bharat sanchar nigam limited210.212.239.99/electrical2/civ_tender/o_7201715_tvm_tvm.pdfsandwich...
TRANSCRIPT
1
Signature of Bidder
BHARAT SANCHAR NIGAM
LIMITED
(A Govt. of India Enterprise)
O/o The Principal General Manager Telecom District
TRIVANDRUM
Bid Document
e-Tender document for Procuring Marketing materials
in TRIVANDRUM SSA
No. Mktg/Tvm/Tender/Marketing Materials/17-18/ Dated at Trivandrum the 18-07-2017
2
Signature of Bidder
TABLE OF CONTENTS
Section Title Page
No.
NOTICE INVITING TENDER 3
I E-TENDERING INSTRUCTION TO BIDDERS 6
II TENDER INFORMATION 13
III GENERAL SCOPE OF WORK,SPECIFICATION
& SCHEDULE OF REQUIREMENT
14
IV GENERAL INSTRUCTIONS TO BIDDERS 20
V CONDITIONS OF CONTRACT 28
VI UNDERTAKING AND DECLARATION 37
VII LETTER OF AUTHORISATION FOR ATTENDING BID
OPENING
39
VIII TENDERER’S PROFILE 40
IX- PART A BID FORM 41
IX-PART B FINANCIAL BID 43
X MANDATE FORM FOR ELECTRONIC FUNDTRANSFER OF
PAYMENTS 47
XI CERTIFICATE FOR TENDER DOCUMENT DOWNLOADED
FROM INTERNET
49
3
Signature of Bidder
O/o the Principal General Manager
Trivandrum-695001
No. Mktg/Tvm/Tender/Marketing Materials/2017-18/ Dated at Trivandrum the 18-07-2017
NOTICE INVITING TENDER
e-Tenders are invited by PGMT TRIVANDRUM for and on behalf of CMD,
Bharat Sanchar Nigam Limited from reputed manufacturers /dealers
/agents/suppliers/distributers for making, supplying and mounting of Flex boards
, Banners , hoardings, Retailer boards, Glow sign boards, Danglers, streamers
,advertisement on Telephone poles etc. and skin changing of existing hoarding
/flex boards/sandwich boards/glow sign boards are also required to be carried out
of various sizes as listed in the specification to retail shops and at various places
in TRIVANDRUM SSA. Sr.
No
Name of work Estimated
Cost in Rs
Bid Security/ EMD in
Rs
Tender Form Cost in Rs
1 2 3
mak Designing, supply and installation of
Customized Retailer Boards,
Hoardings, Glow Sign Boards,
Sandwich Boards, One Way Vision
etc. at various locations throughout
TRIVANDRUM SSA
Designing, supply of corrugated
Danglers, Streamers, Banners
Designing and Skin change in Existing
Hoardings/Flex Boards/Sandwich
boards/Glow sign Boards throughout
the SSA
34,55,706/-
69,000/-
590/- inclusive of GST VAT
Purchase of Tender Documents: Complete Tender Documents can be
downloaded from the website www.kerala.bsnl.co.in or www.tenderwizard/BSNL.
For downloading application for participating in the tender should remit Rs. 590/-
(including GST 18%) as the cost of the tender form. DD for the same amount from
4
Signature of Bidder
any Nationalised/ Scheduled Bank payable at Thiruvananthapuram, drawn in favour
of Accounts Officer (Cash), O/o PGMT, BSNL, Thiruvananthapuram should be
attached with the tender document for physical submission and scanned copy for
online submission. The tender document is not transferable and its cost once paid
shall not be refunded under any circumstances.
3. Eligibility Condition:-
a) Having experience in the above field ( A certificate issued by any public sector undertaking or any reputed firm for having carried out similar works during the last one year).
b) Should have permanent account number from income tax authorities c) Should have GST registration number. 4. Bid Security/Earnest Money Deposit (EMD): Each bid shall be accompanied by
an EMD (Bid Security) of Rs. 69000/- (Rupees Sixty nine Thousand only) in the
form of a crossed Demand Draft obtained from any Public Sector/ Scheduled Bank
in favour of "The Accounts Officer (Cash), BSNL, Trivandrum , Kerala" payable at
Trivandrum .
