Bharat Sanchar Nigam Limited - BSNL Haryana

51
Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18 Page 1 of 51 Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) O/o General Manager Telecom District Hisar 125001 BID DOCUMENT e-Tender for day to day maintenance of incremental OFC laid under NOFN project in Sirsa revenue district of Hisar SSA. Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18 PART-A QUALIFYING BID Particulars of Issue of Tender Document. Price of tender document: Rs. 500/- + GST Extra @18% Receipt No. Date of payment Name of the party AGM(Plg) O/o GMTD Hisar EMD Particulars: Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Receipt no. ………………………….O/o General Manager Telecom District Hisar 125001 Demand draft no: ………………….. dated:………….. Issued by (Name of the Bank) :……………………………… Signature of the Bidder

Transcript of Bharat Sanchar Nigam Limited - BSNL Haryana

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 1 of 51

Bharat Sanchar Nigam Limited (A Govt. of India Enterprise)

O/o General Manager Telecom District

Hisar 125001

BID DOCUMENT

e-Tender for day to day maintenance of incremental OFC laid under

NOFN project in Sirsa revenue district of Hisar SSA.

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

PART-A QUALIFYING BID

Particulars of Issue of Tender Document.

Price of tender document: Rs. 500/- + GST Extra @18% Receipt No.

Date of payment

Name of the party

AGM(Plg) O/o GMTD Hisar

EMD Particulars: Bharat Sanchar Nigam Limited (A Govt. of India Enterprise)

Receipt no. ………………………….O/o General Manager Telecom District Hisar 125001

Demand draft no: ………………….. dated:…………..

Issued by (Name of the Bank) :………………………………

Signature of the Bidder

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 2 of 51

TABLE OF CONTENTS

Part Section Content Page No.

Cover Page 1

Table of contents 2

I Notice Inviting E-Tender 3-4

II Bid Form 5

III Tenderer’s Profile 6-7

IV Instruction to Bidders 8-18

V General (Commercial) conditions of the 19-22

Contract

Part-A

Qualifying Bid

VI E-tendering Instructions to Bidders 23-29

VII

Special terms and conditions of the cable

maintenance worl 30-33

VIII Technical Instructions 34-35

IX Proforma of performance bank guarantee 36-37

X Material Security Bond Form 38

Annexure-A Pro-forma of No Near Relative Certificate 39

Annexure-B Pro-forma of Experience Certificate 40

Annexure-C Declaration about Genuineness of 41

Documents/Certificates

Annexure-D Letter of Authorization for attending Bid 42

Opening Event

Annexure-E Details of the Payment Particulars of Price of 43

Tender Document and EMD

Annexure-F

Schedule of rates and Approximate Quantities

of different items for day to day maintenance of

OFC N/W 44-47

Annexure-G Solvency Certificate 48

Annexure-H Specification of RCC precast chamber 49

Annexure-I Scope of work 50

Part-B I Schedule for Quoting the Rates 51

Financial Bid

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 3 of 51

PART-A (QUALIFYING BID)

SECTION-I

Bharat Sanchar Nigam Limited

(A Govt. of India Enterprise)

O/o General Manager Telecom District

Hisar-125001

Notice Inviting e-Tender Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

E-Tender (Digitally Signed) are invited for and on behalf of BBNL by the GMTD Hisar from the

experienced contractors, for the following works:

1. Name of work: Day to day maintenance of incremental OFC laid under

NOFN project in Sirsa revenue district of Hisar SSA. 2. Scope and Jurisdiction of Work: The works are put to tender in Sirsa revenue district as

given in the Table below-

District Estimated cost of Cost of Bid Bid Security/

works (in Rs) Document (in Rs) EMD (in Rs)

Hisar 32,71,050/-* 500/- + GST extra

@18% 81,776/-

*GST Extra as applicable

Note-1: The quantum of work above are estimated and BSNL reserves the right to increase the cost

of work based on the actual requirement generally limited to +25% of the approved cost of

tender and may decrease up to any extent.

Note-2: 20 % work of this tender is reserved to the eligible Micro & Small Enterprises (MSEs).

However, in case eligible MSEs bidder (s) are not available then this quantity would be de-

reserved & awarded to other participating bidder(s).

3. Eligibility Criteria: The tenderer should meet the following eligibility criteria: (i) The bidder should have successfully completed 50% of estimated cost of work for OFC

maintenance/OFC construction works from DOT/MTNL/BSNL/any PSUs in any two years viz. 2013-14, 2014-15, 2015-16 , 2016-17 and 01.04.17 to date of NIT.

(ii) The tenderer whose near relative(s) is/are employed in BSNL Hisar SSA, is/are not eligible to participate in the tender.

(iii) Contractor should have the valid EPF registration certificate.

(iv) Contractor should have the valid ESI registration certificate.

(v) Contractor should have the valid GST registration certificate.

Note1: The experience of having successful completion of OFC cable construction works is to be reckoned in terms of payment received for such works during the above said periods.

Note2: The Experience should be of Optical Fiber Cable construction work/OFC maintenance work only and does not include Poleless/Up-gradation/Maintenance works of OFC/External Plant/ UG Cable (Copper).

Note3: The experience certificate for carrying out the works and the payments received should be in the prescribed pro-forma and the certificate should be under the signature of AGM or equivalent officer.

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 4 of 51

4. Period of contract: The period of this contract will be one year from the date of agreement. However, the GMTD-Hisar reserves the right to further extend the contract up to one year on the same rates, terms & conditions, which shall be binding on the contractor.

5. Date of sale of tender document, Last date of submission of bid, Date of opening of Bids: Availability of

tender document

on e-tendering

portal

Deadline for

submission of

physical

envelope to

AGM

(Plg)Hisar

Deadline for

submission of e-

bids online on

e-tendering

portal

Date & time of

opening of

physical

envelope

Date of opening of bids online

Qualifying

bid

Financial bid

from 07.11.17

onward

up to 11:00 hrs

of 30.11.17

up to 11:00 hrs

of 29.11.17

At 11:15 hrs of

30.11.17

At 11:30 hrs

of 30.11.17

to be notified

later

6. If the date of opening of the bids happens to be holiday, the tenders will be opened on the next working day at the same time.

7. In this case the tender is invited through e-tendering process. And it is decided to use the Central Public Procurement Portal (http://www.eprocure.gov.in) of Government of India. Kindly

visit the eProcure link on the Home Page of Central Public Procurement Portal for – Help for

Contractors and Bidders Manual Kit for detailed instructions on e-tendering. Prospective

bidders should get their registration/enrolment done well in time accordingly on Central Public

Procurement Portal and also secure Digital Signature Certificate (DSC) from any authorized Certifying Authorities (CA). Digital Signature is mandatory to participate in the e-tendering.

Bidders already possessing the Digital Signature issued from authorized CAs can use the same in this tender.

8. Tender will not be accepted/received on the e-tendering portal after due date and time. The GMTD BSNL Hisar reserves the right to reject any or all tenders without assigning any reason whatsoever.

9. Tender document can be downloaded from www.eprocure.gov.in or our web site www.haryana.bsnl.co.in . As the tender is invited through e-tendering process, physical copy of the tender document would not be available for sale.

10. In case of non-MSE bidder, separate crossed Demand Drafts (DDs) as cost of tender document and Bid Security/EMD for the amount mentioned in the NIT issued by a scheduled bank drawn in favour of Account Officer (Cash) BSNL Hisar, payable at Hisar should be submitted to AGM(Plg) O/o GMTD- Hisar as mentioned in para 11.1.1 of Section-IV of Tender document. However, MSE bidders can claim for the exemption of cost of tender document & EMD while bidding on the e-tendering portal.

AGM (Plg) O/o GMTD BSNL, Hisar

Phone No. 01662-233990

Fax No. 01662-238977

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 5 of 51

SECTION II

BID FORM

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

To

The General Manager Telecom District

Hisar

Dear Sir,

Having examined the conditions of contract and specifications including Addendum/Corrigendum

No…………(if any) the receipt of which hereby duly acknowledged, I/we, undersigned, hereby

submit our offer to execute the work of day to day maintenance of incremental OFC laid

under NOFN project in Sirsa revenue district of Hisar SSA as mentioned below in

conformity with said drawings, conditions of contract and specifications-

1.1 Particulars of Payment of Price of Tender Document-

DD No………………..Date………………….Amount………….. Bank:…………………..

1.2 Particulars of EMD deposited are as below-

DD No………………..Date…………….Amount……..……..….. Bank:…………………..

OR

2 Particulars of NSIC Registration as MSE are as below-

Validity: From………………………..To…….…………………..

Monetary Limit in Rs………………………………………………..

Whether registered for the tendered work (Yes/No)………………………….

I/We undertake, if my/our Bid is accepted, we will execute the work in accordance with specifications, time limits & terms and conditions stipulated in the tender document.

If my/our Bid is accepted, we shall submit the securities as per the conditions mentioned in the contract. We agree to abide by this Bid for a period of 180 days from the date fixed for Qualifying Bid opening and it shall remain binding upon us and may be accepted at any time before the expiry of that period. Until a formal Agreement is prepared and executed, this Bid together with your written acceptance thereof in your notification of award shall constitute a binding contract between us.

Bid submitted by me/us is in full compliance of the requirements of e-tendering.

Dated……./……./………….

Signature of the tenderer………..………..

Name of Tenderer………………..………… Seal of Tenderer……………………………

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 6 of 51

SECTION III

TENDERER’S PROFILE General:

Name of the tenderer / firm__________________

Name of the person submitting the tender whose photograph

is affixed and who possesses the Digital Signature Certificate(DSC).

Shri/Smt____________________________________________

Sole Proprietor/Partner/Director/Employee/Other…………….........

DSC Issuing Agency……………………………………………..

Paste Color Passport

size photograph of the

tenderer / authorized

signatory holding

power of Attorney and

having Digital

Signature Certificate.

(In case of Proprietary / Partnership firms, the tender has to be digitally signed by Proprietor /Partner(s) only,

as the case may be)

Address of the firm

………………………………………………………………….......................……………………..

………………………………………………………………………………............................…..

Correspondence Address

…………………………………………………………………………………………………

…………………..……..................................…………………………………………………

…………………………………………………………………………………………………

Tel. no. (with STD code) (O)…..……….. (Fax)………………..…...(R)……................…………

Registration & incorporation particulars of the firm(Tick as applicable):

(i) Proprietorship (ii) Partnership (iii) Private Limited (iv) Public Limited

Name of Proprietor/ Partners/ Directors

.............................................…………………………......................................…………………

……………………………………………………...........................................................

8. Tenderer’s Bank Details:

a. Name of Bank..............................................................

b. Name of Branch................................................. City.........................................

Branch Code(MICR No.).........................................

IFSC Code of Branch...............

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 7 of 51

Permanent Income Tax Account Number (PAN), …………………………….

Income Tax circle…………………………………………………………………..….

EPF registration number. ………………………………………………….....................…

ESI registration number………………………………………………………………

GST registration number...........................................................................................

Whether Micro Small Enterprises(MSEs)?

(Yes/No):………………………………… If Yes,

Validity: from……………………………………… to……………………………………………. Monetary

Limit in Rs.…………………………………………………………………………..…..

