Bharat Sanchar Nigam Ltd.

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

BID DOCUMENT. E-Tender for Hiring of Vehicles for Field& HQs Duties of Bastar SSA. NIT No-:W /Tender/Veh./ /04 Dated

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

Bharat Sanchar Nigam Ltd.

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

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

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

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

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

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

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise)

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

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

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

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

MECON LIMITED A Government of India Enterprise

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

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

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

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

NOTICE INVITING TENDER

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

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

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

NOTICE INVITING TENDER

PUNJAB TECHNICAL UNIVERSITY,

BHARAT SANCHAR NIGAM LIMITED GENERAL MANAGER TELECOM DISTRICT BASTAR JAGDALPUR CG BSNL C.G. TELECOM CIRCLE

Standard Bid Document

SUPPLY OF MEDICINAL GASES FOR THE YEAR

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

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

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

MISHRA DHATU NIGAM LIMITED

BHARAT SANCHAR NIGAM LIMITED

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

BHARAT SANCHAR NIGAM LIMITED GENERAL MANAGER TELECOM DISTRICT BASTAR JAGDALPUR CG

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

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

TENDER DOCUMENT FOR PURCHASE OF: SAFETY TRAINING PROGRAMME Tender Number: /, Dated:

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

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

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

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

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

MP/ Hiring of VAT Consultant / /002

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

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

BHARAT HEAVY ELECTRICALS LIMITED,

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

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

The last date for submission of the bids is at

BHARAT PETROLEUM CORPORATION LIMITED LPG BOTTLING PLANT, AHMEDABAD NATIONAL HIGHWAY 8, VILLAGE HARIYALA, TAL - MATAR. Dist-KHEDA Priced Bid.

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

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

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

ASSAM POLICE HEADQUARTERS ULUBARI, GUWAHATI. Corrigendum 1

Tender. for. Indian Institute of Technology Jodhpur

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida

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

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

Bharat Sanchar Nigam Ltd.

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

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

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMILNADU TENDER DOCUMENT

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

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.

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

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

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

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA TENDER NO: DOCT/COMP/e-NIT20/ DATE: 13/08/2018

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

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

UV-Visible Spectrophotometer

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

Bank Note Paper Mill India Private Limited, Mysore

TENDER ENQUIRY FOR ENGAGING AN ADVERTISING AGENCY FOR PUBLISHING TENDERS AND OTHER ADVERTISEMENTS OF SPM HOSHANGABAD IN NEWS PAPERS

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

PEC University of Technology, Chandigarh

Tender Document. Printing & Supply of 25 th Annual Report of OIDC for the Financial Year

Tender. for. Indian Institute of Technology Jodhpur

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

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

OFFICE OF THE SUPERINTENDING ENGINEER ELECTRICITY TRANSMISSION CIRCLE U.P.POWER TRANSMISSION CORPORATION LIMITED DLW, BHIKHARIPUR VARANASI

NATIONAL LAW UNIVERSITY, DELHI Sector-14, Dwarka New Delhi

TENDER DOCUMENT FOR PURCHASE OF: AMC OF ACE BATTERY OPERATED FORKLIFT Tender Number: /ERS, Dated:

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

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.)

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

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

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

BALMER LAWRIE & CO. LTD.

GOVT OF ASSAM OFFICE OF THE JOINT DIRECTOR OF HEALTH SERVICES cum MEMBER SECRETARY, DISTRICT HEALTH SOCIETY, KAMRUP AMINGAON, GUWAHATI-31

e-tender for Comprehensive Annual Maintenance Contract (AMC) of Un-interrupted Power Supplies (UPS) installed at Patent Office, Mumbai

PRINTING AND SUPPLY OF VARIOUS TYPE OF ANSWER BOOKS / OMR SHEETS

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

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

NATIONAL LAW UNIVERSITY AND JUDICIAL ACADEMY, ASSAM Established by the Assam act XXV of 2009

Transcription:

Bharat Sanchar Nigam Ltd. (A Govt. of IndiaEnterprise) O/O CHIEF GENERAL MANAGER TELECOM, CG CIRCLE, KHAMHARDIH, RAIPUR-492007 BID DOCUMENT E- TENDER DOCUMENT FOR SUPPLY OFFICE STATIONERY ITEMS IN CIRCLE OFFICE CG CIRCLE, RAIPUR NO. MM/797/Tender/Stationary/2017-18/2 Dated 07.03.2018 Price Rs. 590/- (Including of all taxes) Digitally Signature of bidder on TCIL web Portal Page 1

TABLE OF CONTENTS SECTION CONTENT PAGES NO. BID DOCUMENTS 1 TABLE OF CONTENTS 2 I NOTICE INVITING TENDER 3-5 IIA Bid form 6-7 IIB Bidder form 8 IIC INSTRUCTIONS TO BIDDERS 9-14 IID E-tendering Instructions to Bidders 15-17 III GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT 18-20 IV SPECIAL CONDITIONS OF CONTRACT 21 V TECHNICAL SPECIFICATIONS & SPICIFIC CONDITIONS VI NO NEAR RELATIVE CERTIFICATE 24-25 VII VIII IX EXPERIENCE CERTIFICATE LETTER OF AUTHORISATION FOR ATTENDING BIDOPENING Clause By Clause Complains X AGREEMENT FOR SUPPLY OFFICE STATIONERY ITEMS 29-30 XI FINANCIAL BID 31-34 Check List 35 23 26 27 28 Digitally Signature of bidder on TCIL web Portal Page 2

SECTION-I Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) OFFICE OF THE CHIEF GENERAL MANAGER TELECOM KHAMHARDIH RAIPUR -492007 1 Name of Work NOTICE INVITING TENDER E-Tender for Supply of Office Stationery Items in CGMT CG Circle OfficeRaipur 2 Tender No NIT NO-: DATED 07.12.2017 3 Validity of tender offer 180 days from opening date. 4 Business Area (BA) /details of work Circle Office 5 Estimates Cost(Rs) (Apprx). 687500/- 6 EMD ( Rs) 17190/- 7 Cost of Tender Document (Rs) 590/- 8 Tender document can be obtained by downloding it from the website www.chhattisgarh.bsnl.co.in Tender link for study and record. The official copy of tender document for participating in E-tender shall be available for downloading from https://www.tcil-india-electronictender.com from..07.03.2018, 18:00 Hrs onwards up to 10.55 Hrs of 27.03..2018. 09 10 11 Availability of online tender document Time and last Date of online submission of tender Time and Date of online opening of tender The tender document shall be available for downloading from 18:00 Hrs of 07.03.2018onwards upto 10.55 Hrs of 27.03.2018. Tender documents shall be available on portal mentioned in DNIT only and to be submitted online. Duly filled Tender document along with all documents should be submitted on line on portal https://www.tcil-india-electronictender.com on or before11.00 Hrs of27.03..2018. 11.30 Hrs on 27.03..2018 12 Venue of tender submission and opening Amendments/Corrig 13 endum of bid AGM(NWP-CFA),O/o CGMT RAIPUR,Door Sanchar BhavanKhamhardih, VidhanSabha RoadRaipur CG.-492007 Up to 17:00 Hrs of 20.03.2018. 14 EMD and cost of tender EMD is to be paid in the form of DD / Bankers cheque payable at Raipur, OR Bank guarantee from Nationalized Bank valid for 150 days from bid opening date. EMD should be in favor of AO (A&B) % CGMT CG Telecom Circle Raipur-492007. Cost of bid can be in the form of DD / BankarsCheque/BG in favor of AO (A&B) % CGMT CG Telecom Circle Raipur-492007 payable at Raipur.. MSE bidders are exempted from payment of EMD/cost of bid as per valid certification on date of bid opening. Digitally Signature of bidder on TCIL web Portal Page 3

