E-Tender for Outsourcing BTS sites in Kannur BA - BSNL

65
E-Tender for Outsourcing BTS sites in Kannur BA 1 Signature & Seal of bidder BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprises) TENDER DOCUMENT E-Tender for Outsourcing of BTS sites in Kannur BA (Kannur & Kasaragod areas) Tender No: PLG/MM/ E-Tender/ BSS/Out Sourcing/2021-22/3 Dated at Kannur the 15-11-2021 Cost of Tender Form: Rs.2360

Transcript of E-Tender for Outsourcing BTS sites in Kannur BA - BSNL

E-Tender for Outsourcing BTS sites in Kannur BA

1

Signature & Seal of bidder

BHARAT SANCHAR NIGAM LIMITED

(A Govt. of India Enterprises)

TENDER DOCUMENT

E-Tender for Outsourcing of BTS sites in Kannur BA (Kannur & Kasaragod areas)

Tender No: PLG/MM/ E-Tender/ BSS/Out Sourcing/2021-22/3 Dated at Kannur the 15-11-2021

Cost of Tender Form: Rs.2360

E-Tender for Outsourcing BTS sites in Kannur BA

2

Signature & Seal of bidder

TABLE OF CONTENTS

Section No. Item Page No.

1 Notice Inviting E-Tender 3-9

2 Scope of work/ Technical Specifications/

Requirements/SoR 10-22

3 e-Tendering Instructions to bidders 23-24

4 General /Commercial Conditions of Contract (GCC) 25-29

5 Bidder‟s Profile 30

6 Undertaking and Declaration 31

7 No near relatives Certificate 32

8 Letter of Authorization 32

9 Undertaking regarding genuineness of the documents 33

10 Service Contract Agreement 34-39

11 Performance Bank Guarantee 40

12 Mutual NON-Disclosure Agreement 41-42

13 Part A Bid Form 43

13 Part B Financial Bid 44

List of Annexures

Annexures Description Page No.

Annexure 1 Contact Details of Deployed Personnel 45

Annexure 2 Log Book for diesel filling 46

Annexure 3 Log Book for Mobile access equipment maintenance

and Mobile infrastructure maintenance 46

Annexure 4 Log Book for Rigger activity 47

Annexure 5 Monthly Performance Certificates 47-49

Annexure 6 Payment details to Mobile access equipments and

Mobile infra maintenance and rigger personnel 50

Annexure 7 Monthly Diesel reconciliation Statement 51

Annexure 8 Diesel filling data 52

Annexure 9 Experience certificate 53

Annexure 10 List of BTS sites for Mobile access equipments and

Mobile infra maintenance 54-57

Annexure 11 List of BTS sites for Diesel filling 58-62

Annexure 12 Bid Security/EMD Undertaking & Declaration. 63

Annexure 13 Certificate to be submitted by Bidder & its technology

partner. 64

Annexure 14 Certificate regarding the firm is not black-listed. 65

E-Tender for Outsourcing BTS sites in Kannur BA

3

Signature & Seal of bidder

BHARAT SANCHAR NIGAM LIMITED

(A Government of India Enterprise)

Office of the General Manager, BSNL,

Bhavan, KANNUR – 670002

e-Tender for Outsourcing of BTS sites in Kannur BA (Kannur&Kasaragod areas)

NIT No: PLG/MM/ E-Tender/ BSS/Out Sourcing/2021-22/3 Dated at Kannur the 15-11-2021

SECTION I

NOTICE INVITING e-TENDER

e-Tenders are invited on behalf of Chairman and Managing Director, Bharat Sanchar Nigam

Limited (here in after referred to as BSNL) from Reputed and Experienced Registered/ Licensed

agencies or firms of contractors or Labour Co-operative societies for undertaking the Mobile access

equipment maintenance and Mobile infrastructure maintenance, Diesel filling, Bush cutting and

Rigger activity in Kannur BA (Kannur & Kasaragod areas).Those who are having EPF, ESI, GST

and PAN only are eligible for participating in this tender.

1.NAME OF WORK :Mobile access equipment maintenance and Mobile infrastructure

maintenance, Diesel filling, Bush cutting and Rigger activity in Kannur BA (Kannur &

Kasaragod areas).

2.ESTIMATED COST OF WORK:

Sl. Description of

Activity/Sites

Quantity under

the

contract

Estimated

Cost (Rs.)

EMD

(Rs)

Cost of

tender

form

(Rs)

01 Diesel Filling of DG sets(No of Sites) 342

1,19,31,240/-

In place

of EMD,

Please

submit

the BID

Security

Declarat

ion as

per

Annexur

e 12.

2360/-

02

Mobile

access

equipment

maintenance

and Mobile

infrastructure

maintenance(

No.of sites)

(A) General sites

falling under rural and

urban areas

204

(B) Sites falling under

hard station areas 40

03

Bush cutting, clearing of vegetation,

climbers etc in BTS site Compound

(no of instances in a year)

About 600

instances of

cleaning/year

04 Rigger

activity

Up to 50 M About 125

instances/month

Above 50 M About 30

instances/month

05 Replacement of XAHT/other Antennas

with dual band Antenna including

transportation of store to site

30 instances/Year

Note 1: The quantity /no / Sites stated above are estimated and BSNL reserves the right to vary the

quantity to the extent of -25 % to +25 % of specified quantity at the time of award of the

contract i.e. APO without any change in unit price or other terms & conditions.

E-Tender for Outsourcing BTS sites in Kannur BA

4

Signature & Seal of bidder

Note 2: The List of GSM BTS sites under Kannur BA where the Mobile access equipment

maintenance and Mobile infrastructure maintenance in Kannur BA (Kannur & Kasaragod

areas). in Annexure 10. BSNL is empowered to increase / decrease the number of

sites/manpower/instances at any point of time according to the requirement.

3. ELIGIBILITY OF BIDDERS

a) Intending bidders should be Well Reputed and experienced/Licensed agencies or firms of

contractors or Labour Co-operative Societies/ registered company under the Indian Companies

Act, 1956. (Proof should be attached)

b) The bidder should comply with the eligibility with respect to Preference to Make in India as

per GOI order no P-45021/2/2017- PP(BE-II), dated 16-09-2020.

c) Any bidder from a country which shares a land border with India will be eligible to bid in

this tender only if the bidder is registered with the competent authority as per OM

No.6/18/2019-PPD dated 23rd July, 2020 & 24th July, 2020 imposing restrictions under Rule

144(xi) of the General Financial rules (GFRs) 2017on the grounds of Defence of India and

National Security for Information and compliance. (Pl refer to the Government of India,

Ministry of Finance, Department of Expenditure, Office Memorandum F.No. 6/18/2019-PPD,

dated 23rd July,2020 &24th July ,2020 for more details) Bidders complying this order in all

respects will be considered for placing orders. Non-compliance of this order will result in

rejection of bid at evaluation stage itself.)

An undertaking is to be submitted by the bidder on the Bidder Company‟s letterhead (in

Original) as per the proforma available in ANNEXURE 13.

d) The total annual turnover (audited) of the bidder should be at least Rs.60 Lakhs or more

during any one of the preceding three financial years (ie 2018-19, 2019-2020 & 2020-2021).

Audited Annual Reports duly certified by CA for this is to be enclosed along with the bid.

e) Bidder should have successfully executed similar /related works with any of the Telecom

service provider/Telecom Infra Provider at least for two years during any of the previous five

years. The documentary proof in original for this shall be submitted by the bidder, signed by the

authorized signatory of the company, in the format attached in Annexure 9. In the case of

BSNL, the certificate shall be obtained from an officer not below the rank of DE/AGM.

d) The company should have been registered under Ministry of Labour and should have valid

PAN.

e) The Bidder should not have been black-listed by central/ state governments/ PSUs. A self-

declaration to this effect may be submitted along with the bid document as per Annexure 14.

3.1 The bidders shall submit necessary documentary proof showing that they meet the eligibility

criteria along with their tender bid. All documents submitted will also be self-attested by the

bidder.

4.TENDER DOCUMENTS:

The Tender document can be downloaded from the website: https://etenders.gov.in/eprocure/app or

www.kerala.bsnl.co.in and to be submitted in e-format. Cost of tender document is (Rs.2360/-)

which can be remitted either in cash at the cash counter of the Accounts Officer (Cash),O/o General

Manager, BSNL Kannur-670002 or as a crossed Demand Draft obtained from any Public

Sector/Scheduled Bank in favor of“ The Accounts Officer(Cash), BSNL Kannur” payable at

Kannur.

E-Tender for Outsourcing BTS sites in Kannur BA

5

Signature & Seal of bidder

The scanned copies of the Payment receipts /DD towards cost of bid document has to be uploaded

in the e-Tender Portal. The tender document is not transferable and its cost once paid shall not be

refunded under any circumstances.

Availability of Tender document for downloading 12.00 Hrs of 08/12/2021 onwards

Last date and time of online submission of

Eligibility documents and Bid documents

Up to 13.00 Hrs on 29/12/2021

Last date and time for submission of Tender

Document, Cost of bid document in original in

sealed envelope.

Up to 14.00 Hrs on 30/12/2021

Time and date of opening of Tender. At 15.00 Hrs on 30/12/2021

5. SUBMISSION OF TENDER

The bid contains two parts–

Part A: The First part relates to uploading of scanned documents required for Technical Bid in the

appropriate place of the e-Tender Portal.

Part B: The Second part relates to uploading of Financial Bid containing the Price schedule in

excel format filled carefully in the appropriate place of the e-Tender Portal.

a) All the clauses of the bids must be complied with and price bids must be quoted online by the

bidders before the locking/closing time of the bid as specified in NIT

b) Bids shall remain valid for 180 days from date of opening of the bid. A bid valid for a shorter

period shall be rejected by BSNL as substantially non-responsive bid; the concerned bid shall be

rejected at the opening stage itself.

c) The BSNL may, at its discretion, extend this deadline for the submission of the bids by amending

the bid document in accordance with NIT in which case all rights and obligations of the BSNL and

bidders previously referred to the deadline will thereafter be subject to the extended deadline.

5.1. The bidder shall submit the original tender form duly filled in and signed on all pages along

with the prescribed the cost of the tender documents (in the form of Demand Draft/ cash receipt as

prescribed) shall also be submitted as part of the Bid before the last date and time for submission of

Tender document as mentioned in NIT. Firms registered under MSME/NSIC are exempted from

remitting EMD/ Cost of tender document on production of valid certificate.

5.2 All over writing/erasures/corrections in the bids hall be attested with date by the person signing

the bid.

5.3.The tender in the enclosed proforma should be submitted in sealed cover and superscripted as

“Tender for Mobile access equipment maintenance and Mobile infrastructure maintenance, Diesel

filling, Bush cutting and Rigger activity in Kannur BA (Kannur & Kasaragod areas)”and addressed

to AGM(Plg), BSNL Bhavan, Kannur-670002. Tenders may be dropped in the Tender Box kept for

the purpose at Office of General Manager, III Floor, BSNL BHAVAN, Kannur 670002 or sent by

Registered Post with Acknowledgement Due .Address: AGM (Plg) BSNL Bhavan,Kannur-

670002).No separate acknowledgement will be given. The letter of authorization shall be indicated

by written power-of-attorney accompanying the bid.

E-Tender for Outsourcing BTS sites in Kannur BA

6

Signature & Seal of bidder

Power of Attorney

The power of Attorney should be submitted and executed in the non-judicial stamp paper of

appropriate value as prevailing in the BA and the same be attested by a Notary public or registered

before Sub-registrar of the state(s) concerned.

In case of the bidder being a firm, the said Power of Attorney should be executed by all the

partner(s) in favor of the said Attorney.

Attestation of the specimen signatures of authorized signatory by the Company‟s/ firm‟s

bankers shall be furnished. Name, designation, Phone number, mobile number, email address and

postal address of the authorized signatory shall be provided.

Price Bid should be submitted through e-tender portal only.

5.4 Bids shall be received only up to the closing date &time prescribed in the NIT. In case the

closing date prescribed happens to be an official holiday for the BSNL office, the closing date shall

stand extended to the next working day without any change in the closing time.

5.5 Bids received after the last date and time shall be rejected and returned to the bidder unopened.

BSNL shall not be responsible for any postal delays or other reason by which the delivery of the bid

is delayed and no demands for consideration of such bids shall be entertained by BSNL.

6. LIST OF DOCUMENTS TO BE SUBMITTED AS PART OF THE BID

The following documents should be submitted online by uploading in the-tender portal:

Slno Description

1 Scanned copy of all pages of Tender document signed by the bidder or Authorized Person on all pages along with seal

2 Self-Attested Scanned copy of EPF registration

3 Self-Attested Scanned copy of ESI registration

4 Self-Attested Scanned copy of GST registration

5 Self-Attested Scanned copy of PAN Card

6 Self-Attested Scanned copy Audited Annual report (s) duly certified by CA to support the

claims of financial qualification.

7 Scanned copy of payment details of Cost of Tenderdocument 8 Scanned copy of Bidder‟s profile duly filled-in ( Section 5)

9 Scanned copy of Undertaking and Declaration/Non tampering the tender Document /etc

(Section 6)

10 Scanned copy of No near relative certificate duly filled inand signed (Section 7)

11 Scanned copy of Letter of Authorization to Tender Opening Event(TOE) ,if any(Section 8)

12 Scanned copy of Undertaking regarding genuineness of the documents/information

submitted (Section 9)

13 Scanned copy of Duly filled Vendor Master Form(Annexure 10)

14 Self-Attested Scanned copy of Original" Power of Attorney" in case person signed the tender documents is other thanproprietor 15 Self-Attested Scanned copy of "Partnership Deed" duly registered if applicable

16 Self-Attested Scanned copy of Certificate of incorporation if applicable

17 Self-Attested Scanned copy of Article and Memorandum of Association or partnership

deed or proprietary deed as the case may be.

18 Self-Attested Scanned copy of Latest and valid MSME/NSIC Certificate (for the

tendered item) duly certified by MSME (if applicable)

19 Scanned copy of Experience certificate -2years

E-Tender for Outsourcing BTS sites in Kannur BA

7

Signature & Seal of bidder

20 An undertaking is to be submitted by the bidder on the Bidder Company‟s letterhead

(in Original) as per the proforma at Annexure 13

21 A self-declaration stating that the bidder is not black listed by GST Authorities (as per

the proforma at Annexure 14.

6.1 Tender documents in original, should be duly filled in and signed by the bidder on each page.

6.2 Bid Security should be in the form of Demand Draft/ cash receipt as prescribed.

6.3 Cost of Tender documents should be in form of crossed Demand Draft/Cash Receipt.

6.4 It is the sole responsibility of the bidder to confirm from the E-Tender Portal regarding

amendments ,if any ,or any other clarifications before uploading of the tender document.

6.5 . Firms registered under MSME/NSIC are exempted from remitting EMD/Cost of tender

document on production of valid certificate.

7. EARNEST MONEY DEPOSIT (EMD): (( This clause stands cancelled till 31-12-2021)

8. OPENING OF BIDS

The bids will be opened in single. The Tendering Authority will open both technical bid and

financial at time and date as mentioned in the NIT. The venue of opening will be the chamber of the

AGM( Plg) O / o General Manager, BSNL BHAVAN, Kannur–670002 or any other office

authorized for the purpose by the General Manager ,BSNL ,Kannur, in the presence of the bidders

or their authorized representative as may be present at the prescribed time and date of opening of the

tender. The bidders can view the opening details after the Tendering Authority opened them. The

date fixed for opening of bids, if subsequently declared as holiday by BSNL, the revised date of

schedule will be notified in the e-Tender Portal. However, in the absence of such notification, the

bids will be opened on the next working day, time remaining unaltered.

9. EVALUATION OF BIDS:

9.1 BSNL shall evaluate in detail and compare the substantially responsive bids. A substantially

responsive bid is one which confirms to all the terms and conditions of bid documents without

material deviation. A bid determined as substantially non responsive will be rejected by BSNL.

9.2 Evaluation will be made based on the total contract charges per annum (Sl.No.1,01 to 1.07) in the

financial bid. ie, on the basis of the total cost obtained by multiplying the quoted rate for each item of

work with quantity of work for one year and then summing up the amount quoted for carrying out

the whole work (Sl.No.1,01 to 1.07) ,but excluding GST.

The rate should be quoted both in figures and words in English in the quotation. However it shall not

be binding on BSNL to award the contract to the lowest bidder and the decision of the General

Manager, Kannur in this regard shall be final and binding on all.

9.3. It may be noted that the methodology given is applicable only for the purpose of evaluation of

bids and shall have no bearing on actual quantity of work/total payment to be made for the work to

be carried out.

10.SECURITY DEPOSIT:

All suppliers (including MSME/NSICs who are registered with the designated MSME/NSIC bodies,

like National Small Scale Industries Corporation etc.) shall furnish performance security to the

purchaser for an amount equal to 10% of the value of Advance purchase order within 14 days from

the date of issue of Advance Purchase Order by the Purchaser and valid for 30 months. In case

BSNL extends the CONTRACT beyond one year, PBG validity shall have to be extended

accordingly as per relevant tender clauses.

If the Security Deposit is in the form of PBG, the amount of PBG is 10% (ten percentage) of contract

value plus applicable GST).

The EMD and Security Deposit will not bear any interest.

E-Tender for Outsourcing BTS sites in Kannur BA

8

Signature & Seal of bidder

11. AGREEMENT (PERIOD OF CONTRACT)

The successful bidder will have to execute an agreement as per Section 10, after remitting the

security deposit, in a stamp paper of appropriate value at his own expenses. After executing the

agreement, the approved rate and contract shall be valid up to ONE year from the date of execution

of the agreement. The contract period can be extended on same terms and conditions for a period of

12 months, subject to satisfactory performance during the previous period by the contractor.