5. SSIs registered with NSIC under single point registration(for the tendered item) are
exempted from submission of cost of tender form and EMD to the extent of monetary
limit. The unit claiming concession of NSIC is required to submit proof regarding
current registration with NSIC along with their Monetary Limit for the tendered item.
6. Submission of Tender: For online submission the scanned copies of all the bid
documents, eligibility certificates, and DD for the cost of Tender document and
EMD should be uploaded on or before the date mentioned in the NIT. For physical
submission the duly completed and sealed bids should be dropped in to the Tender
Box kept at O/o AGM (MM& TENDER), BSNL, Bhavan, Trivandrum-695001 or
sent by Registered Post with Acknowledgement Due. Address to AGM ( MM&
TENDER), BSNL Bhavan, Trivandrum , Kerala –695001. No separate
acknowledgment will be given.
5
Signature of Bidder
Cost of Tender Form Rs.590/- (Rupees Five hundred and ninety only)
Tender Form available on site From 18/07/2017 to 07/08/2017 Last date of Online submission of Tender .
Up to 14.00 hrs on 07/08/2017
Last date of Physical submission of Tender at O/o PGMT
14.00 hrs on 08/08/2017
Date and time of opening of Tender
15.00 hrs on 08/08/2017
7. Place of opening of Tender bids
Tender Opening Venue : 3RD
FLOOR, O/o the Principal
General Manager
BSNL Bhavan.
Trivandrum -695001 .
General: 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, Trivandrum 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.
AGM (MM& Tender),
O/o PGMT,BSNL
BHAVAN
TRIVANDRUM-695 001
6
Signature of Bidder
SECTION-I
E-tendering Instructions to Bidders
Note:-The instructions given below are ITI’s e-tender portal centric and for
e-tenders invited by O/o PGM, BSNL, Trivandrum SSA, Kerala Telecom
Circle .
General:-
Submission of Bids only through online process is mandatory for this Tender. For conducting electronic tendering, BSNL, Kerala Telecom Circle, Trivandrum is using the portal (https://www.tenderwizard.com/BSNL) of M/s ITI , a Government of India Undertaking.
I. Tender Bidding Methodology:
Sealed Bid System –‘Two Stage – Us ing Two Envelope’, i.e.1) Technical B
id & 2) Financial bid shall be submitted by the bidder at the same time
on the portal.
II. B road outline of activities from B idders pros pective:
1. Procure a Digital Signing Certificate (DSC)
2. Register on Electronic Tendering Sys tem® (ETS)
3. Create Users and assign roles on ETS
4. View Notice Inviting Tender (NIT) on ETS
5. Download Official Copy of Tender Documents from ETS
6. Clarification to Tender Documents on ETS
Query to BSNL (Optional)
View response to queries posted by BSNL, as addenda.
7. Bid-Submission on ETS
7
Signature of Bidder
8. Attend Public Online Tender Opening Event (TOE) on ETS Opening
of Technical & Financial Part as specified in the tender document.
9. View Post-TOE Clarification posted by BSNL on ETS (Optional)
Respond to BSNL’s Post-TOE queries.
10. Participate in e-Reverse Auction on ETS (if applicable)
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.
Note 1: It is advised that all the documents to be submitted are kept
scanned and converted to PDF format in a separate folder on your
computer before starting online submission. Financial Bid (Excel
Format) may be downloaded and rates may be filled appropriately.
This file may also be saved in a secret folder on your computer.
Note 2: While uploading the documents, it should be ensured that the file
name should be the name of the document itself.
3. Digital Certificates
For integrity of data and its authenticity/ non-repudiation of electronic
records, and be compliant with IT Act 2000, it is necessary for each use r
to have a Digital Certificate (DC). also referred to as Digital Signature
Certificate (DSC), of Class 3 or above, issued by a Certifying
Authority (CA) licensed by Controller of Certifying Authorities (CCA)
[refer http://www.cca.gov.in].