TERMS AND CONDITIONS OF THE TENDER: 1. Purchase of Tender Document: As per S. No. 8 of DNIT. (i) The bidders downloading the tender document are required to submit the tender fee amount through DD/ Banker s cheque along with their tender bid as per bid submission procedure, failing which the tender bid shall be left archived unopened/ rejected. The DD/ banker s cheque shall be drawn from any Nationalized/ Scheduled Bank in favour of AO(A&B),BSNL, O/o CGMT BSNL Raipur and payable at Raipur. (ii) The tender documents shall be issued free of cost to MSE bidders on production of requisite proof in respect of valid certification from MSME for the tendered item. (iii) Contract period is for one year with provision of extension for further one year or part thereof on same terms and conditions. 2. Bid Security/EMD: (i)the bidder shall furnish the bid EMD by Demand Draft/ Banker s cheque drawn in favour of AO(A&B),, BSNL, O/o The CGMTRaipur and payable at Raipur.or Bank Guarantee from a Nationalized /scheduled bank drawn in favour of AO(A&B),BSNL, O/o The CGMTRaipur which should be valid for 150 days from the tender opening date. (ii)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 only. 3. The tender document & all other documents establishing bidder s eligibility & qualifications are to be submitted as per online submission details given in tender document. 4. Rates to be quoted by the tenderer in the prescribed format. 5. The bidder shall furnish a declaration in his tender bid 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 the website with amendments as uploaded by department. In case of discrepancy of bid submitted from the one uploaded by department, the bid will be rejected and a case of fraud will be registered with police. 6. Place of opening of Tender bids:tenders will be opened online at AGM(NWP-CFA), O/o CGMT RAIPUR,Door Sanchar BhavanKhamhardih, VidhanSabha RoadRaipur CG.-492007. 7. A authorized representatives ofbidders (i.e. vendor organization) can attend the tender opening event at the tender opening venue as given above. 8. Tender bids received after due time & date will not be accepted. 9. Incomplete, ambiguous, Conditional, unsealed tender bids are liable to be rejected. 10. The BSNL CGMTRaipur reserves the right to accept or reject any or all tender bids without assigning any reason and not bound to accept the lowest tender. 11. All computer generated documents should be duly signed/ attested by the bidder/ vendor organization. 12. 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 bidders separately. 13. The tenders which are not submitted in above mentioned manner will be rejected. 14. Eligibility Criteria :- Documents required to be submitted for establishing Bidders Eligibility and Qualifications (i) Copy of Registration of firm/certificate of incorporation in case of company/ partnership deed (ii) Copy of GST registration (iii) Copy of PAN No (In case of Partnership/Pvt Ltd firm PAN No of firm is required, in case of Proprietorship firm PAN No of proprietor & in case of Consortium PAN No. of leading bidder is to be enclosed) (iv) Copy of Valid Turn Over Certificate from Chartered Accountant. Average Annual Financial Turn Over during the last 3 years 2014-15, 2015-16 and 2016-17 financial year should be at-least 40% of estimates cost. (v) Copy of Latest Annual Audited Account for financial year 2016-17/or 2015-16. (vi) A valid certificate issued by the competent authority of a PSU/ Central/ State Govt. organization or reputed private limited companies/ firms for satisfactory performance of the contract of supply of stationery office item for at least one year period, during last three years including current year,for min of 40% of estimated cost. (vii) Self Declaration(A) non of relatives working in BSNL (viii) Self Declaration(B) that firm is not barred from participation anywhere in BSNL Note: (i)tender/contract with successful bidder may be cancelled/pre-closed before finalization/earlier than agreement period, in case of any umbrella coverage of tendered work by higher office of BSNL Raipur or change of technology or administrative or business reason without any financial liability to BSNL from bidder/contractor. The decision of CGMT BSNL Raipur will be final and binding on bidder / contractor. (ii)the tender, which is not accompanied by the requisite bid security, shall be summarily rejected. (iii)tender will not be accepted/received after expiry date and time. Digitally Signature of bidder on TCIL web Portal Page 4

(iv)the CGMTRaipurreserves the right to reject any or all tenders without assigning any reason what-so-ever. AGM(NWP-CFA) O/o TheCGMTRaipur Digitally Signature of bidder on TCIL web Portal Page 5

SECTION IIA BID FORM AGM (NWP-CFA) O/o TheCGMT RAIPUR, (C.G.) Dear Sir, Your NIT No.: -MM/797/Tender/Stationary/2017-18/2 Dated 07.03.2018. I/We do hereby undertake to contract for Supply stationery office items in Raipur Circle Office CG Circle Raipur as per tender specifications mentioned in the bid document within the jurisdiction of Raipur Telecom District up to 12 months from the date of entry into the contract in accordance with the terms and conditions prescribed in the tender document. I/We will enter into prescribed agreement within one week or being called upon to do so bearing all expenses in connection there with including charges for stamps etc., if any and the agreement will be binding on the undersigned. The Tenderer s profile given in Section III has been dully filled in and signed. Until such agreement is executed this tender together with your acceptance thereof in writing shall be in contract. EARNEST MONEY: - I/We have deposited in cash/dd an amount of Rs. (in words ) infavour of A.O. (A&B) BSNL O/o CGMT Raipur vide receipt/dd No. date. The original EMD cash receipt/dd has been enclosed with the tender document. Receipt No. /DD number, date and amount must be written on the top of the envelope containing tender documents. I/We understand that the earnest money of the unsuccessful bidder will be refunded without any interest after final acceptance of the tender and execution of the agreement with the successful bidder. It can be adjusted in security deposit in case of successful bid. If the tenderer withdraws his bid before its final acceptance or execution of the agreement, the earnest money will be forfeited to BSNL. If the successful bidder fails to make the security deposit to enter into the prescribed agreement within the prescribed time by the General Manager Telecom, his/her earnest money will likewise be forfeited to the BSNL. No interest will be paid in any of these cases.i/we understand that the earnest money of the successful bidder can be adjusted against security deposit. SECURITY DEPOSIT: - If this tender is accepted, I/ We agree to pay security deposit 5% of tender value in Cash/DD/FDR in favour of A. O. Cash, BSNL O/oChief General Manager Telecom. Raipur within seven days of the acceptance of the tender and will not claim any interest on this sum as well as on the earnest money to be adjusted. In case of Bank Guarantee it should be for 18 months I/We also agree that decision of Chief General Manager TelecomRaipur regarding meaning and effect of this tender shall be final and legally binding on me/us. I/We understand that the tenderer whose rates are accepted will be liable for compensation to be paid to BSNL in the event of failure in execution of the work in prescribed time limit. I/We have read the terms and conditions mentioned in the tender form and agree to abide by all conditions laid down therein.i/we understand that Chief General Manager TelecomRaipur is not bound to accept the lowest or any other tender. He can reject the tender without assigning any reason thereon. The decision of Chief General Manager Telecom Raipur will be final in all cases. I/We understand that the tenderer whose rates Digitally Signature of bidder on TCIL web Portal Page 6

are accepted, will be liable to pay the expenses that BSNL may incur to meet any emergent situation and work will be carried out at the cost of the contractor. I/We understand that work will have to be done as per work order. Seal and Sign Digitally Signature of bidder on TCIL web Portal Page 7

SECTION IIB BIDDER S PROFILE General: 1. Name of the Bidder/ firm 2. Name of the person submitting the tender whose Photograph is affixed Shri/Smt. Passport size photograph of the BIDDER/ authorised signatory (In case of Proprietary/ Partnership firms, the tender has to be signed by Proprietor / Partner only, as the case may be) 3. Permanent Address of the firm : 4. Correspondence Address 5. Email Id &Tel. No. (with STD code) (O) ( Fax) [R] Mobile, Email ID: 6. Registration & incorporation particulars of the firm: i) Proprietorship ii) Partnership iii) Private Limited 8. Name of Proprietor/Partners/Directors: 9. Bidder's bank account details(bank Name, Branch Name, Address & Account No) : 10. Permanent Income Tax number(pan), Income Tax circle: I/We hereby declare that the information furnished above is true and correct. Place: Date: Signature of Bidder/ Authorized signatory... Name of the BIDDER... Digitally Signature of bidder on TCIL web Portal Page 8