Infrastructural capabilities of the bidder:

Capacity of providing FRT/day………………………………….….

Capacity of engaging mazdoors per day …………………………….

Particulars of vehicles available with the tenderer:

Type of Vehicles(s)

…………………….

……………………

…………………….

Registration number

………………………

……………………….

……………………….

I hereby declare that the information furnished above is true to the best of my knowledge.

Place:

Date:

Signature of tenderer / Authorized signatory………….

Name of the tenderer…………………………….

Seal of the tenderer

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 8 of 51

Section IV

Instruction to Bidders

A. INTRODUCTION:

1. DEFINITIONS

President of India: The President of India means the President of India and his successors.

Government of India: The Government or Government of India shall mean the President of India.

The BSNL means Bharat Sanchar Nigam Limited, A Central Govt. PSU(CPSU) company with

Chairman & Managing director and Board of Directors , with Head Quarter at New Delhi.

All references of Department

Chief General Manager

Principal General Manager

General Manager

Deputy General Manager / Area Manager / Deputy General Manager (Projects) /Telecom Distt.

Manager)

Divisional Engineer /Divisional Engineer (Projects)/Asstt. General Manager

Sub Divisional Engineer

Junior Telecom Officer

Chief Accounts Officer

Accounts Officer Assistant

Accounts Officer Junior

Accounts Officer

Including other officers in the BSNL, whatever designations assigned to them from time to time, who

may be the in-charge of direction, supervision, testing, acceptance and maintenance including their

successor(s) in the office appearing in various clauses shall be taken to mean the BSNL, an enterprise,

under the Ministry of Communications and Information Technology, Government of India.

The SSA Head means the GMTD BSNL Hisar and his successors

The jurisdiction of GMTD Hisar SSA: The jurisdiction of GMTD Hisar means geographical areas of

Hisar, Fatehabad and Sirsa revenue districts.

Representative of GMTD Hisar (Representative of GMTD Hisar means Officer and staff for the time

being deputed by the GMTD Hisar for inspecting or supervising the work or testing etc.

Engineer – in – charge: The Engineer – in – charge means the Engineering Officer nominated by the

GMTD Hisar to supervise the work, under the contract. (Minimum Divisional Engineer level officer).

Site Engineer: Site Engineer shall mean an JTO/SDE of the BSNL who may be placed by the GMTD

Hisar as in charge of the work at site for any particular period of time.

A/T Unit: A/T unit shall be mean Acceptance and Testing unit of the BSNL.

A/T Officer: An officer authorized by GMTD Hisar / T & D Circle/BSNL to conduct A/T.

The words bidder and tenderer have been used interchangeably.

Contract: The term contract means, the documents forming the tender and acceptance thereof and the

formal agreement executed between the competent authority on behalf of the BSNL and the contractor,

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 9 of 51

together with the documents referred to therein including these conditions, the specifications, designs,

drawings and instructions issued from time to time, by the engineer in-charge and all these documents

taken together shall be deemed to form one contract and shall be complementary to one another.

Contractor: The contractor shall mean the individual, firm or company, enlisted with BSNL in

accordance with procedure for enlistment of contractor, whether incorporated or not, undertaking the

works and shall include the legal personal representative of such individual or the persons composing

such firm or company, or the successors of such firm or company and the permitted assignees of such

individual, firm or company.

Work: The expression “works” shall unless there be something either in the subject or context

repugnant to such construction be construct and taken to mean the works by or by virtue of the contract

contracted to be executed whether temporary or permanent and whether original, altered, substituted or

additional.

Schedule(s): Schedule(s) referred to in these conditions shall mean the relevant schedule(s) or the

standard schedule of rates mentioned in the document.

Site: The site shall mean the land / or other places on, into or through which work is to be executed

under the contract or any adjacent land, path or street through which, the work is to be executed under

the contract or any adjacent land, path or street which may be allotted or used for the purpose of

carrying out the contract.

Normal time or stipulated time: Normal time or stipulated time means time specified in the work order

to complete the work.

Extension of Time: Extension of Time means the time granted by the BSNL to complete the work

beyond the normal time or stipulated time.

Date of Commencement of work: Date of commencement of work means the first day of the month.

Due date of completion: Due date of completion shall be the last day of month.

Duration of completion of work: The duration of completion of work or completion time shall be time

specified in the work order plus extension of time granted, if any.

Note : Tentative quantity of work will be awarded for the month. If the quantum of work mentioned in

the work order exhausted before completion of month, then supplementary work order will be issued

Excepted risk: Excepted risk are risks due to war (whether declared or not), invasion, act of foreign

enemies, hostilities, civil war, rebellion, revolution, insurrection, military or usurped power, any acts of

Government damages from aircraft, acts of God, such as earthquake, lightening and unprecedented

floods and other causes over which, the contractor has no control and the same having been accepted as

such, by the Accepting Authority or causes solely due to use or occupation by the government of the

part of the work, in respect of which a certificate of completion has been issued.

2. ELIGIBILITY OF BIDDERS:-

(i) The invitation of bids is open to all bidders as per the eligibility mentioned in NIT of this tender

document.

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 10 of 51

(ii) The experience certificate for carrying out the works and amounts received should be in the

prescribed pro-forma (Annexure-B) and the certificate should be under the signature of AGM or

equivalent officer.

B. Bid Documents

3. QUERIES ON BID DOCUMENTS:

A prospective bidder, requiring any clarification of the Bid Documents shall notify the BSNL in

writing at the mailing address indicated in the NIT for Bids. The BSNL shall respond in writing to any

request for clarification of the Bid Documents, which it receives not later than 14 days prior to the date

for the opening of the bids. Copies of the query (without identifying the source) and the clarifications

by the BSNL shall be placed on e-tendering web-site and BSNL Haryana Circle website in form of

Addendum/Corrigendum and all such clarifications issued by the BSNL will form part of the bid

document.

4. AMENDMENT OF BID DOCUMENTS:

At any time, prior to the date for submission of bids, the BSNL may, for any reason whether suo motu

or in response to a clarification requested by a prospective Bidder, modify the bid documents by

amendments.

The amendments shall be notified in writing to such prospective bidders who seek clarifications on the

address mentioned in their letter, besides up loading the same on e-tendering portal.

In order to afford prospective bidders reasonable time to take the amendments into account in

preparing their bids, the BSNL may, at its discretion, extend the deadline for the submission/opening of

bids suitably.

All the amendments/corrigendum/addenda/extension of date(s) shall be published only on e-tendering

website and BSNL Haryana Circle website i.e. www.eprocure.gov.in and www.haryana.bsnl.co.in. All

the prospective bidders are therefore advised to visit these websites regularly.

C. PREPARATION OF BIDS

5. Cost of Bidding:

The bidder shall bear all costs associated with the preparation and submission of the bid through e-

tendering. The BSNL, will in no case, be responsible or liable for these costs, regardless of the conduct

or outcome of the bidding process.

6. LIST OF DOCUMENTS TO BE SUBMITTED ONLINE FOR E-TENDERING:

As mentioned in clause 5.2 of Section VI

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 11 of 51

7. BID SECURITY(EMD):

7.1 The bidder shall furnish, as part of his bid, a bid security (EMD) for an amount as mentioned in

NIT. No interest shall be paid by the BSNL on the bid security for any period, whatsoever. The

EMD amount as per NIT in a single DD is required to be submitted.

7.2 The bid security is required to protect the BSNL against the risk of bidders conduct, which would

warrant the security’s forfeiture, pursuant to para 7.8.

7.3 Bid Security shall be paid in the form of Crossed Demand Draft issued by a scheduled bank,

drawn in favour of Accounts Officer (Cash), BSNL, O/o GMTD Hisar, and Payable at Hisar.

Original DD of Bid Security shall be sent to the AGM(Plg) O/o GMTD BSNL Hisar in Physical

Form. Scanned copy of the same DD shall be uploaded online while bidding.

7.4 A bid not secured in accordance with para 7.1 & 7.3 shall be rejected by the BSNL as non-

responsive.

7.5 The bid security of the unsuccessful bidder will be refunded as promptly as possible.

7.6 The successful bidder’s bid security will compulsorily be converted to part performance security

deposit in accordance with clause 5 (ii) of Section V.

7.7 The MSE units shall be exempted from submission of Bid Security deposit on production of

requisite proof in respect of valid certification from NSIC for the tendered item/work. If a vender

registered with body specified by Ministry of Micro, Small & Medium Enterprise claiming

concessional benefits is awarded work by BSNL and subsequently fails to obey any of the

contractual obligations, He will be debarred from any further work/ contract by BSNL for one

year from the date of issue of such order.

7.8 The bid security shall be forfeited:

7.8.1 If a bidder withdraws his bid during the period of bid validity specified in the bid document or

7.8.2 If the bidder makes any modifications in the terms and conditions of the tender before

acceptance of the tender, which are not acceptable to the BSNL or

7.8.3 In case of a successful bidder, if the bidder fails: to sign the agreement or to furnish Material

Security in accordance with clause 5 (i) of Section V to observe material terms and conditions

stipulated in the tender document including mandatory legal requirements e.g. Labour, Taxation

laws .

8. BID PRICES:

8.1 The bidder shall give the total composite price inclusive of all levies and taxes, packing,

forwarding, freight and insurance in case of materials to be supplied and inclusive of all taxes and

levies but exclusive of GST in case of works to be executed. GST shall be paid extra, if

applicable. The contractor shall be responsible for transporting the materials, to be supplied by

the BSNL (At the District Telecom Store-Hisar) or otherwise to execute the work under the

contract, to site at his/their own cost. The costs of transportation are included in the standard

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 12 of 51

schedule Rates and therefore no separate charges are payable on this account. The offer shall be

firm in Indian Rupees.

8.2 Prices shall be quoted by the bidder as percentage below / above / at par the standard schedule of

rates in the schedule of quoting rates (Financial Bid). Prices quoted at any other place shall not be

considered.

8.3 The price quoted by the bidder shall remain fixed during the entire period of contract and shall

not be subject to variation on any account. A bid submitted with an adjustable price quotation

will be treated as non-responsive and rejected.

8.4 Discount, if any, offered by the bidders shall not be considered unless they are specifically

indicated in the schedule of quoting rates (Financial Bid). Bidders desiring to other discount shall

therefore modify their offers suitably while quoting and shall quote clearly net price taking all

such factors like Discount, free supply, etc. into account.

9. PERIOD OF VALIDITY OF BIDS:

9.1 Bid shall remain valid for 180 days from the date of opening of the Qualifying Bid. A Bid valid

for a shorter period shall be rejected by the Department as non-responsive.

9.2 The BSNL reserves the right to request the bidders to extend the bid validity for a period of

further 120 days and the bidder has to necessarily extend the bid validity. Refusal to extend the

bid validity will result in forfeiture of the bid security. A bidder accepting the request and

extending the bid validity will not be permitted to modify his bid.

10. SIGNING OF BID:

10.1 The bidder shall submit, as a part of his bid, the bid documents (in original) digitally signed,

establishing the conformity of his bid to the bid documents of all the works to be executed by the

bidder under the contract.

10.2 The bid shall contain no inter-lineation, erasures or overwriting except as necessary to correct

errors made by the bidder in which case such corrections shall be signed with date by the person

or persons signing the bid.

