bharat sanchar nigam limited -...

37
BHARAT SA O/o The Princip B LIMITED TENDER FOR T FOR B Tender No. AGM(MP)/TCR//TEN Cost of Tender document is Rs.52 Last date of receipt of Tender Do Date of Opening Tender : 08/02/2 Sign 1 ANCHAR NIGAM LIM pal General Manager Telecom Dis (A Govt. of India Enterprise) Bid Document THE SUPPLY AND INSTALLATION OF ALAR BSNL BTS SITES IN THRISSUR SSA NDER/Alarm Modules /16-17 dated at Thrissur the 25 /- : (inclusive of all taxes) ocument : 08 /02/2017 (14.30 Hrs) 2017 (15.00 Hrs) nature of the bidder MITED strict Thrissur RM MODULES e 02-01-2017

Upload: vominh

Post on 12-Mar-2018

217 views

Category:

Documents


3 download

TRANSCRIPT

BHARAT SA

O/o The Principal General Manager

B

LIMITED TENDER FOR THE

FOR BSNL

Tender No. AGM(MP)/TCR//TENDER/

Cost of Tender document is Rs.525 /

Last date of receipt of Tender Document :

Date of Opening Tender : 08/02/201

Signature of the bidder1

ANCHAR NIGAM LIMPrincipal General Manager Telecom Dis

(A Govt. of India Enterprise)

Bid Document

THE SUPPLY AND INSTALLATION OF ALARMBSNL BTS SITES IN THRISSUR SSA

TENDER/Alarm Modules /16-17 dated at Thrissur the

Cost of Tender document is Rs.525 /- : (inclusive of all taxes)

Last date of receipt of Tender Document : 08 /02/2017 (14.30 Hrs)

/2017 (15.00 Hrs)

Signature of the bidder

MITED istrict Thrissur

INSTALLATION OF ALARM MODULES

the 02-01-2017

Signature of the bidder 2

TABLE OF CONTENTS

Section Title Page No.

I NOTICE INVITING TENDER 3-4

II TENDER INFORMATION 05

III GENERAL SCOPE OF

WORK- PART A & PART B 06-07

IV GENERALTERMS AND CONDITIONS 08-14

V SPECIAL CONDITIONS OF CONTRACT 15-19

VI DETAILED TECHNICAL SPECIFICATIONS 20

VII UNDERTAKING AND DECLARATION 21

VIII FORMAT FOR CERTIFICATE REGARDING

CLOSE RELATIVE WORKING IN BSNL 22

IX LETTER OF AUTHORISATION FOR

ATTENDING BID OPENING 23

X TENDERER’S PROFILE 24

XI BID FORM 25

XII CERTIFICATE FORTENDER DOCUMENT

DOWNLOADED FROM WEBSITE(i)

26

XIII REQUEST FOR EMD REFUND 27

XIV FORMAT OF POWER OF ATTORNEY 28-29

XV MANDATE FORM FOR ELECTRONIC

FUNDTRANSFER OF PAYMENTS 30

XVI AGREEMENT PROFORMA 31-32

XVI FINANCIAL BID 33

XVII VENDOR MASTER FORM 34-35

XVIII LIST OF SITES 36

Signature of the bidder 3

BHARAT SANCHAR NIGAM LIMITED

(A GOVERNMENT OF INDIA ENTERPRISE) OFFICE OF THE PRINCIPAL GENERAL MANAGER TELECOM DISTRICT THRISSUR

Tender No. AGM(MP)/TCR//TENDER/Alarm Modules /16-17 dated at Thrissur the 02-01-2017

NOTICE INVITING TENDER

SECTION I Sealed limited tenders (Wax or PVC tape sealed) are invited by PGMT Thrissur on behalf of CMD, Bharat Sanchar Nigam Limited from experienced suppliers for supply and installation of alarm Modules for BSNL BTS Sites in Thrissur SSA.

Schedule to the invitation of tender

1 Tender No AGM(MP)/TCR//TENDER/Alarm Modules /16-17 dated at Thrissur the

02-01-2017

2 Description of work Supply and installation of alarm Module for BSNL BTS Sites in Thrissur SSA.

3 Details of work

Sl. No

Item

Approxi mate

quantity required

Estimated cost in Rs

EMD in Rs

1

Supply and installation of alarm Modules for BSNLBTS Sites in Thrissur SSA(with 4 external Alarms)

73 182500 Rs.3650/-

4 Cost of Tender Form Rs.500/- + VAT 5%( = Rs.525/- )

5 Sale of Tender Form On all working days between 10.00 hrs and 14.00 hrs from

24 - 02-2017 6 Last date of acceptance of Tenders Up to 14.30 hrs on 08 -02 -2017

7 Date and time of opening of tenders 15.00 hrs on 08-02 -2017

8 Duration of contract One year from the date of execution of agreement and shall be extendable

9 Eligibility Condition Experienced suppliers

Signature of the bidder 4

Tender documents can be obtained from AGM(MP),O/o the PGMT,BSNL,Thrissur. The cost of tender documents may be paid either in cash at the cash counter of this office up to 1500 hrs on all working days or in the form of crossed DD from any nationalized/scheduled bank payable at Thrissur drawn in favour of Accounts Officer (Cash),O/o the PGMT, Thrissur .

Tender document can also be downloaded from website of Kerala Telecommunication www.keralatelecom.com and in that case cost of tender form should be attached to tender documents in the form of DD drawn in favour of AO(Cash) O/o PGMT, Thrissur payable at Thrissur. Bidders have to deposit EMD as specified in clause 3 along with the bid. The payment will be accepted in the form of crossed demand draft drawn on any Nationalised / scheduled bank payable at Thrissur in favour of Accounts officer (Cash) ,BSNL,O/o PGMT,Thrissur.

The duly completed and sealed bids can be dropped in to the Tender Box kept at O/o AGM(MP), SANCHAR BHAVAN , Thrissur -680022 or sent by Registered Post with Acknowledgement Due. (Address: AGM (MP), BSNL, SANCHAR BHAVAN, Thrissur, Kerala –680022). No separate acknowledgement will be given.

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. 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 documents, shall be summarily rejected.

The Principal General Manager Telecom, BSNL, Thrissur reserves the right to cancel the tender at any stage of the tendering process or accept or reject any or all the tenders received without assigning any reason. He is not bound to accept the lowest tender.