SECTION-II-C Instruction to the Bidders (i) Bidder Eligibility: Documents required to be submitted for establishing Bidders Eligibility and Qualifications (i) Copy of Registration of firm/certificate of incorporation in case of company/ partnership deed (ii) Copy of GST registration (iii) Copy of PAN No (In case of Partnership/Pvt Ltd firm PAN No of firm is required, in case of Proprietorship firm PAN No of proprietor & in case of Consortium PAN No. of leading bidder is to be enclosed) (iv) Copy of Valid Turn Over Certificate from Chartered Accountant. Average Annual Financial Turn Over during the last 3 years 2014-15, 2015-16 and 2016-17 financial year should be at-least 40% of estimates cost. (v) Copy of Latest Annual Audited Account for financial year 2016-17/or 2015-16. (vi) A valid certificate issued by the competent authority of a PSU/ Central/ State Govt. organization or reputed private limited companies/ firms for satisfactory performance of the contract of supply stationery office item for at least one year period, during last three years including current year,for min of 40% of estimated cost. (vii) Self Declaration(A) non of relatives working in BSNL (viii) Self Declaration(B) that firm is not barred from participation anywhere in BSNL Note: (i)tender/contract with successful bidder may be cancelled/pre-closed before finalization/earlier than agreement period, in case of any umbrella coverage of tendered work by higher office of BSNL Raipur or change of technology or administrative or business reason without any financial liability to BSNL from bidder/contractor. The decision of CGMT BSNL Raipur will be final and binding on bidder / contractor. (ii)the tender, which is not accompanied by the requisite bid security, shall be summarily rejected. (iii)tender will not be accepted/received after expiry date and time. (iv)the CGMT Raipur reserves the right to reject any or all tenders without assigning any reason what-so-ever. 2. Right to Accept or Reject (i)bsnl shall not be bound to accept the lowest or any tender and reserves to 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. 2. Cost of Bidding The bidder shall bear all costs associated with the preparation and submission of the bid. BSNL in no case be responsible for these costs regardless of the conduct or outcome of the bidding process. 3. Bid Document Bid document includes - (i) (ii) (iii) (iv) (v) (vi) (vii) (viii) (ix) (x) (xi) (xii) (xiii) Notice Inviting Tender Instructions to bidders General condition (Commercial) of the contract Special conditions of contract Scope of work and schedule of requirement Services to be provided Bid form and price schedule Bid security form Performance Security Bond Form Letter of authorization to attend bid opening. Declaration regarding near relatives in BSNL. Declaration on not being debarred from participation in tender in any unit of BSNL. Payment insulation undertaking. Digitally Signature of bidder on TCIL web Portal Page 9

(xiv) (xv) (xvi) 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. A prospective bidder requiring any clarification on the Bid document shall notify the purchaser in writing. The purchaser shall respond in writing to any request for the clarification of bid document which it receives not later than 7 days prior to the date of opening of E-Tender. The modification in bid document due to such query will be uploaded on circle website as addendum/ corrigendum for all prospective bidders. At any time, prior to the date of submission of bid, BSNL may, for any reason whether at its own initiative or in response to a clarification required by a prospective bidder modify the bid documents by amendments which shall be uploaded on circle s website and binding on all bidders. 4. Document Comprising Bid :- The bid prepared by bidder shall comprise of following components (i) Documentary evidence established as per clause (1) that bidder is eligible to bid and is qualified to perform the contract if his bid is accepted. (ii) Bid security as per clause ( 9 ) (iii) Clause by clause compliance as per clause ( 8 ) (iv) Bid form and price schedule duly completed as per clause (6) and clause (7) (v) The bidder shall complete the Financial Bid Form as per Section-VII along with appropriate price schedule as per requirement furnished in Section V of the bid document and Technical Bid Form as per Section-VII- A 5. Bid Price:- i. The supplier shall quote price as per schedule given in section V for supply of stationery office itemgiven in the schedule of requirement. The composite price should include all the type of Taxes applicable from time to time, excluding service Tax, as applicable from time to time. However, the basic unit price needs to be individually indicated against the supply under the contract. ii. The price quoted by the bidder shall remain fixed during entire period of Contract (Original period & extended period) & 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. iii. Discount or extra charges if any mentioned by the bidders shall not be considered unless these are specifically indicated in the price schedule. 6. Clause by clause compliance: - A clause- by clause compliance of service to be provided (SECTION VI), and special condition (Section IV) shall be given. In case of deviation a statement of deviation shall be given. 7. Bid security :- The bidder must deposit Bid Security as mentioned in NIT.The Bid Security shall be in the form of Demand Draft/Bank Guarantee valid for 18 months from the date of tender opening. The successful bidder s security will be discharged upon the bidder s acceptance of the award of contract satisfactorily in accordance with clause 18 and furnishing the performance security. 8. The Bid Security may be forfeited: (i) If bidder withdraws his bid during the period of bid validity specified by the bidder in the bid form. (ii) If the successful bidder fails to sign contract in accordance with clause 18 section IV or to furnish performance security in accordance with clause 2 of Section III. 9. (a) A bid not secured in accordance with para 9(a) shall be rejected by the BSNL as non-responsive at the bid opening state and returned to the bidder unopened. (b) The bid security of unsuccessful bidder will be discharged/returned as early as possible but not later than 30 days after the expiry of the period of bid validity subjected to availability of fund. 15. Format and signing of bid :- (i) (ii) EMD DD/BG to be enclosed in First envelope marked as Bid Security/EMD. & a separate DD is to be enclosed for cost of tender form for the tender documents. DD/BG should be of Nationalized / Scheduled Bank. The tender document & all other documents establishing bidder s eligibility & qualifications are to be enclosed in second envelope & to be marked as Qualifying Bid. Digitally Signature of bidder on TCIL web Portal Page 10

(iii) (iv) Rates to be quoted by the tenderer in the prescribed format are to be enclosed in third envelope & marked as Financial Bid. The three envelopes containing (i) EMD/Bid Security, (ii) Qualifying bid and (iii) Financial bid should be enclosed in separate envelopes to be properly sealed by packing PVC Tape or sealing wax. These three envelopes are to be placed inside a main envelope which also should be properly sealed by packing PVC Tape or sealing wax. 16. All the above four envelops should individually have the following details on them: a. Tender No. b. Name of work of tender c. Name of the firm/bidder The power of attorney should be submitted and executed on the non-judicial stamp paper of appropriate value as prevailing in the respective states(s) and the same be attested by a Notary public or registered before Sub- Registrar of the states(s) concerned. The power of Attorney to 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. In case of the bidder being a firm, the said power of Attorney should be executed by all the partner(s) in favor of the said Attorney. 17. SUBMISSION OF BIDS Method of preparation of bid: No. of Bid Submission Stages for tender : Single Stage. No. of Envelopes for submission of Bids : Two Nos- Techno commercial & Financial. If Techocommercial bid is found suitable, then only the Financial bid will be opened. Note 1 Note 2 The bidder shall submit Techno-commercial & Financial bid simultaneously. The bids will be evaluated techno-commercially first and thereafter financial bids of techno-commercially compliant bidders only shall be opened First envelope will be named as techno-commercial bid will contain documents of bidder s satisfying the eligibility / Technical & commercial conditions and 2 nd envelope will be named as financial bid containing financial quote. These envelopes shall contain one set of the following documents :- Techno-commercial envelopeshall contain:- (ix) Copy of Registration of firm/certificate of incorporation in case of company/ partnership deed (x) Copy of GST registration (xi) Copy of PAN No (In case of Partnership/Pvt Ltd firm PAN No of firm is required, in case of Proprietorship firm PAN No of proprietor & in case of Consortium PAN No. of leading bidder is to be enclosed) (xii) Copy of Valid Turn Over Certificate from Chartered Accountant. Average Annual Financial Turn Over during the last 3 years 2014-15, 2015-16 and 2016-17 financial year should be at-least 40% of estimates cost. (xiii) Copy of Latest Annual Audited Account for financial year 2016-17/or 2015-16. (xiv) A valid certificate issued by the competent authority of a PSU/ Central/ State Govt. organization or reputed private limited companies/ firms for satisfactory performance of the contract of stationery office item for at least one year period, during last three years including current year,for min of 40% of estimated cost. (xv) Self Declaration(A) non of relatives working in BSNL (xvi) Self Declaration(B) that firm is not barred from participation anywhere in BSNL (xvii) Bid Form (xviii) Bidder Profile (xix) Clause by clause complains 18. Financial envelope shall contain: Electronic Form- financial bid along with Price Schedule Digitally Signature of bidder on TCIL web Portal Page 11