D. SUBMISSION OF BIDS

11. Method of Preparation & Submission of Bids in e-Tendering System:

11.1 Bid should be submitted in the following manner:

11.1.1 Documents to be submitted physically-

The following documents must be attached physically in a sealed envelope addressed to the

AGM(Plg) O/o GMTD BSNL, Red Square Market, Hisar-125001(HR) so as to reach him on

or before the date & time of submission of bids specified in NIT. The envelope must be super

scribed as below-

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 13 of 51

“Bid Security & Authorization Envelope”

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

“e-Tender for day to day maintenance of incremental OFC laid under NOFN

project in Sirsa revenue district of Hisar SSA.”

To

AGM (Plg)

O/o GMTD BSNL

Red Square Market,

Hisar-125001(Haryana)

From-

………………………

………………………

………………………

Annexure-E containing the details of Payment of Price of Tender Document and EMD Particulars.

a) Original Demand Draft (DD)– drawn in favour of Account Officer (Cash), O/o GMTD BSNL

Hisar- 125001(HR), payable at Hisar (HR), issued by any scheduled bank towards the

payment of Price of Bid Document as per NIT through a single Demand Draft. NSIC

Registered MSE bidders who wants to claim the exemption for Cost of Tender Document

need to submit the Scanned copy of Latest and valid MSE Certificate in place of the DD of the

Cost of Tender Document.

b) Original Demand Draft (DD)– drawn in favour of Account Officer (Cash), O/o GMTD,

BSNL, Hisar- 125001(HR), payable at Hisar (HR), issued by any scheduled bank towards the

payment of total Bid Security/EMD as per NIT through a single Demand Draft. NSIC

registered MSE bidders who want to claim the EMD exemption need to submit the attested

copy of the latest and valid MSE certificate in place of the DD of the EMD.

c) Power of Attorney/Resolution of Board of Directors, authorizing an individual with whose

DSC the tender is submitted on e-tendering portal (if and as applicable). In case it is not

applicable a letter on the letter head of the firm addressed to the AGM(Plg) BSNL Hisar

stating that the Power of Attorney is not applicable because the tender is submitted on e-

tendering portal with the DSC of Shri……………..who is the sole-proprietor/partner of the

firm.

Note: Please note that the receipt of above documents before due date and time of the bid opening on

e-tendering website is a prerequisite meaning thereby in the absence of these documents e-bid of such

tenderer will not be opened.

11.1.2 Submission of Bids on e-tendering website-

The bidder shall upload his bid in two separate folders marked as “Qualifying_Bid”, and

“Financial_Bid”.

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 14 of 51

The bid folders shall contain the documents as given below-

“Qualifying_Bid” folder – The scanned documents in electronic form as per clause 5.2 of Section VI

must be uploaded in this folder.

“Financial_Bid” folder- Scanned copy of the rates duly quoted in the prescribed format as given

Section-I, Part-B, Schedule for Quoting the Rates.

11.2 The tenders which are not submitted in above mentioned manner shall be summarily rejected.

11.3 The tenderer will be bound by all terms, conditions & specifications as detailed in the tender

documents.

11.4 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 conditions will be permitted.

12 SUBMISSION OF e-BIDS:

12.1 e-Tenders should be submitted strictly as per the procedure mentioned in clause 11 above. The

tenderer is to insure the delivery of the physical envelope at the correct address and submission of the

Qualifying Bid and Financial Bid online as mentioned above. The BSNL shall not be held responsible

for delivery of bid to the wrong address or wrong submission/non-submission of the bids online. The

physical envelope can be sent in person also. Any physical envelope received after due date and time

shall not be entertained and will be returned as such. Physical envelope may be sent by post also and

it must be reached to AGM (Plg) O/o GMTD Hisar before time and date as mentioned in the NIT.

However BSNL will not be liable for any postal delay whatsoever.

12.2 If tender opening day is declared as holiday by the government then the bids technical or

financial will be opened on the next working day. The Time & Venue will remain unchanged.

12.3 LATE BIDS:

Tenders shall not be accepted online after the specified date and time of closing of the tender. It is the

sole responsibility of the tenderer that he should ensure timely online submission of tender and in the

manner prescribed therefore by the e-tendering website. The time settings fixed in the server side &

displayed at the top of the e-tendering site, will be valid for all actions of requesting, bid submission,

bid opening etc., in the e-tender system. The bidders should follow this time during bid submission.

13. MODIFICATIONS AND WITHDRAWAL OF BIDS :

13.1 The bidder may modify or withdraw his bid before the due date and time of submission in the

manner prescribed therefore by the e-tendering website.

13.2 No bid can be modified subsequent to the deadline for submission of bids.

E. BID OPENING AND EVALUATION:

14. OPENING OF BIDS BY THE BSNL:

The Physical Envelope marked as “Bid Security & Authorization Envelope” shall be opened first and

examined by the designated Tender Opening Committee (TOC) of BSNL. The TOC shall ascertain

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 15 of 51

that the documents submitted in the physical envelope meet the requirements of eligibility for

opening the qualifying bid of a bidder then only the TOC shall open and download the Qualifying

Bids online after the due date and time by logging into the Central Public Procurement Portal. The

bidders whose Physical Envelopes are either not received in time or the documents do not meet the

preliminary requirement of eligibility, their bids shall not be opened/downloaded from the Portal.

The bids shall be opened online in the presence of the authorized representatives of bidders online or

physically present who choose to attend, at time & date specified in NIT on due date. The bidder’s

representatives, who are present, shall sign in an attendance register. Authority letter (as per format

given in Annexure-D) to this effect shall be submitted by the authorized representatives of bidders

before they are allowed to participate in bid opening. A maximum of two representatives of any

bidder shall be authorized and permitted to attend the bid opening.

The bid opening committee shall count the number of bids downloaded from the e-tendering portal

and assign serial numbers to the bids. For example, if 10 tenders have been received the bids shall be

numbered as 1 of 10, 2 of 10 etc. All the members of TOC shall initial on all the pages of all the bids

downloaded with date.

After opening the qualifying bid, all the documents contained therein shall be serially numbered and

signed by the bid opening committee members.

The Qualifying Bids downloaded shall be evaluated by the designated TEC and the result of

evaluation shall be uploaded on the Central Public Procurement Portal for information of all

concerned.

The FINANCIAL BID shall be opened in the following manner:

i). The folder marked “Financial_Bid”, will be opened only for those bidders who have been found

eligible after evaluation of Qualifying Bids.

ii). The date and time of opening of Financial Bid shall be notified on e-tendering portal for

information of all the bidders.

iii). After opening the “Financial Bid” the TOC shall prepare the report containing the bidder’s name,

bid prices, modifications, etc.

iv). In case there is a discrepancy in figures and words in the quote, the same shall be announced in

the bid opening, but the quote in words shall prevail.

15. 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.

16. PRELIMINARY EVALUATION :

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.

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 16 of 51

Prior to the detailed evaluation, the BSNL will determine the substantial responsiveness of each bid to

the bid document. For purpose of these clauses a substantially responsive bid is one which conforms

to all the terms and conditions of the bid documents without deviations.

The BSNL 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.

17. EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS:

The BSNL shall evaluate in detail and compare the bids previously determined to be substantially

responsive.

The evaluation and comparison of responsive bids shall be primarily based on the rates quoted

(percentage deviation-above/below/at par) in schedule of quoting rates of the bid document. And in

case of more than one bidder quoting the same rates, they shall be ranked based on the value of the

cumulative experience for the period from 01-04-2010 to the date of issue of this NIT sorted in the

descending order. Based on this ranking, which shall be regardless of category of the bidder i.e.

MSE/Non-MSE, the bidders shall be assigned as L-1, L-2 , L-3 and so on in a manner as outlined in

the table below-.

Total Experience in

Ranking after Primary Sorting

Category

the period from

S.No

Name of

(Non-MSE/

Rates

01-04-2013 to the

on (4) in ascending order and

bidder quoted then Secondary Sorting on (5)

MSE date of issue of this

in descending order

NIT

(1) (2) (3) (4) (5) (6)

1 A L1

2 B L2

3 C L3

. . .

. . .

18. BARRING OF UNDUE INFLUENCE:

18.1 No bidder shall try to influence the BSNL on any matter relating to its bid, from the time of

bid opening till the time the contract is awarded.

18.2 Any effort by the bidder to modify his bid or influence the BSNL in the BSNL’s bid

evaluation, bid comparison or the contract award decisions shall result in the rejection of the bid.

19. AWARD OF CONTRACT, DISTRIBUTION OF WORK & VALIDITY:

19.1 AWARD OF CONTRACT:

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 17 of 51

The B.S.N.L. shall consider award of contract only to those eligible bidders whose offers have been

found technically, commercially and financially acceptable. The L-1 bidder is one who quotes the

lowest rate. In each section the work shall be distributed between L-1 and 20% of work to MSE

bidder(s). MSE bidders shall be considered for award of works at L-1 rates only when their quoted

price is within +15% of L-1 price.

Note-1: If no eligible MSE bidders are available then aforesaid earmarked 20% quantity shall be de-

reserved & the allotted quantity for other general bidders will be restored to 100% to L-1 bidder.

Note-2: In case of more than one tenderer coming at L-1, the work shall be equally distributed among

L-1s besides MSE bidder(s).

Note 3: If L-1, L-2, L-3, etc happen to be MSE bidders then 100% work will be given to L-1 MSE

bidder.

Tender will be operative for a period of one year from the date of signing of agreement between the

B.S.N.L. and the contractor.

19.2 Validity of the contract: The period of this contract will be one year from the date of agreement.

However, the GMTD-Hisar reserves the right to further extend the contract up to one year on the

same rates, terms & conditions, which shall be binding on the contractor.

20. BSNL’S RIGHT TO VARY QUANTUM OF WORK:

The BSNL, at the time of award of work under the contract or during the validity of the contract,

reserves the right to decrease up to any extent or increase the quantum of work item wise up to any

extent restricting the increase in approved cost by up to 25% on same rates and other terms and

conditions.

However BSNL will not be liable to the contractor for any losses or damages, costs, charges the

contractor may in any way sustain/suffer due to non issue of work order/delay in making store

available or delay in receipt of permission from local bodies/forest department.

21. BSNL’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS ;

The BSNL reserves the right to accept or reject any bid and to annul the bidding process and reject all

bids, at any time prior to award of contract without assigning any reason whatsoever and without

thereby incurring any liability to the affected bidder or bidders on the grounds for the BSNL‟s action.

22. ISSUE OF LETTER OF INTENT:

22.1 The issue of letter of intent shall constitute the intention of the BSNL to enter into the contract

with the bidder. Letter of intent will be issued as offer to the successful bidder.

22.2 The bidder shall within 10 days of issue of letter of intent, give his acceptance along with

material security in conformity with clause 5(i) and performance security as per clause 5(ii) of

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 18 of 51

Section V, provided with the bid documents. However, GMTD Hisar reserves the right to extend the

time limit if the reasons on which extension is sought deemed fit.

23. SIGNING OF AGREEMENT:

23.1 As soon as the tender is approved by the competent authority, the Bid Security deposited by

the successful bidder shall be compulsorily converted into the performance security deposit, which

will be held by the BSNL till the completion of warranty period.