Assistant Principal General Manager (MP)

O/o PGMT,BSNL,Thrissur

Signature of the bidder 5

SECTION-II

TENDER INFORMATION

1. 1. Bid for each tender should be submitted in two envelopes placed inside the main cover. These

envelopes should contain the following: The first envelope named “Technical Bid” should contain the

bid security and all the bid documents as per Clause 8 of Section IV except financial bid. The

second envelope named “:Financial Bid” should contain the financial bid

2.The bids in all the covers should be properly sealed (with sealing wax/packing PVC tape). The tenders

which are not submitted in the above mentioned manner shall be summarily rejected.

3.The envelope must bear the following: Name of the tenderer, Technical Bid or Financial Bid

“NOT TO OPEN BEFORE 1500 hours on 08-02-2017”

“Tender No: AGM(MP)/TCR//TENDER/Alarm Modules /16-17 dated at Thrissur the 02-01-2017.”

4. Consignee : Designated centers within Thrissur SSA or as indicated in purchase order.

Signature of the bidder 6

SECTION-III

GENERAL SCOPE OF WORK- PART A

Scope of work: This tender is for the Supply of the following items as per BSNL approved

specification mentioned in Section VI .

Sl.No. Item Specification Replacement

Warranty

1

Supply and installation of alarm Modules for BSNL BTS sites in Thrissur SSA

With 4 external Alarms

1 year

2. Approximate number of Alarm Modules required for Mobile services, Thrissur SSA is given under Section III Part B. 3.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 first APO in the tender at the same rate or a rate negotiated (downwardly) with the existing venders considering the reasonability of rates based on prevailing market conditions and the impact of reduction in duties and taxes etc and supplies to be obtained within delivery period scheduled afresh. 4. Validity of tender : 180 days from the date of opening of tender.

5. Period of Contract : One Year from the date of agreement . However BSNL reserves the right to extend the

tender for further one year under the same terms and conditions on mutual agreement.

Signature of the bidder 7

Section III

GENERAL SCOPE OF WORK-PART B

SCHEDULE OF REQUIREMENT

Approximate number required

Sl.No. Item required Approximate

number required Replacement

Warranty

1

Supply and installation of alarm Modules for BSNL BTS sites in Thrissur SSA with 4 External Alarms

73 Nos 1 year

Note:- BSNL Reserves the right to increase or decrease the quantity by 25%.

Signature of the bidder 8

SECTION IV

GENERAL TERMS AND CONDITION OF CONTRACT

1.Tender should be addressed to Assistant General Manager (MP),Office of the Principal General Manager Telecom,Sanchar Bhavan, Thrissur and should reach him on or before the date and time mentioned in the NIT. Envelope containing the Tender should be properly sealed with sealing wax / packing pvc tape and super scribed as “Supply and installation of alarm Modules for BSNL BTS SITES in Thrissur SSA.’’

2.Tenders can either be sent by registered post with acknowledgement due or can be deposited in the

box provided for the purpose in the office of AGM(MP), , Thrissur. No separate acknowledgement will

be given. BSNL will not be responsible for any delay in transit of tender sent by post or any other

means.

3.Bid Security(EMD): The bidders have to submit Bid Security (EMD) as specified in clause 3 of Section I of tender document in the form of Crossed DD drawn in favour of the Accounts Officer (Cash), O/o PGMT, BSNL, Thrissur obtained from any Scheduled / Nationalised bank and payable at Thrissur . Those bids which are not accompanied with the EMD are liable to be rejected. The EMD of unsuccessful bidders will be refunded after finalization of the tender. EMD will not bear any interest. The bidder will have to submit an advance stamped receipt in the prescribed format as per section XIII. attached. EMD remitted by the successful tenderer can be adjusted against the Security deposit.

4 . 1 . E l i g i b i l i t y c o nd i t i on s : K i n d l y r e f e r t o c l a u s e 9 o f S e c t i on - I .

4.2 List of Documents for eligibility requirement as mentioned in Para 8 of this document.

5. Cost of bidding :- The bidder shall bear all costs associated with the preparation and submission of the bid. BSNL will, in no case , be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

6. Amendment of Bid document: At any time prior to the last date of submission of bids, the customer may, for any reason whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the bid documents by amendment.

7. Documents comprising the bid

7.1.The bid prepared by the bidder shall ensure availability of the following components i) Documentary evidence establishing that the bidder is eligible to bid and is qualified to perform the contract if its bid is accepted in accordance with clause 4 & 8 ii) Bid security furnished in accordance with clause 3 of section I iii)A clause by clause compliance as per clause 30 iv) Rate schedule completed in accordance with clause 13 & 14.

7.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid Documents. Failure to furnish all information required as per the Bid Documents or submission of bids not substantially responsive to the Bid Documents in every respect will be at the bidder’s risk and may result in rejection of the bid.

Signature of the bidder 9

8.The bidder should submit the following documents with the tender document. 8.1. Cash receipt / DD of Rs.525/- towards cost of tender form.

8.2. DD towards EMD. (Tenderers claiming exemption from payment of cost of Tender Form

against having valid NSIC certificate shall attach sufficient proof thereof, along with tender.

The monetary limit in NSIC certificate should cover the estimate cost of the Tender)

8.3 Tender document(s) in original, duly filled in and signed by tenderer or his authorised representative along with seal on each page. All corrections and overwriting must be initialed with date by the tenderer or his authorised representative.

8.4. Certificate showing fulfillment of eligibility criteria of having experience in the above field. (Experience certificate for having carried out supply and installation of alarm modules is to be enclosed.)

8.5. Self Attested Copy of PAN card 8.6. Self attested copy of Service Tax Registration Certificate. 8.7. Self attested copy of TIN/ CST Certificate. 8.8. Article of Association , Memorandum of Association , partnership deed or proprietorship deed as the case may be wherever required. (Self attested copy to be attached)

8.9. Should have well established office with contact No. and address and should be mentioned in the Tender form.

8.10. Certificate of incorporation wherever applicable(Self attested copy to be attached) 8.11.The authorization of the competent authority for signing the tender document, bid agreement etc. if applicable 8.12. Undertaking & Declaration: ( Section VII) 8.13. Near Relative Certificate ( Section VIII) 8.14. Authorisation for attending the bid opening ( Section IX) 8.15. Tenderer”s profile (Section X) 8.16. Bid Form ( Section XI) 8.17. Tender form Downloaded from Web ( Section XII) 8.18. Refund for EMD ( Section XIII) 8.19. From for electronic fund transfer of Payment ( Section XV) 8.20. Vendor Master Form ( Section XVII) Original copies of the above documents should be submitted for verification as and when demanded by BSNL

9.Security deposit 9.1. Performance security Deposit:-

The successful tenderers shall have to deposit security as performance security money equal to 5% of the approved Contract value and EMD of successful bidder shall be converted into security deposit and balance amount of security deposit is to be remitted in the form of DD or in form of Bank Guarantee valid for 24 months from scheduled / Nationalized Bank before the execution of agreement. The security money shall be refunded to the supplier after expiry of the warranty obligations under the Contract agreement on obtaining NO objection / No Dues Certificate from the concerned officers incharge duly c/s by DET. 9.2 The security deposit can be remitted by demand draft drawn in favour of the Accounts Officer(Cash),BSNL,O/o PGMT, Thrissur and payable at Thrissur. EMD remitted by the successful tenderer can be adjusted against the Security deposit. The security deposit will be refunded after completion of the supplier’s performance obligations including any warranty obligations under the contract. . 9.3. EMD and Security Deposit will not bear any interest.