Note 3:- The following documents are required to be submitted offline to AGM(NWP-CFA),O/o CGMT RAIPUR,Door Sanchar BhavanKhamhardih, VidhanSabha RoadRaipur CG.-492007on or before the date & time of submission of bids in a sealed envelope. The envelope shall bear the tender number, name of work and the phrase: Do Not Open Before (due date & time of opening of tender) EMD Bid security (original copy) as per DNIT Cost of tender document as per DNIT Power of Attorney and authorization for executing the power of Attorney if applicable. PASS PHRASE for both part (Technical and Financial) in sealed envelope. 19. The tenderer will be bound by all terms, conditions & specifications as detailed in the tender document. 20. Any tender with conditions other than those specified in the tender document is liable to be summarily rejected. No modification by the contractor in any of the condition will be permitted after the tender is opened. 21 LATE BID Tenders should be addressed to AGM(NWP-CFA),O/o CGMT RAIPUR,Door Sanchar BhavanKhamhardih, VidhanSabha RoadRaipur CG.-492007and submitted online before the closing (date & Time) of tender, as mentioned in DNIT. The tenderer is to be ensure the submission bids at the correct address and within time.the BSNL may, at its discretion, extend this deadline for the submission of bids by amending the Bid Documents in which case bidders previously subject to the deadline will thereafter be subjected to the extended deadline. Tender will not be accepted /received after the specified date and time notified by BSNL and the same shall be rejected/ left archived un opened. It is the sole responsibility of the tenderer that he should ensure timely submission of tender. 22. OPENING OF BID BY THE BSNL 22.1. The BSNL shall open the bid online in the presence of bidders or his authorized representatives who choose the attend as schedule given in DNIT. The bidder s representatives, who are present, shall sign an attendance register. The bidder shall submit authority letter to this effect before they are allowed to participate in the bid opening. 22.2. A maximum of one(1)representative for any bidder shall be authorized and permitted to attend the bid opening. 22.3 Name of envelopes to be opened & information to be read out by Bid Opening Committee 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(NWP-CFA), O/o CGMT RAIPUR,Door Sanchar BhavanKhamhardih, VidhanSabha RoadRaipur CG.-492007 for retention. Techno-commercial bids will be evaluated by Tender evaluation Committee & 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 by sms/ telephone/ fax/ regd post. The date fixed for opening of bids, if subsequently declared as holiday by the BSNL, the revised date of schedule will be notified. However, in absence of such notification, the bids will be opened on next working day, time and venue remaining unaltered. 23. After opening the "Financial Bid" the bidder s name, bid prices, modifications, bid withdrawals and such other details as the BSNL, at its discretion, may consider appropriate; will be announced at the opening. 23.1. In case there is discrepancy in figures and words in the quote, the same shall be announced in the bid opening, but the quote in words shall prevail. 24. Evaluation 24.1 CLARIFICATION OF BIDS BY THE BSNL: To assist in examination, evaluation and comparison of bids, the BSNL may, at its discretion ask the bidder for clarification of its bid. The request for its clarification and its response shall be in writing. However, no post bid clarification at the initiative of the bidder shall be entertained. 24.2 PRELIMINARY EVALUATION: Digitally Signature of bidder on TCIL web Portal Page 12

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. If there is discrepancy between words and figures, the amount in words shall prevail. If the Contractor does not accept the correction of the errors, his bid shall be rejected. Prior to the detailed evaluation, BSNL will determine the substantial responsiveness of each bid to the bid document. For purpose of these clauses a substantially responsive bid is one, which confirms to all the terms and conditions of the bid documents without deviations. The BSNL's determination of bids responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. A bid, determined as substantially non-responsive will be rejected by the BSNL and shall not subsequent to the bid opening be made responsive by the bidder by correction of the non-conformity. The BSNL may waive any minor infirmity or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of the bidder. 24.3 EVALUATION AND COMPARISION OF SUBSTANTIALLY RESPONSIVEBIDS: - The BSNL shall evaluate in detail and compare the bids previously determined to be substantially responsive 24.4 EVALUATION: - Evaluation of tender will be done separately for Table-A and Table-B 25. Award of Contract:-The BSNL shall consider award of contract only to those eligible bidders whose offers have been found technically, commercially and financially acceptable. The work against the tender is for one year's requirement and the terms and conditions of this tender shall be operative for a period of one year from the date of signing of agreement between the BSNL and the contractor. However, BSNL reserves the right to extend the tender for further six months. BSNL shall consider placement of letter of intent to those bidders whose offers have been found technically, commercially and financially acceptable. The bidder shall within 2 weeks of issue of letter of indent, give his acceptance along with performance security in conformity with section IX with the bid document. 26. Signing of Contract 26.1 Signing of Agreement shall constitute the award of hiring contract on the bidder. 26.2 Upon the successful bidder furnishing the Performance Security the BSNL shall discharge its bid security in pursuant to clause 9,10,11. 27 Annulment of Award Failure of the successful bidder to comply with the requirement of clause 18 shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security in which event BSNL may make the award to any other bidder at the discretion of BSNL or call for new bids. 28. Period of validity of bids (i) The bid shall remain valid for 150 days after the date of opening of bids. A bid valid for a shorter period shall be rejected by BSNL as non-responsive. The bidder will be bound to sign contract on these rates which will be valid as mentioned in the tender document elsewhere about period of contract. (ii) BSNL may on its own decide to extend the period of contract or request may be received from bidder for such extension. 29. EXTENSION OF THE TIME, QUANTITY & AMOUNT LIMIT: Digitally Signature of bidder on TCIL web Portal Page 13