12. GENERAL

i) If the last date of receipt/opening of Tender happens to be a holiday, tenders will be received and

opened at the same time and venue as mentioned above on the next working day.

ii)All Tenders that are received after the last date and time prescribed above or are not accompanied

by EMD (Bid Security) or valid documentary proof establishing any exemptions in the matter of

EMD, besides the cost of the tender documents (if applicable) or are incomplete in any respect, or

are prepared or submitted without strictly following the terms and conditions and instructions carried

in the tender document, shall be summarily rejected.

iii)Amendments, if any, to the tender document will be notified in the website

https://etenders.gov.in/eprocure/app or www.kerala.bsnl.co.in as and when such amendments are

made. It is the sole responsibility of the bidders who have downloaded the tender document from the

website to keep themselves abreast of such amendments before submitting the tender document.

iv)Intending bidders are requested to register themselves with https://etenders.gov.in/eprocure/app or

www.kerala.bsnl.co.in for obtaining user-id and Password.

v)BSNL has decided to use the process of e-tendering for inviting this tender and thus the physical

copy of the tender would not be sold.

vi)Bidders may note that the tender document can be downloaded from the website

https://etenders.gov.in/eprocure/app or www.kerala.bsnl.co.in

vii)The bidders shall furnish a declaration that no addition /deletion /corrections have been made in

the downloaded tender document being submitted and it is identical to the tender document

appearing on Web-site https://etenders.gov.in/eprocure/app or www.kerala.bsnl.co.in as per Section

6.In case of any correction/addition/alteration/omission is found in the tender document ;the tender

bid shall be treated as non-responsive and shall be rejected.

viii)The total annual turnover (audited) of the bidder should be at least Rs.60 lakhs or more during

any one of the preceding three financial years (ie 2018-19, 2019-2020 & 2020-2021).

ix) The documents as listed out in clause 6 should be uploaded in the e-Tender Portal.

x) BSNL has adopted e-tendering process which offers a unique facility for, Public OnlineTender

Opening Event(TOE), BSNL‟s Tender Opening Officers as well as authorized representatives of

bidders can attend the Public Online Tender Opening Event(TOE) from the comfort of their offices.

However, if required, bidders or their authorized representatives can attend the Tender Opening

Event at the Office of General Manger, BSNL, BSNL BHAVAN, Kannur-670002 where BSNL‟s

Tender Opening Officers would be conducting Public Online Tender Opening Event(TOE).

xi) Incomplete, ambiguous, Conditional tender bids are liable to be rejected.

xii) All documents submitted in the bid offer should be preferably in English. In case the certificate

viz., experience, registration etc., is issued in any language other than English, the bidder shall

attach an English translation of the same duly attested by the bidder & the translator in addition to

the relevant certificate. All computer generated documents should be duly attested/signed by the

issuing organization.

xiii)All statutory taxes as applicable shall be deducted at source before payment.

E-Tender for Outsourcing BTS sites in Kannur BA

9

Signature & Seal of bidder

xiv) All computer generated documents should be duly signed/ attested by the bidder/ vendor

organization.

xv) The successful bidder should obtain registration from the Labour department within15 days

from the date of acceptance of the bid.

The General Manager, BSNL, Kannur reserves the right to cancel the tender at any stage of the

tendering processor accept or reject any or all the tenders received without assigning any reason and

is not bound to accept the lowest tender.

xvi) For any other queries please contact:

1. Mr. Jayalal S V, AGM (Planning), Kannur, Mob: +91 9495191616

2. Mr. Mahesh Kumar T, SDE (Planning), Kannur Mob: +91 9443100998

Asst. General Manager ( Plg )

BSNL Kannur, Kannur-670 002

E-Tender for Outsourcing BTS sites in Kannur BA

10

Signature & Seal of bidder

SECTION- 2Part A

SCOPE OF WORK

Mobile Access Equipment Maintenance (BSNL /N - BSNL/ IP)

All BTS related alarm need to be made functional and to be extended up to OMCR within

three month. (Penalty of Rs 50 per day per site for one month)

Prompt action (within 1 hour in city and 12 hours in Rural) on receipt of instructions (by call or

by SMS) from concerned officer regarding manual assistance in rectification of alarms/faults

in site. In case of no action in accepted time line Penalty per hour at the rate of Rs 10 per hour

per site)

Air filter cleaning in BTS/ Node B/ e-Node B, every month and entry in log book of site.

In case of BTS outages due to control card faults of BTSs / NODE-Bs fault, replace the fault

items with the spare module /cards as per instructions of BSNL Site In charge.

In case of Mini Link/ OFC failure, details of visual alarm noticed to be communicated to the

maintenance In-charge.

For prolonged failure of Electricity as intimated by BSNL officer, Coordination for

restoration of EB in consultation with BSNL Site/ IP In charge.

To check Earth Connectivity is available at BTS/ Node B.

The field staff being deployed should be provided with 2 SIMs one of BSNL & other from

private TSPs for communication when BTS site is down.

Any BSNL OFC breakdown en-route to be intimated to site in charge for prompt restoration

of OFC fault.

Site failure due to unsatisfactory support in Site upkeep activities which leads to prolonged

outage for more than 12 hrs in urban area and 48 Hours in Rural area will be treated as major

deviation and penalty @ Rs 50 per hour.

Up to 24 hrs of reporting of non-compliance related to above specific instance will be treated

as 1 minor deviation and further non completion of activity in every 3 days will be treated as

single instance.

Maintaining EMF related boards and help in providing data for Biennial submission of EMF

Radiation.

Antenna Orientation & Tilt as per requirement for optimization.

VSWR fault rectification per sector (includes reconnectorization, jumper cable change &

weather proofing)

Checking & correction of RF cable swap, L-1 antenna at RRH, removal of bird/honey

bee/wasp nest

Any other activity with minor modification in RF as per guidance of BSNL

Non-completion of ordered rigger activity within 3 days of intimation will be taken as minor

performance deviation. Every one week delay will be treated as one instance.

Each Minor performance deviation will result in penalty of Rs 50 except in case the deviation

is because of BSNL reasons.

Assistance in handling of minor store items.

Site wise capping of 12% is applicable in respect of minor performance deviations/ site upkeep

activities.

Penalties being charged for Major Performance Deviations attributable to the bidder will be

capped to 12% of the total contracted value for the services of the relevant invoice period.

E-Tender for Outsourcing BTS sites in Kannur BA

11

Signature & Seal of bidder

If the total penalties reaching the capping limit consecutively for three months, BSNL will

have the right to terminate the contract of the concerned SSA without any further notice.

If any fraudulent activity by the personnel deployed is detected by BSNL authorized

personnel/officer, then the bidder is liable to pay penalty as assessed by BSNL i.e. the cost of

consequential damages to installation(s)/DG set(s) would be deducted at actual, from the

service provider‟s bill. This will be over and above the other penalties and will not be subject

to capping if any.

Any tendered work not attended in time, BSNL will have the right to get it done from external

resources and payment made to them will be recovered from SP.

Mobile Infrastructure Maintenance (N-BSNL Sites )

Ensure working of Power plant alarms with OMC-R. (Penalty of Rs 8 per day per site for one month)

Prompt action (within 1 hour in city and 12 hours in Rural) on receipt of instructions (by call or

by SMS) from concerned officer regarding manual assistance in rectification of alarms/faults in

site. In case of no action in accepted time line (Penalty per hour at the rate of Rs 5 per hour per

site)

First line maintenance of power plants, battery and any problem reported. Any problem not

reported within 3 days for urban area and beyond 10 days will attract penalty of Rs 2 per day

per site for the days it has not reported.

Periodically check-up power plant modules working, load sharing and ensuring sufficient

Modules are available for Equipment in consultation with Site In charge and Charging of

Battery.

Tightening of all nuts /screws in interconnecting point of power cable from EB panel board to

each equipment, once in three months.

To ensure the control card is functioning properly so that battery do not go to deep discharge.

In case of any Power Plant outages due to fault in control card intimation to be given to Site In

charge for attending the same on priority.

Conducting Battery Backup test with Existing Load at least in quarterly & record the same in

Log Book.

Faulty Card/ Units need to be deposited at designated centre as per requirement & collect

repaired unit within 24 hours in urban and in 48 hours in rural areas and delay more than that

will be counted as one instance of minor deviation and penalty @ of Rs 50 per day will be

charged.

Replacement of the faulty modules with repaired Modules as per instructions of Site In charge

within 24 hours in urban and in 48 hours in rural areas is mandatory and any delay resulting in

downtime of equipment because of Non replacement of control card will be counted as major

deviation and will be charged @ Rs 20 per hour.

Bidder has to provide related testing equipments to discharge the functions listed.

Cleaning, security and up keeping of the site including all equipment, tower surroundings,

shelter/OD cabinet, DG etc. This includes bush cutting in the BTS sites in open areas. All tools

& Cleaning material to be provided by the bidder.

Routine check of free cooling systems available at site and DG set and other Equipments and

record the same in log book as per the periodicity defined for the visit as per tender. Reporting

of any alarms/faults/untoward incident to the concerned officer.

Running of DG sets as required.

E-Tender for Outsourcing BTS sites in Kannur BA

12

Signature & Seal of bidder

Assisting in Diesel filling in the DG Set available at the site.

Up to 24 hrs of reporting of non-compliance related to above specific instance will be treated

as 1 minor deviation and further non completion of activity in every 3 days will be treated as

single instance.

Site wise capping of 12% is applicable in respect of minor performance deviations / site

upkeep activities.

Penalties being charged for Major Performance Deviations attributable to the bidder will be

capped to 12% of the total contracted value for the services of the relevant invoice period.

If the total penalties reaching the capping limit consecutively for three months, BSNL will

have the right to terminate the contract of the concerned SSA without any further notice.

If any fraudulent activity by the personnel deployed is detected by BSNL authorized

personnel/officer, then the bidder is liable to pay penalty as assessed by BSNL i.e. the cost of

consequential damages to installation(s)/DG set(s) would be deducted at actual, from the

service provider‟s bill. This will be over and above the other penalties and will not be subject to

capping if any.

Any tendered work not attended in time, BSNL will have the right to get it done from external

resources and payment made to them will be recovered from SP.

Diesel filling

The activities to be carried out in the BTS sites are listed below.

Carrying Diesel from Pump and Diesel filling in the DG Set available at the sites.

Checking the level of diesel in the DG tank at the time of filling (opening level & closing) and

making entries in the Log book for diesel filling.

Collection of data directly from the site pertaining to monthly diesel reconciliation statement.

Checking the meter reading in the DG run hour meter (opening and closing) and Controller

logged hours (if available) and making entries of DG run hours in the Log book.

Ensuring availability of 50% tank capacity of diesel in the DG at any point of time.

Arranging test run in case, if any dispute arise between the Contractor and the BSNL official

concerned.

Bush cutting and clearing Vegetation from NBSNL sites:-

This includes bush/ grass/creepers/climbers cutting including small trees inside the tower base,

near the beds of OD BTS/OD Power plant/ O.D Node /DG/ OD battery bank etc. and removing

climbers from tower/shelter/DG/OD power plant etc. and clearing of weeds in the BTS site

compound

Rigger Activities:-

a. Climbing the tower (RTT/GBT) -up to 100m

b. Antenna re-orientation

c. Checking/Replacement of weather proof tapes to prevent water entry

d. Verification/replacement of connectors/fittings and Assistance in VSWR correction

e. Verification/correction of Lightning Arrestor and its fittings

f. Hoisting /De hoisting and associated installation work of AMF/Antenna

g. Any other related works in tower, as required by concerned BSS officer

Replacement of XAHT/other antennas

a. New dual antennas are to be collected from Mobile store at Thalasserry /Mattannur/

talipparamba/ Kanhangad and transportation to site.

b. Replacement of working XAHT and other type of antennas with dual antenna and making

the site functional.

E-Tender for Outsourcing BTS sites in Kannur BA

13

Signature & Seal of bidder

SECTION- 2 Part B

TECHNICAL SPECIFICATIONS/ REQUIREMENTS

A. Technical specifications:

The detailed scope of the works involved in the Tender are given below

1. Scope related to Diesel filling in DG Sets:

This is to carry out diesel filling in BSNL BTS sites on a periodic basis. On an average every

site needs diesel filling of one to two times per month. However in some of the sites, it can go up to

four times a month depending on the tank capacity and the frequency of EB supply interruption.

Other than the periodic refilling whenever there is emergency requirement, based on OMCR low

fuel alarm or message given by the concerned officer, refilling is to be arranged within three hours

on getting such intimation. Bidder has to ensure availability of 50 % tank capacity of diesel in

the DG at any point of time.

The diesel charges in respect of the usage of the diesel generator sets at the site shall be

reimbursed by BSNL in proportion to the actual diesel consumption, whenever diesel is procured by

vendor on payment basis. Depending on the log book data on Diesel filling and DG run hours in run

hour meter, the diesel charges in respect of each site will be paid by BSNL on monthly basis.

BSNL have an option to enter into direct MOU with oil companies for procurement of diesel

from their specified outlets through petro/ fleet cards. In such an event petro/ fleet card will be

issued to the contractor on proper acquaintance by the authorized person of the vendor & payment

will be made directly to the oil companies by BSNL. Any loss / misuse of the petro/ fleet cards

issued to the vendor will be the responsibility of the vendor. Any such losses will be recovered by

BSNL from the vendor by adjusting against the payment due to the vendor or will be recovered

from PBG. In the case of any misuse causing loss to BSNL, a penalty of 10% of the contract value

or forfeiture of the bank guarantee along with termination of contract, as decided by the competent

authority of BSNL will be imposed on the contractor. Any reduction in the diesel cost/ loyalty

benefits in view of the MOU will be availed by BSNL. It will be the responsibility of the contractor

to reconcile the diesel consumption as per actual usage in field with that in petrol/ fleet card

account. The payment of diesel cost from BSNL will be limited to actual consumption based on log

book after applying the ceiling limit based on the consumption computed with run Hr meter reading

and per hour consumption indicated in this tender document. The sites for which even one instance

of diesel filling per month is not recorded will not be considered for Diesel filling expenses for

the said month. The bills, will be verified, passed & forwarded by BSNL representative (Divisional

Engineer (BSS)) based on the consumption in litres/ Hr indicated in the tender document. Any extra

cost incurred will be the responsibility of the vendor. If the diesel cost through Petro/ fleet card is

found to be less than the diesel consumption based on mileage, the contractor will not have any

claim for the additional cost.

If the ceiling limit based on the Circle Average consumption/hour in a site is less than the

actual consumption based on log book entry continuously for two consecutive months, and the

contractor feels that Average consumption per liter in that site is to be reviewed due to aging of DG

or other factors then a test run can be requested by the vendor to calculate the Average

consumption/hour for that particular site. The test run will be conducted by a joint team

consisting of representatives of Contractor and BSNL. Test run will be conducted only on

quarterly basis. The test run report will be signed by the Contractor and the BSNL team (SDE BSS),

countersigned by DE(BSS) and to be submitted along with the performance report. If the test run

reports are not sent along with the performance report, the consumption will be taken as per the

circle average CPH and the HMR readings. The Average consumption/hour calculated will be

made applicable only in the subsequent Quarterly invoice period. The contractor can request for

only one test run in any site during the whole AMC period.

In the case of MOU with oil companies, BSNL will pay directly to the Oil companies. Any

excess usage of Diesel after tallying with log book entries/Run hour meter will be adjusted from the

vendor from their monthly bills.

E-Tender for Outsourcing BTS sites in Kannur BA

14

Signature & Seal of bidder

In about 45% of the sites, agreement with Building owner is available for house keeping

activities. Balance sites Mobile access equipment maintenance and Mobile infrastructure

maintenance activities are part of this tender.

The bidder has to maintain a log book in every site for Diesel filling, as per the format in

Annexure 2. It is the responsibility of the bidder to update the logbook promptly on Diesel filling.

Concerned BSNL officers will periodically verify the logbook entries and put their initials. The

bidder has to seal and lock the hour meter in the presence of BSNL representative. Every month the

hour meter reading is to be noted by bidder along with the BSNL representative and a consolidated

statement along with log book reports is to be submitted by the contractor. Under any

circumstances if any of the units like run hr meter is faulty then the diesel filling should be

done under the supervision of any of the BSNL officers/ persons authorized by BSNL. The

payment will be based on logbook entries, but will be limited to monthly consumption based on run

hour meter reading and BA Average consumption in litres/hour. The method for calculating the

same is as follows:

BA Average consumption in litres/hour for various makes of DG with Different

capacity

Capacity

Make

BA Avge consumption

in litres/hour *

7.5KVA

Eicher 1.6

Mahindra 1.8

Ph1 1.5

15KVA

FG Wilson / Innova 2.1/2.0

Eicher Ph IV/stanford 2.1/2.1

Eicher Ph V/ Diesel tec 1.8/2.0

APC/Automech 2.4/1.9

Mahindra/Indofrench 2.1/2.0

Kirloskar 2.1

Simpson 2.5

Jeevan 1.9

KEC 2.5

30KVA Kirloskar 3.0

Note:

* In case of addition of new make /type of DG in the BSNL network, the per hour diesel

consumption will be arrived by BSNL and will be intimated to the bidder. For some sites with high

load, CPH will be more than the circle average. Site wise CPH values are given in the Annexure.

Obtaining of special permit if any required, from Motor vehicle department for transporting Diesel

in bulk through motor vehicle, will be the responsibility of the contractor.

2. Mobile Access Equipment Maintenance and Mobile Infrastructure Maintenance

The BTS sites are classified into three categories : (i) Urban sites- sites in

Corporation/Municipal areas (ii) Rural sites – Sites in Panchayat areas (iii) Hard Stations – Sites

which are remote/geographically spread out (about 8km distance from nearby sites) or sites in hill

stations. The rate to be quoted are same for category (i) & (ii) sites where as separate rate is to be

quoted for category 3 sites. The maximum number sites which can be applied for these three

categories of sites are different.

The activities to be carried out in these three categories of sites are same as listed below.

E-Tender for Outsourcing BTS sites in Kannur BA

15

Signature & Seal of bidder

Mobile Access Equipment Maintenance

All BTS related alarm need to be made functional and to be extended up to OMCR within three

month. (Penalty of Rs 50 per day per site for one month)

Prompt action (within 1 hour in city and 12 hours in Rural) on receipt of instructions (by call or

by SMS) from concerned officer regarding manual assistance in rectification of alarms/faults in

site. In case of no action in accepted time line Penalty per hour at the rate of Rs 10 per hour per

site)

Air filter cleaning in BTS/ Node B/ e-Node B, every month and entry in log book of site.

In case of BTS outages due to control card faults of BTSs / NODE-Bs fault, replace the fault

items with the spare module /cards as per instructions of BSNL Site In charge.

In case of Mini Link/ OFC failure, details of visual alarm noticed to be communicated to the

maintenance In-charge.

For prolonged failure of Electricity as intimated by BSNL officer, Coordination for restoration

of EB in consultation with BSNL Site/ IP In charge.

To check Earth Connectivity is available at BTS/ Node B.

The field staff being deployed should be provided with 2 SIMs one of BSNL & other from private

TSPs for communication when BTS site is down.

Any BSNL OFC breakdown en-route to be intimated to site in charge for prompt restoration of

OFC fault.

Site failure due to unsatisfactory support in Site upkeep activities which leads to prolonged

outage for more than 12 hrs in urban area and 48 Hours in Rural area will be treated as major

deviation and penalty @ Rs 50 per hour.

Up to 24 hrs of reporting of non-compliance related to above specific instance will be treated as

1 minor deviation and further non completion of activity in every 3 days will be treated as

single instance.

Maintaining EMF related boards and help in providing data for Biennial submission of EMF

Radiation.