23.2 Before signing the agreement, the successful bidder shall be required to submit the Material

Security as per clause 5(i) and performance security as per clause 5(ii) of Section-V within 10 days of

issue of letter of intent. Thereafter, the agreement with the successful bidder shall be signed by the

BSNL.

23.3 The signing of agreement shall constitute the award of contract to the bidder.

24. ANNULMENT OF AWARD:

Failure of the successful bidder to comply with the requirement of clause 23 above shall constitute

sufficient ground for the annulment of the award and forfeiture of the bid security, in which event; the

BSNL may make the award to any other bidder at the discretion of the BSNL or call for new bids.

Reservation/ Procurement from MSE units: The guidelines / instructions / laws issued vide D.O. no

21(1) -2011-M.A.April 25th

, 2012 from Ministry of Micro, Small & Medium Enterprise (MSME)

with respect to provisions for Micro & Small Enterprises (MSEs) shall be followed.

The units registered under Single Point Registration Scheme of NSIC are eligible to get the benefits

under “Public Procurement Policy for Micro & Small Enterprises (MSEs) Order 2012” as notified by

the Government of India, Ministry of Micro Small & Medium Enterprises, New Delhi vide Gazette

Notification dated 26.03.2012. Need not deposit the price of the tender document. Exemption from

payment of Earnest Money Deposit (EMD).

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 19 of 51

SECTION V

GENERAL (COMMERCIAL) CONDITIONS OF THE CONTRACT

1. APPLICATION :

The General conditions shall apply to contract made by the BSNL for the day to day maintenance of OFC network.

2. STANDARDS:

The works to be executed under the contract shall confirm to the standards prescribed in the day to day maintenance of OFC network.

3. PRICES :

Prices charged by the Contractor for the works performed under the Contract shall not be higher from the prices quoted by the Contractor in his Bid.

Price once fixed will remain valid for the period of contract. Increase and decrease of taxes/duties will not affect the price during this period.

4. SUBCONTRACTS:

The contractor shall not assign, sub contract or subject the whole or any part of the works covered by the contract, under any circumstances.

5. SECURITY :

(i) Material Security:-

1. The successful tenderer will have to deposit material security as mentioned in the

scope of work subject to a minimum of Rs 50,000 in the form of bank guarantee, valid

for the period of contract plus six months, from a scheduled bank and in the material

security bond form provided in the bid documents Section-X. Material security can

also be submitted in the form of cross demand draft drawn in favour of AO (Cash)

BSNL O/o GMTD Hisar issued by a schedule bank and payable at Hisar. The Material

security will be non interest bearing deposit for any period what so ever. BSNL

reserves the right to increase the amount of material security based on the quantum of

work/maximum store to be issued at the time of execution of the work at any point of

time.

2. The contractor at any point of time will not be issued stores costing more than material security. If due to any reason more store has to be issued to the contractor then the material security shall be suitably enhanced. In this regard the decision of the General Manager Telecom District Hisar shall be final and binding.

3. The proceeds of the material security shall be payable to the BSNL as a compensation for any loss resulting from the contractor’s failure to account for the material issued to him.

4. The Material security shall be released / refunded within a month from the date of the payment of the last final bill of the work under the contract or final settlement of

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 20 of 51

material account whichever is later on production of “no dues certificate” from “Engineer In Charge”.

(ii) PERFORMANCE SECURITY:

The performance security deposit under this contract shall be 10% of the value of the awarded work. This performance security deposit shall be secured in the following manner-

a. The successful bidder’s bid security/EMD will be converted into part performance security deposit compulsorily.

b. The successful bidder in case of MSE, shall be required to submit a Performance Security Deposit in the form of DD/Bank Guarantee (as per Pro-forma in Section-XI) of an amount equal to 2.5% of the value of awarded work, valid for a period of two years from a scheduled bank within 10 days of issue of the letter of acceptance and before signing of the agreement. However the period of 10 days may be extended with the permission of competent authority.

c. The balance amount, which falls short of 10 % as mentioned above, towards the performance security deposit, if required, shall be recovered from the running bills @ 7.5 % of the bill amount so as to make total performance security deposit equal to 10 % of the value of the awarded work.

d. The proceeds of the performance security shall be payable to the BSNL as compensation for any loss resulting from the contractor’s failure to perform the obligations under the contract.

e. The performance security deposit shall be refunded after expiry of warranty period of last work executed provided there are no recoveries to be made arising out of poor quality of work, incomplete work and/or violation of any terms and conditions of the contract as stipulated in the bid document. Further, performance security deposit shall be refunded only after payment of final bills against the contract have been made.

f. In case of enhancement of contract value, 10% of the running bills shall be deducted towards the performance security.

g. No interest will be paid to the contractor on the security deposit.

6. Earnest money deposit of unsuccessful tenderers shall be refunded after final acceptance of tender and within reasonable time.

7. The earnest money deposit will not carry any interest for any period whatsoever. 8. The accepted tender can be made operative for entire jurisdiction of Hisar SSA or as specified

by the GMTD Hisar.

9. Income tax shall be deducted as per rates applicable from each running bill / final bill.

10. If the contractor fails to commence the work within the period specified, as per terms and conditions of the contract, the contractor shall forfeit the right to the security deposit and the BSNL reserves the right to cancel the contract.

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 21 of 51

11. In the event of contractor’s failure to comply the order to the full satisfaction of the concerned DE of the BSNL, the contractor shall forfeit his right to the security deposit & the contract is liable to be terminated.

12. The contractor should possess sufficient number of tools to meet the fault requirement and early restoration of fault 13. SETTLEMENT OF CLAIMS FOR LOSSES & DAMAGES

In the matter of settling any claim for losses / damages cost of expenses to which

BSNL may be put by reasons of default or negligence of contractor, the decision of the GMTD Hisar in writing will be final and binding on the contractor.

In case any damage / cut is done to the existing OFC of BSNL during execution of work, Rs 50000/-( Rs Fifty thousand only) per fault will be charged as penalty and compensation from the contractor.

14. TERMINATION OF CONTRACT

The GMTD Hisar has the right to terminate the contract either partly or fully at any stage without assigning any reason by giving 30 days notice in writing to that effect and shall not be liable to pay any compensation to the contractor thereof.

In the event of contractor failing to execute the contract to the satisfaction of the

GMTD Hisar / concerned D.E.T., the GMTD Hisar shall have the right (i) to reject or / and with hold payment for such quantity of work till such time the defect rectified to

the satisfaction of the GMTD / concerned D.E.T, (ii) to terminate the contract.

15. ARBRITRATION

(i) In respect of any dispute arising out in connection with the interpretation of any

clause in the terms of contract / agreement otherwise except for the matters the

decision of which is given in this agreement, the matter shall be referred for

arbitration to the C.G.M.T. Haryana, Ambala who shall appoint an Arbitrator to

decide the case. The appointment of such Arbitrator shall not be questioned by the

contractor on the ground that the Arbitrator belongs to the BSNL. The provision

of the Arbitration Act. 1996 or any statutory modification or enactment thereof

and the rules there under in force shall apply to the Arbitration proceedings under

this clause.

(ii) Even during the Arbitration the work can not be stayed because it pertains to

essential public utility service. The BSNL reserves the right to get the work completed through any other contractor at the risk and cost of the contractor.

16. In case of legal dispute, the legal jurisdiction will be Hisar City only.

17. Contractor will be responsible for any accident, mishap and injury to his workers while

carrying out the work. Compensation to the effected worker if any will be the liability of the

contractor.

18. The contractor will comply with the provisions of the contract labour “regulation &

abolition Act. 1970” and contract labour rules 1971 and minimum wages act and rules

thereof, Central and State Governments. Contractor shall also apply to the labour

enforcement officer and / or to the Asstt. Labour Commissioner for registration and for

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 22 of 51

obtaining labour license and shall obtain labour license with in period of 15 days of signing

the agreement, failing which the contract is liable to be terminated.

19. In case of death of contractor during the period of contract, GMTD Hisar may at his opinion either immediately terminate the agreement or may require the surviving partner / legal heir of the contractor to complete the contract as per the original agreement.

20. The contractor will ensure the availability of 100 % fibers except, which are declared faulty at the time of testing of OFC joints, failing which proportionate recovery towards the cost of fibers will be made from his bills.

21. If the tenderer quotes his rates abnormally low in comparison to reasonable rates,

additional security may be demanded from approved bidder if BSNL desires so.

22. Zero quantity rates will not be considered for approval and execution of work too. However if

any work of zero is required in the interest of BSNL it should be reported by field units for

examination by the committee and approval of GMTD before execution

23. No claim of contractor towards BSNL shall be considered in case of quantum of works execution during agreement period is less than estimated value.

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 23 of 51

Section VI

E-tendering Instructions to Bidders

General

The Special Instructions (for e-Tendering) supplement “Instruction to Bidders”, as given in this

Tender Document. Submission of Online Bids is mandatory for this Tender.

E-Tendering is a new methodology for conducting Public Procurement in a transparent and secured

manner. Suppliers/ Vendors will be the biggest beneficiaries of this new system of procurement. For

conducting electronic tendering, BSNL-Hisar SSA has decided to use the Portal

(http://www.eprocure.gov.in) through Central Public Procurement Portal, Government of India.

Benefits to Suppliers are outlined on the Home-page of the portal.

Instructions

Tender Bidding Methodology

Sealed Bid System – “Single Stage – TWO Envelope”

Broad outline of activities from Bidders prospective

Procure a Digital Signing Certificate (DSC)

Register on Central Public Procurement Portal (CPPP)

Create Users and assign roles on CPPP

View Notice Inviting Tender (NIT) on CPPP

Download Official Copy of Tender Documents from CPPP

Bid-Submission on CPPP

Please take care to scan documents that total size of documents to be uploaded remains minimum. If

required, documents may be scanned at lower resolutions say at 150 dpi. However it shall be sole

responsibility of bidder that the uploaded documents remain legible.

Utmost care may be taken to name the files/documents to be uploaded on CPPP. There should be no

special character or space in the name of file. Only underscores are allowed. The illustrative examples

are given below:-

File name Allowed or not Reason for allowed / not

allowed in CPPP Allowed

QA Certificate not allowed Space in between words /

characters not allowed

QACertificate(1) not allowed Special characters not allowed

QA_Certificate Allowed Under score allowed between

words /characters

QACertificate Allowed Upper & lower cases allowed

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. BOQ may be

downloaded and rates may be filled appropriately. This file may also be saved in a secret folder on

your computer. The names & total size of documents (Preferably below 50 MB) may be checked.

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 24 of 51

Submission of offline documents as per clause 5.1 in a sealed envelope to AGM(Plg) O/o GMTD,

Hisar- 125001(HR) on or before due date & time.

Attend Public Online Tender Opening Event (TOE) on CPPP : Opening of Techno-commercial Part

View Post-TOE reports posted by BSNL on CPPP.

Attend Public Online Tender Opening Event (TOE) on CPPP: Opening of Financial-Part (Only for

Technical Responsive Bidders)

View Post-TOE reports posted by BSNL on CPPP.