Signature of the bidder 10

10. Period of bid validity: The tender will remain open for acceptance up to 180 days from the date of opening of the tender. In exceptional circumstances, the customer may request the bidder’s consent for an extension to the period of bid validity. The request and response thereto shall be made in writing. The period of discharge of EMD provided under clause 7 shall also be accordingly extended. A bidder accepting the request of period extension of the validity of bid will not be permitted to modify any of the terms and conditions of the bid. 11. Format and signing of Bid: 11.1 All pages of the bid shall be signed by the authorised signatory of the firm. The bid submitted shall be properly sealed. 11.2 Corrections/Alteration: Each correction/alteration in the bid document has to be necessarily authenticated by the authorized representative of the bidder under his signatures. 11.3 Complete document of bid in original duly filled and signed by the authorized representative of the bidding company, on each page of the document, has to be submitted as bid document in accordance with the instructions given under the submission of bid. 12. Power of Attorney: 12.1) The power of attorney should be submitted and executed on the non-judicial stamp paper of appropriate value as prevailing in the respective states and the same may be attested by a Notary Public or registered before Sub-Registrar of the state(s) concerned as per Section XIV. 12.2) The power of Attorney be executed by a person who has been authorized by the Board of Directors of the bidder in this regard, on behalf of the Company/institution/body corporate. 12.3) In case of the bidder being a partnership firm, the said Power of attorney should be executed by all the partner(s) in favour of the said Attorney. 13.The contractor shall quote the rate per item .The rate quoted shall be inclusive of any levies and taxes but exclusive of service tax if applicable. Service tax will be paid separately at prevailing rates to the agencies who have valid service tax registration and in such cases the service tax registration number shall be furnished in invoices. 14.The rate should be quoted in the Rate schedule proforma attached along with the tender document(Section XVII), in figures and in words in English.If there is a discrepancy between words and figures,the amount in words shall prevail.. No overwriting is allowed. 15.Submission of bids

15..1 Bids must be submitted by the bidders on or before the specified date & time indicated in clause 1&2

of section I.

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

bid documents in accordance with Clause 6. In such case all rights and obligations of BSNL and bidders

previously subject to the deadline will thereafter be subject to the deadline as extended.

Signature of the bidder 11

16. LATE BIDS:

Any bid received by BSNL after the deadline for submission of bids prescribed by BSNL pursuant to Clause 15.1, shall be rejected and returned unopened to the bidder. 17. MODIFICATION AND WITHDRAWAL OF BIDS:

17.1 The bidder may modify or withdraw his bid after submission provided that the written notice of the

modification or withdrawal is received by BSNL prior to the deadline prescribed for submission of bids. The

latest dated modifications of the bidder or the withdrawal notice will be taken as final.

17.2 The bidder's modification or withdrawal notice shall be prepared, sealed, marked and despatched as

required in the case of bid submission in accordance with the provision of clause 15. A withdrawal notice

may also be sent by Fax but followed by a signed confirmation copy by post, marked not later than the

deadline for submission of bids.

17.3 Subject to clause 19, no bid shall be modified subsequent to the deadline for submission of bids..

18.Tender Evaluation

The tenders will be evaluated by a committee appointed by Principal General Manager

Telecom, BSNL, Thrissur. The tender evaluation will be done in two parts (a) Technical

Evaluation and (b) Financial evaluation. PGMT, Thrissur reserves right to negotiate with

the L1 Bidder without compromising on the specifications prescribed.

The PGMT, BSNL, Thrissur may waive any minor infirmity or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of the bidder.

(a) Technical evaluation

The purchaser shall open the sealed tender documents for evaluation at the specified date

and time. Maximum of two representatives per bidder are permitted to attend the bid

opening. The purchaser or the representative appointed for the purpose shall open the main

cover of the bids to determine whether they are complete in every respect of tender cost

receipt/DD, EMD or NSIC certificates and two sealed covers (Technical bid and Financial

bid). The purchaser reserves the right to waive irregularities, which are minor in nature.

Bids without correct EMD /certificates and above documents shall be rejected as non-

responsive bid. The technical Bid (Cover1) shall be opened first. Samples of the item quoted

may have to be produced by the bidders who are technically qualified before the Tender Evaluation

Committee. Those who are qualifying the required technical requirements (performance

report from the field unit) verified by the technical committee, only will be considered for

financial bid and the financial bid shall be opened on another sitting, the date and time of

which shall be intimated to the eligible participants.

Signature of the bidder 12

(b). Financial Evaluation

Those tenders meeting the required technical conditions and accepted by the technical

committee only will be taken for opening financial bid. . Evaluation of Tender will be done

on the basis of the lowest total amount quoted by eligible Tenderers. The purchaser reserves

the right to negotiate specifications, prices during evaluation if found necessary. Preference

will be given to those tenderer who are manufacturers or authorized suppliers, only when

the rate quoted is equal. The purchaser shall select optimum bidder on the basis of bid

price. BSNL will have the full right to reject any or all the tenders without assigning any

reason whatsoever and are not bound to accept the lowest tender.