Antenna Orientation & Tilt as per requirement for optimization.

VSWR fault rectification per sector (includes reconnectorization, jumper cable change &

weather proofing)

Checking & correction of RF cable swap, L-1 antenna at RRH, removal of bird/honey bee/wasp

nest

Any other activity with minor modification in RF as per guidance of BSNL

Non-completion of ordered rigger activity within 3 days of intimation will be taken as minor

performance deviation. Every one week delay will be treated as one instance.

Each Minor performance deviation will result in penalty of Rs 50 except in case the deviation is

because of BSNL reasons.

Assistance in handling of minor store items.

Site wise capping of 12% is applicable in respect of minor performance deviations

/ site upkeep activities.

Penalties being charged for Major Performance Deviations attributable to the bidder will be

capped to 12% of the total contracted value for the services of the relevant invoice period.

If the total penalties reaching the capping limit consecutively for three months, BSNL will have

the right to terminate the contract of the concerned SSA without any further notice.

E-Tender for Outsourcing BTS sites in Kannur BA

16

Signature & Seal of bidder

If any fraudulent activity by the personnel deployed is detected by BSNL authorized

personnel/officer, then the bidder is liable to pay penalty as assessed by BSNL i.e. The cost of

consequential damages to installation(s)/DG set(s) would be deducted at actual, from the service

provider‟s bill. This will be over and above the other penalties and will not be subject to

capping if any.

Any tendered work not attended in time, BSNL will have the right to get it done from external

resources and payment made to them will be recovered from SP.

Mobile Infrastructure Maintenance (N-BSNL Sites )

Ensure working of Power plant alarms with OMC-R. (Penalty of Rs 8 per day per site for one

month)

Prompt action (within 1 hour in city and 12 hours in Rural) on receipt of instructions (by call or

by SMS) from concerned officer regarding manual assistance in rectification of alarms/faults in

site. In case of no action in accepted time line (Penalty per hour at the rate of Rs 5 per hour per

site)

First line maintenance of power plants, battery and any problem reported. Any problem not

reported within 3 days for urban area and beyond 10 days will attract penalty of Rs 2 per day

per site for the days it has not reported.

Periodically check-up power plant modules working, load sharing and ensuring sufficient

Modules are available for Equipment in consultation with Site In charge and Charging of

Battery.

Tightening of all nuts /screws in interconnecting point of power cable from EB panel board to

each equipment, once in three months.

To ensure the control card is functioning properly so that battery do not go to deep discharge.

In case of any Power Plant outages due to fault in control card intimation to be given to Site In

charge for attending the same on priority.

Conducting Battery Backup test with Existing Load at least in quarterly & record the same in

Log Book.

Faulty Card/ Units need to be deposited at designated centre as per requirement & collect

repaired unit within 24 hours in urban and in 48 hours in rural areas and delay more than that

will be counted as one instance of minor deviation and penalty @ of Rs 50 per day will be

charged.

Replacement of the faulty modules with repaired Modules as per instructions of Site In charge

within 24 hours in urban and in 48 hours in rural areas is mandatory and any delay resulting in

downtime of equipment because of Non replacement of control card will be counted as major

deviation and will be charged @ Rs 20 per hour.

Bidder has to provide related testing equipments to discharge the functions listed.

Cleaning, security and up keeping of the site including all equipment, tower surroundings,

shelter/OD cabinet, DG etc. This includes bush cutting in the BTS sites in open areas. All tools

& Cleaning material to be provided by the bidder.

Routine check of free cooling systems available at site and DG set and other Equipments and

record the same in log book as per the periodicity defined for the visit as per tender. Reporting

of any alarms/faults/untoward incident to the concerned officer.

Running of DG sets as required.

E-Tender for Outsourcing BTS sites in Kannur BA

17

Signature & Seal of bidder

Assisting in Diesel filling in the DG Set available at the site.

Up to 24 hrs of reporting of non-compliance related to above specific instance will be treated

as 1 minor deviation and further non completion of activity in every 3 days will be treated as

single instance.

Site wise capping of 12% is applicable in respect of minor performance deviations / site

upkeep activities.

Penalties being charged for Major Performance Deviations attributable to the bidder will be

capped to 12% of the total contracted value for the services of the relevant invoice period.

If the total penalties reaching the capping limit consecutively for three months, BSNL will

have the right to terminate the contract of the concerned SSA without any further notice.

If any fraudulent activity by the personnel deployed is detected by BSNL authorized

personnel/officer, then the bidder is liable to pay penalty as assessed by BSNL i.e. The cost of

consequential damages to installation(s)/DG set(s) would be deducted at actual, from the

service provider‟s bill. This will be over and above the other penalties and will not be subject to

capping if any.

Any tendered work not attended in time, BSNL will have the right to get it done from external

resources and payment made to them will be recovered from SP.

Any other miscellaneous work related to the BTS site maintenance, assigned by the concerned

Sub Divisional Engineer (BSS)/Junior Telecom Officer (BSS) or any other officer in charge of

BSS.

There are sites in which the owner is given the responsibility of keeping the tower premises

clean and tidy and to operate DG in power failure, in addition to ensuring general security .In such

cases; the remaining items in the scope of Mobile access equipment maintenance and Mobile

infrastructure maintenance mentioned above, will have to be carried out by the bidder and two such

sites (Partial sites) will be clubbed and taken as one full site.

2.1 Scope related with Rigger activities in BTS sites

2.1.1 Rigger Type 1

1. Climbing tower up to 100m for inspection/minor works as per the direction of concerned

BSNL officer in charge.

2. Redoing of IF connectors of micro wave systems on the top and bottom of different types

of towers.

3. Replacement of faulty jumper cable on the top of tower and bottom of tower in connection

with VSWR clearance.

4. Redoing of jumper cable connector on the top and bottom of tower in connection with

VSWR clearance.

5. Redoing of RF cable connector on the top and bottom of different types of towers in

connection with VSWR clearance.

6. VSWR clearance of repeater and home boosters. Fixing of EMF warning and danger boards

as per existing rule.

7. Tilt adjustment / Orientation change of antenna on the top of tower.

8. Hardware optimization of GSM BTS sites.

9. Verification/correction of Lightning Arrestor and its fittings/replacement of aviation lamp.

10. VSWR measurement analysis and corrections.

E-Tender for Outsourcing BTS sites in Kannur BA

18

Signature & Seal of bidder

11. Any other miscellaneous work related to the BTS site maintenance/BSS/NQM activities,

assigned by the concerned Sub Divisional Engineer(BSS/NQM)/Junior Telecom Officer

(BSS/NQM) or any other officer in charge of BSS/NQM. All the above activities is for

tower up to 80m.

2.1.2 Rigger Type 2

1. Replacement of faulty ODU of micro wave with good one on tower/Correcting MW LOS.

2. Installation of home booster/repeater.

3. Checking and replacement of faulty CPRI cable /RRU of Node Bs/any equipment on the top

of tower.

4. TMA mounting/ un-mounting related works on tower.

5. Tower maintenance related works like removing birds nests, bee hives etc.

6. Hoisting/De hoisting and associated installation work of AMF/Antenna

(SB/DB/TB/HW/any band antenna used by BSNL)/ any type and any size of Feeder

cable/Micro wave ODU/IF cable/CPRI cable/RRU/RRU power cable.

7. Any other miscellaneous work related to the BTS site maintenance/BSS/NQM activities,

assigned by the concerned Sub Divisional Engineer (BSS/NQM)/Junior Telecom Officer

(BSS/NQM) or any other officer in charge of BSS/NQM. All the above activities is for

tower up to 80m.

2.2 Scope related with Bush cutting/Clearing at BTS site

This includes bush/grass cutting including small trees inside the tower base and removing creepers

and climbers from tower/shelter/DG/OD power plants etc and clearing/cleaning of weeds in the

BTS site compound.DE (BSS) will issue work order for bush cutting as and when required and

work is to be completed within the time specified in the work order.

2.3 Replacement of XAHT/other antennas

a. New dual antennas are to be collected from Mobile store at Thalasserry /Mattannur/

Talipparamba/ Kanhangad and transportation to site.

b. Replacement of working XAHT and other type of antennas with dual antenna and making

the site functional.

3 OTHER CONDITIONS: 3.1 Bidder shall be responsible to have their own teams to perform the day-to-day works as per this

contract. The persons utilized by the contractor for Mobile access equipment maintenance and

Mobile infrastructure maintenance to subdivisions should be semi-skilled. The persons should

necessarily have a Two-wheeler and a mobile connection. They should visit the BTS Site, minimum

once in a day to carry out the activities listed in above clauses. They should also attend to the works

on call basis whenever there is such requirement, at any time. The persons utilized by the contractor

should preferably be a local resident with sufficient knowledge of operating DG and other

electronic switches fuse-carriers, fuse cut-outs and changeovers who shall reach the site within half

an hour of getting the calls. They should not be shared with other telecom service providers.

Minimum tools such as multi meter, screw driver etc. should be arranged by vendor. A

certificate to this effect shall be produced along with first invoice.

3.1.1Bidder shall be responsible to supply semi-skilled manual assistance on contract basis to

perform the BSS activities as per this contract. The persons utilized by the contractor for manual

assistance to subdivisions should be semi -skilled. The persons should necessarily have a Two-

wheeler and a mobile connection. The personnel supplied by the contractor shall be available to

BSNL for a minimum duration of 8 hours a day and the semi-skilled manual assistance must be

available on phone any time(6AM to 10 PM) to attend emergency works .Minimum tools such as

multi meter, screw driver etc. should be arranged by vendor. A certificate to this effect shall

be produced along with the first invoice.

E-Tender for Outsourcing BTS sites in Kannur BA

19

Signature & Seal of bidder

3.1.2Bidder shall be responsible to supply skilled Riggers to perform the rigger activities as per this

contract. The persons deployed by the contractor for Rigger activities at GSM BTS sites should be a

skilled worker. The person should know RF cable related tower works of any height. The

competency/workmanship of the workmen should be demonstrated before work in charge who

should be convinced of the capacity of the workmen to carry out tower related rigger activities. The

persons should necessarily have a Two-wheeler and a mobile connection. The workmen supplied by

the contractor should be available to BSNL on phone to attend rigger activities, break

down/emergency works on time between 6AM to 10 PM. All tools such as spanners, cutting plier

etc. and safety measures like helmet etc. required for rigger activities should be arranged by

vendor. A certificate to this effect shall be produced along with first invoice.

.2 This contract is valid for a period of one year. However BSNL reserves the right to extend the

duration of CONTRACT for further 12 months, at the same rate and terms & conditions.

3.3 BSNL also reserves the right to terminate this agreement at any time, by giving an advance

notice of one month.

3.4 The exact address details of all the BTS locations will be given as Annexure. The GSM BTS

locations are in the KANNUR BA area.

3.5 BSNL reserves the right to vary the quantity as per relevant tender clauses.

3.6 BSNL reserves the right to change the BTS locations under the contract, with 7 day‟s notice.

The bidder has to continue the support as per this contract in the changed locations.

3.7. Diesel filling should be from Public sector Oil companies or any other agencies approved by

BSNL. If there is an MOU by BSNL with Oil Companies for Petro/Fleet card, Diesel filling should

be with Petro/Fleet card as mentioned in Clause B.1 of Section III Part B.

3.8. As per this CONTRACT, the vendor has to ensure that there is no BTS outage due to delay in

Diesel filling or unsatisfactory Mobile access equipment maintenance and Mobile infrastructure

maintenance support, unsatisfactory manual assistance/Rigger.

3.9 Bidder shall station sufficient number of Persons to support the services as per this contract.

Persons should be placed in such a way that they are able to carry out the day to day activities as

mentioned in relevant clauses of this section and also to ensure compliance to performance

indicators given below.

Sl.No

Description of Nature of Cluster

Max Sites (Cluster size) that

can be allotted per Personnel

01

BTS Sites Classified as Hard stations where Sites are

Geographically spread apart (more than 8 km from

nearby site) or hill stations.

Four

02 BTS sites in Rural Sites other than the classified

Hard stations

Eight

03 BTS sites in Urban (Municipal/Corporation) areas Twelve

3.10 During the agreement period bidder shall assign a work supervisor who shall act as a single

point of contact in the BA for BSNL for handling any service related issues under the agreement.

The details of supervisor and personnel deployed may be furnished at the time of signing the service

contract with BSNL as per the Proforma at Annexure 2. The Petrocard/Fleet cards will be handed

over to the Work supervisor under acquaintance. The safe custody of Petrocard/Fleet card and

ensuring its proper handling is solely the responsibility of the Contractor. On the termination of the

Agreement/contract period, the Petrocard/Fleet cards are to be handed over to BSNL

3.11 Bidder shall ensure that the persons utilized are competent, responsible, reliable and capable of

meeting the service obligations as per the contract. If the performance of any person is found to be

unsatisfactory, such persons should be replaced within 7 days of notice. If the total numbers of

notices necessitated on unsatisfactory performance during the contract period are more than

25% of the total number of sites under Mobile access equipment maintenance and Mobile

infrastructure maintenance contract, then the competent authority of BSNL may consider

termination of the contract.

E-Tender for Outsourcing BTS sites in Kannur BA

20

Signature & Seal of bidder

3.12 The bidder shall provide proper identity card to the persons utilized/ subcontractors.

3.13 The bidder shall support/co-ordinate with other agencies working at the BTS sites, (which)

who are authorized by the BSNL.

3.14 No staff deployed directly or indirectly by the contractor for the CONTRACT service would

have any claim in any way for getting future employment in BSNL.

3.15 PAYMENT TO THE SERVICE PERSONNEL: The persons employed by the bidder are to

be paid by the bidder with fair wages as per Labour Laws of Central/State Government. Other

benefits to the persons like Bonus, ESI, Gratuity, EPF etc., are falling under the complete

responsibility of the bidder. All safety precautions are to be carried out by the house keeping

personnel, semi-skilled manual assistance, Rigger while performing their routine Mobile access

equipment maintenance and Mobile infrastructure maintenance /BSS activities. Any

injury/mishap caused to the worker during the course of work due to negligence or non-adherence

to standard safety measures shall be the responsibility of the bidder.

3.16 The bidder is governed by the Workmen‟s Compensation Act 1923 in case of any claim by the

persons employed by him/her/firm. The Service Contractor shall indemnify the Department (BSNL)

of all claims made by the employees of the service contractor.

3.17 Bidder shall have insurance / Group insurance scheme for the employees deployed for

CONTRACT.

3.18 The Bidder would set up an office and help desk with sufficient number of staff in designated

place in KANNUR to accept telephone calls/SMS/email from TSEs/BSNL officers.

3.19 The bidder should coordinate with OMCR and field level BSNL officers (BSS) to schedule

and monitor the Diesel filling and Mobile access equipment maintenance and Mobile

infrastructure maintenance activity. Arrangement to collect „Low fuel Alarms‟ from OMCR is to

be done by the bidder. Responsibility to communicate the centrally collected information from

OMCR alarms or by SMS/calls/email, to the concerned field persons is with the vendor.

3.20 The bidder should provide the contact details of all the persons/agencies marked for Diesel

filling activity, Bush cutting/removing of vegetation etc from BTS sites, manual assistance, rigger

and Mobile access equipment maintenance and Mobile infrastructure maintenance works to

the concerned BSS officers. In case of any change of persons, it should be with advance intimation

to the concerned BSNL officers with the changes in contact details, if any.

3.21 The Bidder will also maintain the logbook at each site (to be kept with BSNL) where in the

Daily routine visits/ checks, activities done as part of Mobile access equipment maintenance and

Mobile infrastructure maintenance, Diesel filling and DG run details are to be entered on a daily

basis. The same shall be countersigned by the concerned BSNL in-charge for reference. The format

of the logbook that will be kept at BTS site for recording the events is attached as Annexure -3 &4.

3.22 Officer in charge/duty officer of the BSNL site shall carefully monitor the entries and

countersign the logbook periodically.

3.23. The Bidder shall also maintain a consolidated record of the activities carried out as per this

contract, a copy of which along with performance reports from field unit is to be submitted along

with the invoice for payment on a quarterly basis.

3.24. In order to ensure the security of the network, bidder will be required to submit the signed

Non-Disclosure Agreement as per Section 12 within 15 days of Work order.

3.25. Bidder shall ensure that the agencies or any other representative concerned for support strictly

adheres to BSNL‟s Third Party Connection Acceptable Use Policy which is as follows:

a. Any change on equipment shall only be performed by the bidder after notification and

Approval by BSNL.

b. Passwords/locking system on any equipment will be set by BSNL representatives and should

not be changed by bidder‟s representative without the approval from concerned BSNL officer.

c. Bidder shall notify BSNL, when its employee who has access to BSNL

Equipment/configuration leaves the company or is transferred to another position which no

longer requires access. Also the bidder should surrender the Temporary ID cards of the

employees issued by any agency related to BSNL during the course of Mobile access

E-Tender for Outsourcing BTS sites in Kannur BA

21

Signature & Seal of bidder

equipment maintenance and Mobile infrastructure maintenance of specific sites at the time of

cessation of service of a Mobile access equipment maintenance and Mobile infrastructure

maintenance personnel from bidder‟s company or from the company to which bidder has

entered in to an agreement for service.

d. Bidder or its representatives shall not make a change on any system that is not directly related

to his job/duty.

e. The contractor shall comply with the statutory provisions/obligations under all laws in force.

f. The Contractor shall keep a comprehensive record of the workers being engaged on the work

with their full postal address and specimen signatures.

g. Record of attendance of the workmen shall be maintained by the contractor and the officer in

charge of the work.

h. The contractor shall observe the provisions of all the relevant laws of the land pertaining to

employment of workers/ labourers and their working conditions, payment of compensation etc.

Any cost/damages/penalties arising out of the violation of any of law /rules/regulations/orders

in relation to the activities undertaken by the contractor under this tender shall be fully borne

by the contractor and it shall be open for BSNL to recover any sums related to this from the

amount payable/refundable to the contractor

i. The contractor is responsible to supply all safety tools to the work men to carry out the work

and its compliance to be ensured.

4. JURISDICTION OF CONTRACT:

Jurisdiction of Contract will be areas under BSS Division Kannur with mobile sites in

Kannur and Kasargod areas with following details:

SL.NO Division Custodian of UG OF cable

Divisional Engineer(s) in

charge responsible for

execution of work.

1 Kannur

DE BSS Kannur DE BSS Kannur

E-Tender for Outsourcing BTS sites in Kannur BA

22

Signature & Seal of bidder

SECTION-2 Part C

SCHEDULE OF REQUIREMENTS (SOR)

Approved rate per

site/month in Rs.

