out by the officer in charge. The decision of DE MW Mtce, Gangtok in this regard is final. 37. The rate should be quoted item wise as per the description schedule for all items in the zone. In case any item is not quoted then the bid will not be considered for evaluation. DIVISIONAL ENGINEER MW MTCE. BHARAT SANCHAR NIGAM LIMITED ETR, Gangtok 11

SPECIFICATION OF WORK/JOB A.1 Sweeping and cleaning of Transmission Stations including Toilets, Lavatories and DRAINS at the places mentioned in Schedule I B.1 Any other departmental works assigned by the authorities of BSNL witnin the schedule period./working times B. De- dustering of office furniture, electricall instruments, equipments of transmission systems and others SCHEDULE- I Sl No Name of Name of the Station Working hours Remarks the Sub- Division 1 Gangtok GANGTOK MW STATION 3.5 hours 2 Gangtok O/o the DET MW Mtce. 2 hours Gangtok 3 Gangtok Satellite Station 2 hours Kalimpong MW Station Kalimpong 2 hours NB:-Generally the duty period of each workman is as per written in the ANNEXURE-1. The Competent authority may at any point of time ask for increasing /engaging extra personnels at any station for any specific period depending upon the requirement with the same rates,terms and conditions.the labourers so engaged may not have right to ask for further extension of engagement or any type of regularization in BSNL. 12

AGREEMENT FORM An agreement is entered in between Sri as one part & the the 2 nd part on behalf of BSNL on this day of in OFC MTCE Division Gangtok. Whereas in response to the tender notice no. date issued by the Divisional Engineer MW Mtce, Gangtok. Sri has been declared successful tenderer in MW Mtce.Divn. Gangtok. Sri hereby undertake to supply/ to do the job as per tender and according to the terms and conditions laid down in the tender documents. Sri further undertake to fully abide by the terms and conditions as stipulated in the tender notice no. dated. Signature of Cotractor DIVISIONAL ENGINEER MW MTCE. ETR, Gangtok Name : Name : Address : Address : Witness-1 : Witness-2 : Name : Name : Address : Address : 13

Annexure -1 (Financial Bid) Sl no Station Catagory Duration area to be served Minimum wage to be paid to the workmrn EPFcontribution @12% +1.61% of (a) ESI @4.75 on (a) Administrative or other service charfes in % of (a) Service Tax 12.36% on (a+b+c+d) or applicable Total 1. 2. 3 4. Sweeping & Cleaning at MW Station Gangtok. Sweeping & Cleaning at O/o the DET MW Mtce. Gangtok Sweeping Cleaning Satelite Station Gangtok & at Sweeping & Cleaning at MW Station Kalimpong Sweeper DO DO Do 1500 sq metres And drains, bathrooms 700 sq. metres and drains, bathrooms 700 sq. metres and 2 hours drains, bathrooms 2 Hours 700 sq. metres and drains, bathrooms 3.5 hours 2 HOURS (a) (b) (d) Rs.336.00 Rs.117.00 Rs.2468.00 (for 3.5 Hrs. per day) Rs.1410.00 (for 2 Hrs. per day) Rs.1410.00 (for 2 Hrs. per day) Rs.1410.00 (for 2 Hrs. per day) Rs.192.00 Rs.192.00 Rs.192.00 Rs.67.00 Rs.67.00 Rs.67.00 NB: The minimum charge means the approved labour rate of the state Govt/Central Govt which is subject to vary time to time depending upon the decision /order of Central Govt/State Government.This has to be paid by the bidder to the work men. Signature of the Tenderer 14

UNDERTAKING (To be submitted by the bidder along with the bid) I S/O Resident of hereby certify that none of my relative(s) as defined in the tender document is/are employed in BSNL unit as per details in tender document clasue-29. In case of any stage, it is found that the information given by me is false/incorrect, BSNL shall have the absolute right to take any action as deemed fit without any prior intimation to me. Date: Signature of Bidder With Seal 15

16