The purchaser reserves the right to negotiate with the L1 bidder. 19. CLARIFICATION OF BIDS FROM BIDDERS: To assist in the examination, evaluation and comparison of bids, BSNL may, at its discretion ask the bidder for the clarification of its bid. The request for clarification and the response shall be in writing. However, no post bid clarification at the initiative of the bidder shall be entertained. 20. PRELIMINARY EVALUATION: 20.1 BSNL shall evaluate the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether the bids are generally in order. 20.2 If there is a discrepancy between the words and figures, the amount in words shall prevail. If the bidder does not accept the correction of the errors, his bid shall be rejected. 20.3 Prior to the detailed evaluation, pursuant to clause 22, the BSNL will determine the substantial responsiveness of each bid to the Bid documents. For purposes of these clauses, a substantially responsive bid is one which conforms, to all the terms and conditions of the Bid Documents without material deviations. BSNL's determination of bid's responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 20.4 A bid determined as substantially non-responsive will be rejected by BSNL and shall not subsequent to the bid opening be made responsive by the bidder by correction of the non-conformity. 21. Waiving of minor infirmity The BSNL may waive any minor infirmity or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder. 22. Evaluation of substantially responsive Bids: 22.1 The BSNL shall examine the bids to determine whether these are complete and are generally in order,without computational errors,with required enclosures and appropriate documents. Bids without quoting for all the items will not be evaluated. 23.Evaluation Criterion 23.1. Evaluation will be made on the basis of the aggregate.(ie; Sum of the estimated quantity x price quoted for each item ,but excluding service tax. 23.2 The L-1 bidder with the lowest aggregate will be considered 23.3.It may be noted that the methodology given in clause 23.1 is applicable only for the purpose of evaluation of bids and shall have no bearing on actual quantity offered /total payment to be made for the work to be carried out.

Signature of the bidder 13

24. Award of Contract

24.1. BSNL will consider issue of Letter of Intent (LOI) to the lowest bidder amongst those who meets the eligibility requirements as mentioned in Clause 4 and agreeable to all terms and conditions. The bidder shall within 10 days of issue of LOI give its acceptance and furnish security deposit as mentioned in clause 9 and sign the contract with BSNL. The signing of contract shall constitute the award of the contract on bidder.

24.2.The BSNL shall enter into Annual contract with the successful bidder, based on the terms and conditions of the bid document. The agreement as per Section –XVI, shall be executed in non judicial stamp paper for Rs.100/-. The cost of the stamp paper shall be borne by the bidder. The pro forma will be supplied to the supplier by the purchaser. The successful tenderer has to start the work immediately after award of work.

24.3 After award of contract to the approved bidder the officer designated by the SSA head/competent

authority shall issue the purchase orders for supply of the items. The time allowed for execution of work will

be specified in the PO given by the DE.

24.5 Annual contract charges, terms and conditions of this tender etc. shall be valid in full, throughout the

contract period. The above Annual contract shall be signed between AGMMP), O/o the PGMT, BSNL,

Thrissur and the chosen contractor. The signing of agreement shall constitute the award of contract of the

bidder.

25. Right to vary quantum of work

BSNL shall have the right to increase or decrease the items offered for supply under section III up to 25% of

the total requirement without any change in the rate or other terms and conditions at the time of award of

contract or during the operation of contract.

26. Customer's right to accept any bid and to reject any or all bids:

The BSNL reserves all rights to accept or reject wholly or partially any or all bids, at any time prior to award

of contract without assigning any reasons and without incurring any liability of customer’s action on the above

grounds, to the affected bidder(s). The decision of PGMT BSNL Thrissur shall be final in this regard.

27. NO RELATION CERTIFICATE

BSNL Non executive & Executive employees either directly recruited or on deputation

and their near relatives are prohibited from participation in this Tender. Hence, the Tenderer participating in the BSNL Tender should ensure that none of their relatives are working in BSNL.

The Tenderer should give a certificate to the effect that none of his / her relative is

working in the units of BSNL (Copy of which enclosed). A certificate to this effect be given in the prescribed format enclosed.(Section VIII)

Signature of the bidder 14

28..TERMINATION OF CONTRACT:

If the supplier refuses to accept the p u r c h a s e order or after accepting the p u r c h a s e order, does not

execute the work within the specified time frame, PGMT Thrissur reserves the right to forfeit the S D .

The contract can be terminated by the PGMT Thrissur at any time by giving one month notice in

writing to the supplier without assigning any reason thereof and the decision to terminate shall be final.

BSNL shall not be responsible for any loss damage etc incurred to the supplier as a result of termination of

the contract. BSNL shall be free to take due action for finding a new supplier during the period under

notice or thereafter.

29.The sections of the tender form should be returned intact and pages should not be

detached.Overwriting/erasing in rates to be quoted by the tenderer will not be allowed otherwise the tenders

may be rejected.

30. Clause by Clause Compliance:

All the conditions in the bid documents are critical and are to be complied and non-compliance

of any clause of the bid document shall result in outright rejection of the bid.

31.The tenderer is being permitted to give tenders in consideration of the stipulations on his part that after

submitting his tenders, he will not resile from his offer or modify the terms and conditions thereof. If the

tenderer fails to observe and comply with the foregoing stipulation the aforesaid amount of EMD will be

forfeited.In the event of the offer made by the tenderer not being accepted, the amount of earnest money

deposited by the tenderer will be refunded to him after he has applied for the same,in the manner

prescribed by BSNL.

32. The tenders are liable to be ignored if complete information as required is not given therein or if the

particulars asked for in the sections to the tenders is not fully filled in.

33..If the tenderer does not accept the offer, after issue of letter of intent by BSNL within 10 days, the

offer made shall be deemed to be withdrawn without any notice & earnest money forfeited.

34..In case of partnership firms, where no authority has been given to any partner to execute the

contract/agreement concerning the business of the partnership, the tenders and all other related

documents must be signed by every partner of the firm.A person signing the tender form or any other

documents forming part of the contract on behalf of another shall be deemed to warranty that he has

authority to bind such other and if,on enquiry it appears that the persons so signing had no authority to do

so,BSNL shall without prejudice to other civil and criminal remedies cancel the contract and hold the

signatory liable for all costs and damages.Each page of the tenders and the sections to the tenders and

annexures , if any should be signed by the tenderer.

Signature of the bidder 15

SECTION - V

SPECIAL CONDITIONS OF CONTRACT

1 Performance security Deposit:- The successful tenderers shall have to deposit security as performance security money equal to 5% of the approved Contract value and EMD of successful bidder shall be converted into security deposit and balance amount of security deposit is to be remitted in the form of DD or in form of Bank Guarantee valid for 24 months from scheduled / Nationalized Bank before the execution of agreement. The security money shall be refunded to the supplier after expiry of the warranty obligations under the Contract agreement on obtaining NO objection / No Dues Certificate from the concerned officers incharge duly c/s by DET. 2.Forfeiture of Performance Security Deposit:-

(i) If the Bidder withdraws the offer within the validity period of the bid i.e. 180 days from the date of opening of the financial bid, or make any modification in the terms & conditions of the tender, before acceptance of the tender, which are not acceptable to the PGMT Thrissur or does not enter into agreement as stipulated in this tender document, the PGMT Thrissur shall without prejudice to any other right or remedy be at liberty to forfeit the SD.