Sl.No Description of

Quantity under

the

Activity/Sites Unit contract

Diesel Filling of DG sets(No of sites) Sites 342 685

1

2

Mobile access

equipment

maintenance and

Mobile

infrastructure

maintenance (No

of sites)

(A). General Sites

falling under Rural

& Urban areas

Sites 204 2075

(B). Sites falling

under Hard Station

Areas

Sites 40 2300

Description of Activity Unit Quantity under

the contract

Approved rate per instance in

Rs.

Bush cutting clearing of vegetation in

BTS Compound/tower Instances

600 instances of

cleaning/year 700

3

4 Rigger activity

Up to

50M instances

About 125

instances/month 1250

Above

50M

About 30

instances/month 1590

5

Replacement of XAHT/other Antennas

with dual band Antenna including

transportation of store to site

Instances 30 instances /year 2300

1 The quantity /no. /sites stated in SoR are estimated and BSNL reserves the right to vary the

quantity to the extent of -25 % to +25 % of specified quantity at the time of award of the

contract i.e. APO without any change in unit price or other terms & conditions.

2 BSNL Reserves the right for placement of additional order or up to 25% of the additional

quantities of goods and services contained in the running tender / contract within a period of

twelve months from the date of acceptance of APO in the tender at the same rate or a rate

negotiated (downwardly) with the existing vender considering the reasonability of rates based

on prevailing market conditions and the impact of reduction in duties and taxes etc. and

supplies to be obtained within delivery period scheduled afresh.

3 No. of instances per month for rigger and no. of instances per year for bush cutting is given

only for calculating contract value. The quantity may vary according to the actual requirement

in sites.

E-Tender for Outsourcing BTS sites in Kannur BA

23

Signature & Seal of bidder

SECTION-3

E-tendering Instructions to Bidders

Note : The instructions given below is an indicative one which is applicable for a specific e-tender

platform. However, there can be variations according to the platform being used. In case of any help

or clarification, contact MM cell, Phone no: 0120-4001002/ 4001005/6277787on working days.

General

These Special Instructions (for e-Tendering) supplement „Instruction to Bidders‟, as enclosed in Sec

4 Part A of the Tender Documents. Submission of Bids only through online process is mandatory

for this Tender.

For conducting electronic tendering, BSNL HQ is using the portal (URL of e-tender portal).

1. Broad outline of activities on e-tender portal from Bidders prospective

…………………………..

…………………………….

……………………………..

………………………………….

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

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

2. Digital Certificates

For integrity of data and its authenticity/ non-repudiation of electronic records, and be

compliant IT Act 2000, it is necessary for each user to have a Digital Certificate (DC). also

referred to as Digital Signature Certificate (DSC), of Class 2 or above, issued by a Certifying

Authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer

http://www.cca.gov.in].

3. Registration

To use the Electronic Tender® portal (https://etenders.gov.in/eprocure/app), vendor needs to

register on the portal (if not already registered). Registration of each organization is to be done by

one of its senior persons who will be the main person coordinating for the e-tendering activities.

Pay Annual Registration Fee if applicable.

Note: After successful submission of Registration details and Annual Registration Fee (as

applicable). Please contact Helpdesk (as given below), to get your registration accepted/activated.

4. Bid related Information for this Tender (Sealed Bid)

Bidders should refer to User Manual for SO (Supplier Organization) in USER GUIDANCE on

https://etenders.gov.in/eprocure/app (URL of e-tender portal).

Bidders must ensure that all documents uploaded on e-tender portal as files or zipped folders,

contain valid files and are not corrupt or damaged due to any processing at bidder PC system like

zipping etc. It shall be the responsibility of bidder himself for proper extractability of uploaded

zipped files. Any error/ virus creeping into files/folder from client end PC system cannot be

monitored by e-tender software/ server and will be bidder‟s responsibility only.

In case the files are non-extractable or illegible otherwise, then the bidder‟s authorized

representative shall be given one chance by Tender Opening Committee to open and demonstrate

the contents of bid data downloaded from the e-tender portal in his presence. If, even after above

chance, the bidder is unable to open and demonstrate the contents of bid data downloaded from the

e-tender portal in his presence then no fresh bid in any form, soft or hard copies, shall be accepted

by tendering authority and his bid shall be summarily rejected and treated as non-responsive.

E-Tender for Outsourcing BTS sites in Kannur BA

24

Signature & Seal of bidder

NOTE 2: In case any discrepancy between information entered by bidder in the electronic

form/template and that as per the supporting document uploaded, then information as per uploaded

supporting documents shall prevail over the information in the electronic form/template.

5. Offline Submissions:

The bidder is requested to submit the following documents offline to AGM (planning), O/o

GMTD, BSNL, Kannur on or before the date and time of submission of bids specified in covering

letter of this tender document, in a Sealed Envelope. The envelope shall bear (name of the work),

the tender number and the words „DO NOT OPEN BEFORE‟ (due date and time).

i. EMD-Bid Security declaration in Original. ( This clause stands cancelled till 31-12-

2021)

ii. DD/ Bankers cheque against payment of tender fee if applicable.

iii. Power of attorney in accordance with Clause 14.3 of Section-4 Part A.

iv. Sealed pass-phrases

6. Other Instructions For further instructions, the vendor should visit the home-page of the portal

(https://etenders.gov.in/eprocure/app URL of e-tender portal), and go to the User-Guidance

Center

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 e-tender portal.

E-Tender for Outsourcing BTS sites in Kannur BA

25

Signature & Seal of bidder

SECTION-4

GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT

1. APPLICATION

The general condition shall apply in contracts made by the purchaser for the procurement of

goods.

2. STANDARDS

The goods supplied under this contract shall conform to the standards prescribed in the Technical

Specifications mentioned in section -2.

3. PATENT RIGHTS

The supplier shall indemnify the purchaser against all third-party claims of infringement of

patent, trademark or industrial design rights arising from use of the goods or any part thereof in

Indian Telecom Network.

4. PERFORMANCE SECURITY

4.1 All suppliers (including MSMEs who are registered with the designated MSME bodies, like

National Small Scale Industries Corporation etc. shall furnish performance security to the purchaser

for an amount equal to 10% of the value of Advance purchase order within 14 days from the date of

issue of Advance Purchase Order by the Purchaser and valid for 30 months. In case BSNL extends

the CONTRACT beyond one year, PBG validity shall have to be extended accordingly as per

relevant tender clauses.

4.2 If the Security Deposit is in the form of PBG, the amount of PBG is 10% (ten percentage) of

contract value plus applicable GST).

4.3 The proceeds of the performance security shall be payable to the Purchaser as compensation for

any loss resulting from the supplier's failure to complete its obligations under the contract.

4.4 The performance security Bond shall be in the form of Bank Guarantee issued by a scheduled

Bank and in the proforma provided in Section 11.

4.5 The performance security Bond will be discharged by the Purchaser after completion of the

supplier's performance obligations including any warranty obligations under the contract. If BSNL

is not satisfied with the performance of bidder during CONTRACT, it reserves the right to en cash

the Performance Bank Guarantee and/or without prejudice to any other remedy for breach of

contract, by termination notice of default, giving a time of 30 days to bidder, terminate the Contract

in whole or in part.

5.PAYMENT TERMS(Contract charges and payments):-

5.1. The CONTRACT charges shall be processed by BSNL on monthly basis at the end of each

month from the beginning of CONTRACT. The monthly payments will be made after deducting

penalties (mentioned in clause 4 of Section 2), based on the performance reports from field units

5.2 This price is total composite inclusive of all levies and taxes, insurance and incidental

charges,TDS, the building and other construction workers welfare cess (Rules 1998) and all other

applicable taxes on time to time will be recovered from the bill.

5.3 Reimbursement of Diesel cost will be done on a monthly basis, based on the invoice raised by

the contractor. The Diesel invoices are to be prepared by the bidder based on the logbook entries

after applying the capping based on run hour meter as specified in relevant clauses. The invoices are

to be prepared subdivision wise, duly got signed by Sub Divisional Engineer(BSS), counter signed

by DE(BSS) and to be forwarded to AGM(MM), O/o General Manager, BSNL, BSNL BHAVAN,

KANNUR-11 at the end of every month. In the case of direct payment of Diesel cost to Oil

companies as specified in Section 2, any excess Diesel cost incurred after applying the capping will

be recovered from the vendor from the Monthly bills submitted.

5.4 The contractor shall submit monthly invoice to AGM (MM) before 10th

of every month along

with following documents

E-Tender for Outsourcing BTS sites in Kannur BA

26

Signature & Seal of bidder

(i) Monthly performance report for DF& Mobile access equipment maintenance and Mobile

infrastructure maintenance, rigger and manual assistance and bush cutting along with

quantity and site list signed by SDE BSS/NQM and countersigned by DE BSS.

(ii) Monthly Diesel reconciliation statement as per annexure 7 signed by the bidder (soft copy

of the statement must be forwarded to SDE(BSS) for verification before 5th

of every month)

and site wise diesel filing data in Excel as per Annexure 8 (to be mailed to SDE (BSS)

concerned after the utilization of each transaction of petro card for uploading in ERP)

(iii) Copy of logbook for rigger activities in a month,

(iv) Certificate for provision of tools and safety measures as per clause 3 in Section 2 Part B.

(v) Test run report if CPH is higher than the site wise CPH mentioned in tender.

(vi) List showing the details of supervisor, Mobile access equipment maintenance and Mobile

infrastructure maintenance /rigger/manual assistance as per Annexure 1.

(vii) The amount of wages paid to such personnel for the duration in question as per Annexure 6.

(viii) Copies of authenticated documents of payments of such contribution of EPF

Authorities (ECR etc.) and ESI.

5.5 Incomplete bills and bills without any one of the document will be rejected. The payment of the

employees should be made through bank and a copy of payment should be submitted in the next bill.

5.6The compensation for interruption of service rendered by the Contractor, or cost of materials or

stores lost or damaged while carrying out the work or cost of defective components, spares or tools

towards damage of other utility services while carrying out the work will be deducted from the bills

submitted for payment. The Security Deposit shall be considered for adjustment against

compensation/other sum due, only at the time of financial settlement of bills.

5.7 BSNL‟s decision will be final on all matters relating to the work and will be binding on the

contractor.

5.8 Paying authority shall be The Accounts Officer (Cash), O/o General Manager, BSNL

KANNUR .

5.9 The bidder has to give the mandate for receiving payment electronically and the charges, if

any, levied by bank has to be borne by the bidder/ contractor/supplier. The bidder company is

required to give the following information for this purpose:-

(a) Beneficiary Bank Name:

(b) Beneficiary branch Name:

(c) IFSC code of beneficiary Branch

(d) Beneficiary account No.:

(e) Branch Serial No. (MICR No.):

6.PRICES

6.1 Prices charged by the supplier for goods delivered and services performed under the contract

shall not be higher than the prices quoted by the Supplier in its Bid except for variation caused by

change in taxes/ duties as specified in Clause-10.2 mentioned below.

6.2 For changes in taxes/ duties during the scheduled delivery/execution period, the unit price shall

be regulated as under:

a. Prices will be fixed at the time of issue of purchase order as per taxes and statutory duties

applicable at that time

b. In case of reduction of taxes and other statutory duties during the scheduled delivery period,

purchaser shall take the benefit of decrease in these taxes/ duties for the supplies made from the

date of enactment of revised duties/taxes.

c. In case of increase in duties/taxes during the scheduled delivery period, the purchaser shall

revise the prices as per new duties/ taxes for the supplies, to be made during the remaining

delivery period as per terms and conditions of the purchase order.

E-Tender for Outsourcing BTS sites in Kannur BA

27

Signature & Seal of bidder

6.3 Any increase in taxes and other statutory duties/ levies, after the expiry of the delivery date shall

be to the supplier's account. However, benefit of any decrease in these taxes/duties shall be passed

on to the Purchaser by the supplier. The total price is to be adjusted (by reducing the basic price)

with increased duties and taxes as per price mentioned in PO.

7. CHANGES IN PURCHASE ORDERS

7.1 The purchaser may, at any time, by a written order given to a supplier, make changes within the

general scope of the contract in any one or more of the following:

(a) drawings, designs or specifications, where Goods to be supplied under the contract are to be

specifically manufactured for the Purchaser;

(b) the method of transportation or packing;

(c) the place of delivery; or

(d) the services to be provided by the supplier.

7.2 If any such change causes an increase or decrease in the cost of, or the time required for the

execution of the contract an equitable adjustment shall be made in the contract price or delivery

schedule, or both, and the contract shall accordingly be amended. Any proposal by the supplier

for adjustment under this clause must be made within thirty days from the date of the receipt of

the change in order.

8. FORCE MAJEURE

8.1 If, at any time, during the continuance of this contract, the performance in whole or in part by

either party of any obligation under this contract is prevented or delayed by reasons of any war or

hostility, acts of the public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics,

quarantine restrictions, strikes, lockouts or act of God (hereinafter referred to as events) provided

notice of happenings of any such eventuality is given by either party to the other within 21 days

from the date of occurrence thereof, neither party shall by reason of such event be entitled to

terminate this contract nor shall either party have any claim for damages against other in respect of

such non-performance or delay in performance, and deliveries under the contract shall be resumed

as soon as practicable after such an event come to an end or cease to exist, and the decision of the

Purchaser as to whether the deliveries have been so resumed or not shall be final and conclusive.

Further that if the performance in whole or part of any obligation under this contract is prevented or

delayed by reasons of any such event for a period exceeding 60 days, either party may, at its option,

terminate the contract.

8.2 Provided, also that if the contract is terminated under this clause, the Purchaser shall be at

liberty to take over from the Supplier at a price to be fixed by the purchaser, which shall be final, all

unused, undamaged and acceptable materials, bought out components and stores in course of

manufacture which may be in possession of the Supplier at the time of such termination or such

portion thereof as the purchaser may deem fit, except such materials, bought out components and

stores as the Supplier may with the concurrence of the purchaser elect to retain.

9. ACTION BY PURCHASER AGAINST BIDDER(S)/ VENDOR(S) IN CASE OF

DEFAULT.

In case of default by Bidder(s)/ Vendor(s) such as

(a) Failure to perform any other obligation(s) under the Contract; and

(b) Or any other default as per clause 4.1 of section IVPurchaser will take action as specified

in clause 4.2 of section IV

E-Tender for Outsourcing BTS sites in Kannur BA

28

Signature & Seal of bidder

10. ARBITRATION:

Except as otherwise provided elsewhere in the contract, if any dispute, difference, question

or disagreement arises between the parties hereto or their respective representatives or assignees,

in connection with construction, meaning, operation, effect, interpretation of the contract or

breach thereof which parties unable to settle mutually, the same shall be referred to Arbitration as

provided hereunder.

(1) A party wishing to commence arbitration proceedings shall revoke Arbitration Clause by

giving 60 days‟ notice to the designated officer of the other party. The notice invoking

arbitration shall specify all the points of disputes with details of the amount claimed to be

referred to arbitration at the time of invocation of arbitration and not thereafter. If the

claim is in foreign currency, the claimant shall indicate its value in Indian Rupee for the

purpose of constitution of the arbitral tribunal.

(2) The number of arbitrators and the appointing authority will be as under.

Claim amount (excluding claim

for counter claim, if any) Number of arbitrator Appointing authority

Above Rs.5 lakhs to Rs. 5 Sole Arbitrator to be BSNL ( Note: BSNL will forward a

crores appointed from a panel of list containing names of three

arbitrators of BSNL empanelled arbitrators to the other

party for selecting one from the list

who will be appointed as sole

arbitrator by BSNL)

Above Rs. 5 crores 3 Arbitrators One arbitrator by each party and the

3rd

arbitrator, who shall be presiding

arbitrator, by the two arbitrators.

BSNL will appoint its arbitrator for its

panel.

(3) Neither party shall appoint its serving employee as arbitrator.

(4) If any of the Arbitrators so appointed dies, resigns, becomes incapacitated or withdraws

for any reason from the proceedings, it shall be lawful for the concerned party/arbitrators

to appoint another person in his place in the same manner as aforesaid. Such person shall

proceed with the reference for the stage where his predecessor had left it both parties

consent for the same; otherwise, he shall proceed de novo.

(5) Parties agree that neither party shall be entitled for any pre-reference or pendent elite

interest on its claims. Parties agree that any claim for such interest made by any party shall

be void.

(6) In case of sole arbitrator, BSNL shall make all necessary arrangements for the travel/stay

and the expenses incurred shall be shared equally by the parties.

(7) The arbitration proceedings shall be held at New Delhi or Circle or SSA Headquarter ( as

the case may be)

19. SET OFF:

19.1 Any sum of money due and payable to the contractor (including security deposit

refundable to him) under this contract may be appropriated by the Company or any other person

or persons contracting through the CMD, BSNL and set off the same against any claim of the

Company or such other person or persons for payment of a sum of money arising out of this

E-Tender for Outsourcing BTS sites in Kannur BA

29

Signature & Seal of bidder

contract made by the Contractor with the company or such other person or persons contracting

through CMD, BSNL.

19.2 In case of set off of the security deposit against any claim as in 19.1 above, the GST

on such set off will be borne by the supplier.

19.3 GST would not be liable on Security Deposit. But if supplier set off the security

deposit against any claim as in 19.1 and 19.2 above, then GST would be levied.

15. COURT JURISDICTION

15.1 Any dispute arising out of the tender/ bid document/ evaluation of bids/ issue of APO shall be

subject to the jurisdiction of the competent court at the place from where the NIT/ tender has been

issued.

15.2 Where a contractor has not agreed to arbitration, the dispute/ claims arising out of the

Contract/ PO entered with him shall be subject to the jurisdiction of the competent Court at the

place from where Contract/ PO has been issued. Accordingly, a stipulation shall be made in the

contract as under.

“This Contract/ PO is subject to jurisdiction of Court at KANNUR only”.

E-Tender for Outsourcing BTS sites in Kannur BA

30

Signature & Seal of bidder

SECTION 5

BIDDER'SPROFILE

Passport size Photograph (To

be pasted) of the

Bidder/authorized Signatory

holding Power of Attorney

with signature on the

Front side of Photograph

overlapping the form

1 Name of the bidder

2 Name of the person submitting the tender

(In case of Proprietary / Partnership firms,

the tender has to be signed by Proprietor /

Partner)

3 Address of the firm

4.a Telephone No. (with STD code)

4.b Mobile No.

4.c Fax No.

4.d E-Mail Address

5 Registration & incorporation particulars of

the firm (Please attach attested copies of

documents of registration / incorporation

of your firm with the competent authority

as required by business law)

5.a Proprietorship

5.b Partnership

5.c Private limited

5.d Public limited

6 Name of Proprietor/Partner/Directors

7 PAN No

8 GST Registration No

Has the firm been blacklisted by any Organization? If so, attach details thereof. *

Is the Bidder aware of all the Rules and

Guidelines of Government on the subject of tender? (Write YES or NO)

I/We hereby declare that the information furnished above is true and correct.