The Company / head of SSA reserves the right to increase/decrease the time period, of the tender on the same terms & condition, rates & specifications etc. up-to SIX MONTHS or part thereof if it is in the interest of the department/ BSNL. 30. WARRANTY PERIOD: - The material /equipment should be new and free from all defects and shall be highest grade in all respect. It should have minimum warranty from the date of use or as given by the manufacturer, whichever is more. 31. SPECIAL RIGHTS OF CGMT RAIPUR (i) In case of any dispute between the two contracting parties, the decision of the CGMTRAIPUR will be final. (ii) The CGMTRAIPUR is not bound to accept the lowest tender, and also reserves the right to reject any or all the tenders so received without assigning any reason. (iii) The CGMTRAIPUR reserves the right to disqualify such bidders who have a record of not meeting the contractual obligations against earlier contracts entered with the department. (iv)the CGMTRAIPUR reserves the right to increase or decrease the duration and validity of the contract from normal one year duration and also reserves in the interest of the department.. (v)the CGMT, RAIPUR reserves the right to award the works to more than one bidder, if required in the interest of the department. (vi)bsnl reserves right to counter offer/reoffer price against price quoted by the bidder. (vii)the bidder with the lowest evaluated price will be considered for about 30% of tendered quantity and the balance quantity will be ordered on the remaining selected bidders. In case of 2 bidders are selected, the work distribution will be 60/40 for L1/L2 respectively and in case of 3 selected bidders, the work distribution will be 50/30/20 for L1/L2/L3 respectively. However, BSNL reserves the right for placement of full tendered quantity on the lowest bidder. (viii)tenders with any condition including that of conditional / unconditional rebates shall be (ix)all provisions of statutory acts enacted by the Govt. or other codal formalities issued by rejected forthwith. other statutory bodies And local authorities from time to time shall be fulfilled/complied at the cost of bidder/bidder. (x)if necessary the CGMTRAIPUR would have full right to reject the order on the same rate, terms and conditions. (xi) Any technical condition/scope of work will be changed any time. (xii)repeated work order may be issue when required by BSNL. (xiii)final decision taken by BSNL if any clerk mistake in typing/or sentence /spelling mistake. Digitally Signature of bidder on TCIL web Portal Page 14

SECTION-II-D E-tendering Instructions to Bidders Note :-The instructions given below are TCIL e-tender portal. E Portal address and the according references/clauses may be suitably modified in this section as applicable from time to time. General :These Special Instructions (for e-tendering) supplement Instruction to Bidders. Submission of Bids only through online process is mandatory for this Tender. For conducting electronic tendering, AGM(NWP-CFA),O/o CGMT RAIPUR,Door Sanchar BhavanKhamhardih, VidhanSabha RoadRaipur CG.-492007 is using the portal https://www.tcil-indiaelectronictender.com through TCIL, a Government of India Undertaking. 1. Tender Bidding Methodology: Sealed Bid System SingleStage, using two Envelopes called techno commercial and Financial bids Financial & Techno-commercial bids shall be submitted by the bidder at the same time. 2. Broad outline of activities from Bidders prospective: 1. Procure a Digital Signing Certificate (DSC) from CCA 2. Register on TCIL Portal 3. Create Users and assign roles on TCIL 4. View Notice Inviting Tender (NIT) on TCIL 5. Download Official Copy of Tender Documents from TCIL 6. Bid-Submission on TCIL : Prepare & arrange all document/paper for submission of bid online and offline. 7. Submission of offline documents in sealed envelope at AGM(NWP-CFA),O/o CGMT RAIPUR,Door Sanchar BhavanKhamhardih, VidhanSabha RoadRaipur CG.-492007size of documents to be uploaded remains minimum. If required, documents may be scanned at lower resolutions say at 150 dpi. However it shall be sole responsibility of bidder that the uploaded documents remain legible. 8 Utmost care may be taken to name the files/documents to be uploaded on TCIL. 9 It is advised that all the documents to be submitted are kept scanned or converted to PDF format in a separate folder on your computer before starting online submission. Financial bid may be downloaded and rates may be filled appropriately. For participating in this tender online, the following instructions are to be read carefully. These instructions are supplemented with more detailed guidelines on the relevant screens of the TCIL. 3. Digital Certificates For integrity of data and its authenticity/ non-repudiation of electronic records, and be compliant with IT Act 2000, it is necessary for each user to have a Digital Certificate (DC). also referred to as Digital Signature Certificate (DSC), of Class 2 or above, issued by a Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in]. 4. Method for submission of bid documents In this tender the bidder has to participate in TCIL e-tender portal online. Some documents are to be submitted physically offline. 4.1. Offline submission: The bidder shall submit the following documents offline AGM(NWP-CFA),O/o CGMT RAIPUR,Door Sanchar BhavanKhamhardih, VidhanSabha RoadRaipur CG.-492007on or before the date & time of submission of bids specified in Digitally Signature of bidder on TCIL web Portal Page 15

NIT, in a Sealed Envelope. The envelope shall bear (the project name), the tender number and the words DO NOT OPEN BEFORE (due date & time). 4.2 Online submission: 1. Tender Fee as per NIT (Original copy). 2. EMD-Bid Security (Original copy). 3. Original Power of Attorney (If applicable) 4. PASS PHRASE for both part (Technical and Financial) in sealed envelope. NOTE: The Bidder has to upload the Scanned copy of all above said documents during Online Bid- Submission also. 1. Techno-Commercial Bid Notarized Attestedscan copies to be attached as per clause -14 of Section I of Bid document 2. Financial Bid/ BoQ Signed scanned copies to be attached as per format given in Secion-5 of bid document 5. Registration To use the Central Public Procurement Portal https://www.tcil-indiaelectronictender.com, Vendor need to register on the portal. The vendor should visit the home-page of the portal ((https://www.tcil-india-electronictender.com) and go to the link then select Bidders Manual Kit. Note: Please contact TCIL Helpdesk (as given below), to get your registration accepted/activated. TCIL Helpdesk/ ETS Helpdesk Telephone (011) 2624 1071 / 2624 1072 [between 9:30 hrs to 18:00 hrs on working days] Mobile Nos. 98683 93717 / 98683 93775/ 9868393792 E-mail ID ets_support@tcil-india.com BSNL Contact-1 BSNL s Contact Person Amit Sharma Telephone/ Mobile 0771-2536500 Mob - 9425201661 E-mail ID agmnwpcfacg@gmail.com Note : Any support related mail problem should be sent to ets_support@tcil-india.com and mark copy to support@electronictender.com. 6. Financial Bid Utmost care may kindly be taken to upload price schedule / BOQ. Any change in the format of price schedule / BOQ file shall render it unfit for bidding. Following steps may be followed: 1. Down bid document 2. Printout the Financial bid part Section-V (Financial Bid) 3. Duly Filled and signed scanned copy to be attached 7. Other Instructions Digitally Signature of bidder on TCIL web Portal Page 16

For further instructions, the vendor should visit the home-page of the portal https://www.tcil-india-electronictender.com, and go to the Bidders Manual Kit. The compatible support software (PDF Converter, Java, etc) for online bid submission may be downloaded from TCIL Portal. The help information provided through ETS User-Guidance Center is available in three categories Users intending to Register / First-Time Users, Logged-in users of Buyer organizations, and Logged-in users of Supplier organizations. Various links are provided under each of the three categories. Important Note: It is strongly recommended that all authorized users of Supplier organizations should thoroughly peruse the information provided under the relevant links, and take appropriate action. This will prevent hiccups, and minimize teething problems during the use of ETS. The following FOUR KEY INSTRUCTIONS for BIDDERS must be assiduously adhered to: a) Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender submission deadline on ETS b) Register your organization on ETS well in advance of your first tender submission deadline on ETS c) Get your organization s concerned executives trained on ETS well in advance of your first tender submission deadline on ETS d) Submit your bids well in advance of tender submission deadline on ETS (There could be last minute problems due to internet timeout, breakdown, et al) While the first three instructions mentioned above are especially relevant to first-time users of ETS, the fourth instruction is relevant at all times. 8. Minimum Requirements at Bidders end Computer System with good configuration (Min P IV, 1 GB RAM, Windows XP) 2 Mbps Broadband connectivity with UPS. Microsoft Internet Explorer 6.0 or above Digital Certificate(s) for users. Note: For Participating in this Tender the bidder must be registered with TCIL. Digitally Signature of bidder on TCIL web Portal Page 17