(ii) In case any of the information / documents found false or misleading or any of the certificate (s) are found fake, the Performance S.D. is liable to be forfeited, besides action being taken as per law of the land.

(iii) Due to the poor quality of items supplied to BSNL, the Security Deposit is liable to be forfeited. (iv) In case of supplier fails to comply with any of the provisions of the contract and thereby causes

loss or damage to the BSNL, the loss / damages shall be recovered from Bidder or from performance security deposit corresponding to the amount of loss/ damages caused to the BSNL including penalties imposed.

3.Conditions of tender:-

3.1 The tender will be accepted based on the report submitted by the Tender Evaluation Committee

nominated by PGMT,Thrissur.. Samples of the item quoted may have to be produced before the Tender Evaluation Committee as and when called for. Tenderer whose tender is accepted will have to execute an agreement in a stamped paper worth Rs.100/-within 15 days of being asked to do so,failing which the EMD will be forfeited to the BSNL and the tenderer including firms registered with NSIC will be blacklisted. After execution of the agreement,the approved rate and contract shall be valid upto one year from the date of execution of agreement.

3.2 . The undersigned reserve the right to reject any tender or all the tenders including the lowest

and also to cancel the tender without assigning any reason whatsoever.

3.3.The consignee at the premises according to the specification will check the quality and

quantity of materials and the acceptance of stores is subject to this check.Rejected stores should be

replaced free of charge and goods rejected should be removed from the consignee’s premises at the

cost of the tenderer.No payment will be made for goods rejected at the site on testing.

Signature of the bidder 16

3.4. Though the contract is valid for one year from the date of agreement,orders for the supply of

articles will be placed only for the quantity as and when required,and therefore,there is no commitment for

taking the entire quantity at one time or during the validity period of the agreement.

3.5. Supply of items should be made as mentioned in the supply orders.Failure to comply with the

supply order at the accepted rates and as per the approved samples within the stipulated date will

result in the forfeiture of Security deposit and also cancellation of the agreement and the supplier will be

blacklisted. Firms registered with NSIC should note that in case they fail to comply with the faithful

performance of the contract,the quality of performance will be noted in the performance register in this

office and will be notified to the NSIC.

4. PAYMENT TERMS:- PAYMENT OF BILLS

The contractor shall submit all bills in triplicate on serially machine numbered printed forms only, to the officer concerned along with an advance stamped receipt for processing for payment. Necessary deductions towards income tax and surcharge and any other tax levied by state / central Government / Local administration shall be made from the bills at the time of payment as per rules in existence at that time. The payment will be made only through RTGS. Service Tax @ specified rate and reverse tax mechanism will be made applicable if found justified. 100% of the payment will be made on successful installation certificate by field authorities. Invoice clearly indicating the break-up details of composite rates i.e. basic rate, Sales Tax and any other duties and taxes as applicable, freight, packing charges, etc., Delivery Chalan indicating location of installation with consignee’s signature towards satisfactory execution of work. The contractor shall submit the Income tax, service tax registration number in the bill. Paying Authority: Circle Settlement Cell (ERP), O/o CPGMT, Trivandrum. Mode of payment: Through NEFT/RTGS only.

5. PENALTIES & LIQUIDATION DAMAGES:-

5.1 Delayed supply of items will attract Liquidated Damages at the rate of 0.5% of the total value of the item for each week of delay or part thereof for a period upto 10 weeks and thereafter @ 0.7% of the value of the delayed supply for each week of delay or part thereof for another 10 weeks of delay. DP extension beyond 20 weeks would not be generally allowed. Quantum of liquidated damages assessed and levied by the purchaser shall be final and not challengeable by the supplier. 5.2 The total value of the liquidated damages as per the above clause shall be limited to a maximum of 12% (Twelve Percent) ie. LD shall be levied upto 20 weeks only as per provisions at clause 5.1. 6.INSOLVENCY OR DEATH OF SUPPLIER:- In the event of the supplier being, adjudged insolvent or going voluntarily into liquidation of having received order or other order under insolvency act made against him or in the case of Company, of the passing resolution, or making of any order for winding up whether voluntarily/or otherwise, or in the event of the supplier failing to comply with any of the conditions here in specified, the PGMT ,Thrissur shall have the power to terminate the contract without any notice.

i) supplier’s heirs/representatives shall, without the consent in writing of the PGMT, Thrissur have

no right to continue to perform the duties or engagement thereof, the supplier under the contract in

Signature of the bidder 17

case of his death. In the event of the supplier, winding up his company on account of transfer or merger of his company with any other, the supplier shall make it one of the terms and stipulations of the contract for the transfer of his properties and business, that such other person or company, shall continue to perform the duties or engagement of the supplier under this contract and be subject to his liabilities there under.

ii) Without prejudice to any of the rights or remedies under this contract, if the supplier dies, the PGMT, Thrissur shall have the option of terminating the contract without compensation to the supplier, which does not amount to Breach of the contract.

iii) If supplier without written approval of Competent Telecom Authority assign or sublet his contract, or

attempt to do so, or become insolvent or commence any insolvency proceedings or make any composition with his creditors or attempt to do so, or if any bribe gratuity, gift, loan, perquisite, reward or advantage pecuniary or otherwise, shall either directly, or indirectly, be given, premised or offered by the supplier, or any of his servants or agent to any public officer or person in the employment of Government in any way relating to the office or employment, or if any such officer or person shall become in any way directly or indirectly interested in the contract, the PGMT, Thrissur shall have power to adopt any of the courses as he may deem fit in the interest of BSNL.

iv) Where the supplier is a partnership firm, the previous approval in writing of the PGMT, Thrissur shall be

obtained before any change is made in the constitution of the firm. Where the supplier is an individual or a Hindu undivided family business concern such approval as aforesaid shall likewise be obtained before the supplier enters into any partnership agreement where under the partnership firm would have the right to carry out the work hereby undertaken by the supplier. If previous approval as aforesaid is not obtained, the contract shall be deemed to have been assigned in the contravention of terms of tender and the same & action may be taken accordingly.