For participating in this tender online, the following instructions are to be read carefully. These

instructions are supplemented with more detailed guidelines on the relevant screens of the CPPP.

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/contractor 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].

Registration

To use the Central Public Procurement Portal (https://www.eprocure.gov.in).

Vendor/Contractor need to register on the portal. The vendor should visit the home-page of the

portal (http://www.eprocure.gov.in) and go to the e-procure link then select Bidders Manual Kit.

Note: Please contact NIC Helpdesk (as given below), to get your registration accepted/activated:-

NIC Helpdesk:

Telephone 1800-233-7315

E-mail ID [email protected]

[Please mark CC: [email protected]]

BSNL Contact:

BSNL’s Contact Person Sh. Surender Singh AGM (Plg)

Telephone 01662-233990; Mobile-9416007100

[between 10:00 hrs to 17:30 hrs on working days]

Fax No. 01662-238977

E-mail ID [email protected]

Method for submission of bid documents

In this tender the bidder has to participate in e-tender online. Some documents are to be submitted

physically offline.

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 25 of 51

5.1. Offline submission

The bidder shall submit the following documents offline in Physical form to AGM(Plg) O/o GMTD,

BSNL Hisar-125001(HR) on or before the date & time of submission of bids specified in NIT, in a

Sealed Envelope. The envelope shall bear information as mentioned in clause 11.1.1 of Section IV.

a) Original Demand Draft (DD)– drawn in favor of Account Officer (Cash), O/o GMTD BSNL

Hisar- 125001(HR), payable at Hisar(HR), issued by any scheduled bank towards the payment

of Price of Bid Document as per NIT. It is to be submitted by both non-MSE and MSE

bidders.

b) Original Demand Draft (DD)– drawn in favor of Account Officer (Cash), O/o GMTD, BSNL,

Hisar- 125001(HR), payable at Hisar(HR), issued by any scheduled bank towards the payment

of total Bid Security/EMD as per NIT through a single Demand Draft. NSIC registered MSE

bidders who want to claim the EMD exemption need to submit the attested copy of the latest

and valid MSE certificate in place of the DD of the EMD.

c) Power of Attorney/Resolution of Board of Directors, authorizing an individual with whose

DSC the tender is submitted on e-tendering portal (if and as applicable). In case it is not

applicable a letter on the letter head of the firm addressed to the AGM(Plg) BSNL Hisar

stating that the Power of Attorney is not applicable because the tender is submit on e-

tendering portal with the DSC of Shri……………..who is the sole-proprietor/partner of the

firm.

Note: The Bidder has to upload the Scanned copy of all above said documents during Online

Bid- submission also.

5.2 Online submission:

List of Documents to be uploaded in the “Technical Bid Folder‟ on e-tendering portal

1. Scanned copy of the duly filled, signed, and stamped Bid Form, Section-II of the tender document

2. Scanned copy of the duly filled, signed, and stamped Tenderer’s Profile, Section-III of the tender document.

3. Scanned Copy of a single Demand Draft of requisite value for the cost of tender document as per NIT. NSIC Registered MSE bidders who wants to claim the exemption for Cost of Tender Document need to submit the Scanned copy of Latest and valid MSE Certificate in place of the DD of the Cost of Tender Document.

4. Scanned Copy of a single Demand Draft of requisite value for the Bid Security/EMD as per NIT. NSIC Registered MSE bidders who wants to claim the EMD exemption need to submit the Scanned copy of Latest and valid MSE Certificate in place of the DD of the EMD.

5. Scanned copy of the EPF Registration Certificate.

6. Scanned copy of the ESI Registration Certificate.

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 26 of 51

7. Scanned copy of the GST Registration Certificate.

8. Scanned copy of Solvency certificate from the banker of the tenderer: For works costing up to Rs. 20 lacs- solvency certificate should be of Rs. 2 lacs; For works costing more than 20 lacs – solvency certificate should be of Rs. 5 lacs. The solvency certificate shall not be older than the date of issue of NIT.

9. Scanned copy of the Experience Certificate(s) as per NIT in the prescribed pro-forma (Annexure-B).

10. Scanned copy of the documents, as applicable, in support of registration of the Company/Firm/Proprietorship:

The registration of the firm, authenticated copy of partnership deed in cases of partnership firm.

Attested copy of Articles of Association duly registered with Registrar of Company affairs in case of Limited/Pvt. Limited Company.

Duly executed Affidavit, stating that tenderer is the sole proprietor of the firm 11. Scanned copy of Power of Attorney/Resolution of Board of Directors, authorizing an

individual with whose DSC the tender is submitted on e-tendering portal (if and as

applicable). In case it is not applicable Scanned copy of a letter on the letter head of the

firm addressed to the AGM(Plg) BSNL Hisar stating that the Power of Attorney is not

applicable because the tender is submit on e-tendering portal with the DSC of

Shri……………..who is the sole-proprietor/partner of the firm.

12. Digitally signed tender document without any alteration.

13. Scanned copy of the duly filled, signed, and stamped No Near relative certificate(s) in the prescribed pro-forma as per Annexure-A.

14. Scanned copy of the Duly completed, signed and stamped Declaration about Genuineness of Documents/Certificates as per Annexure-C.

15. Scanned copy of PAN card

16. Scanned copy of acknowledgement of Income Tax Return for last three financial years

Scanning Note- Scanned document corresponding to any item must be in a single PDF file.

This single PDF file may contain one or more than one pages, as the case may be. The File Name of any Document must be made as below-

File Name= Document_XY where XY is the two digit Seriel No. of the Document in the

above Table.

For example, No Near Relative Certificate is having the Serial Number as 14, hence the file

name of its scanned document will be – Document_14. And depending upon the firm, this file Document_14 may contain 1 or more than 1 page(s).

List of Documents to be uploaded in the “Financial Bid Folder‟ on e-tendering portal

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 27 of 51

1. Scanned copy of the duly filled rates, signed and stamped in the Financial Bid as specified in the Part-B, Section-I.

Note:

(i) If some document is not applicable for the bidder then he has to upload scanned copy of paper mentioning “The document <name> called vide clause _____ is not applicable on us.

(ii) If document asked for contains more than one page then all those pages may be uploaded in one PDF file.

6. Price Schedule /Schedule of Quoting Rates

Utmost care may kindly be taken to upload price schedule / Schedule of Quoting Rates. Any change in the format of Price Schedule / Schedule of Quoting Rates file shall render it unfit for bidding. Following steps may be followed-

1. Down load Price Schedule / Schedule of Quoting Rates.

2. Fill rates in down loaded Price Schedule / Schedule of Quoting Rates

3. Save filled copy of downloaded price schedule / Schedule of Quoting Rates file in your computer and remember its name & location for uploading correct file (duly filled in) when required.

Alternatively the bidder can take the print out of the Part-B, Financial Bid, Section-I, Schedule for

Quoting the Rates, duly fill it, sign it and stamp it with the company’s seal. And then take the scanned

copy of it and upload it on the e-tendering portal in the Financial Bid envelope.

For further instructions, the vendor should visit the home-page of the portal (www.eprocure.gov.in), and go to the Bidders Manual Kit. The compatible support software (PDF Converter, Java, etc) for online bid submission may be downloaded from CPP Portal or anywhere else.

The help information provided through “CPPP 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 CPPP.

Note: The special instructions to contractors/Bidders for e-submission of bids online through www.eprocure.gov.in can be accessed by following link https://eprocure.gov.in/eprocure/app?page=HelpForContractors&service=page

which are mentioned below for ready reference-

1. Bidder should do the registration in the tender site http://eprocure.gov.in using the option available. Then the Digital Signature registration has to be done with the e-token, after logging into the site. The e-token may be obtained from one of the authorized Certifying Authorities such as NIC Certifying Authority(NICCA)/MTNL/SIFY/TCS / nCode/eMudhra.

2. Bidder then login to the site thro‟ giving user id / password chosen during registration.

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 28 of 51

3. The e-token that is registered should be used by the bidder and should not be misused by others.

4. The Bidders can update well in advance, the documents such as certificates, purchase order details etc., under My Documents option and these can be selected as per tender requirements and then send along with bid documents during bid submission.

5. After downloading/getting the tender schedules, the Bidder should go thro‟ them carefully and then submit the documents as asked, otherwise, the bid will be rejected.

6. If there are any clarifications, this may be obtained online thro‟ the tender site, or thro‟ the contact details. Bidder should take into account of the corrigendum published before submitting the bids online.

7. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender schedule and they should be in PDF/xls/rar/dwf formats. If there is more than one document, they can be clubbed together.

8. Bidder should get ready the EMD as specified in the tender. The original should be posted/couriered/given in person to the Tender Inviting Authority, within the bid submission date & time for the tender.

9. The bidder reads the terms & conditions and accepts the same to proceed further to submit the bids.

10. The bidder has to submit the tender document online well in advance before the prescribed time to avoid any delay or problem during the submission process.

11. After the bid submission, the acknowledgement number, given by the e-tendering system should be printed by the bidder and kept as a record of evidence for online submission of bid for the particular tender.

12. The details of the Earnest Money Deposit(EMD)/Cost of Tender document submitted physically to the Dept and the scanned copies furnished at the time of bid submission online should be the same otherwise the Tender will be summarily rejected

13. The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders.

14. The bidder should see that the bid documents submitted should be free from virus and if the documents could not be opened, due to virus, during tender opening, the bid is liable to be rejected

15. The time settings fixed in the server side & displayed at the top of the tender site, will be valid for all actions of requesting, bid submission, bid opening etc., in the e-tender system. The bidders should follow this time during bid submission.

16. All the data being entered by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered will not viewable by unauthorized persons during bid submission & not be viewable by any one until the time of bid opening. Overall, the submitted tender documents become readable only after the tender opening by the authorized individual.

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 29 of 51

17. The confidentiality of the bids is maintained since the secured Socket Layer 128 bit encryption technology is used. Data storage encryption of sensitive fields is done.

18. The bidders are requested to submit the bids through online e-tendering system to the TIA well before the bid submission end date & time (as per Server System Clock).

19. The bidder should logout of the tendering system using the normal logout option available at the top right hand corner and not by selecting the (X) option in the browser.

20. If the bidder submits the bid in manual form, he should have already registered in the tender site and he has to inform the registration ID in the bid submitted otherwise his tender will not be considered.

For any other queries, the bidders are asked to contact through Mail : [email protected]

7. Key Instructions for Bidders

The following “FOUR KEY INSTRUCTIONS for BIDDERS” must be assiduously adhered to

1. Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender submission deadline on CPPP.

2. Register your organization on CPPP well in advance of your first tender submission deadline on CPPP.

3. Get your organization’s concerned executives trained on CPPP using online training module well in advance of your tender submission deadline on CPPP.

4. Submit your bids well in advance of tender submission deadline on CPPP . as there could

be last minute problems due to internet timeout, breakdown, etc.

(BSNL should not be responsible any problem arising out of internet connectivity issues).

While the first three instructions mentioned above are especially relevant to first-time users of

CPPP, 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.

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 30 of 51

Section VII SPECIFIC TERMS AND CONDITIONS OF THE OFC CABLE MAINTENANCE

WORK

1. All the stores and other materials required for the work shall be supplied to the contractor.

2. The contractor shall arrange to carry the stores from sub divisional store dump required for the work including loading & unloading etc. at his own cost and no transportation charges etc. in this regard shall be paid by the BSNL.