Place: Signature of bidder /authorised

signatory

Date:

Name & Seal of the bidder

E-Tender for Outsourcing BTS sites in Kannur BA

31

Signature & Seal of bidder

SECTION 6

UNDERTAKING &DECLARATION For understanding the terms &conditions of Tender & Specification of work.)

Certified that

1. I/We ……………………………………. Have read, understood and agree with

all the terms and conditions , specifications included in the tender documents &

offer to execute the work at the rates quoted by us in the tender form.

2. IfI/We fail to enter into the agreement &commence the work in time, the EMD/SD

Deposited by us will stand forfeited to the

BSNL. b) The bidder here by covenants and

declares that:

1. All the information, Documents, Photocopies of the Documents/Certificates enclosed along with the Tender offer are correct.

2. If anything is found false and/or incorrect and/or reveals any suppression of fact at

any time, BSNL reserves the right to debar our tender offer/cancel the LOA/Purchase/

work order If issued and forfeit the EMD/SD/Bill amount pending with BSNL. In

Addition, BSNL may debar the contractor from participation in its future tenders.

3.No addition/deletion/corrections have been made in the downloaded tender document

being submitted and it is identical to the tender document appearing on the website.

In case of any correction/addition/alteration/omission in the tender document, the

tender bid shall be treated as non-responsive and shall be rejected summarily. Date:---------------------------------- Signature Of Bidder.

Place---------------------------------- Name of bidder Along with date &seal.

E-Tender for Outsourcing BTS sites in Kannur BA

32

Signature & Seal of bidder

SECTION 7

No Near relative certificate I/ We………………………………………..……S/o……………………………………………………… here by certify that none of my relative(s),as defined in the tender document is /are employed in BSNL units as per definitions given in tender document. In case, at any stage, it is found that the information given by me/us is false/ incorrect, BSNL shall have the absolute right to take any action as deemed fit/ without any prior intimation to me/us.

Signature of the Bidder Note: The near relatives for this purpose are defined as:

A. Members of a Hindu Undivided family. B. They are husband and wife.

C. The one is related to the other in the manner as father, mother, son(s) and son‟s Wife (Daughter-in-law) , Daughter(s) and daughter‟s husband (Son-in-law), Brother(s) and brother‟s wife, sister(s) and sister‟s husband (Brother-in-law) Note: In case of proprietorship firm, certificate will be given by the proprietor, for partnership

firm, certificate will be given by all the partners and incase of Private Ltd. Company, by all

the directors of the company.

SECTION 8

Letter of Authorisation for attending Bid opening (To be submitted before T\ender Opening)

Subject: Authorization for attending bid opening on Tender of

(date) for the

Following person is/are hereby authorized to attend the bid opening for the tender mentionedabove on behalf of given below.

(Bidder) in order of preference

Order of Preference Name Specimen Signatures

I

2.

__ _ _ _

_ __

Signature of bidder Or Officer authorized to

sign the bid Documents on behalf of the

bidder Note: 1.A maximum of two representatives will be permitted per bid to attend bid opening.

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

prescribed above is not received.

E-Tender for Outsourcing BTS sites in Kannur BA

33

Signature & Seal of bidder

SECTION 9

UNDERTAKING REGARDING GENUINENESS OF THE DOCUMENTS /INFORMATION SUBMITTED

I,Shri/Smt...................................................................................Son/Daughter of

Shri............................................................... do hereby undertake that all the documents / certificates

submitted by me with this tender (E Tender for Diesel Filling, Mobile access equipment

maintenance and Mobile infrastructure maintenance, bush cutting & Rigger activities @ BTS

sites in KANNURBA)are true and are exact copies of the original documents/ certificates are

available with me.

I further undertake that if at any time any information furnished in the documents / certificates submitted by me are found to be false, BSNL will have every right to take suitable action against me including forfeiture of my EMD/Performance Security Deposit, termination of my contact agreement and/or black-listing of my contract as deemed fit.

Place: Signature of bidder/ Authorised signatory

Date: Name &Seal of the bidder

E-Tender for Outsourcing BTS sites in Kannur BA

34

Signature & Seal of bidder

SECTION 10 SERVICE CONTRACT AGREEMENT FOR DIESEL FILLING, Mobile access equipment

maintenance and Mobile infrastructure maintenance, BUSH CUTTING AND RIGGER IN

GSM BTS SITES IN KANNUR BA

Ref: Tender No: PLG/MM/ E-Tender/ BSS/Out Sourcing/2021-22/3 Dated at Kannur the 15-11-

2021

This agreement is made ………………. between ………………….a unit of M/s Bharat Sanchar

Nigam Limited, a company registered under the Companies Act 1956 having license to provide all

types of telecom services and having its registered office at Bharath BSNL BHAVAN,HC Mathur

Lane, Janpath Road, New Delhi – 110 001 (hereinafter called the BSNL) of the ONE PART

The term “BSNL” unless repugnant to the context, shall include its successor and persons

nominated or appointed by BSNL and interlaid, deal with supervision of the execution of the

agreement.

AND

................................... having its registered office at.............hereinafter called CONTRACTOR

which expression shall unless repugnant to the context, include its successors in business, legal

representatives and administrators or permitted assigns) of the OTHER PART for Diesel filling,

Mobile access equipment maintenance and Mobile infrastructure maintenance, bush cutting and

rigger activities in GSM BTS sites Kannur BA.

The term/expression “Contractor” shall, unless repugnant to the context, include its

successor/assignees in business, administrators, liquidator or legal representative of the company

(the second Party to the agreement)

BSNL and the Contractor which are parties to this agreement shall be collectively be referred to

as “the Parties” and individually as “Party” WHEREAS the Contractor has made the offer to duly

comply with all the provisions, terms and conditions of the aforesaid tender and its clarifications

pertaining to Service contract for Diesel filling, Mobile access equipment maintenance and

Mobile infrastructure maintenance, bush cutting and rigger activities in the GSM BTS sites in

KANNUR BA after making himself fully aware and understanding fully the implications of the

terms and conditions mentioned thereof and submitted the acceptance of the APO issued vide No.

…………….. vide their letter …………. submitting also the required performance security and

acceptance for APOs.

AND WHEREAS pursuant to the understanding of the Parties the Contractor has agreed for

Diesel filling, Mobile access equipment maintenance and Mobile infrastructure maintenance,

bush cutting and rigger activities in GSM BTS sites as listed in Annexure ……… and as per the

scope of the work, supporting BSNL for Diesel filling and Mobile access equipment maintenance

and Mobile infrastructure maintenance, bush cutting and rigger activities in GSM BTS sites.

NOW the AGREEMENT WITNESSETH as follows:

1. EFFECITVE DATE OF CONTRACT:

This Agreement will be effective from …

2. PERIOD OF CONTRACT

This Agreement shall remain in force for a period of One Year from the date of start of SERVICE

CONTRACT i.e. with effect from …. (“SERVICE CONTRACT Period”) for Diesel filling

Mobile access equipment maintenance and Mobile infrastructure maintenance, bush cutting

and rigger activities in the GSM network of Kannur BA and as listed in Annexure …. and as per

the scope of work .

3. EXTENSION OF THE CONTRACT

The BSNL reserves the right to extend the SERVICE CONTRACT period further for a period

maximum of 12 months duration with the same contractor after the expiry of the SERVICE

CONTRACT period. The payment of the same will be made on the same rates with the

applicability of all terms and conditions as mentioned in this agreement and the bid document. The

E-Tender for Outsourcing BTS sites in Kannur BA

35

Signature & Seal of bidder

contractor(s) shall submit the requisite Performance Bank Guarantee equal to the 10% amount of

SERVICE CONTRACT charges of one year and having validity of 30 months.

4. SCOPE OF THE CONTRACT

4.1 Mobile Access Equipment Maintenance (BSNL /N - BSNL/ IP)

All BTS related alarm need to be made functional and to be extended up to OMCR within

three month. (Penalty of Rs 50 per day per site for one month)

Prompt action (within 1 hour in city and 12 hours in Rural) on receipt of instructions (by

call or by SMS) from concerned officer regarding manual assistance in rectification of

alarms/faults in site. In case of no action in accepted time line Penalty per hour at the rate

of Rs 10 per hour per site)

Air filter cleaning in BTS/ Node B/ e-Node B, every month and entry in log book of site.

In case of BTS outages due to control card faults of BTSs / NODE-Bs fault, replace the

fault items with the spare module /cards as per instructions of BSNL Site In charge.

In case of Mini Link/ OFC failure, details of visual alarm noticed to be communicated to

the maintenance In-charge.

For prolonged failure of Electricity as intimated by BSNL officer, Coordination for

restoration of EB in consultation with BSNL Site/ IP In charge.

To check Earth Connectivity is available at BTS/ Node B.

The field staff being deployed should be provided with 2 SIMs one of BSNL & other from

private TSPs for communication when BTS site is down.

Any BSNL OFC breakdown en-route to be intimated to site in charge for prompt

restoration of OFC fault.

Site failure due to unsatisfactory support in Site upkeep activities which leads to

prolonged outage for more than 12 hrs in urban area and 48 Hours in Rural area will be

treated as major deviation and penalty @ Rs 50 per hour.

Up to 24 hrs of reporting of non-compliance related to above specific instance will be

treated as 1 minor deviation and further non completion of activity in every 3 days will

be treated as single instance.

Maintaining EMF related boards and help in providing data for Biennial submission of

EMF Radiation.

Antenna Orientation & Tilt as per requirement for optimization.

VSWR fault rectification per sector (includes reconnectorization, jumper cable change &

weather proofing).

Checking & correction of RF cable swap, L-1 antenna at RRH, removal of bird/honey

bee/wasp nest.

Any other activity with minor modification in RF as per guidance of BSNL.

Non-completion of ordered rigger activity within 3 days of intimation will be taken as

minor performance deviation. Every one week delay will be treated as one instance.

Each Minor performance deviation will result in penalty of Rs 50 except in case the

deviation is because of BSNL reasons.

Assistance in handling of minor store items.

Site wise capping of 12% is applicable in respect of minor performance deviations

/ site upkeep activities.

E-Tender for Outsourcing BTS sites in Kannur BA

36

Signature & Seal of bidder

Penalties being charged for Major Performance Deviations attributable to the bidder will

be capped to 12% of the total contracted value for the services of the relevant invoice

period.

If the total penalties reaching the capping limit consecutively for three months, BSNL

will have the right to terminate the contract of the concerned SSA without any further

notice.

If any fraudulent activity by the personnel deployed is detected by BSNL authorized

personnel/officer, then the bidder is liable to pay penalty as assessed by BSNL i.e. The

cost of consequential damages to installation(s)/DG set(s) would be deducted at actual,

from the service provider‟s bill. This will be over and above the other penalties and will

not be subject to capping if any.

Any tendered work not attended in time, BSNL will have the right to get it done from

external resources and payment made to them will be recovered from SP.

Mobile Infrastructure Maintenance (N-BSNL Sites )

Ensure working of Power plant alarms with OMC-R. (Penalty of Rs 8 per day per site for one

month).

Prompt action (within 1 hour in city and 12 hours in Rural) on receipt of instructions (by call

or by SMS) from concerned officer regarding manual assistance in rectification of alarms/faults.

in site. In case of no action in accepted time line (Penalty per hour at the rate of Rs 5 per hour

per site).

First line maintenance of power plants, battery and any problem reported. Any problem not

reported within 3 days for urban area and beyond 10 days will attract penalty of Rs 2 per day

per site for the days it has not reported.

Periodically check-up power plant modules working, load sharing and ensuring sufficient

Modules are available for Equipment in consultation with Site In charge and Charging of

Battery.

Tightening of all nuts /screws in interconnecting point of power cable from EB panel board to

each equipment, once in three months.

To ensure the control card is functioning properly so that battery do not go to deep discharge.

In case of any Power Plant outages due to fault in control card intimation to be given to Site

In charge for attending the same on priority.

Conducting Battery Backup test with Existing Load at least in quarterly & record the same in

Log Book.

Faulty Card/ Units need to be deposited at designated centre as per requirement & collect

repaired unit within 24 hours in urban and in 48 hours in rural areas and delay more than that

will be counted as one instance of minor deviation and penality @ of Rs 50 per day will be

charged.

Replacement of the faulty modules with repaired Modules as per instructions of Site In charge

within 24 hours in urban and in 48 hours in rural areas is mandatory and any delay resulting in

downtime of equipment because of Non replacement of control card will be counted as major

deviation and will be charged @ Rs 20 per hour.

Bidder has to provide related testing equipments to discharge the functions listed.

Cleaning, security and up keeping of the site including all equipment, tower surroundings,

shelter/OD cabinet, DG etc. This includes bush cutting in the BTS sites in open areas. All tools

& Cleaning material to be provided by the bidder.

E-Tender for Outsourcing BTS sites in Kannur BA

37

Signature & Seal of bidder

Routine check of free cooling systems available at site and DG set and other Equipments and

record the same in log book as per the periodicity defined for the visit as per tender. Reporting

of any alarms/faults/untoward incident to the concerned officer.

Running of DG sets as required.

Assisting in Diesel filling in the DG Set available at the site.

Up to 24 hrs of reporting of non-compliance related to above specific instance will be treated

as 1 minor deviation and further non completion of activity in every 3 days will be treated as

single instance.

Site wise capping of 12% is applicable in respect of minor performance deviations / site

upkeep activities.

Penalties being charged for Major Performance Deviations attributable to the bidder will be

capped to 12% of the total contracted value for the services of the relevant invoice period.

If the total penalties reaching the capping limit consecutively for three months, BSNL will

have the right to terminate the contract of the concerned SSA without any further notice.

If any fraudulent activity by the personnel deployed is detected by BSNL authorized

personnel/officer, then the bidder is liable to pay penalty as assessed by BSNL i.e. the cost of

consequential damages to installation(s)/DG set(s) would be deducted at actual, from the

service provider‟s bill. This will be over and above the other penalties and will not be subject

to capping if any.

Any tendered work not attended in time, BSNL will have the right to get it done from external

resources and payment made to them will be recovered from SP

Diesel filling

The activities to be carried out in the BTS sites are listed below.

Carrying Diesel from Pump and Diesel filling in the DG Set available at the sites.

Checking the level of diesel in the DG tank at the time of filling (opening level & closing) and

making entries in the Log book for diesel filling.

Collection of data directly from the site pertaining to monthly diesel reconciliation statement.

Checking the meter reading in the DG run hour meter (opening and closing) and Controller

logged hours (if available) and making entries of DG run hours in the Log book.

Ensuring availability of 50% tank capacity of diesel in the DG at any point of time.

Arranging test run in case, if any dispute arise between the Contractor and the BSNL official

concerned.

Bush cutting and clearing Vegetation from NBSNL sites:-

This includes bush/ grass/creepers/climbers cutting including small trees inside the tower base,

near the beds of OD BTS/OD Power plant/ O.D Node /DG/ OD battery bank etc. and removing

climbers from tower/shelter/DG/OD power plant etc. and clearing of weeds in the BTS site

compound.

Rigger Activities:-

a. Climbing the tower (RTT/GBT) -up to 80m.

b. Antenna re-orientation.

c. Checking/Replacement of weather proof tapes to prevent water entry.

d. Verification/replacement of connectors/fittings and Assistance in VSWR correction.

e. Verification/correction of Lightning Arrestor and its fittings.

f. Hoisting /De hoisting and associated installation work of AMF/Antenna.

g. Any other related works in tower, as required by concerned BSS officer.

E-Tender for Outsourcing BTS sites in Kannur BA

38

Signature & Seal of bidder

Replacement of XAHT/other antennas

a. New dual antennas are to be collected from Mobile store at Thalasserry /Mattannur/

talipparamba/ Kanhangad and transportation to site.

b. Replacement of working XAHT and other type of antennas with dual antenna and making

the site functional.

4.2 RIGHT TO VARY QUANTUM OF WORK: BSNL shall have the right to increase or decrease

the QUANTUM OF WORK up to 50% of the total requirement as specified in the schedule of

requirement specified in the tender without any change in the unit price or other terms and

conditions during the operation of contract.

4.3 BSNL also reserves the right to terminate this agreement at any time, by giving an advance

notice of one month.

4.4 Diesel filling shall be from Public sector Oil companies or any other agencies approved by

BSNL. Based on the MOU by BSNL with Oil Companies like IOC/BPCL Petro/Fleet cards are

arranged by BSNL. , Diesel filling shall be with Petro/Fleet card as mentioned in Section 3 Part B

of tender.

4.5. As per this CONTRACT, the contractor has to ensure that there is no BTS outage due to

delay in Diesel filling or unsatisfactory Mobile access equipment maintenance and Mobile

infrastructure maintenance/rigger support.

4.6. No staff deployed directly or indirectly by the contractor for the CONTRACT service would

have any claim in any way for getting future employment in BSNL.

5. SERVICE CONTRACT CHARGES

5.1 The SERVICE CONTRACT charges inclusive of all the taxes levies excluding GST and duties

payable under this agreement shall be as herein under:

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

5.2 The contract values given in the table above are based on the SoR listed in Annexure. Subject

to the variation of quantity of items in the list under Annexure, the contract value will be changed.

5.3 All inclusive SERVICE CONTRACT rate per unit per annum for the SERVICE CONTRACT

items is given below:

TENDER APROVED RATES FOR SERVICE CONTRACT ITEMS:

……………………………..

5.4 Whenever there is a requirement of Diesel purchase directly by the Contractor , reimbursement

of such Diesel cost will be done on a monthly basis, based on the invoice raised by the contractor .

When the Petrocard is in use, any such direct purchase contractor shall be on formal request from

BSNL. In such cases, the Diesel invoices are to be prepared and submitted by the contractor on a

monthly basis along with Diesel reconciliation statement in the specified format. Payment will be

based on logbook entry after applying the ceiling limits as mentioned in 8.4. The bills ,will be

verified, passed & forwarded by BSNL representative based on the consumption in litres/ Hr

indicated in the tender document.

6. PAYMENT TO THE SERVICE PERSONNEL BY THE CONTRACTOR:

6.1 The persons employed by the contractor are to be paid by the contractor with fair wages as per

Labour Laws of Central/State Government. Other benefits to the persons like Bonus, ESI, Gratuity,

PF etc., are complete responsibility of the contractor. Any injury/mishap caused to the worker

during the course of work shall be the responsibility of the contractor.

6.2. The contractor is governed by the Workman‟s Compensation Act in case of any claim by the

persons employed by him/her/firm. The Service Contractor shall indemnify BSNL of all claims

made by the employees of the service contractor.

6.3. Contractor shall have insurance / Group insurance scheme for the employs deployed for the

CONTRACT.