Signature of the bidder 18

7.DISPUTE AND ARBITRATION (i)In respect of any dispute arising out in connection with the interpretation of any clause in the terms of

contract/ agreement or otherwise, the matter shall be referred to Arbitration to the PGMT, Thrissur who shall appoint an Arbitrator to decide the case. The appointment of such Arbitrator shall not be questioned by the supplier on the ground that the Arbitrator belongs to the BSNL. The provision of the Arbitration Act, 1996 or any statutory modification or enactment proceeding under this clause. (ii) Even during the arbitration the work cannot be stayed because it pertains to essential public to get the work completed through any other supplier/supplier at the risk and the cost of the supplier. 8. FORCE MAJEURE

If any time, during the continuance of this contract, the performance in whole or in part by either party or any obligation under this contract is prevented or delayed by reason of any war, or hostility, acts of the public enemy, civil commotion sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes, lookouts or act of God (Herein after 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 such claim for damages against the other in respect of such non-performance or delay in performance and work under the contract shall be resumed as soon as practicable after such event may come to an end or cease to exist, and the decision of the BSNL as to whether the work have been so resumed or not shall be final and conclusive, provided further that if the performance, in whole or part of any obligation under this contract is prevented or delayed by reason of any such event for a period exceeding 60 days either party may, at his option terminate the contract.

9.SET OFF :

Any sum of money due and payable to the supplier (including security deposit refundable to him) under this

contract may be appropriated by the purchaser / BSNL or any other person or persons contracting through

the BSNL and set off the same against any claim of BSNL or such other person or persons for payment of a

sum of money arising out of this contract or under any other contract made by the supplier with BSNL or

such other person or persons contracting through BSNL.

10.COURT JURISDICTION: (i) Any dispute arising out of the tender/bid document/evaluation of bids/issue of LOI shall be subject to jurisdiction of the competent court at the place from where the NIT/tender has been issued. (ii)Where a supplier 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/Work Order is subject to jurisdiction of Court at Thrissur only”

11. BSNL will not be responsible either to the Supplier or to its workers deployed for the work for any medical assistance/injuries/death or any kind of loss occurred to employees deployed by the contractor.

12. The contractor shall be fully responsible for the damages caused during execution of work, to the

properties belonging not only to BSNL but also to other Departments, Organizations, Other Private Operators/

Signature of the bidder 19

Organizations and individuals and the cost of such damages will be recovered from the amount payable to the contractor.

13. WARRANTY:-The supplied Alarm Module should be covered with Replacement Warranty for a period not less than one year. The replacement warranty certificate for a period not less than 1 year is to be submitted at the time of supply. Replacement under warranty clause shall be made by the supplier free of all charges at site including freight, insurance and other incidental charges.

Signature of the bidder 20

SECTION VI

DETAILED TECHNICAL SPECIFICATIONS.

General :

The detailed technical specifications are as follows.

A. Technical specifications:

Sl.No. Item Specification Replacement Warranty

1 Supply and installation of alarm Modules for BSNL BTS Sites in Thrissur SSA SS

with 4 external Alarms

1 year

Alarm Modules for BSNL BTS Sites should be capable of generating NO/NC contacts for the following alarms. 1 Mains Fail Alarm by monitoring the KSEB Mains supply. 2 DG On alarm by monitoring the DG supply 3 BTS Battery low by monitoring BTS battery voltage. Cut off voltage is to be set from -44 V DC to

-56VDC 4 Temperature Alarm. Sensor required for monitoring temperature is to be supplied along with the

module. Temperature is to be set from 25 to 35 degree centigrade. . Both the alarm modules should be capable of operating on -44 V DC and -56V DC. Alarm condition has to be set manually.

Signature of the bidder 21

SECTION VII

UNDERTAKING & DECLARATION

6(A) :- For understanding the terms & condition of Tender & Spec of work

Certified that:

I/We ……………………….. have read, understood and agree with all the terms and conditions,

specifications included in the tender document & offer to execute the work at the rates quoted by us in the

tender form.

If I/We fail to enter into the agreement & commence the work in time, the EMD/SD deposited by us will

stand forfeited to the BSNL.

The tenderer hereby covenants and declares that:

All the information, Documents, Photocopies of the Documents/Certificates enclosed along with the tender

offer are correct.

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 supplier from participation in its future

tenders.

Date: …………………… Signature of Tenderer

Place: ………………….. Name of tenderer

With date and seal

Signature of the bidder 22

SECTION VIII

Format of Certificate regarding close relatives working in BSNL

(To be submitted by all the Directors of the Company/ partners/ owner’s of the contractor’s firm)

I ______________ s/o _________________ r/o ____________________ here by certify that none of my

relative(s) as defined under is/are employed in BSNL unit for which I am bidding..

In case at any stage, it 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.

The near relatives for this purpose are defined as:-

a) Members of a Hindu undivided family.

b) They are husband and wife.

c) The one is related to the other in the manner as father, mother, son(s) & son s wife (daughter in law),

Daughter(s) and daughter s husband (son in law), brother(s) and brother s wife, sister(s) and sister s

husband (brother in law).

Dated this __________ Day of __________ 2017

Signature of the bidder 23

SECTION IX

LETTER OF AUTHORISATION FOR ATTENDING BID OPENING

Tender Number: …………………………. …………………………………………………………………...

Subject: Authorisation for attending bid opening on ………………. … in the tender of ……………….

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

Following persons are hereby authorised to attend the bid opening for the tender mentioned above on

behalf of …..…………………………………………………………………. (Bidder) in order of preference given

below:

Order of Preference Name Specimen Signature

I ………………………………………………………..

II ………………………………………………………..

Alternate Representative ____________________________________________

(Signature of bidder or Officer authorised to

sign the bid documents on behalf of the bidder).

Note: 1. Maximum of two representatives will be permitted to attend bid opening. In cases where it is

restricted to one, first preference will be allowed.

2.Alternate representative will be permitted when regular representatives are not able to attend.

3.Permission for entry to the hall where bids are opened, may be refused in case authorisation as

prescribed above is not recovered.

Signature of the bidder 24

SECTION X

TENDERER'S PROFILE

1. Full name of the Firm/Individual (In block letters) : 2. Whether Individual/Company/Partnership firm : 3. In case of Company/Partnership firm, name and designation of the person authorised to sign the contract agreement : 4. Address : 5. Telephone No. (Land Line & Mobile) : 6. Income Tax Permanent Account No. (PAN) : ( Attach Self Attested Copy) 7. Service Tax Registration No. (If applicable) : ( Attach Self Attested Copy)

8. TIN / CST No. : ( Attach Self Attested Copy)

9. Any other relevant details: :

I/We hereby declare that the particulars furnished above are correct.

Date: Signature of the tenderer :

Signature of the bidder 25

SECTION XI

BID FORM

Tender No. AGM(MP)/TCR//TENDER/Alarm Modules /16-17 dated at Thrissur the 02-01-2017……………………….