SECTION III 1. Application GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT Submission of bid against this offer shall bind the bidder for the acceptance of all the conditions specified herein or in DNIT unless otherwise agreed by BSNL. 2. SECURITY DEPOSIT 2.1 The successful Tenderer shall deposit within 10(Ten) days of receipt of intimation of acceptance of this tender deposit of security deposit of 10% of the value of work awarded, in DD/Bank guarantee in favour of AO(A&B),Bharat Sanchar Nigam Limited % CGMT BSNL Raipur -492007. 2.2 Security deposit will not earn any interest for any period whatsoever. Security deposit will be returned after one month of the successful completion of the contract as certified by the competent authority of BSNL and after deducting the dues, if any, payable to the BSNL. In the event of any breach of any terms and conditions of the contract, the contract will be terminated and security deposit will be forfeited to the BSNL. No interest shall be paid on amounts payable to the contractor under this contract. 2.3. The bank guarantee furnished as security deposit should be valid for a period of not less than 18 months from the date of agreement which will have to be renewed suitable if contract is extended. 2.4. All the compensation or other sum of money payable by the contractor under the terms of this contract may be deducted from the security deposit or from any sum which may be due or may become due to the contractor by the BSNL on any account whatsoever and in the event of his security deposit being reduced by reason of any such deductions, the contractor shall within ten days make good in cash the amount required to make good in full, the security deposit. Otherwise, the said balance in full shall be collected from the running bill of the contractor. EXECUTION TIME LIMIT 3.1 The time period as stipulated in the contract or letter of intent shall be deemed to be essence of the contract. 4. PAYMENT TERMS :Bills shall be submitted in duplicate to the authority specified in contract. 4.1 i. 95% payment will be released after successful delivery and installation of the items. Rest 5% payment will be released on NOC. ii. iii. iv. Payment will be released after deduction of all taxes as per laws by AO (A&B) of circle office. For this deduction a TDS certificate will be issued bycircle office No payment will be made for the goods received in damaged / faulty condition. Any recovery pointed out by audit will be directly deducted from bills/ Security deposit. iv. BSNL will make E-payment through Real Time Gross Settlement (RTGS)/National Electronic Funds Transfer (NEFT) as per prevailing BSNL guidelines. 4.2 The balance 5% payment shall be released within 6 months from the date of supply of the last consignment of equipment in case there are no damage/shortages. In those cases where such shortages/damages are intimated to the supplier in writing, the balance payment shall be released only after the cases are settled in accordance with the provision of the P.O. Digitally Signature of bidder on TCIL web Portal Page 18

4.3 100% Payment (in place of 95%) may be made on delivery, provided that an additional Bank Guarantee for an amount equivalent to 5% of the value of supplies valid for a minimum period of 7 (seven) months is furnished by the supplier along with an undertaking that the equipment/stores supplied shall be free from damages/shortages. In those cases, where, such shortages/damages are intimated to the supplier in writing, the Bank Guarantee shall be extended without fail by the supplier for a suitable period at the request of the Purchaser in writing. Failure to do so shall result in forfeiture of the Bank Guarantee. The Bank Guarantee will be released only after the cases are settled in accordance with the provisions available in the Bid Documents/purchase Order. In case where the additional Bank Guarantee for 5% is not provided, then the payment will be settled as per clauses 4.1.&4.2 mentioned above. 4 (a) PRICES:-The rates should be quoted with the specific make of the material /equipment including all taxes / charges and it should be valid for a period of minimum one year from the date of acceptance of the tender. In case of reduction of sales tax/ excise duty, it should be assed to the purchaser but no compensation for the increase in the same shall be paid to the supplier. 5. Termination of Contract :-In the event of contractor being adjudged insolvent or having a receiving order made against him under the insolvency act or in case the contractor is a company or society then in the event of passing of any resolution or appointment of a provisional/official liquidator order of winding up whether voluntary or other or in the event of contractor failing to comply with any of condition herein specified. The CGMT Raipur in addition to his other right and powers shall have the right and power to terminate the contract without previous notice. The CGMT Raipur may also terminate the contract at any time by giving one-month notice to the contractor in writing without assigning any reason and his decision to terminate will be final and binding on the contractor. The CGMT Raipur will not be responsible for any loss damage etc. to the contractor as a result of termination of contract. BSNL will be free to take action to appoint new contractor during the period under notice. If the contractor dies before or during performance of this contract,cgmt Raipur or any person authorised by him may at his option either immediately terminate this agreement or allow the survival partner and heirs and legal representatives of the contractor to perform and complete the contract within stipulated time. On the receipt of termination notice, all BSNL property whatsoever lying with the contractor shall be made over by the contractor to CGMTRaipur. If the contractor fails to do so within a specified period, CGMT Raipur has right to charge to the contractor an amount equal to present cost of such property as determined by CGMT Raipur and his decision in this regard will be final and binding on the contractor. In case contractor wants to terminate the contract, he will have to give two months notice to the CGMTRaipur. 6. Arbitration :- That in case of any dispute or differences, breach & violation relating to the terms of this agreement, the said dispute or difference shall be referred to the sole arbitration of chairman and Managing director (CMD) of Bharat Sanchar Nigam Ltd. (BSNL) or any other person appointed by him. That the award of the arbitrator shall be final and binding on both the parties. In the event of such Arbitrator to whom the matter is originally referred to vacates his office on resignation or other-wise or refuses to do work or neglecting his work or being unable to act as Arbitrator to for any reasons whatsoever, the CMD BSNL shall appoint another person at as Arbitrator in the place of outgoing arbitrator and the person so appointed shall be entitled to proceed further with the reference form the stage at which it was left by the Digitally Signature of bidder on TCIL web Portal Page 19

predecessor. The (opposite party name) will have no objection in any such appointment that arbitrator so appointed is employee of BSNL. The adjudication of such Arbitrator shall be governed by the provision of the Arbitration and Conciliation Act, 1996, or any statutory modification or re-enactment thereof or any rules made thereof. Upon every and any such reference as aforesaid the assessment of costs of incidental expenses in proceedings for the award shall be in the discretion of the arbitrator. The venue of the arbitrator shall be Raipur or such other place as the arbitrator at his discretion may determine. 9.2 The venue of Arbitration proceeding shall be Office of CGMTRaipur of BSNL or such other place as the arbitrator may decide. 9.3 The arbitrator may from time to time with the consent of both the parties enlarge the time frame for making and publishing the award. Subject to aforesaid arbitration and conciliation Act, 1996 and the rules made there under, any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this clause. Digitally Signature of bidder on TCIL web Portal Page 20