7. FAULT BOOKING AND ESCALATION PROCEDURE:

E-Tender for Outsourcing BTS sites in Kannur BA

39

Signature & Seal of bidder

7.1 The Contractor would set up an office and help desk with sufficient number of staff in

designated place in Kerala to accept telephone calls/SMS/email from TSEs/BSNL officers.

8 .MAINTENANCE OF CALL DOCKETS, LOG BOOKS

8.1 The Contractor will also maintain the logbook at each site (to be kept with BSNL) where in the

Daily routine visits/ checks, activities done as part of Mobile access equipment maintenance and

Mobile infrastructure maintenance, Diesel filling and DG run details are to be entered on a daily

basis. The same shall be countersigned by the concerned BSNL in-charge for reference. The format

of the logbook that will be kept at BTS site for recording the events is attached as

8.2. In order to ensure the security of the network, contractor has submitted the signed Non-

Disclosure Agreement as per the tender conditions.

8.3. Contractor shall ensure that the agencies or any other representative concerned for support

strictly adheres to BSNL‟s Third Party Connection Acceptable Use Policy which is as follows:

a.Any change on equipment shall not be permitted unless instructed from BSNL side.

b. Passwords/locking system on any equipment will be set by BSNL representatives and shall not

be changed by contractor‟s representative without the approval from concerned BSNL officer.

c. Contractor shall notify BSNL, when its employee who has access to BSNL

Equipment/configuration leaves the company or is transferred to another position which no longer

requires access. Also the contractor shall surrender/cancel the ID cards of the employees who

leave the company.

d. Contractor or its representatives shall not make a change on any system that is not directly

related to his job/duty.

9. COURT JURISDICTION

9.1 Any dispute arising out of the tender/ bid document/ evaluation of bids/ issue of APO shall be

subject to the jurisdiction of the competent court at the place from where the NIT/ tender has been

issued.

9.2 Where a contractor has not agreed to arbitration, the dispute/ claims arising out of the

Contract/ PO entered with him shall be subject to the jurisdiction of the competent Court at the

place from where Contract/ PO has been issued. Accordingly, a stipulation shall be made in the

contract as under.

“This Contract/ PO is subject to jurisdiction of Court at KANNUR only”.

10. The NIT( Notice Inviting Tender ), Bid documents (Qualifying and Financial), letter of intent,

approved rates, annexed hereto and such other additional particulars, addendums, corrigendums,

instructions, work orders as may be found requisite to be given during execution of the work shall

be deemed and taken to be an integral part of the contract and shall also be deemed to be included

in the expression “The Agreement” or “The Contract” wherever herein used.

IN WITNESS WHEREOF the Parties hereto have caused this agreement to be executed through

their respective authorized representatives on the day and year first above written.

Signed and delivered for and on behalf of BHARAT SANCHAR NIGAM LIMITED

By Shri._________________________________________

Signature (with seal)

Signed on behalf of Contractor.

By Shri. ………………………………………………………………….

Signature (with seal)

In presence of:

Witness: 1._____________________________________________Signature

2._____________________________________________Signature

E-Tender for Outsourcing BTS sites in Kannur BA

40

Signature & Seal of bidder

SECTION 11

PERFORMANCE SECURITY GUARANTEE BOND

1.In consideration of the General Manager BSNL,BSNL,KANNUR(hereinafter called„ BSNL‟)Having agreed to exempt (hereinafter called „the said supplier(s)‟) from thedemand under the terms and conditions of an agreement/ Final Acceptance letter No…………………………………………………………………………………………………………………….

dated and

made between for the supply of

(hereinafter called “the said agreement ”), of security deposit for the due fulfillment by the said

supplier(s) of the terms and conditions contained in the said Agreement, on production of the bank

guarantee for we,(name of the bank)(Hereinafter refer to as “the bank”)at the request of

(supplier(s)) do here by undertake to pay to the BSNL an amount not exceeding

against any loss or damage caused to or suffered or would be caused to or suffered by BSNL by reason

of any breach by the said Supplier(s) of any of the terms or conditions contained in the said Agreement.

2.We…..(name of the bank) do hereby undertake to pay the amounts due and payable under this

guarantee without any demure, merely on a demand from the BSNL by reason of breach by the

saidsupplier(s)‟ofanyofthetermsorconditionscontainedinthesaidAgreementor by reason of the

suppliers(s)‟ failure to perform the said Agreement. Any such demand made on the bank shall be

conclusive as regards the amount due and payable by the Bank under this guarantee where the decision

of BSNL in these counts shall be final and binding on the bank. However, our liability under this

guarantee shall be restricted to an amount not exceeding

3.We undertake to pay to the BSNL any money so demanded not withstanding any dispute or disputes

raised by the supplier(s)/supplier(s) in any suit or proceeding pending before any court or tribunal

relating there to our liability under this present being absolute and unequivocal. The payment so made

by us under this bond shall be valid discharge of our liability for payment there under and the supplier(s)

shall have no claim against us for making such payment.

4. We (name of the bank)_further agree that the guarantee herein contained shall remain in full force

and effect during the period that would be taken for the performance of the said agreement and that it

shall continue to be enforceable till all the dues of the BSNL under or by virtue of the said Agreement

have been fully paid and its claims satisfied or discharged or till (office/Department) BSNL

certifies that the terms and conditions of the said Agreement have been fully or properly carried out by

the said supplier (s) and accordingly discharges this guarantee. Unless a demand or claim under this

guarantee is made on us in writing on or before the expiry of 30 MONTHS (as specified in P.O) from

the date here of, we shall be discharged from all liabilities under this guarantee thereafter.

5.We (name of the bank) further agree with the BSNL that the BSNL

shall have the fullest liberty with out our consent and without affecting in any manner our obligations

here under to vary any of the terms and conditions of the said Agreement or to extend time of

performance by the said supplier(s) from time to time or to postpone for any time or from time to time

any of the powers exercisable by the BSNL against the said Supplier(s) and to forbear or enforce any of

the terms and conditions relating to the said agreement and we shall not be relieved from our liability by

reason of any such variation,or extension being granted to thes aid Supplier(s) or for any forbearance,act

or omission on the part of the BSNL or any indulgence by the BSNL to the said Supplier(s) or by any

such matter or thing what so ever which under the law relating to sureties would,but for this

provision,have effect of so relieving us.

6.This guarantee will not be discharged due to the change in the constitution of the Bank or

the supplier(s).7. We (name of the bank) lastly undertake not to revoke thisguarantee during its currency except with the previous consent of the BSNL in writing.Dated the

(Indicate the name of

bank)

Day of For

E-Tender for Outsourcing BTS sites in Kannur BA

Signature & Seal of bidder

41

SECTION 12

MUTUAL NON-DISCLOSURE AGREEMENT

This Agreement is made as of the ___________ between Bharat Sanchar Nigam Limited (A

Government of India Enterprise), O/o General Manager BSNL,BSNL BHAVAN,,KANNUR-11

having its registered office at 10th Floor, Statesman House, B-148, Barakhamba Road, New Delhi-

110001 herein after called “BSNL” which expression shall unless repugnant to the subject or the

context mean and included its successors, nominees or assign and M/s …….. (Bidder),

………………..herein after referred to as the “Bidder” which expression shall unless repugnant to

the subject or the context mean and include its successors, nominees or assigns.

In order to pursue the mutual business purpose specified in Exhibit A (the "Business Purpose"),

BSNL and Bidder recognize that there is a need to disclose to one another certain confidential

information of each party to be used only for the Business Purpose and to protect such confidential

information from unauthorized use and disclosure.

In consideration of the other party's disclosure of such information, each party agrees as follows:

1. This Agreement will apply to all confidential and proprietary information disclosed by one party

to the other party, including information listed in Exhibit A and other information which the

disclosing party identifies in writing as confidential before or within thirty days after disclosure to

the receiving party ("Confidential Information").

2. Each party agrees (i) to hold the other party's Confidential Information in strict confidence, (ii)

not to disclose such Confidential Information to any third parties, and (iii) not to use any

Confidential Information for any purpose except for the Business Purpose. Each party may

disclose the other party's Confidential Information to its responsible employees with a bona fide

need to know, but only to the extent necessary to carry out the Business Purpose. Each party

agrees to instruct all such employees not to disclose such Confidential Information to third parties,

including consultants, without the prior written permission of the disclosing party.

3. Confidential information will not include information which:

(i) is now, or hereafter becomes, through no act or failure to act on the part of the receiving party,

generally known or available to the public:

(ii) Was acquired by the receiving party before receiving such information from the disclosing

party and without restriction as to use or disclosure;

(iii) Is hereafter rightfully furnished to the receiving party by a third party,

without restriction as to use or disclosure:

(IV) is information which the receiving party can document was independently developed by the

receiving party;

(v) is required to be disclosed pursuant to law, provided the receiving party uses reasonable efforts

to give the disclosing party reasonable notice of such required disclosure; or

(vi) Is disclosed with the prior written consent of the disclosing party.

4. Each party agrees not to remove any of the other party's Confidential Information from the

premises of the disclosing party without the disclosing party's prior written approval. Each party

agrees to exercise extreme care in protecting the confidentiality of any Confidential Information

which is removed, only with the disclosing party's prior written approval, from the disclosing

party's premises. Each party agrees to comply with any and all terms and conditions the

disclosing party may impose upon any such approved removal, such as conditions that the

removed Confidential Information and all copies must be returned by a certain date, and that no

copies are to be making off of the premises.

5. Upon the disclosing party's request, the receiving party will promptly return to the disclosing

party all tangible items containing or consisting of the disclosing party's Confidential

Information all copies thereof.

E-Tender for Outsourcing BTS sites in Kannur BA

Signature & Seal of bidder

42

6.Each party recognizes and agrees that nothing contained in this Agreement will be construed as

granting any rights to the receiving party, by license or otherwise, to any of the disclosing party's

Confidential Information except as specified in this Agreement.

7. Each party acknowledges that all of the disclosing party's Confidential Information is owned

solely by the disclosing party (or its licensors) and that the unauthorized disclosure or use of

such Confidential Information would cause irreparable harm and significant injury, the degree of

which may be difficult to ascertain. Accordingly, each party agrees that the disclosing party will

have the right to obtain an immediate injunction enjoining any breach of this Agreement, as well

as the right to pursue any and all other rights and remedies available at law or in equity for such

a breach.

8. This Agreement will be construed, interpreted, and applied in accordance with the laws of India.

Subject to terms and conditions regarding the removal of Confidential Information as set forth

under relevant Sections, this Agreement and Exhibit A attached hereto are the complete and

exclusive statement regarding the subject matter of this Agreement and supersede all prior

agreements, understandings and communications, oral or written, between the parties regarding

the subject matter of this Agreement.

9. This Agreement will remain in effect for five years from the date of the last disclosure of

Confidential Information, at which time it will terminate.

IN WITNESS WHEREOF, the parties hereto have executed this Agreement by their duly

authorized officers or representatives.

Bidder Company Name Bharat Sanchar Nigam Limited

Signature Signature

Printed Name Printed Name

Title

Title

Seal Seal

Exhibit A

1. Business Purpose:

To carry out Annual Maintenance of Infrastructure Equipments

(Reference: Tender No :…………………….)

2. Confidential Information of Bidder

3. Confidential Information of Bharat Sanchar Nigam Limited (BSNL):

The equipment details including the configurations.

All information shared in oral or in written form by BSNL with Bidder

Bidder Company Name Bharat Sanchar Nigam Limited

Signature Signature

Printed Name Printed Name

Title Title

Seal Seal

E-Tender for Outsourcing BTS sites in Kannur BA

Signature & Seal of bidder

43

SECTION 13 PART A

BIDFORM Ref: Tender No: PLG/MM/ E-Tender/ BSS/Out Sourcing/2021-22/3 Dated at Kannur the 15-11-

2021

To

DE (BSS),

BSNL, Telephone Bhavan, KANNUR - 670002

Dear Sir,

1.Having examined the conditions of contract and specifications including addenda

Nos......................the receipt of which is hereby duly acknowledged, we, undersigned, offer to supply and deliver.............................................. in conformity with the said contract and specifications for the sum shown the schedule of prices attached herewith and made part of this Bid.

2. We undertake, if our Bid is accepted, to commence deliveries within (…….) days from the

Date of issue of your purchase order. 3. If our Bid is accepted, we will obtain the performance guarantees of a Scheduled Bank for a

sum@10%of the contract value for the due performance of the contract. 4. We agree to abide by this Bid for a period of 180 days from the date fixed for Bid opening and

it shall remain binding upon us and may be accepted at any time before the expiration of that period.

5. Until a formal Purchase Order of Contract is prepared and executed, this Bid together with

your written acceptance thereof in your notification of award shall constitute a binding contract between us.

6. Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration

and replacement. 7. We understand that you are not bound to accept the lowest or any bid, you may receive.

Dated this..............................day of ........................2021

Name and Signature…………………………………………… In the capacity of ………………………………………………… Duly authorized to sign the bid for and on behalf of.............................................. Witness......................................... Address......................................... Signature…………………………………

E-Tender for Outsourcing BTS sites in Kannur BA

44

Signature & Seal of bidder

+ PART B

FINANCIAL BID (ONLINE SUBMISSION ONLY)

To

The General Manager,

Bsnl, KANNUR.

Sub: Our Financial bid for Diesel Filling, Mobile access equipment maintenance and Mobile

infrastructure maintenance, rigger and bush cutting at BTS sites in KANNUR BA

Ref: Tender No: PLG/MM/ E-Tender/ BSS/Out Sourcing/2021-22/3 Dated at Kannur the 15-11-2021

Dear Sir,

With reference to your Tender cited above,, we the under signed offer to undertake “Diesel filling,

Mobile access equipment maintenance and Mobile infrastructure maintenance, rigger and bush cutting

in GSM BTS sites in conformity with the said specifications and conditions of contract at the rate quoted

below: 1 Diesel filling, Mobile access equipment maintenance

and Mobile infrastructure maintenance, rigger and bush cutting in GSM BTS sites in Kannur BA 2021-22

Quantity Units Estimated Rate in

Rs. P

1.01 Diesel filling in DG sets at GSM BTS sites 342 No of Sites/ month

685.00

1.02 Mobile access equipment maintenance and Mobile infrastructure maintenance in BTS sites (In Rural & Urban)

204 No of Sites/ month

2075.00

1.03 Mobile access equipment maintenance and Mobile infrastructure maintenance in BTS sites ( In remote area Hard stations)

40 No of Sites/ month

2300.00

1.04 Rigger activities up to 50 m (Instances per month) 125 No of Instances/ month

1250.00

1.05 Rigger activities above 50 m (Instances per month) 30 No of Instances/ month

1590.00

1.06 Bush cutting, clearing of vegetation, climbers etc in BTS site Compound ( Instances per year)

600 No of Instances/ Year

700.00

1.07 Replacement of XAHT/other Antennas with dual band Antenna including transportation of store to site (Instances per year)

30 No of Instances/ Year

2300.00

E-Tender for Outsourcing BTS sites in Kannur BA

45

Signature & Seal of bidder

ANNEXURE –1

Contact Details of Deployed Personnel and supervisor

(a) Contact details work supervisor

Sl No Cluster Name Address Phone Mobile E-mail

(b) Contact details of personnel for Mobile access equipment maintenance and Mobile

infrastructure maintenance with site details

Sl No Site Details Sub div Div Name of

Personnel

Mobile

Number

Residential

Phone

(c) Contact details of personnel deployed for Rigger activities

No Division Name of

Personnel

Mobile Residential

Phone

E-Tender for Outsourcing BTS sites in Kannur BA

46

Signature & Seal of bidder

ANNEXURE – 2

SITE WISE LOG BOOK FOR DIESEL FILLING:-

Site Name: Rp ID: Diesel Fill Log register

Sl

N

o

Dat

e

Tim

e

Name &

Cotact no

of

Person

filling

diesel

Sig

nat

ure

of

Per

son

fill

ing

die

sel

Die

sel

Av

aila

ble

in

tan

k b

efo

re f

illi

ng

(L

)

Die

sel

Fil

led

(L

)

To

tal

Die

sel

avai

lab

le

afte

r fi

llin

g m

esu

red

usi

ng

dip

sti

ck(L

)

Die

sel

con

sum

ed

DG

HM

R R

ead

ing

Ho

urs

ru

n B

/w

con

secu

tiv

e d

iese

l fi

ll

DG

kW

h r

ead

ing

at

tim

e o

f d

iese

l fi

llin

g

DG

kW

h r

ead

ing

dif

fere

nce

Dis

el c

on

sup

tio

n/

hr

Pet

ro C

ard

, P

um

p,

rece

ipt

NO

, d

ate,

Qty

of

die

sel

sale

,

Am

t o

f d

iese

l sa

le,

Bal

ance

am

t d

etai

ls

Rem

ark

s if

an

y

/Sig

nat

ure

of

MO

BIL

E A

CC

ES

S

EQ

UIP

ME

NT

MA

INT

EN

AN

CE

AN

D M

OB

ILE

INF

RA

ST

RU

CT

U

RE

MA

INT

EN

AN

CE

per

son

A D G

B

C=

A-B

E

F=

E-D

H

I=H

-G

J=C

/F

ANNEXURE – 3

Site Wise LOG BOOK FOR Mobile access equipment maintenance and Mobile infrastructure

maintenance(MAM&MIM) Name of Site:

Site Name: Rp ID: Month: MAM&MIM

activity register

Sl

No

D

at

e

Name of

personal

Tim

e IN

DG

HM

R

read

ing

Die

sel

avai

lab

le i

n

DG

DG

KW

h

read

ing

EB

KW

h

met

er r

dng

Diesel Fill/Observations/ Work done/

material,bill movement details

Tim

e O

UT

Sig

nat

ure

of

MA

M&

MI

M

Sig

nat

ure

of

site

in

char

ge

1

31

DG

K

W

H

OMR first of

month:

Diffe

rence DG

HM

R OMR first of month: Total diesel filled (L)

CMR END

of month:

HM

R CMR End of month:

EB

K

W

H

OMR first of

month:

Diffe

rence Total hours run this month:

Total diesel consumed

(L)

CMR END

of month: Total KWH (EB+DG) this month:

E-Tender for Outsourcing BTS sites in Kannur BA

47

Signature & Seal of bidder

ANNEXURE – 4

LOG Book for Rigger Activities Tower Height: upto 50m/Above 50 m

Month:

SlNo Date Name of

Person

Name of

site

Work

instance

Observation/Work

done

Signature

Annexure 5

Monthly Performance Report

Name of Subdivision: Period:

Total no. of sites under Mobile access equipment maintenance and Mobile infrastructure maintenance:

Total no. of sites under Partial Mobile access equipment maintenance and Mobile infrastructure

maintenance:

Total no. of sites under diesel filling:

Type of Work : Diesel Filling/ Mobile access equipment maintenance and Mobile infrastructure

maintenance

Date Name of Site where

deviation exist

Type of Deviation

(Major/Minor)

Duration in case

of Major

*Remarks

Total Duration of Major Deviation (in hours): Total Instances of Minor Deviation :

1. It is certified that the performance in ……………………………..…activity in

…………….subdivision of the Monthly period …………..was satisfactory for the

vendor………………..except for the deviations listed above.