3. The recovered and surplus stores etc. shall also be carried from site of the work to the store dump & deposited with the I/C of the work etc., without any claim of transportation etc. from the BSNL.

4. The contractor shall protect all the stores issued to him for the work against loss / damage / theft etc. due to floods, fire riots, mishandling etc. till proper accounts are handed over to the BSNL.

5. The contractor will maintain store and other accounts of the work and shall submit to this

office his books and accounts and all other relevant records maintained by him in this connection, within 15 days from the date of his being called upon to do so.

6. In the event of any damage or loss of material while in possession of the contractor, recovery will be made from the contractor to the extent of damage / loss as the case may be, at the rates decided by the GMT Hisar.

7. The unused OFC cables and other surplus material will be deposited by the contractor to the

concerned SDO / SDE at the sub divisional Head quarter or to the I/C T/E at the other stations under valid receipt and at the cost of the contractor after completion of work as per work order

in each case.

8. The contractor shall make his own arrangements of all the necessary tools, testers and other

implements etc. required for the work.

9. The contractor shall employ sufficient resources (machine/manpower) for carrying out the work satisfactorily and handling the valuable stores without any damage etc.

10. The contractor shall arrange to provide Red lamps, Red flag, signboards etc. for display at

the site of work precautions to avoid road accidents etc. due to negligence of his workers.

11. The contractor shall not engage any departmental official / worker for the contract work.

However BSNL staff may be present at work site for supervision purpose.

12. The BSNL shall not be responsible for the continuation of employment of manpower engaged

by the contractor and they will have no claim of employment from the BSNL in any case.

Contractor will have full and independent control on his manpower. BSNL will not have any

control on contractor’s manpower for their work conduct etc. Contractor is responsible for

execution of work.

13. The contractor will comply with Municipality, PWD, Improvement Trust, Forest Department, Police etc. regulation and orders relating to the work.

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 31 of 51

14. The contractor will be held responsible for any damage of water, sewerage, gas pipes, electricity supply, forest plantation etc. or any other installations during execution of work and

will make good any loss done to these underground installations in accordance with provisions

for recovery by various Departments. Contractor will inform to concerned department before taking up work to avoid any damage to others property.

15. The contractor will also be responsible for any damage to the existing / new underground

cables of the BSNL and cost of damage / repairs shall be recovered by the BSNL from contractor’s bills / security deposit etc. in accordance with the provisions of rules.

16. The contractor will have to start the work immediately from the date of execution of agreement and award of work.

17. The contractor will start the work within one hour of the intimation of fault received on

mobile/ telephone/sms on given telephone/mobile numbers from the DET/SDE/JTO of the

OFC wing. The restoration of fault has to be done within eight hours of intimation received. If

the interruption continue for more that eight hours contractor has to pay a penalty of Rs.1000/-

(Rs. One Thousands) per hour or part thereof to BSNL. Time & Date informed on telephone

will be recorded both by the contractor and OFC wing. A slip in the following format will be

prepared by the contractor and will be signed by the representatives of BSNL, contractor to

avoid any dispute. One copy of the slip will be kept by the OFC team for M.B.purpose

(i) Date & time informed to contractor on mobile/telephone/sms

(ii) Date & time started the work:

(iii) Date &time completed the work:

(iv) Description of work done:

(a) Trench Meters (b) No .of joints (c) pits with volume of earth excavated (d) No. of hours JCB deployed (e) No. of joint indicators fixed at fault location (f) Latitude and longitude of pits at fault location (g) distance of optical length from both ends at fault site

18. Work order will be issued by the AGM(Plg) on monthly basis in the prescribed format after receiving of requisition from SDE/DE transmission mentioning approximate work to be done in the month.

19. The splice loss in the fibers spliced in a cable during any fault on an average to be limited to

0.05dB. If this condition is not met by the contractor, then the contractor would be required to make good at its own cost again.

20. Payment shall be made against each completed work order on production of bills as per clause 32.

21. Road cut and reinstatement charges, if any shall be paid by the BSNL to the concerned local authorities. Refilling of trenches with proper ramming and consolidation of earth will be done

by the contractor to the satisfaction of the concerned local authority, i.e. Municipal Committee, PWD, HUDA etc. and to the satisfaction of the department. Prior intimation in

this regard is to be given to concerned local authorities.

22. Any charges claimed by the local authorities for improper reinstatement by the contractor shall be recovered from the contractor’s bills / security deposit.

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 32 of 51

23. The contractor should be in a position to take at least five works at a time. In case the field units issue more than 5 works, priority will be fixed by D.E. concerned for first five works.

24. Extension of time for completion of work: If the contractor desires an extension of time for completion of work on some grounds, he shall apply for the same to concerned D.E. who will

examine the situation and may grant extension if he feels satisfied.

25. Liquidated damage charges:

i. Liquidated damage charges @ Rs. 1000/- per hour per fault shall be recoverable from the bills of the contractor subject to a maximum of 10% of the value of the work order for delay in completion of the work beyond the period specified in the work order.

ii. The GMTD Hisar at his discretion on furnishing of genuine and sufficient grounds for delay in the work by the contractor may waive off the imposition of liquidated damage charges or reduce the amount of such charges.

(iii) The adjustment of liquidated damage charges from security deposit will be made only

when the contract has been terminated or at the time of final settlement of bills on completion

of the work.

26. The JTO I/C (SDE I/C if JTO is not available) of the work will maintain measurement book indicating details of OFC cables repaired, lengths, OFC jointing details, trenches, test pits etc. The bills by the contractor shall be submitted according to the entries in the measurement book.

26. The contractor will submit the tables of the OFC cable repaired and other details etc. along with the bills to the JTO / SDO, who would check and verify the bills with

reference to entries in MB and endorse necessary certificates on the bills and submit to

AGM (PLG) O/o GMT, Hisar through D.E. for payment.

27. 100% work will be inspected and checked by the JTO I/C, (100 % will be done by

SDO/SDE in case no JTO is available), SDO / SDE will check 50% and DE will check

minimum 10% of the work. A certificate to this effect for satisfactory execution of work

will be endorsed on the bills. Inspection report of JTO, SDO & DE should be annexed

with the bill.

28. The contractor shall attend to discrepancies / defects in work reported during inspections, to the full satisfaction of the concerned authority without any extra cost.

29. D.E. concerned shall be competent authority as to decide the quality of work and his decision will be binding on the contractor.

30. On getting the reminders if proper work is still not done to the satisfaction of the concerned DET even after two weeks then at the risk and cost of the contractor the work shall be got done by the department through another agency.

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 33 of 51

31. All the works are subject to testing as per departmental norms and acceptance by the concerned officer in charge of the work not below the rank of S.D.O./S.D.E.

32. The contractor shall submit the bills duly checked by concerned D.E. in the office of AGM (Planning) Hisar within 15 days from completion of work order along with following documents.

32.1 A copy of the work order issued by AGM (Planning), Hisar.

32.2 A copy of the tables of the OFC cable repaired and other details etc. This shall

be duly certified by the SDO / SDE concerned. 4 sets of the tables of the OFC

cable repaired and other details etc should be submitted to JTO/SDO concerned

who will keep 2 copies of print for their future use and 2 copies of print should

be submitted in the office of AGM (Planning), Hisar for record.

32.3 A copy of certificates issued by JTO / SDE / DE that work has been done as per

BSNL Standards, that no dues are recoverable against his work from the contractor on account of (a) damages to existing services (b) recovery of stores

and (c) availability of 100 percent fibers.

32.4 Percentage check report of JTO, SDO & DE for 100%, 50% and 10% respectively. (100% check by SDO if JTO not available)

32.5 Measurement Book duly verified by concerned field JTO/SDE/ DE.

33. The tenderer will have to accept the tender unconditionally and immediately but not later than a period of 10 days from the date of issue of letter of acceptance and execute the contract agreement.

34. Security Deposit will be released after six months from the completion of the contract on a certification from the D.E. concerned in writing regarding satisfactory completion of the work and no demand outstanding against the contractor.

35. Tenderer should sign each and every page of these documents otherwise his tender is liable to be rejected.

36. GMT, Hisar reserves the right to add any other condition in the agreement which may be necessary for smooth / proper implementation of the agreement.

37. The contractor will set up his office within Sirsa town having Telephone and office

setup.

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 34 of 51

Section VIII

TECHNICAL INSTRUCTIONS

1. DIGGING OF TRENCHES AND REFILLING OF TRECHES.

a. Standard width of trenches to be dug : 45 cm.

b. Standard depth of trenches : 1.65 meters

c. The trenches shall be dug as per the standard depth and width as per above norms.

However the contractor will obtain detailed instruction from the JTO/SDO/DE

I/C of each work.

d. The trenches should be dug as straight as possible and should not be in a zig zag

manner. Route marking should be done by string and line to ensure straight

digging. Sharp angles should be avoided.

e. This work involves trenching & back filling at all places in all types of soils

including rocks, brick payments & cement concrete or any other surface for laying of

all types of OFC cables, removal of all and every type of obstructions upto any

volume during trenching, back filling & reinstatement.

f. Proper distance should be kept from electric power cable etc. which is encountered

on route

g. The depth may vary in places where underground pipes, electric power cables,

sewer lines etc. may come in ways or where specifically required by the

BSNL due to any reason, or where the already laid cables of the BSNL may

not permit standard digging etc. However the payment will be restricted to

pro-rata basis for the actual depth of the trench.

h. All the jobs relating to the work, i.e. trenching, test pits, paying out and

laying of cables in trenches of through pipes/bores etc., placement of bricks and

refilling of trenches etc. will be carried out strictly in accordance Engineering

Instructions, and other guidelines on the subject. Necessary information/guidance

will be given by the JTO/SDO/DE while issuing work order to the contractor for

such jobs.

i. The trenches should be immediately filled in and closed after the cables have

been properly laid and inspected by the JTO / SDO / SDE / DE satisfactorily.

The earth filled in should be consolidated and properly rammed to the

satisfaction of the concerned local administration authority / Divisional

Engineer. If the refilling of the trench is required to be done by the

contractor due to any reason other than after laying of the cable, no charges

shall be paid.

j. If trench digging is more or less than 165 cm, then pro rata trench length will be

calculated for payment calculations.

2. DIGGING TEST PITS

This includes all works and supply of all materials for digging of test pits of

size 1 meter by 1 meter by 2 meter deep (1Mx1Mx2M)

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 35 of 51

This work involves digging & back filling at all places in all types of soils including rocks, brick

payments & cement concrete or any other surface for testing of all types of OFC cables, removal of

all and every type of obstructions up to any volume during digging, back filling & reinstatement.

Digging of pits for jointing and placing of pre-cast RCC chamber as per specification and design

(Annexure-H)

JOINTING OF OFC CABLES

The BSNL shall supply the OFC jointing kits and other associated stores for the work. The petty local

purchase consumable items like protective sleeves, isopropyl, P.V.C. Tape, tissue papers etc. shall be

arranged by the contractor himself.