To AGM(MP) , O/o PGMT, Thrissur

Dear Sir,

(1)Having examined the conditions of contract and specifications including addenda, the receipt of which is hereby duly acknowledged, we, undersigned, offer do the Supply and installation of alarm Modules for use in BTS Sites in Thrissur SSA in conformity with the conditions of contract and specifications as may be ascertained in accordance with the schedule of prices attached herewith and made part of this bid. We undertake, if our Bid is accepted, we will deliver the item in accordance with specifications, time limits & terms and conditions stipulated in the Tender document. (2) Bids submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and replacement. (3) We agree to abide by this Bid for a period of 180 days from the date fixed for Bid opening (Qualifying Bid) and it shall remain binding upon us and may be accepted at any time before the expiry of that period.

(4)We undrstand that you are not bound to accept the lowest or any bid you may receive. (5)If our Bid is accepted, we shall submit the securities as per the conditions mentioned in the contract.

(6)If our bid is accepted ,we undertake to complete delivery of all items as per the tender conditions. (7)Until a format Agreement is prepared and executed, this Bid together with your written acceptance thereof in your notification of award shall constitute a binding contract between us.

Dated -------------- Signature of Authorized Signatory……………….

In capacity of…………………………………….. Duly

authorized to sign the bid for and on behalf of ……………

Witness……………… Address……………… Signature……………

Signature of the bidder 26

SECTION XII

Certificates (i)

(FOR TENDER DOCUMENT DOWN LOADED FROM INTERNET)

I …................................................................. …................ (authorised signatory ) hereby

declare that the tender document submitted has been down loaded from web site

htttp/:www.keralatecom.com and no addition deletion / correction has been made in the down loaded tender

document. I also declare that I have enclosed a DD for Rs …................... towards the cost of bid document

along with the tender.

signature of tenderer /

authorised signatory

Place.................................................

Date ….............................................

Name of the tenderer........................................................

Seal of the tenderer

Signature of the bidder 27

SECTION XIII

From To The Principal General Manager Telecom, BSNL, Thrissur. Sir, Sub: Request for refund of EMD reg:

Ref: Tender No. AGM(MP)/TCR//TENDER/Alarm Modules /16-17 dated at Thrissur the 02-01-2017……………………….

I/We have submitted tender for as per tender notification cited above. In case my/our tender is not accepted by the Company, the EMD remitted by me/us may kindly be refunded as soon as possible. An advance stamped receipt for the above is attached herewith. Thanking you Yours faithfully, ………………………………………………………………………………………………..

ADVANCE STAMPED RECEIPT

Received an amount of Rs. ……….(Rupees………………………………………..) from Accounts Officer(Cash), BSNL, Office of the Principal General Manager Telecom,BSNL, Thrissur towards EMD amount remitted as per Tender No. AGM(MP)/TCR//TENDER/Alarm Modules /16-17 dated at Thrissur the 02-01-2017……………………….

Signature : Date : Name & Address: Signature of the Bidder

Signature of the bidder 28

SECTION XIV PROFORMA OF POWER OF ATTORNEY (Refer Clause 14.5 of Section-II)

(Non-Judicial Stamp paper) POWER OF ATTORNEY

Be it known all to whom it concerns that: 1. Shri ______________________ s/o _____________ residing at ______________ 2. Shri ____________________ __s/o _____________ residing at ______________ 3. Shri ______________________ s/o _____________ residing at ______________ I, the Proprietor / We all the Partners/Directors of M/s___________________ (Address)_____________________________________________________________hereby appoint Shri_________________________________ s/o ________________ residing at ___________________________________ as my/our Attorney to act in my/our name and on behalf and sign and execute all documents/ agreements binding the firm for all contractual obligations (including references of cases to arbitration) arising out of contracts to be entered into by the firm with the PGMT, BSNL,Thrissur in connection with their Tender Enquiry No.________________ dated ………………. for Supply and installation of alarm Modules for use in BTS Sites in Thrissur SSA due for opening on …………………………………… In short he is fully authorized to do all, each and everything requisite for the above purpose concerning M/s_______________________________. And I/We hereby agree to confirm and ratify his all and every act of this or any documents executed by my/our said Attorney within the scope of the authority hereby conferred on him including references of cases to arbitration and the same shall be binding on me/us and my/our firm as if the same were executed by me/us individually or jointly. Witness (with Address) Signature of the Proprietor/Partners/Directors 1. 1. 2. 2. Accepted (Signature of Signatory of Tender Offer of the firm) __________________________________________________________________________ ATTESTED Notary Public

Signature of the bidder 29

(Signature with Official Seal) OR REGISTERED Before (SUB – REGISTRAR) …………………………….. (Of concerned State) Signature with Official Seal

Signature of the bidder 30

SECTION XV

MANDATE FORM FOR TRANSFER OF PAYMENTS THROUGH ELECTRONIC CLEARANCE / ELECTRONIC FUND TRANSFER SCHEME. To The Principal General Manager BSNL, Thrissur. Sir, Kindly pay any amount due to us to our Bank Account as detailed below either by Electronic Clearance/Electronic Fund Transfer mode and the payments shall continue to be made in our below mentioned account till a change is requested by us. The service charges, if any, levied by the bank will be borne by us. We also declare that the particulars given below are correct and complete. If the transaction is delayed, or, not effected at all for incomplete information, we would not hold BSNL responsible. 1. Name of the Company / Firm : 2. Address : 3. Name of the Bank : 4. Name of the Branch : 5. Branch Code : 6. Bank’s IFSC code : 7. Type of Account : 8. Account Number : 9. Bank Address : 10. Bank Telephone No.(& Code) : Date

Name & Signature of the Authorized Signatory with seal

(To be filled in by the Bank Authorities)

Certified that the particulars furnished above are correct as per our records. Bank Seal: Signature of Manager / Authorized Officer. Date: Note :- Please enclose copy of front page of pass book or a cancelled cheque leaf

Signature of the bidder 31

SECTION XVI

AGREEMENT

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

An agreement made on between the Bharat Sanchar Nigam Ltd , herein after called the BSNL (which expression shall unless excluded by or repugnant to the contest, include his successors and assignees) on the one part and ------------------------------ --------------------------------------------- --------- , having its registered office ………………………herein after called the contractor assignees on the other part. Whereas the BSNL is desirous of purchasing the following items confirming to tender specification (Tender No. AGM(MP)/TCR//TENDER/Alarm Modules /16-17 dated at Thrissur the 02-01-2017………………………. ) mentioned below

Name of item Price inclusive of all taxes Total price in words (………………………………) And where as the contractor is ready and willing to supply the same in accordance with the terms and conditions of the tender.