2. It is certified that cleaning of equipments and surrounding area in all sites under Mobile access

equipment maintenance and Mobile infrastructure maintenance were done by Mobile access

equipment maintenance and Mobile infrastructure maintenance personnel.

3. It is certified that site wise filling details as per Annexure 8 was receiving on daily basis.

Signed by : Sub divisional Engineer (BSS)

Countersigned by : Divisional Engineer (BSS).

Note :Deviation in Diesel Filling or Mobile access equipment maintenance and Mobile infrastructure

maintenance Activities are to be clearly distinguished in the Performance report

E-Tender for Outsourcing BTS sites in Kannur BA

48

Signature & Seal of bidder

ANNEXURE 5A

Performance Report(Bush cutting/Vegetation clearing)

Name of Subdivision: Period:

Type of Work : Bush/Grass cutting and removing vegetation activity

No. of sites :

(List of sites to be attached)

Sl No Name of Deviated Site Phase of clearing

vegetation

*Remarks

It is certified that the performance in Bush cutting/vegetation activity in …………….subdivision

during …….. Phase(2 times in a year)was satisfactory for the vendor………………..except for the

deviations listed above

Signed by : Sub divisional Engineer (BSS)

Countersigned by : Divisional Engineer (BSS)

.

E-Tender for Outsourcing BTS sites in Kannur BA

49

Signature & Seal of bidder

ANNEXURE 5B

Monthly Performance Report , Rigger)

Name of Subdivision: Period:

Type of Work : Rigger activities.

:

No. of instances for Rigger type 1

No. of instances for Rigger type 2

(Copy of rigger logbook to be attached)

Sl No Name of Sub division Deviation details *Remarks

It is certified that the performance in rigger in …………….subdivision of the monthly period

…….. was satisfactory for the vendor………………..except for the deviations listed above

Signed by : Sub divisional Engineer (BSS/NQM)

Countersigned by : Divisional Engineer (BSS)

.

E-Tender for Outsourcing BTS sites in Kannur BA

50

Signature & Seal of bidder

ANNEXURE 6

Payment details to Mobile access equipment maintenance and Mobile infrastructure maintenance

and rigger

Sl

.

N

o:

MA

M&

MI

M

Site

Na

me

Sub

Divisi

on

Nam

e of

MA

M&

MI

M

pers

onne

l

Addres

s

Wages

(Salary

+DA)

EPF

A/C

No:

ESI

A/c

No:

EPF

Contri

bution

(Empl

oyer's

share)

EPF

Contri

bution

(Empl

oyee's

share)

ESIC

Contri

bution

(Empl

oyer's

share)

ESIC

Contribu

tion

(Employ

ee's

share=1.

75% of

Wages)

Net

Wages

after

deductin

g

Employe

e's

contribut

ion of

EPF,

ESIC

E-Tender for Outsourcing BTS sites in Kannur BA

51

Signature & Seal of bidder

ANNEXURE 7

PROFORMA FOR RECONCILIATION OF DIESEL

COST

PERIOD -

DATA AS PER LOG BOOK ENTRY

S/n

RP

ID

SIT

E N

AM

E

DG

MA

KE

DG

Ca

pacit

y

Die

sel-

Op

en

ing

Bala

nce

as

on

1

ast

da

y o

f th

e

previo

us

mo

nth

Die

sel-

Clo

sin

g M

ete

r R

ea

din

g a

s on

1a

st d

ay

of

the c

urr

en

t m

on

th

Die

sel

fill

ed

du

rin

g t

he m

on

th

To

tal

Die

sel

Co

nsu

med

(A

)

MU

LT

IPL

ICA

TIO

N F

AC

TO

R-C

PH

(a

s p

er

agree

men

t)/a

pp

rov

ed

test

ru

n (

B)

DG

ru

n h

ou

r-O

PE

N M

ET

ER

RE

AD

ING

(OM

R)

as

on

la

st d

ay

of

the p

rev

iou

s m

on

th

DG

ru

n h

ou

r-C

LO

SE

ME

TE

R R

EA

DIN

G

(CM

R)

as

on

la

st d

ay o

f th

e cu

rren

t m

on

th

Logg

ed

Ho

urs

in c

on

trol

pa

nel

(Ph

V s

ites)

-

OP

EN

ME

TE

R R

EA

DIN

G (

OM

R)

as

on

la

st

da

y o

f th

e p

revio

us

mo

nth

Logg

ed

Ho

urs

in c

on

troll

pa

nel

(Ph

V s

ites)

-

CL

OS

E M

ET

ER

RE

AD

ING

(C

MR

) a

s o

n l

ast

da

y o

f th

e c

urren

t m

on

th

To

tal

DG

RU

N T

IME

du

rin

g t

he m

on

th ©

To

tal

Die

sel

con

sum

ed

as

per

CP

H(D

=B

xC

)

Die

sel

Qu

an

tity

Reco

mm

en

ded

A o

r D

wh

ich

ev

er i

s le

sser

(E

)

Co

st o

f D

iese

l =

E*

Die

sel

pri

ce p

er l

iter

Co

st o

f th

e D

iese

l =

((C

B-O

B)+

Rec

mn

d

qty

)*D

.P

Certification : The details above are verified with Logbook maintained in site, run hour meter

readings and further cross checked

with other available data like DG ON alarm data from OMCR, Logged hours in DG Controller

(in the case of Phase V DG),

Counter Signature of DE(BSS)

with seal

Signature of SDE(BSS) with date &

Seal

Signature of the

representative of

Contractor & Seal

E-Tender for Outsourcing BTS sites in Kannur BA

52

Signature & Seal of bidder

ANNEXURE 8

Diesel filling data to be e mailed to SDE (BSS)s after each transaction using petro card/fleet

card

Sl

N

o.

Bill no

of

petrocar

d

transacti

on

Date of

petro

card

transact

ion

Quant

ity

(lrs)

Amou

nt

(Rs.)

RPI

D

SIT

E

NA

ME

CAR

D

NO

Sub

Divisi

on

DIES

EL

AVAI

LABL

E

DIES

EL

FILL

ED

TOT

AL

DIES

EL

HMR

Readin

g

E-Tender for Outsourcing BTS sites in Kannur BA

53

Signature & Seal of bidder

ANNEXURE 9

Experience Certificate

It is hereby certified that M/s ………………….. has got experience in ,diesel filling &

Mobile access equipment maintenance and Mobile infrastructure maintenance and rigger activity in

BTS sites as per the details given below.

(1) Name of the Telecom Provider :

(2) Name of Telecom Circle :

(3) Details of contract:

Items

Carried

out

Yes/

No

If Yes: Period of

contract

Remarks

Diesel filling

Mobile access

equipment

maintenance and

Mobile infrastructure

maintenance

Rigger activities

(4) Overall performance assessment: Satisfactory / Not satisfactory

Signature

(To be signed by Authorized Signatory of the company with seal & date)

……………………..

E-Tender for Outsourcing BTS sites in Kannur BA

54

Signature & Seal of bidder

ANNEXURE 10

List of BTS sites for Mobile Access equipment & infrastructure maintenance required. KANNUR BA