SECTION IV SPECIAL CONDITIONS OF CONTRACT 1. The bidder should be capable to make the supply for every supply order within specified period inthe tender. 2. Supply period- Supply period of the material against P O is 30 days for all. On delay of supply, he contractor has to pay the penalty as per penalty clause. 3. Once the items are not supplied within the originally allotted time excluding the extension. The CGMT Raipur can reduce the amount of the balance supply to any extent without changing other conditions of the contract. The reduced supply can be ordered to the other contractor even on higher rates and the contractor will have to bear the extra expenditure as fixed by CGMTRaipur a. Delivery Schedule The delivery of the tendered items & services interrelated services shall be completed within 30 days from the date of issue of purchase order to designated consignees anywhere in C.G. Circle. b. The delivery period of each specific purchase order will be dependent on the quantity order & the monthly delivery schedule as quoted by the bidders. If quantity lesser than the offered quantity is ordered on a bidder, the delivery period shall be suitably reduced. In case a bidder indicates monthly delivery schedule as fraction of the total offered quantity, the purchaser may allow lesser period for delivery for an order for smaller quantity. c. The date of delivery will be the date of receipt of the goods by ultimate consignee d. Supply order will be placed by circle office. Supply Order will be given in different phases & the designs may differ in each phase. e. BSNL will not be responsible for any loss suffered due to increase or decrease in quantity mentioned.. 4. In case of delay or poor quality of supplied material the CGMT Raipur will have the right to cancel the contract and forfeit the security deposit. 5. Prices: -The rates should be quoted with the specific make of the material /equipment includingalltaxes / charges and it should be valid for a period of minimum one year from the date of acceptance of the tender. In case of reduction of sales tax/ excise duty, it should be assed to the purchaser but no compensation for the increase in the same shall be paid to the supplier. 6. Payment: - 6.1 i. 95% payment will be released after successful delivery and installation of the items. Rest 5% payment will be released on NOC. ii. Payment will be released after deduction of all taxes as per laws by AO (A&B) of circle office. For this deduction a TDS certificate will be issued by circle office iii. No payment will be made for the goods received in damaged / faulty condition. iv. Any recovery pointed out by audit will be directly deducted from bills/ Security deposit. v. BSNL will make E-payment through Real Time Gross Settlement (RTGS)/National Electronic Funds Transfer (NEFT) as per prevailing BSNL guidelines. 6.2 The balance 5% payment shall be released within 6 months from the date of supply of the last consignment of equipment in case there are no damage/shortages. In those cases where such shortages/damages are intimated to the supplier in writing, the balance payment shall be released only after the cases are settled in accordance with the provision of the P.O. 6.3 100% Payment (in place of 95%) may be made on delivery, provided that an additional Bank Guarantee for an amount equivalent to 5% of the value of supplies valid for a minimum period of 7 (seven) months is furnished by the supplier along with an undertaking that the equipment/stores supplied shall be free from damages/shortages. In those cases, where, such shortages/damages are intimated to the supplier in writing, the Bank Guarantee shall be extended without fail by the supplier for a suitable period at the request of the Purchaser in writing. Failure to do so shall result in forfeiture of the Bank Guarantee. The Bank Guarantee will be released only after the cases are settled in accordance with the provisions available in the Bid Documents/purchase Order. In case where the additional Bank Guarantee for 5% is not provided, then the payment will be settled as per clauses 6.1.&6.2 mentioned above. Digitally Signature of bidder on TCIL web Portal Page 21

7. Penalty:- In case of delay in supply of the ordered items within the specified period mentioned above, contractor has to pay penalty as follows- (a) Delay up to 7 days------1% of bill amount for non-supplied items. (b) Delay of 8 to 15 days ----5 % of bill amount for non-supplied items (c) Delay of more than 15 days ----0.5 % of bill amount for non-supplied items for each dayof delay maximum penalty is 10% of Supply Order. 8. If the contractor refuses to accept the work order for supply of the items, the CGMT Raipur reserves the right to purchase the items from other agencies even on higher rates and the difference of cost will be recovered from the contractor s pending bills or security deposit. 9. Set off:- Any sum of money due and payable to contractor (including security deposit refundable to him) under this contract may be appropriated by the hirer or by Bharat Sanchar Nigam Limited and same may be Set off against any claim of hirer or Bharat Sanchar Nigam Limited or such other person or persons for payment of a sum of money arising out of this contract made by the contractor with the hirer or Bharat Sanchar Nigam Limited or such other person contracting through BSNL. 10. The quantity may vary plus minus 25% of the tender cost. 11. Parties agree that neither party shall be entitled for any pre-reference or pendentelite interest on its claims,. Parties agree that any claim for such interest made by any party shall be void. 12. Unless otherwise decided parties, Fast Track procedure as prescribed in section 29 B of the Arbitration conciliation Act 1996 for resolution of all disputed shall be followed, where the claim amount is upto Rs. 5 crores. [29B. Fast track procedure-(1) Notwithstanding anything contained in this act, the parties to an arbitration agreement, may, at any stage either before or at the time of appointment of the arbitral tribunal, agree in writing to have their dispute resolved by fast track procedure specified in sub-section (3). (2) The parties to the arbitration agreement, while agreeing for resolution of dispute by fast track procedure may agree that the arbitral tribunal shall consist of a sole arbitrator who shall be chosen by the parties. (3) The arbitral tribunal shall follow the following procedure while conducting arbitration proceeding under sub-section(1):- (a) the arbitral tribunal shall decide the dispute on the basis of written pleading, documents and submissions filed by the parties without oral hearing (b) the arbitral tribunal shall have power to call for any further information or clarification from the parties in addition to the pleading and documents filled by them; (c ) AN oral hearing may be held only, if, all the parties make a request or if the arbitral tribunal considers it necessary to have oral hearing for clarifying certain issues; (d) The arbitral tribunal may dispense with any technical formalities, if an oral hearing is held, and adopt such procedure as deemed appropriate for expeditious disposal of the case. (4) The award under this section shall be made within a period of six months from the date the arbitral tribunal enters upon the reference. (5) If the award in not made within the period specified in sub-section (4), the provisions of sub-section (3) to (9) of section 29 A shall apply to the proceedings. (6) The fees payable to the arbitrator and the manner of payment of the fees shall be such as may be agreed between the arbitrator and the parties.] 13. The arbitral tribunal shall make and publish the award within time stipulated as under: Amount of Claims and Counter Claims Period for making and publishing of the award(counted from the date the arbitral tribunal entrers upon the reference) Upto Rs. 5 crores Within 6 months (Fast Track procedure) Above Rs. 5 crores Within 12 months Digitally Signature of bidder on TCIL web Portal Page 22

SECTION-V Technical Specifications &Specific conditions 1. The material should of superior quality and reputed brand. 2. The bidder should be capable to make the supply for every supply order within specified period in the tender. 3. The quantity of material/cost of work, given in tender may vary and the order will be in part as per requirement. 4. Supply period of the material against P O is 30 days after issue date of purchase order. On delay of supply the contractor has to pay the penalty as per penalty clause. 5. Once the items are not supplied within the originally allotted time excluding the extension. The CGMT Raipur can reduce the amount of the balance supply to any extent without changing other conditions of the contract. The reduced supply can be ordered to the other contractor even on higher rates and the contractor will have to bear the extra expenditure asfixed by CGMTRaipur. 6. The vender has to install supplied material at the site where it is required. Digitally Signature of bidder on TCIL web Portal Page 23

SECTION-VI (NO NEAR RELATIVE CERTIFICATE) (The Proprietor has to sign this certificate himself. All the partners in case of partnership and all the Directors in case of company have to sign this certificate as per corporate office latter no. 151-08 / 2002 - O & M/38 dated 11-09-2002 of O & M Cell) I S/o..R/o hereby certify that none of my relative (s) as defined in the tender document is/are employed in BSNL unit as per details given in tender document. In case at 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. Note- (i) The near relatives for this purpose are defined as: (a) Member 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, sons(s) & son s wife (daughter-in law), daughter s & Daughter s Husband (Son-in-law), brother(s) & brother s wife, sister(s) & sister s husband (brother-in-law) (ii) As per Government of India s CCS Conduct rule 4, no Government servant shall in the discharge of his official duties deal with any matter or sanction any contract to any company or for any other person if any member of his family is employed in that company or firm or under that person or if he or any member of his family is interested in such matter or contract in any other manner and the Govt. Servant shall refer every such matter or contract to his official superior. This clause is applicable to all BSNL employees and in view of this, as soon as any BSNL employee becomes aware of the above aspect, he must intimate this to the prescribed authority. For non executive employees this authority in SSA Head/Circle Head/Chief Engineer/Chief Archt./Corporate office under whom he his posted. For executive employees(at present some of them are called as Gazetted officers) the prescribed authority for this purpose is Circle Head/Chief Engineer/Chief Archt./Corporate office under whom he is posted. (iii) (a) The company of firm or any other person is not permitted to tender for works in BSNL Unit in which his near relative(s) is (are) posted. The unit is defined as SSA/Circle/Chief Engineer/Chief Arch/Corporate office for non executive employees and all SSA in a circle including circle office/chief Eng./Chief Archt./Corporate office for executive employees (including those called as Gazetted officers at present). Therefore, it has been decided by the competent authority that a clause must be added in the tender and other related documents that the tenderer should give a certificate that none of his/her such near relative is working in the units as defined above where he is going to apply for tender/work. In case of proprietorship firm certificate will be given by the proprietor, for partnership firm certificate will be given by all the partners and in case of limited company or firm or any other person, the tender/work will be cancelled and earnest money/security deposit will be forfeited at any stage whenever it is so noticed. The department will not pay any damages 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. (b) In respect of cases where the tender notice/work related orders have been issued and are waiting for submission the concerned unit should issue corrigendum for inclusion of above clause. However, where tender/work related documents have been opened and are waiting for finalization the certificate may be taken from the company or firm or any other concerned person giving details of the relatives employed in the jurisdiction of the tender. The company or firm or the person concerned will not be debarred in this case but his work will be kept under proper watch to avoid any future complaint. Further the relative will not be involved in the decision making and execution of the work. Where the tenders or the woks are already in operation (or awarded) the tenderer may be requested to give details of relatives employed in the jurisdiction of the tender. In such cases the tenderer will be Digitally Signature of bidder on TCIL web Portal Page 24