The OFC jointing work will be done in accordance with the departmental instructions under the

guidance of the concerned JTO/SDO/DE. The contractor shall employ trained and qualified OFC

jointers for the job. All the fibers should be jointed correctly as per the scheme.

No other charges except the rate of jointing of OFC cables including fiber jointing shall be claimed by

the contractor. The pits required for the work, tracing of ends of the OFC cables, Joints etc back

filling, testing and all preparatory arrangements shall be made by the contractor without any extra

charges. This work also includes jointing and testing of fibers of OFC cable.

The jointing work under the contract shall cover the joints on the buried OFC cables or duct OFC

cables and their testing thereof.

The OFC cables scrap and the pieces of OFC cables recovered during jointing etc. shall be deposited

by the contractor to the stores under valid receipt.

The contractor shall be responsible within the period of his contract for the failure of the OFC joint

due to bad workmanship etc. and shall replace the OFC joint so detected free of cost and with in a

period of six hours from the time of reporting of fault location.

The contractor shall leave an OFC joint indicator at the site of joint for identification.

The contractor shall submit a list of OFC joints made indicating the 3 D(including the latitude

and longitude coordinates) locations of joints on OFC cable routes. This list must be supplied

along with the bill.

Payment shall be made as per execution of works at site.

In case of Interruption in live traffic due to OFC cut and digging is not possible, JCB ,if required, has

to be employed by the contractor at his own cost to restore the fault within prescribed time.

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 36 of 51

SECTION - IX

Pro-forma of Performance Bank Guarantee (PBG)

(To be typed on Rs.100/- non-judicial stamp paper)

Dated:……………..

Sub: Performance Bank Guarantee (PBG)

Whereas GMTD BSNL Hisar has issued an Award Letter no...……….

Dated……./……/20……... for awarding the work of day to day maintenance of OFC network in

Sirsa revenue district of Hisar SSA to M/s...............................................................................

…………………..……………………………...............................................................................R/o

………………………………………………………………… (hereafter referred to as “Bidder”) and

BSNL has asked him to submit a performance bank guarantee in favour of AO(Cash) O/o GMTD

BSNL Hisar of Rs. …………..……/- (hereafter referred to as “P.G. Amount”) valid up to

……/……/20………(hereafter referred to as “Validity Date”)

Now at the request of the Bidder, We ………………………………………

…………………………Branch having ……………………..…………………………….....

.……………………………………. (Address) and Regd. office addressas………........

………...………………………………………………………………………………………........

…………… (Hereinafter called “the Bank”) agreed to give this guarantee as hereinafter contained:

1. We, “the Bank” do hereby undertake and assure to the BSNL that if in the opinion of the

BSNL, the Bidder has in any way failed to observe or perform the terms and conditions of the

said agreement or has committed any breach of its obligations there-under, the Bank shall on

demand and without any objection or demur pay to the BSNL the said sum limited to P.G.

Amount or such lesser amount as BSNL may demand without requiring BSNL to have

recourse to any legal remedy that may be available to it to compel the Bank to pay the same.

2. Any such demand from the BSNL shall be conclusive as regards the liability of Bidder to pay

to BSNL or as regards the amount payable by the Bank under this guarantee. The Bank shall

not be entitled to withhold payment on the ground that the Bidder had disputed its liability to

pay or has disputed the quantum of the amount or that any arbitration proceeding or legal

proceeding is pending between Bidder and BSNL regarding the claim.

3. We, the Bank further agree that the guarantee shall come into force from the date of its issue

and shall remain in full force and effect up to its Validity date.

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 37 of 51

4. The Bank further agrees that the BSNL shall have the fullest liberty without the consent of the

Bank and without affecting in any way the obligations hereunder to vary any of the terms and

conditions of the said agreement or to extend the time for performance of the said agreement

from any of the powers exercisable by BSNL against the Bidder and to forebear to enforce

any of the terms and conditions relating to the said agreement and the Bank shall not be

relieved from its liability by reason of such failure or extension being granted to Bidder or

through any forbearance, act or omission on the part of BSNL or any indulgence by BSNL to

Bidder or any other matter or thing whatsoever which under the law relating to sureties would

but for this provision have the effect of relieving or discharging the guarantor.

5. Notwithstanding anything herein contained ;

(a) The liability of the Bank under this guarantee is restricted to the P.G. Amount and it

will remain in force up to its Validity date.

(b) The guarantee shall stand completely discharged and all rights of the BSNL under this

Guarantee shall be extinguished if no claim or demand is made on us in writing on or

before its validity date.

6. In case BSNL demands for any money under this bank guarantee, the same shall be paid through DD/Banker’s Cheque in favour of “AO (Cash) O/o GMTD BSNL Hisar(Haryana)” payable at Hisar.

7. The Bank guarantees that the below mentioned officer who have signed it on behalf of the

Bank have authority to give this guarantee under its delegated power.

Place: ……………………………

Date:

…………………………..

(Signature of the Bank Officer) Rubber stamp of the bank

Authorized Power of Attorney Number: ……………….

Name of the Bank officer: …………………………….. Designation: ……………………………..…………….

Complete Postal address of Bank: ……………………

Telephone Numbers ……………………………………

Fax numbers……………………………………….……

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 38 of 51

SECTION X

MATERIAL SECURITY BOND FORM

Where………………………….(hereinafter called “the Contractor”) has been awarded

the contract of cable construction work, as per tender Number________________________

KNOW ALL MEN by these Present that WE ………………OF……………….. having our

registered office at _____________________________________(hereinafter called “the Contractor”) are bound unto…………………......(hereinafter called the “BSNL) in the sum of

…………………………. for which payment will and truly to be made of the said BSNL, the bank

binds itself, its successors and assigns by these presents.

THE CONDITIONS of the obligations are:

1. If the Contractor is unable to keep stores issued to him, property, i.e. the store provided to the contractor, by the BSNL are damaged or

2. The store issued to the contractor by the BSNL are stolen or

3. The Contractor is not able to provide proper account of the stores issued to him/ her / them by the BSNL. We undertake to pay to the BSNL up to the above upon receipt of its first written demand without the BSNL having to substantiate its demand, provided that in its demand, the BSNL will note that the amount claimed by it is due to it owing to the occurrence of one or two or all of three conditions specifying the occurred condition or conditions.

This guarantee will remain in force up to and including One hundred and eighty (180) days after the period of Contract validity, and any demand in respect thereof should reach the Bank not later than the above date.

Signature of the bank

Signature of the Witness

Name of Witness

Address of Witness

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 39 of 51

ANNEXURE-A

CERTIFICATE REGARDING NO NEAR RELATIVE WORKING IN BSNL

1. The near relatives of all BSNL employees (executive or non-executive employees working in Hisar SSA (name of unit) either directly recruited or on deputation are prohibited from participation in this tender. The near relatives for this purpose are defined as:

a) Members of a Hindu Undivided family.

b) They are husband and wife.

c) The one is related to the other in the manner as father, mother son(s), son’s wife (daughter-in-law) Daughter(s) & daughter’s husband (son-in-law) brother(s) & brother’s wife, sister(s)

& Sister’s husband (brother-in-law).

2. The tenderer (s) should give a certificate to the effect that none of his/her relatives as defined above are working in Hisar SSA (name of Unit). In case of proprietorship firm the

certificate will be given by the proprietor, for partnership firm certificate will be given by all the partners and in case of limited company by all Directors of the Company. Any breach of these

conditions by the company or firm or any other person, the tender work will be cancelled and earnest money /security deposit will be forfeited at any stage whenever it is noticed. The BSNL will not pay any damages to the company or firm or concerned person. The company or firm or the person may also be debarred for further participation in the concerned unit.

CERTIFICATE

I…………..…………………..……………S/o………………….………………………..………

R/o…………………………………………………………………………………………………

hereby certify that none of my relative(s) as defined above is/are employed in BSNL Hisar SSA. 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”

DATE_____________ SIGNATURE OF TENDERER WITH SEAL

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 40 of 51

Annexure-B

Pro-forma for experience certificate

Name and address of the issuing office

No:_________________________________________ Dated _______________________

Subject : Experience certificate for optical fiber cable construction work/OFC mtce work.

It is certified that M/s _____________________________________________ having

office at ____________________________________________________________ whose

Proprietor(s)/Partner(s)/Director(s)are

________________________________________________________________________________

_

________________________________________________________________________________

_

_________________________________________________________have successfully carried

out optical fiber cable construction work for the amount mentioned hereunder. It is certified that

these amounts have been paid to the above mentioned contractor.

S.N. Period Contract No(s). Amount paid

(In Rs. )

From

To

1. 01-04-2013 31-03-2014

2. 01-04-2014 31-03-2015

3. 01-04-2015 31-03-2016

4. 01-04-2016 31-03-2017

5. 01-04-2017 Date of NIT

AGM (Plg) or equivalent

Signature of office seal

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 41 of 51

Annexure-C

Declaration about Genuineness of Documents/Certificates

I/We………………………………………………………………………………. hereby declare that

the information furnished in the bid in response to the Tender No. GMTD/HSR/Plg/T-1061/NOFN

O&M/Sirsa Distt./2017-18 is true and correct. I/we verify the genuineness and correctness of all

documents, including experience certificates attached with the bid submitted. Further I also declare

that I have submitted the tender document duly signed, without any additions/deletions/modifications,

as a token of having read, understood and accepted the terms and conditions therein. I am also aware

that I shall be held responsible in case any document attached is found false/forged/fabricated/

tempered/manipulated at any stage and the BSNL is fully competent to take any action against me/my

firm as deemed fit in accordance with the terms and conditions of the contract and law of the land.

Place:

Signature of tenderer / Authorized signatory………….

Date:

Name of the tenderer…………………………….

Seal of the tenderer

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 42 of 51

Annexure-D

Letter of Authorization for attending Bid Opening Event

(to be typed preferably on letter head of the company)

Sub: Authorization for attending Bid Opening

I/ We Mr. /Ms. …………………have submitted our bid for the tender no.

………………………….…in respect of …… ………………………………………………….. (Item

of work) which is due to open on …………………. (date) in the Room of..........................................

………………………………O/o …………………………………………………………………......

I/We hereby authorize Mr./Ms.………………………………………………......................... & Mr. /

Ms…………….………… (alternative) whose signatures are attested below, to attend the bid opening

for the tender mentioned above on our behalf.

…………………………………….

(Signature of the representative) Signature of Bidder/ Officer authorized to sign

on behalf of the Bidder

.......................................................

(Name of representative)

…………………………………….

(Signature of the alternative representative)

.......................................................

(Name of alternative representative)

Above Signatures Attested

Note 1: Only one representative will be permitted to attend the Bid opening

Permission for entry to the hall where bids are opened may be refused in case authorization as

prescribed above is not received.

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 43 of 51

Annexure-E

Details of the Payment Particulars of Price of Tender Document and EMD

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

To

The General Manager Telecom District

Hisar

Dear Sir,

Having examined the conditions of contract and specifications including Addendum/Corrigendum

No…………(if any) the receipt of which hereby duly acknowledged, I/we, undersigned, are bidding

in the e-Tender for day to day maintenance of OFC network in Sirsa revenue district of Hisar

SSA.

Accordingly we are submitting the original DD for the Price of Tender Document & the EMD as mentioned below-

15.1.1.1 Particulars of Payment of Price of Tender Document-

DD No………………..Date………………….Amount………….. Bank:…………………..