Sl No RP Site Name

Sub Div

Sl No RP Site Name Sub Div

1 RP-04036 RP-04036-Mamakunnu KNR1

39 RP-02876 RP-02876-Supdtgate KNR 2

2 RP-02215 RP-02215-Varamstaffqtrs KNR1

40 RP-02877 RP-02877-Pannenpara KNR 2

3 RP-03322 RP-03322-Mannikakavu KNR1

41 RP-03356 PallipuramKNR KNR 2

4 RP-04960 RP-04960-Niramthode KNR1

42 RP-04027 RP-04027-ChaladEast KNR 2

5 RP-07935 RP-07935-Kalluvayal KNR1

43 RP-04032 RP-04032-Manal KNR 2

6 RP-02881 RP-02881-Chalakunnu KNR1

44 RP-04045 RP-04045-Bakkalam KNR 2

7 RP-04952 RP-04952-Pannerichal KNR1

45 RP-08986 PaliyathValapu KNR 2

8 RP-07938 RP-07938-Puravayal KNR1

46 RP-01271 RP-01271-Azhikode KNR 2

9 RP-04025 Edachowa KNR1

47 RP-04034 RP-04034-Edacherry KNR 2

10 RP-03096 Mannikadavu(hard) KNR1

48 RP-07261 RP-07261-Panthottam KNR 2

11 RP-01300 RP-01300-KOODALI KNR1

49 RP-02231 RP-02231-Puthiyangadi KNR 2

12 RP-00536 RP-00536-Peralasseri KNR1

50 RP-03262 Payangaditown KNR 2

13 RP-01266 AnjarakandyTown KNR1

51 RP-03513 RP-03513-Chembanal KNR 2

14 RP-03355 RP-03355-Thilanur KNR1

52 RP-03774 PariyaramWest KNR 2

15 RP-02202 RP-02202-Malikaparamba KNR1

53 RP-08885 CoOpClgPilatara KNR 2

16 RP-02201 RP-02201-Koyyode KNR1

54 RP-01721 RP-01721-Ezhome KNR 2

17 RP-02878 RP-02878-Ottamavu KNR1

55 RP-03103 RP-03103-Aduthila KNR 2

18 RP-07296 RP-07296-Mathukoth KNR1

56 RP-02241 RP-02241-EMBETTIL KNR 2

19 RP-03088 RP-03088-Kolappa KNR1

57 RP-03514 RP-03514 Yogasala KNR 2

20 RP-04953 Kannadivelicham KNR1

58 RP-08211 RP-08211 EzhimalaRS KNR 2

21 RP-04957 RP-04957-Maniyoor KNR1

59 RP-04964 RP-04964 PuthiyatheruE KNR 2

22 RP-07264 RP-07264-Perumannu KNR1

60 RP-0311 RP-00311-SIVAPURAM MTR

23 RP-08015 KALANKI KNR1

61 RP-01708 PeravoorTown MTR

24 RP-07269 NELLIKAMPOYIL KNR1

62 RP-02226 RP-02226-KEEZHOOR MTR

25 RP-07283 PARIKKALAM KNR1

63 RP-04057 RP-04057-Kololamnorth MTR

26 RP-05644 Chelora KNR1

64 RP-04725 RP-04725-MTRStaffQtrs MTR

27 RP-03515 Edakkadtown KNR1

65 RP-04966 RP-04966-Palottupally MTR

28 RP-04024 Elayavurtemple KNR1

66 RP-04973 RP-04973-Kunnoth MTR

29 RP-00533 RP-00533-Skcomplex KNR 2

67 RP-07004 RP-07004-Aiyapanthodu MTR

30 RP-02210 RP-02210-Kazanakotta KNR 2

68 RP-07335 RP-07335-Vellarvally MTR

31 RP-02216 RP-02216-Vkcomplex KNR 2

69 RP-07339 Mannalampuram MTR

32 RP-02874 RP-02874-Caltex KNR 2

70 RP-08874 ManathanaTown MTR

33 RP-02882 RP-02882-Thanadlc KNR 2

71 RP-04975 RP-04975-Nedumpoyil MTR

34 RP-07733 Payyambalam KNR 2

72 RP-07272 RP-07272-Pazhassidam MTR

35 RP-01324 Vankulathuvayal KNR 2

73 RP-07333 RP-07333-Kayani MTR

36 RP-02211 RP-02211-Kunhipalli KNR 2

74 RP-07905 RP-07905-Odanthod MTR

37 RP-02212 RP-02212-Puthiyatheru KNR 2

75 RP-08385 RP-08385-Kaayapanachi MTR

38 RP-02875 RP-02875-Chalad KNR 2

76 RP-08386 RP-08386-Vattiyora MTR

E-Tender for Outsourcing BTS sites in Kannur BA

55

Signature & Seal of bidder

Sl No RP Site Name

Sub Div

Sl No RP Site Name Sub Div

77 RP-08475 RP-08475-Ambayathod MTR

117 RP-07267 Poomangalam TMB

78 RP-08624 RP-08624-Barapole MTR

118 RP-01278 CHAPPARAPPADAVU TMB

79 RP-08798 Mudavangode MTR

119 RP-04954 RP-04954-Paissakari TMB

80 RP-07338 Chunkakunnu MTR

120 RP-08172 RP-08172-Pooparamba TMB

81 RP-08902 PeriyaramMTR MTR

121 RP-03676 RP-03676-Eryam TMB

82 RP-00552 Mahehospital TLY

122 RP-07947 RP-07947-Kannapilavu TMB

83 RP-01297 RP-01297-Kinnavakal TLY

123 RP-04059 RP-04059-Chuzhali TMB

84 RP-01301 RP-01301-KottayamPoil TLY

124 RP-07063 RP-07063-Nellippara TMB

85 RP-01306 RP-01306-Mambram TLY

125 RP-03507 Thrikkanad KSGD

86 RP-01323 RP-01323-Pinarayi TLY

126 RP-07020 Manadukkam KSGD

87 RP-02219 RP-02219-NIRMALAGIRI TLY

127 RP-07722 Manimoola KSGD

88 RP-02236 RP-02236-Chonadam TLY

128 RP-07040 Kannadipara KSGD

89 RP-02237 RP-02237-Kundoormala TLY

129 RP-07155 Maniyanpara KSGD

90 RP-02238 RP-02238-Punnol2 TLY

130 RP-08520 Songal KSGD

91 RP-03089 RP-03089-Kannavam TLY

131 RP-08612 Nalka KSGD

92 RP-03092 RP-03092-Kaithery TLY

132 RP-08133 Poiyathubail KSGD

93 RP-03670 RP-03670-Pottanpara TLY

133 RP-01279 Poinachi KSGD

94 RP-03673 RP-03673-Champad TLY

134 RP-02198 THEKKIL KSGD

95 RP-04720 RP-04720-Pookkom TLY

135 RP-03506 Southkalanad KSGD

96 RP-04967 RP-04967-Chendayad TLY

136 RP-04049 Chemanad KSGD

97 RP-04968 RP-04968-Pathiriyad TLY

137 RP-04050 Vidyanagarqtrs KSGD

98 RP-07978 RP-07978-Swamikunnu TLY

138 RP-04992 Koliyadukkam KSGD

99 RP-08881 RP-08881-Kottiyodi TLY

139 RP-07048 Mangad KSGD

100 RP-08602 KuthuparambaQtr TLY

140 RP-07579 Chattamchal KSGD

101 RP-07109 RP-07109-Padenthazhe TLY

141 RP-07914 UdumaNorth KSGD

102 RP-07345 Karyattupuram TLY

142 RP-00559 PAIVALIKA KSGD

103 RP-08883 RP-08883-Kaithachal TLY

143 RP-01304 KUNJATHUR KSGD

104 RP-02220 Valiyavelicham TLY

144 RP-02221 BANDIYODU KSGD

105 RP-01267 RP-01267-Andallur TLY

145 RP-02225 MIAPADAVU KSGD

106 RP-07301 Vayattuparamba TMB

146 RP-03502 Hosangadi KSGD

107 RP-07325 RP-07325-Kadukkaram TMB

147 RP-03503 UppalaGate KSGD

108 RP-04955 RP-04955-Chengalayi TMB

148 RP-04982 Madathadukka KSGD

109 RP-03778 RP-03778-Kuppam TMB

149 RP-07582 Kurudapadavu KSGD

110 RP-02502 RP-02502-MANNA TMB

150 RP-08382 Kaikamba KSGD

111 RP-07291 PushpagiriKnr TMB

151 RP-08481 Kadamana KSGD

112 RP-08209 RP-08209-Karimbam TMB

152 RP-10923 GPMGovtCollege KSGD

113 RP-08173 TMBSirSyedCLG TMB

153 RP-00306 Thalangara KSGD

114 RP-07268 RP-07268-Thimiri TMB

154 RP-02196 Nullippadi KSGD

115 RP-04958 Peruvalthparamb TMB

155 RP-02197 NEKRAJE KSGD

116 RP-04956 Oduvallithattu TMB

156 RP-03505 Mogralputhur KSGD

E-Tender for Outsourcing BTS sites in Kannur BA

56

Signature & Seal of bidder

Sl No RP ID Site Name

Sub Div

Sl No RP ID Site Name Sub Div

157 RP-04053 KblSouthMarr KSGD

197 RP-01299 KONNAKKAD TE KNHD

158 RP-04054 Seethangoli KSGD

198 TE PERUMBATTA TE KNHD

159 RP-07044 KsgdNewBusStand KSGD

199 RP-05219 ChullyKNGD KNHD

160 RP-07773 Karmanthodi KSGD

200 RP-07091 Ranipuram KNHD

161 RP-08557 EDANEER KSGD

201 RP-07072 Edathodu KNHD

162 RP-08846 Pallamkode KSGD

202 RP-08374 iyrote KNHD

163 RP-05646 Kuttiyanam KSGD

203 RP-07083 Pollakada KNHD

164 RP-04984 Parakalai KNHD

204 RP-02229 NLS_GOVT_HOSPITAL KNHD

165 RP-01284 CHITTARIKAL KNHD

205 RP-02243 CHANDERA PAY

166 RP-08512 PanangadKNR KNHD

206 RP-04048 Cheruvathurtown PAY

167 RP-07693 Kothottupara KNHD

207 RP-01719 EZHIMALA PAY

168 RP-01333 VELLARIKUNDU KNHD

208 RP-05771 KoromKnr PAY

169 RP-07690 Ettithattu KNHD

209 RP-08891 KoromNorth PAY

170 RP-08285 KaraChittarikal KNHD

210 RP-08863 PAY BUS STAND PAY

171 RP-07977 Karat KNHD

211 RP-01305 PAYYANNUR CXL PAY

172 RP-07499 Pullumala KNHD

212 RP-01320 PEELIKODE PAY

173 RP-02206 MAVUNGAL_DLC KNHD

213 RP-03899 Perumba PAY

174 RP-08053 KanhangadBusStand KNHD

214 RP-07092 Ponnampara PAY

175 RP-03768 Avikkara KNHD

215 RP-08928 Pranthanchal PAY

176 RP-07815 Chathamath KNHD

216 RP-07639 Thabore PAY

177 RP-07595 Kottodi KNHD

217 RP-00542 PADAYOTCHAL PAY

178 RP-03777 Pakkom KNHD

218 RP-04981 CHANADUKKAM PAY

179 RP-07075 Kolichal KNHD

219 RP-07008 KAKKARA NEW TE PAY

180 RP-07694 Choyyomkod KNHD

220 RP-07980 Alanthatta PAY

181 RP-08357 MaukodeBSNL KNHD

221 RP-03101 Chandapura PAY

182 RP-07018 Nallompuzha KNHD

222 RP-08293 Edachakai PAY

183 RP-07705 Nelliyadukkam KNHD

223 RP-07709 Eyyakkad PAY

184 RP-04996 Kottapara Adukkam KNHD

224 RP-07697 JOSEGIRIW PAY

185 RP-07512 Madikai KNHD

225 RP-03669 KADANKOD PAY

186 RP-08924 NileshwarHW KNHD

226 RP-03512 Kandankali PAY

187 RP-08848 Poochakkad KNHD

227 RP-04047 KANKOL PAY

188 RP-07689 Madiyan KNHD

228 RP-07703 KARAMMEL PAY

189 RP-02244 KANHANGAD_NEW_EXG KNHD

229 RP-04993 Klayikode PAY

190 RP-03510 Padanakkad KNHD

230 RP-07005 KODAKKAD PAY

191 RP-03674 Pullur KNHD

231 RP-03814 Kothaimukku PAY

192 RP-00528 ATHINHAL KNHD

232 RP-08706 KOYIPRA PAY

193 RP-03508 Chittari KNHD

233 RP-02504 KUNHIPPARA PAY

194 RP-06372 Bengalam KNHD

234 RP-07292 KUTTOR KNR PAY

195 RP-08291 KanhangadNewBusStand KNHD

235 RP-08664 MENONKUNNU PAY

196 RP-02205 HOSDURG KNHD

236 RP-08684 NHEKLI PAY

E-Tender for Outsourcing BTS sites in Kannur BA

57

Signature & Seal of bidder

Sl No RP ID Site Name

Sub Div

237 RP-07945 PALAKKUNNU PAY

238 RP-07982 PALLIPPARA PAY

239 RP-08723 PERINGOME TOWN PAY

240 RP-07650 PODAVUR NEW PAY

241 RP-07707 POTHAMKANDAM PAY

242 RP-08294 ThayineriPyr PAY

243 RP-08894 THATTUMMAL PAY

244 RP-03511 Udinoor PAY

E-Tender for Outsourcing BTS sites in Kannur BA

58

Signature & Seal of bidder

ANNEXURE 11

List of diesel filling required sites- KANNUR BA SL No RP-ID Site name

SL No RP-ID Site name

1 RP-00536 Peralasseri

41 RP-07082 Kovvappuram

2 RP-01266 AnjarakandyTown

42 RP-02211 Kunhipalli

3 RP-01300 Koodali

43 RP-02241 Embettel

4 RP-02201 Koyyode

44 RP-00532 Kakkad

5 RP-02202 Malikaparamba

45 RP-00533 SK Complex

6 RP-02207 Adikadalayi

46 RP-01324 Vankulathuvayal

7 RP-02209 EachurDLC

47 RP-03774 Pariyaram_West

8 RP-02214 Thazhechovva

48 RP-02876 Supt gate

9 RP-02215 Varamstaffqtrs

49 RP-03356 PallipuramKNR

10 RP-02878 Ottamavu

50 RP-02882 Thanadlc

11 RP-02879 Kannurpadanna

51 RP-08986 Palayathuvalappu

12 RP-02881 Chalakunnu

52 RP-02199 Anjampeedika

13 RP-03088 Kolappa

53 RP-08213 Vellikeel

14 RP-03322 Mannikakavu

54 RP-01271 Azhikode

15 RP-03353 Chapa

55 RP-08885 Co-Op College Pilathara

16 RP-03355 Thilanur

56 RP-02212 Puthiyatheru

17 RP-03515 Edakkadtown

57 RP-02210 Kazanakotta

18 RP-04024 Elayavurtemple

58 RP-04033 Chirakkal South

19 RP-04025 Edachowa

59 RP-03514 Yogasala

20 RP-04036 Mamakunnu

60 RP-08211 Ezhimala Railway Stn.

21 RP-04952 Pannerichal

61 RP-03513 Chembanal

22 RP-04953 Kannadivelicham

62 RP-01721 Ezhome

23 RP-04957 Maniyoor

63 RP-04045 Bakkalam

24 RP-04960 Niramthode

64 RP-02874 Caltex

25 RP-07264 Perumannu

65 RP-04034 Edacherry

26 RP-07269 Nellikkampoyil

66 RP-04962 Hanumarambalam

27 RP-07283 Parikkalam

67 RP-02231 Puthiyangadi

28 RP-07284 Palliparambu

68 RP-04027 ChaladEast

29 RP-07285 Vellachal

69 RP-07261 Panthottam

30 RP-07296 Mathukoth

70 RP-03103 Aduthila

31 RP-07330 Chakkarakaltown

71 RP-00311 SIVAPURAM

32 RP-07935 Kalluvayal

72 RP-01708 PeravoorTown

33 RP-07938 Puravayal

73 RP-01723 THERUR

34 RP-08015 Kaalanki

74 RP-02226 KEEZHOOR

35 RP-08715 Muzhappala

75 RP-03086 Chavassery

36 RP-02877 Pannenpara

76 RP-03662 Maruthai

37 RP-04032 Manal

77 RP-03667 Sivapurameast

38 RP-02875 Chalad

78 RP-04057 Kololamnorth

39 RP-04964 Puthiyatheru East

79 RP-04725 MTRStaffQtrs

40 RP-07106 Neruvambram

80 RP-04966 Palottupally

E-Tender for Outsourcing BTS sites in Kannur BA

59

Signature & Seal of bidder

SL No RP-ID Site name

SL No RP-ID Site name

81 RP-04973 Kunnoth

122 RP-07067 Rayarome

82 RP-04974 Manathanna

123 RP-07265 Cheriyoor

83 RP-04975 Nedumpoyil

124 RP-07291 PushpagiriKnr

84 RP-04976 Keezhpally

125 RP-07301 Vayattuparamba

85 RP-05764 AralamTown

126 RP-07326 Manjankari

86 RP-07004 Aiyapanthodu

127 RP-07327 Pokkundu

87 RP-07272 Pazhassidam

128 RP-07744 Therandi

88 RP-07331 Poolakutty

129 RP-07937 Vathilmada

89 RP-07332 Nelloonni

130 RP-07946 Kanjirakolli

90 RP-07333 Kayani

131 RP-07947 Kannapilavu

91 RP-07335 Vellarvally

132 RP-08172 Pooparamba

92 RP-07338 Chunkakunnu

133 RP-08209 Karimbam

93 RP-07339 Mannalampuram

134 RP-08219 Urathoor

94 RP-07905 Odanthod

135 RP-06679 Vanchiyam

95 RP-07979 Karaperavoor

136 RP-07267 Poomangalam

96 RP-08161 Karetta

137 RP-07268 Thimiri

97 RP-08385 Kaayapanachi

138 RP-07325 Kadukkaram

98 RP-08386 Vattiyora

139 RP-08173 TMBSirSyedCLG

99 RP-08388 Ayyallur

140 RP-08560 ValiaAreekamala

100 RP-08475 Ambayathod

141 RP-08667 Mampoyil

101 RP-08624 Barapole

142 RP-00550 TLSYMW

102 RP-08716 Edayannur

143 RP-00552 Mahehospital

103 RP-08721 Vaduvankulam

144 RP-01267 Andallur

104 RP-08730 Thrikadaripoyil

145 RP-01297 Kinnavakal

105 RP-08798 Mudavangode

146 RP-01301 KottayamPoil

106 RP-08874 ManathanaTown

147 RP-01306 Mambram

107 RP-08887 Eelapeedika

148 RP-01323 Pinarayi

108 RP-08890 Kallumutirakunu

149 RP-02219 NIRMALAGIRI

109 RP-08902 PeriyaramMTR

150 RP-02220 Valiyavelicham

110 RP-08904 Veerpad

151 RP-02224 Pandakkal

111 RP-01278 CHAPPARAPPADAVU

152 RP-02236 Chonadam

112 RP-02502 MANNA

153 RP-02237 Kundoormala

113 RP-03105 Tmb7ThMile

154 RP-02238 Punnol2

114 RP-03778 Kuppam

155 RP-02239 Tlybusstand

115 RP-04059 Chuzhali

156 RP-02240 Saidarpalli

116 RP-04722 Mandalam

157 RP-03089 Kannavam

117 RP-04954 Paissakari

158 RP-03092 Kaithery

118 RP-04955 Chengalayi

159 RP-03670 Pottanpara

119 RP-04956 Oduvallithattu

160 RP-03673 Champad

120 RP-04958 Peruvalthparamb

161 RP-04042 Maheeast

121 RP-07063 Nellippara

162 RP-04060 Tlsy North

E-Tender for Outsourcing BTS sites in Kannur BA

60

Signature & Seal of bidder

SL No

RP-ID Site name

SL No

RP-ID Site name

163 RP-04720 Pookkom

204 RP-02221 BANDIYODU

164 RP-04967 Chendayad

205 RP-02225 MIAPADAVU

165 RP-04968 Pathiriyad

206 RP-03501 ManjeswarNorth

166 RP-04969 CentralPoilur

207 RP-03502 Hosangadi

167 RP-04970 Kariad

208 RP-03503 UppalaGate

168 RP-04978 Kanhileri

209 RP-04982 Madathadukka

169 RP-06676 Kidanji

210 RP-07040 Kannadipara

170 RP-07097 Venduttayi

211 RP-07068 Guvathapadapu

171 RP-07109 Padenthazhe

212 RP-07117 Kumbla

172 RP-07281 Olavilam

213 RP-07151 Santhadukka

173 RP-07299 Menapram

214 RP-07155 Maniyanpara

174 RP-07345 Karyattupuram

215 RP-07582 Kurudapadavu

175 RP-07978 Swamikunnu

216 RP-07887 Anantapuratmple

176 RP-08390 Vaayannur

217 RP-07985 Vidhyagiri

177 RP-08601 ThalasseryFort

218 RP-08133 Poiyathubail

178 RP-08883 Kaithachal

219 RP-08134 Morathane

179 RP-02198 THEKKIL

220 RP-08378 Neerchal

180 RP-03506 Southkalanad

221 RP-08382 Kaikamba

181 RP-03507 Thrikkanad

222 RP-08481 Kadamana

182 RP-03671 ChengalaEknHosp

223 RP-08520 Songal

183 RP-04049 Chemanad

224 RP-08611 Belinja

184 RP-04050 Vidyanagarqtrs

225 RP-08612 Nalka

185 RP-04055 Munnad

226 RP-08621 Muligadde

186 RP-04991 Perladukka

227 RP-10923 GPMGovtCollege

187 RP-04992 Koliyadukkam

228 RP-00306 Thalangara

188 RP-07020 Manadukkam

229 RP-02196 Nullippadi

189 RP-07048 Mangad

230 RP-03505 Mogralputhur

190 RP-07055 Thachangad

231 RP-04051 Nellikkatte

191 RP-07049 Paramba

232 RP-04052 Kasaragodfort

192 RP-07579 Chattamchal

233 RP-04053 KblSouthMarr

193 RP-07692 Nalleacre

234 RP-04054 Seethangoli

194 RP-07719 Thorothu

235 RP-04058 KsdCpcriEast

195 RP-07722 Manimoola

236 RP-04987 Padiyathadukka

196 RP-07742 MullasseryNew

237 RP-07030 ThairaTemple

197 RP-07746 Chembarika

238 RP-07044 KsgdNewBusStand

198 RP-07914 UdumaNorth

239 RP-07114 Chowky

199 RP-08358 BALANADUKAM

240 RP-07153 Bellur

200 RP-08845 Shankarampadi

241 RP-07716 KelKasaragod

201 RP-08849 Kollampana

242 RP-07773 Karmanthodi

202 RP-08898 Kanhiradukkam

243 RP-08034 Maniyoor

203 RP-01304 KUNJATHUR

244 RP-08035 Mallam

E-Tender for Outsourcing BTS sites in Kannur BA

61

Signature & Seal of bidder

SL No RP-ID Site name

SL No RP-ID Site name

245 RP-08557 EDANEER

286 RP-04984 Parakalai

246 RP-08846 Pallamkode

287 RP-07083 Pollakada

247 RP-05646 Kuttiyanam

288 RP-08848 Poochakkad

248 RP-08374 Aiyrote

289 RP-07499 Pullumala

249 RP-08897 Alakkodperiya

290 RP-03674 Pullur

250 RP-08671 Ambalathukara

291 RP-07091 Ranipuram

251 RP-00528 ATHINHAL

292 RP-01333 VELLARIKUNDU

252 RP-03672 Bengalam

293 RP-08369 Chamundikunnu

253 RP-07815 Chathamath

294 RP-03768 Avikkara

254 RP-03508 Chittari

295 RP-03777 Pakkom

255 RP-01284 CHITTARIKAL

296 RP-07980 Alanthatta

256 RP-08285 RP-08285-KaraChittarikal

297 RP-03101 Chandapura

257 RP-07694 Choyyomkod

298 RP-02243 CHANDERA

258 RP-05219 ChullyKNGD

299 RP-04048 Cheruvathurtown

259 RP-07072 Edathodu

300 RP-03785 CheruvaturKolam

260 RP-04743 Elarithattu

301 RP-08293 Edachakai

261 RP-07690 Ettithattu

302 RP-07043 Edayiiliyakad

262 RP-02205 HOSDURG

303 RP-07709 Eyyakkad

263 RP-08376 KallarKngd

304 RP-01719 EZHIMALA

264 RP-02244 KANHANGAD_NEW_EXG

305 RP-07697 Josegiriw

265 RP-08053 KanhangadBusStand

306 RP-03669 Kadankod

266 RP-08291 KanhangadNewBusStand

307 RP-03512 Kandankali

267 RP-07977 Karat

308 RP-04047 Kankol

268 RP-07075 Kolichal

309 RP-07703 Karammel

269 RP-07693 Kothottupara

310 RP-07069 Karayil

270 RP-04996 Kottapara Adukkam

311 RP-04993 Klayikode

271 RP-07595 Kottodi

312 RP-07005 Kodakkad

272 RP-07976 KunnuparaJunction

313 RP-07026 Koluvally

273 RP-07512 Madikai

314 RP-05771 KoromKnr

274 RP-07689 Madiyan

315 RP-08891 KoromNorth

275 RP-04985 Malakkal

316 RP-03814 Kothaimukku

276 RP-07696 Mandapam

317 RP-08706 Koyipra

277 RP-08357 MaukodeBSNL

318 RP-02504 KUNHIPPARA

278 RP-02206 MAVUNGAL_DLC

319 RP-07101 Kunnaru

279 RP-07018 Nallompuzha

320 RP-07292 KuttoorKnr

280 RP-07705 Nelliyadukkam

321 RP-08664 Menonkunnu

281 RP-05446 Kallapally

322 RP-08684 Nhekli

282 RP-08924 NileshwarHW

323 RP-04505 Olavara

283 RP-02229 NLS_GOVT_HOSPITAL

324 RP-08623 Olayambadi

284 RP-03510 Padanakkad

325 RP-07945 Palakkunnu

285 RP-08512 PanangadKNR

326 RP-07982 Pallippara

E-Tender for Outsourcing BTS sites in Kannur BA

62

Signature & Seal of bidder

SL No

RP-ID Site name

327 RP-08863 PayBusStand

328 RP-01305 PayyannurCXL

329 RP-01320 PEELIKODE

330 RP-08723 PeringomeTown

331 RP-03899 Perumba

332 RP-07650 Podavurnew

333 RP-07092 Ponnampara

334 RP-07707 Pothamkandam

335 RP-08928 Pranthanchal

336 RP-04989 Swamimukku

337 RP-07639 Thabore

338 RP-08894 Thattummal

339 RP-08294 ThayineriPyr

340 RP-06293 Thuruthy

341 RP-03511 Udinoor

342 RP-07717 Vadukkumbadu

E-Tender for Outsourcing BTS sites in Kannur BA

63

Signature & Seal of bidder

ANNEXURE 12 Bid Security/EMD DECLARATION (As per the BSNL CO Ltr No. BSNLCO-MMT/12(15)/1/2020-MMT dtd 05-12-20)

BID SECURITY/EMD UNDERTAKING & DECLARATION

I/ We ……………………………………. R/o ……………… ………… and authorized signatory of the firm

M/s……………………………….(Hereafter referred to as Bidder) have read, understood and agree with all the terms and

conditions included in the tender documents for participation in the tender of work/supply of …………………………………………….. Vide tender no. …………………………………. do hereby undertake and

declare that:

1. If I/ We fail to enter into the agreement & commence the work in time as per BSNL order

2. If any loss or damage caused to or would be caused to or suffered by the BSNL by reason of breach by the bidder(s) of

any of terms or conditions contained in the said tender document or by reason of the bidder (s) failure to perform the said

Agreement.

3. If anything is found false and/or incorrect and/or reveals any suppression of fact at any time,

4. If the bidder either registered with body specified by Ministry of Micro, Small & Medium Enterprise or Non MSE

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

contractual obligations,

I hereby undertake that under any/all the above conditions, BSNL reserves the right to debar our tender offer/ cancel

the LOA/ Purchase/ work order if issued, and to suspend/Debar/Ban for a period of one year from the date of such

order/instance. BSNL can debar my/our firm from any further work/ contract by BSNL for one year from the date of issue of

such order.

In lieu of EMD/Bid security, this declaration is submitting.

Date: …………… Signature of Tenderer………………………………

Place: …………… Name of Tenderer ………………………………. Along with date & Seal

E-Tender for Outsourcing BTS sites in Kannur BA

64

Signature & Seal of bidder

ANNEXURE 13

E-Tender for Outsourcing BTS sites in Kannur BA

65

Signature & Seal of bidder

ANNEXURE 14

A. CERTIFICATE REGARDING FIRM HAS NOT BEEN BLACK LISTED BY

BSNL/MTNL

I, ……………………………………………………….… S/o ……………………………………… r/o

……………………………………………… hereby certify that we or our firm

…………………………………………………………………………………………. has not been

BLACK LISTED for Telecom business by any Central/State Governments/PSUs in India. 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: …………… …… ………………………

Place: ……………

Name of Tenderer

Signature of Tenderer Along with date & Seal

B. CERTIFICATE REGARDING FIRM HAS NOT BEEN BLACK LISTED BY

GST Authorities

I, ……………………………………………………….… S/o ……………………………………… r/o

……………………………………………… hereby certify that we or our firm

…………………………………………………………………………………………. has not been

BLACK LISTED for Telecom business by GST Authorities. 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: …………… …… ………………………

Place: ……………

Name of Tenderer

Signature of Tenderer Along with date & Seal