Now, therefore, this agreement witnesseth and it is hereby agreed and declared as follows:- 1 The tender notice, general instructions and guidelines to the tender, special terms and conditions of

the tender, tender schedule, particulars of the tender annexed hereto and any other additional particulars, instruction as may be found requisite to be given during the validity period of contract shall also be deemed to be included in the expression contract document wherever herein used

2 In consideration of payments to be made to the contractor for the supply of aforementioned items by him the contractor hereby covenants with the contract documents to duly provide, execute and complete the said supply and shall perform all other acts, deeds, matters and things in the contract mentioned or to be implied there from or may be reasonably necessary for the completion of the said supply at the time and in the manner and subject to the terms and conditions mentioned in the contract

3 In consideration of the due provisions, executions and completion of the said supply, BSNL hereby

agrees with the contractor that BSNL will pay the contractor the respective amount for the quantity of materials supplied by the contractor as per the terms and conditions of the said tender and such

Signature of the bidder 32

other sum(s) as may become payable to the contractor under the provisions of the contract.

4 The Principal General Manager Telecom, BSNL, Thrissur, reserves the rights to cancel the contract on this ground without prejudice to the rights enforcing penalty and blacklisting.

5 I/We agree to abide by all the conditions stipulated above and also those conditions

given in the Tender schedule. In token of thereof I/We affix my/our signature /s with seal hereunder.

6 This agreement will remain in force for the period from to in witness whereof the parties set their respective hands and seals on this day at (place)

Signed and Delivered by Signed and Delivered for

The Firm/Individual and on behalf of BSNL, Thrissur

The AGM(MP)

SANCHAR BHAVAN

Thrissur – 680022

Kerala

In the presence of In the presence of

1. Signature 1. Signature

Name: Name

Address Designation

2. Signature 2. Signature

Name: Name

Address Designation

Signature of the bidder 33

SECTION XVII

FINANCIAL BID

Tender for supply of Alarm Modules for use in BTS Sites in Thrissur SSA as per Tender Notice ender No. AGM(MP)/TCR//TENDER/Alarm Modules /16-17 dated at Thrissur the 02-01-2017…

1. Name of Bidder :(In block letters) 2. Postal Address in full( In block letters) : 3. Telephone Number :

4. Rate quoted for supply of item:

Sl.

No

Item

Tot

al

Qt

y

Basic Rate/One

unit (Inclusive

of

freight/transport

aion charges

/loading and

unloading

charges)

Excise

duty+

Cess+

HEC

CST/KGST(

against

FormC/

Declaration

Form)

Total Price / one

unit Inclusive of

all levies &

charges, Duties

& Taxes (In

words &

figures)

Total Price Inclusive

of all levies &

charges, Duties &

Taxes (In words &

figures)

1 2 3 4 5 6 7=(4+5+6) 8 =(3x7)

1

Supply and installation of alarm Modules for BSNL BTS Sites in Thrissur SSA with 4 External Alarms

73

GRANT TOTAL IN FIGURES Rs. ( Column 7)…………………………………….

GRANT TOTAL IN WORDS Rupees ( Column 7) ………..…………………………………………………………..

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

Note: The contractor shall quote the rate per item .The rate quoted shall be inclusive of any levies and taxes but exclusive of service tax if applicable. Service tax will be paid separately at prevailing rates to the agencies who have valid service tax registration and in such cases the service tax registration number shall be furnished in invoices. Signature of the Bidder:

Signature of Bidder:

Signature of the bidder 34

SECTION XVII

VENDOR MASTER FORM

Signature of the bidder 35

Signature of the bidder 36

Section XVIII

LIST OF BSNL BTS SITES

SL NO RP ID EXCHANGE SL NO RP ID EXCHANGE

1 RP-00356 AlagappaNagar 38 RP-00677 KunnamkulamTE

2 RP-00686 Amalanagar 39 RP-01566 Kunnathangadi

3 RP-00666 Annammanada 40 RP-00360 Kuriachira

4 RP-00699 Vylathur 41 RP-00689 Kurichikara

5 RP-05549 ArangottukaraTE 42 RP-00190 Mala

6 RP-00688 Ayyanthol 43 RP-05570 MannamangalamTE

7 RP-08031 BSNL_Centre 44 RP-00199 Mannuthy

8 RP-07418 BsnlSancharbhavan 45 RP-00678 Mattom

9 RP-00197 Centralexchange 46 RP-01572 Melur

10 RP-00185 Chalakudy 47 RP-00200 Missionqtrs

11 RP-00681 Chazhoor 48 RP-00670 Moorkanadu

12 RP-00362 CHELAKARA 49 RP-00193 Kunnamkulam

13 RP-00198 Chembookkavu 50 RP-00357 Mulankunnathukavu

14 RP-00204 Cherpu 51 RP-00206 Mundur

15 RP-00668 CRGNRSNPURAM 52 RP-00692 Nedupuzha

16 RP-01554 Edakkazhiyur 53 RP-00201 Ollur

17 RP-01557 Elanad 54 RP-00685 Parapur

18 RP-00361 Engandiyoor 55 RP-00680 Pariyaram

19 RP-00187 EriyadTE 56 RP-01577 Peechi

20 RP-00192 Erumapetty 57 RP-00679 Perimpilav

21 RP-00194 Guruvayoorte 58 RP-00191 Perinnanam

22 RP-01558 Inchakundu 59 RP-00202 Poonkunnam

23 RP-00675 Vettilapara 60 RP-00358 Poovathur

24 RP-02365 IrinjalakudaTE 61 RP-01579 Punnamparambu

25 RP-01560 Kadukutty 62 RP-00359 Punnayoorkulam

26 RP-00205 Kandansankadavu 63 RP-00703 THIRUVILLUAMALA

27 RP-00195 Kannara 64 RP-01580 Thottilpal

28 RP-00354 Kattoor 65 RP-00207 VADAKANCHERRY_CH

29 RP-00676 Kattukambal 66 RP-08193 VadakkancheryCSR

30 RP-00700 KNDKVVadanapally 67 RP-00184 Valappad

31 RP-00189 Kodakara 68 RP-00672 Vallakunn

32 RP-00208 Koratti 69 RP-01581 VallatholNagar

33 RP-01563 Kodanur 70 RP-00697 Varantharapally

34 RP-00186 KodungalloorTE 71 RP-00673 Vellangallur

35 RP-00698 Venkitangu 72 RP-00674 Vellikulangara

36 RP-00355 Kombidinjamakkal 73 RP-01584 Veloor

37 RP-01564 KONDAZHI

Signature of the bidder 37