(i) Particulars of EMD deposited are as below- DD No………………..Date…………….Amount……..……..….. Bank:…………………..

OR

(ii) Particulars of NSIC Registration as MSE are as below-

Validity: From………………………..To…….…………………..

Monetary Limit in Rs………………………………………………..

Whether registered for the tendered work (Yes/No)………………………….

Dated……./……./………….

Signature of the tenderer………..………..

Name of Tenderer………………..…………

Seal of Tenderer……………………………

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 44 of 51

Annexure-F

SCHEDULE OF RATES AND APPROXIMATE QUANTITIES OF DIFFERENT ITEMS FOR

day to day maintenance of incremental OFC laid under NOFN project in

Sirsa revenue district of Hisar SSA

S. No.

Item code Description of item Scheduled Rates per unit (in Rs.)

Unit Qty Amount

1 1OFCT1 NON ROCKY SOIL 70 per meter

3900 273000

(for excavating trenched up to depth of 165 cms and back filling the excavated trenches after laying the HDPE/PLB pipe with or without protection and clearance of any obstacles on route such as bushes, stalks of ballasts etc.

1OFCT2 ROCKY SOIL-SOFT ROCK 151 per meter

100 15100

(for excavating trenched up to depth of 165 cms and back filling the excavated trenches after laying the HDPE/PLB pipe with or without protection and clearance of any obstacles on route such as bushes, stalks of ballasts etc.

1OFCT3 ROCKY SOIL-HARD ROCK 486 per meter

0 0

(for excavating trenched up to depth of 165 cms and back filling the excavated trenches after laying the HDPE/PLB pipe with or without protection and clearance of any obstacles on route such as bushes, stalks of ballasts etc.

2 2HDPE1 Laying of HDPE pipes/coils coupled with sockets

4 per meter

4000 16000

2HDPE2 Drawing 6mm PP rope in the pipe/coils 1.4 per meter

7000 9800

BSNL will supply HDPE pipes/coils & 6mm PP rope

3 Road crossing through horizontal boring method and inserting G.I. pipes of ISI light class

3RCHB Road crossing through horizontal boring method

3RCHB1 Road width <=4 m 180 per meter

0 0

3RCHB2 4 m < Road width <=7 m 180 per 50 9000

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 45 of 51

meter

3RCHB3 7 m < road width < = 10 m 180 per meter

0 0

3RCHB4 Road width > 10 m 180 per meter

0 0

3RCHB5 Inserting G.I. pipes of ISI light class as road crossing

34 per meter

0 0

3GIS Supply of ISI light class G.I. Pipes for item 3RCHB5

a. G.I. Pipe 32 mm 180 per meter

0 0

b. G.I. Pipe 40 mm 220 per meter

0 0

c. G.I. Pipe 50 mm 275 per meter

0 0

d. G.I. Pipe 100 mm 580 per meter

0 0

4 4HDD Laying of PLB pipe duct through HDD method

4HDD1 Single PLB Pipe 180 per meter

3000 540000

4HDD2 Two or three PLB Pipes 240 per meter

0 0

4HDD3 Four to seven PLB Pipes 300 per meter

0 0

5 5GIPT Laying and fixing of 65 mm/50 mm G.I. pipes in trenches with HDPE pipes/coil inside and drawing PP rope

17 per meter

0 0

BSNL will supply clamp, HDPE pipe/coils and PP rope

6 6GIBC Laying and fixing of 65 mm/50 mm G.I. Pipe through on bridges and culverts with HDPE pipes/coils inside and drawing PP rope

20 per meter

0 0

6GISP Supply of ISI light class G.I. pipes for items no. 5 & 6

(a) 50 mm 275 per meter

0 0

(b) 65 mm 365 per meter

0 0

(c) 100 mm 580 per meter

0 0

7 7RCCT Laying full round/half round RCC pipes in trenches with HDPE pipes/coils inside & drawing pp rope

18 per meter

0 0

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 46 of 51

BSNL will supply HDPE pipes/coils. Material required for sealing the coupling of RCC pipes will be arranged by the contractor.

7RCCS1 Supply of ISI marks NP-2 class half round 100 mm dia RCC pipe in 2 mtrs length normally, S & S Type with inbuilt collar at one end

87.5 per meter

0 0

7RCCS2 Supply of ISI marks NP-2 class full round 100 mm dia RCC pipe in 2 mtrs length normally, S & S Type with inbuilt collar at one end

215 per meter

0 0

8 10PCCT1 Providing RCC protection (1:2:4) at site to HDPE/PLB or G.I. Pipes (1500x1/2x1/4)

4000 per Cu. Meter

0 0

10PCCT2 Weld mesh for reinforcement 50mmx100mm 12 SWG

45 per Sq. mtr

0 0

HDPE/PLB pipes/G.I. Pipes will be supplied by the BSNL. The material required for concreting/including water for curing required for the work shall be arranged by the contractor.

9 11OFCP-1 Opening of manholes, replacing 6mm pp rope by 8mm pp rope, pulling of OFC, sealing of HDPE pipes by rubber bushes in manholes, providing HDPE/RCC split pipes in manhole/back filling of manhole.

9 per meter

9000 81000

11OFCP-2 Opening of manholes, pulling of OFC by blow method, sealing of HDPE pipes by rubber bushes in manholes, providing HDPE/RCC split pipes in manholes/back filling of manhole.

7 per meter

0 0

BSNL will supply OFC, 6mm/8mm PP rope, rubber bush, split RCC/HDPE pipes, clamps. All other material required for the work shall be arranged by the contractor.

10 (A)

12OFST Splicing of all the fibres of OF Cable laid at every joint and making terminations at the ends.

(a) 2 F/ 4 F 750 per joint 0 0

(b) 12 F 1500 per joint 0 0

(c) 24 F/ 48 F 3300 per joint 615 2029500

(d) 96 F 5000 per joint 0 0

(e) 288 F 6000 per joint 0 0

10 (B)

However, committee is of the view that if complete fibres are not spliced but some fibres of OFC tapped from other OFC then rate for splicing of actual no. of fibres spliced will be applicable as under :

(a) Splicing up to 4 fibres 750 per joint 0 0

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 47 of 51

(b) For each subsequent additional fibre splicing (up to total 23 fibres)

100 per joint 0 0

11 13JCBR Digging of pits for jointing chamber and construction of brick chamber, as per BSNL specification, filling of brick chamber with clean sand, supplying and placing of pre-cast RCC slabs on brick chamber and back filling of jointing pit

3500 per jointing

chamber

10 35000

All material required for the work shall be arranged by the contractor

12 (A)

14JCRC Digging of pit for joint chamber, fixing of pre-cast RCC chamber, filling of RCC chamber with clean sand, placing of pre-cast RCC slabs on RCC chamber and back filling of jointing pita

1200 per jointing

chamber

0 0

BSNL will supply pre-cast RCC chamber with cover

12(B) 14JCRC1 Digging of pit for joint chamber, supply of pre-cast chamber, fixing of pre-cast chamber, filling of RCC chamber with clean sand, placing of pre-cast RCC slabs on RCC chamber and back filling of jointing pit.

3000 per jointing

chamber

0 0

13 15ORJF Digging of pit 1 meter towards jungle side on each manhole/joint chamber for fixing of route/joint indicator. Painting and sign writing of route/joint indicators as per BSNL specification

620 per indicator

50 31000

14 16DOC Documentation (3 copies of documents for each route/section and soft copy on CD, 1 set & pen drive. All material will be arranged by contractor

1000 per set 12 12000

15 17 JCB Hiring of JCB for exposing of PLB pipe as per field condition

650 per hour 125 81250

16 18 PIT Digging out of pits of size 1Mx1Mx2M for exposing the OFC and refilling

350 per pit 400 140000

17 DRUM Cost of recovery of empty drums from the contractor (6F/12F/24F)

-400 each 4 -1600

Note: The Quantities mentioned above for different items are based on physical survey

of the routes and approximate, these may vary during execution of the work.

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 48 of 51

ANNEXURE-G

MODEL SOLVENCY CERTIFICATE FORMAT

(To be typed on bank letter head)

This is to certify that to the best of our knowledge and information,

M/s.............................................................................................................(address)………………

…………………………………………………...............................................................................

..............

………………………………..is a customer of our bank, is respectable and can be treated as

good up to a sum of Rs...........................(Rupees.................................................only) as disclosed

by the information and records which are available with us.

This certificate is issued at the specific request of the customer for the purpose of participating in

tender no GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Authorized Signatory

Name………………………….

Date…………………..

Seal :

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 49 of 51

Annexure-H

SPECIFICATION OF PRE CAST RCC CHAMBER

For fixing pre cast RCC chamber, first a pit of size 2m x 2m x 1.8 m depth shall be required to

be dug. Pre cast RCC chamber shall consist of three parts (i) round base plate of 140 cm

diameter and 5 cm thickness in two halves (ii) full round RCC joint chamber with diameter of

120 cm and height of 100 cm and thickness of 5 cm (iii) round top cover will be in two halves

with diameter of 140 cm and thickness of 5 cm having one handle for each half in the centre and

word “BBNL OFC” engraved on it. After, fixing the pre cast RCC joint chamber, the joint

chamber is filled with clean sand before closing. Back filling of joint chamber pit with excavated

soil shall be carried out in end.

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 50 of 51

Annexure-I

Scope of work :

1. Repair of OF cable with in 8 hours after report of fault by BSNL staff. 2. Submission of OK fibre report of all the routes once in a month. 3. While repairing the OF cut, if the cable is laid overhead then it has to be buried under

ground at later stage. 4. Joint indicator is to be placed on every joint and proper location of the joint site (including

latitude and longitude of the pits) is to be provided. 5. After repair, joint is to be buried at standard depth.

Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Page 51 of 51

PART-B (FINANCIAL BID)

SECTION I

Schedule for Quoting the Rates To

The General Manager Telecom

District Hisar

Sub : Our bids for day to day maintenance of incremental OFC laid under

NOFN project in Sirsa revenue district of Hisar SSA.

Ref:- Tender No. GMTD/HSR/Plg/T-1061/NOFN O&M/Sirsa Distt./2017-18

Dear Sir,

Having examined the tender documents, terms and conditions stipulated therein,

specifications of work etc., I/We the undersigned offer to execute the day to day maintenance of incremental OFC laid under NOFN project in Sirsa revenue district of Hisar SSA in conformity with the said specifications and

conditions of contract at the percentage (Below / At par/ Above) on Standard Schedule Rates quoted as under:

In figure……………………..%

BELOW

In words……………………...percent

OR

AT PAR In words……………………………

OR

In figure………………………………….%

Above

In words………………………………….percent

If our Bid is accepted we shall submit the securities as per the conditions mentioned in the

contract.

We agree to abide by this bid for a period of 180 days from the date of opening of qualifying bid

and it shall remain binding upon us and may be accepted at any time before the expiry of that

period.

Dated………./………./

Signature of the tenderer………..

Name of Tenderer……………… Note:- Tenderer should quote the rates keeping in view that quoted rates are inclusive of all taxes and levies but exclusive of GST. GST will be paid extra, if applicable.