(a) Registration
Tender document can be downloaded from the website:
www.tenderwizard.com/B SNL and to be submitted in the e-format as well
as by post/courier/by hand. Cost of Tender Document (in the form of DD)
and EMD(in the form of Bank Guarantee in original) ,Power of Attorney
in original along with the hard copies of all documents which are uploaded
in the e –tender portal and the same should be submitted to AGM (MM &
Tender),O/o PGM, Uppalam Road, Trivandrum-01 , before the scheduled
8
Signature of Bidder
date and time of submission of the tender otherwise the Bid will not be
considered. Amendments , if any, to the tender document will be notified
in the above website as and when such amendments are notified. It is the
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.
Intending bidders are requested to register
themselves with M /s . ITI through www.tenderwizard.com/B SNL
for obtaining user-id, Digital Signature etc., by paying Vendor registration
fee. Tender processing fee payment should be done during requis ition of
tender on line .
BSNL has decided to use process of e-tendering for inviting this tender and thus the physical copy of the tender would not be sold.
Note: After successful submission of Registration details and Vendor
registration fee and processing fee (as applicable). Please contact
ITI Helpdesk (as given below), to get your registration
accepted/activated.
ITI He lpde s k Address Details
Telephone/Mobile
Nos.
Mr .. Dhanraj Prakash 09686115308
e-mail: [email protected]
Mr .Sanil 09747363433
e.mail:[email protected]
[between 9:30 hrs to 18:00 hrs on working days]
E-mail ID [email protected]
B SNL’s Contact Pe rs
on
AGM.(Tender), O/o PGM, BSNL Bhavan, Uppalam Road ,Trivandrum-01.
Telephone/ Mobile 9447001111
E-mail ID vs [email protected]
5. Bidding related Information for E- Tender (Sealed B id)
The entire bid-submission would be online on ETS. Broad outline
of submissions are as follows: The documents should be uploaded
as follows
9
Signature of Bidder
During “Request “stage of uploading, upload the following documents only.
1. DD for Tender Fee as per DNIT (Scanned copy on e -Tendering Portal and
Physically to Tender Inviting Officer in case of e-Tender).
2. Bank Guarantee/DD for EMD as per DNIT (Scanned copy on e -Tendering Portal and Physically to Tender Inviting Officer in case of e-Tender).
3. Valid NSIC/ MSE Certificate, if applicable. In case the ownership of such
MSE Entrepreneurs happens to be from SC/ST category, proof in this
regard also need to be submitted.
4. Valid PAN No.
5. Valid GST Registration Certificate/ or exemption certificate No
6. Power of Attorney (if applicable) .Scanned copy on E-Tendering Portal
and original to be submitted to Tender Inviting Officer in case of e-
Tender.
7. Scanned copy of all required certificates as per clause 5.2 of Section-II
8. Article of M e m o r a n d u m o f A s s o c i a t i o n o r P a r t n e r s h i p
d e e d o r P r o p r i e t o r s h i p deed ( if applicable)
9. Proof of experience (Scanned copy on E-Tendering Portal and original
to be submitted to Tender Inviting Officer in case of e-Tender)
10. Proof of office at Trivandrum.
During “submission” stage, upload the remaining documents alone.
6. Offline Submiss ions of Eligibility Certifying Documents :
The bidder is requested to submit the all the documents related to
eligibility (originals) offline to AGM (MM &Tender) , O/o PGM, BSNL
Bhavan, Uppalam Road,Trivandrum-01,as specified in the Tender document.
7. Special Note on Security of B ids
Security related functionality has been rigorously implemented in ETS in a
multi-dimensional manner. Starting with 'Acceptance of Registration by the Service Provider', provision for security has been made at various stages in
Electronic Tender's software. Specifically for Bid Submission, some security related aspects are outlined below.
10
Signature of Bidder
As part of the Electronic Encrypt functionality, the contents of both the
‘Electronic Forms’ and the‘Main-Bid’ are securely encrypted using a Pass-
phrase created by the server itself. The Pass phrase is more difficult to
break. This method of bid-encryption does not have the security and data-
integrity related vulnerabilities which are inherent in e-tendering systems
which use Public- Key of the specified officer of a Buyer organization for
bid-encryption. Bid-encryption in ETS is such that the Bids cannot be
decrypted before the Public Online Tender Opening Event (TOE), even if
there is connivance between the concerned tender-opening officers of the
Buyer organization and the personnel of e -tendering service provider.