allowed to continue the work but special watch may have to be kept about his performance to avoid any complaint. The concerned relative will not be involved in execution and settlement of claims of the contractor. (For Proprietary Firms) I, S/o Signature R/o (For Partnership Firms/Company) We ---------------------------------------------------- S/o ----------------------------------------------- Signature R/o ---------------------------------------------- ---------------------------------------------------- S/o ----------------------------------------------- Signature R/o ---------------------------------------------- ---------------------------------------------------- S/o ----------------------------------------------- Signature R/o ---------------------------------------------- ---------------------------------------------------- S/o ----------------------------------------------- Signature R/o ---------------------------------------------- Station: ---------------------------------- Date: Digitally Signature of bidder on TCIL web Portal Page 25

SECTION-VII (Name and address of the office issuing Experience Certificate) EXPERIENCE CERTIFICATE No. File No. Dated at, the. This is to certify that (Name of the firm to which the Experience certificate isbeing issued) has done the following work/has completed the following supply satisfactorily. S.No. Name of work/items supplied Agreement No. & date/work Order No. & date Duration of work/supply Gross value of work done/supply 1 2 3 4 Total Rs. (Rupees ) (Amount in words) Signature and Seal of the Issuing authority Copy to: - (Name of the firm to which the Experience certificate isbeing issued) Digitally Signature of bidder on TCIL web Portal Page 26

SECTION-VIII LETTER OF AUTHORISATION FOR ATTENDING BID OPENING (To reach AGM (NWP-CFA)O/o C. G.M.T. Raipur before the date of bid opening) To, The AGM (NWP-CFA) O/o C. G.M.T. Raipur Subject: - Authorisation for attending bid opening on (date) in the tender of. Following persons are hereby authorised to attend the bid opening for the tender mentioned above on behalf of (Bidder) in order of preference given below. Order of Preference Name Specimen Signature I. II. Alternate Representative Signature of bidder of Or authorised to sign the Bid Document Officer on behalf BSNL Raipur Note: 1. Maximum 2 (Two) representatives will be permitted to attend bid opening. In cases where it is restricted to one, first preference will be allowed. Alternate representative will be permitted when regular representatives are not able to attend. 2. Permission for entry to the hall where bids are opened may be refused in case authorisation as prescribed is not received. Signature of the bidder Digitally Signature of bidder on TCIL web Portal Page 27

SECTION-IX Clause By Clause complains S.No. Section Contains Complains 1 IIC INSTRUCTIONS TO BIDDERS Complied 2 III GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT Complied 3 IV SPECIAL CONDITIONS OF CONTRACT Complied 4 V TECHNICAL SPECIFICATIONS & SPICIFIC CONDITIONS Complied Signature& seal of the bidder Digitally Signature of bidder on TCIL web Portal Page 28

SECTION-X AGREEMENT FOR SUPPLY OF STATIONERY OFFICE ITEM Agreement No MM/797/Tender/Statnionery/2017-18/ Contract period from. to.. This agreement is made on this day of.. Between Bharat Sanchar Nigam Limited here in after called the BSNL ( which expression shall unless excluded by or repugnant to the context includes his succession assignee) on the one part and M/s.. carrying on business as proprietary firm, herein after referred to as the contractor ( which expression shall unless exclusive by or repugnant to the contract includes the successors and assignee ) on the other part. Where as BSNL invited tender through CGMT Raipur and the contractor offered for the work Supply of Office Stationery items as per specifications in the tender document and for the period of 12month ( Twelve month) from the date of signing of this agreement and where as the BSNL has offer on the terms and condition /hereafter mentioned, under CGMT Raipur. Now therefore it is hereby agreed by the parties as follows :- 1. This agreement will remain in force for a period of 12 month from the date of signing and may be extendable up to Six month thereafter. 2. Total Security deposit will be deposited (5% of total value )in the form of Bank Guarantee/ FDR/DD amounting of Rs /- BG NO./FDR/DD No. dt of bank For period 18 month. 3. An amount equal to 5% of running bill will be deducted/ Retained as security deposit. 4. All the terms and conditions mentioned in the tender notice and tender form are binding to the contract. The accepted tenderer is bound to comply with orders placed by CGMT Raipur in full irrespective of quantities in the tender notice. 5. The contractor shall not transfer or sublet the contract without previous consent in writing of CGMT Raipur. 6. No one connected with or in the employment of BSNL in C.G. Circle shall be admitted by the contractor as a proprietor of the firm or have any interest in this contract. 7. In the event of the contractor failing to comply with any of the terms and conditions mentioned herein, the CGMT Raipur will have power to terminate the contract. 8. The BSNL shall be at liberty to terminate this agreement at any time without assigning any reasons. The BSNL shall be free to take action against the contractor for entering into agreement without written permission of CGMT Raipur with any party/parties for carrying out the contract after the tender offer is accepted or after the contract is finalized. This will invalidate the contract which can be terminated without notice on this account by the CGMT Raipur and the S.D. will be forfeited in such case. 9. If the contractor dies before or during performance of this contract, CGMT Raipur or any person authorized by him may at his options either immediately terminate this agreement or allow the surviving proprietor and heirs or legal representative of the contractor to perform and complete the contract within stipulated time. 10. In the event of termination of the agreement as mentioned in Para 5 & 6 above the contract of this heirs and legal representative shall have no claim for compensation or otherwise for any loss sustained by the contractor by reason for his having purchased or procured any accessories or entered into any agreement or made any advance on account of or view to carry out the work as per the agreement. Digitally Signature of bidder on TCIL web Portal Page 29

11. The contractor shall not be held responsible for any delay in, supply of goods or execution of work under the terms & condition of this agreement for reasons beyond his control i.e. civil war, strike, riots and natural calamities. 12. Any sum of money due or payable to the contractor including security deposit may be appropriated by the BSNL and set of against any claim any other contract made by the contractor with BSNL. 13. The contractor shall be paid at the appropriate rates specified by him in the tender submitted and rates negotiated later on by him approved by this office which is mentioned in Annexure- A to this contract. 14. Approved rates will held good for the entire period of 12 months from the date of agreement as well as for six month in addition if the period is extended by CGMT Raipur. 15. For any breach of the contract including that of work and other allied work as per the requirement of CGMT Raipur, the BSNL will forfeit the amount of the security deposit. 16. All other terms & conditions of the tender form shall part of this agreement and violation of any of them may lead to termination of contract and forfeiture of the security deposit. Witnesses: - 1. 2. Digitally Signature of bidder on TCIL web Portal Page 30

HkkjrlapkjfuxefyfeVsM BHARAT SANCHAR NIGAM LIMITED SECTION XI BID DOCUMENT (FINANCIAL) Supply of office stationery items in Circle Office CG Circle Raipur Digitally Signature of bidder on TCIL web Portal Page 31