8. Public Online Te nder Opening Event (TOE)
ETS offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. 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. For this purpose, representatives of bidders (i.e.
Supplier organization) dully authorized are requested to carry a Laptop and Wireless Connectivity to Internet.
Every legal requirement for a transparent and secure ‘Public Online
Tender Opening Event (T OE)’ has been implemented on ETS.As soon as a
Bid is decrypted with the corresponding ‘Pass -Phrase’ as submitted online
by the bidder himself (during the TOE itself), salient points of the Bids
are simultaneously made available for downloading by all participating
bidders. The work of taking notes during a manual ‘Tender Opening Event’
is therefore replaced with this superior and convenient form of ‘Public
Online Tender Opening Event (TOE)’.
ETS has a unique facility of ‘Online Comparison Chart’ which is
dynamically updated as each online bid is opened. The format of the chart
is based on inputs provided by the Buyer for each Tender. The information
in the Comparison Chart is based on the data submitted by the Bidders in
electronic forms. A detailed Technical and Financial Comparison Chart
(after financial evaluation) enhance Transparency. Detailed instructions are
given on relevant screens.
ETS has a unique facility of a detailed report titled ‘Minutes of Online
Tender Opening Event (TOE)’ covering all important activities of ‘Online
11
Signature of Bidder
Tender Opening Event (TOE)’. This is available to all participating
bidders for ‘Viewing/ Downloading’.
There are many more facilities and features on ETS. For a particular
tender, the screens viewed by a Supplier will depend upon the options
selected by the concerned Buyer.
9. E-Re verse Auction (NOT APPLICABLE)
E-Reverse Auction would be conducted on Zone/total package/net cost to
BSNL value for bid evaluation, subsequently after the opening of the Financial
Part.
The following would be parameters for e-Reverse Auction
Sl No
Parame te r Value 1. Date and Time of reverse Auction
bidding event Will be intimated to
Technically
Responsive bidders
after the opening of
financial part
2 Duration of Reverse –Auction bidding event
……………(typically 1 to 2)
hours. 3 Automatic extension of the Reverse
–Auction
Closing Time, if last bid received is
within a pre - defined Time Duration
before the Reverse Auction closing
Time
Yes
3.1 Pre defined Time Duration …………xx Minutes
(typically 05 minutes)
3.2 Time Duration of Automatic extension ………….yy Minutes
(Typically 10 minutes)
3.3 Maximum number of Auto Extensions ……….nn Automatic
Exensions (Typically 04
to 06 extensions)
4 Criteria of bid acceptance Beat on starting last quoted
price as well as Beat on
Rank-
1 Bid Value
5 Entity start price
Zone/total package/net cost to
BSNL ( To be
decided by planning
cell)
6 Minimum bid decrement …………..(Value in
currency) to be
decided by planning
cell
7 Display of Pseudo identity of bidders during
bidding period
Tot all Bidders, as well as
BSNL’s officers 8 Display of Bidder’s own current Rank Yes
Note: Parameters at Sl No. 5 and 6 shall be confirmed after Opening &
12
Signature of Bidder
Evaluation of Financial bid parts.
10. Other Instructions
For further instructions, the vendor should visit the
home-page of the portal (https://www.tenderwizard.com/BSNL).
Important Note: It is strongly recommended that all authorized users of
Supplier organizations should thoroughly peruse the information provided
under the relevant links, and take appropriate action. This will prevent
hiccups, and minimize teething problems during the use of ETS.
The following ‘FOUR KEY INSTRUCTIONS for BIDDERS’ must
be assiduously adhered to:
(i) Obtain individual Digital Signing Certificate (DSC or DC) well
in advance of your first tender submission deadline on ETS
(ii) Register your organization on ETS well in advance of your
first tender submission deadline on ETS
(iii) Get your organization’s concerned executives trained on ETS
well in advance of your first tender submission deadline on ETS
(iv) Submit your bids well in advance of tender submission deadline on
ETS.There could be last minute problems due to i n t e r n e t
timeout, breakdown, etc. While the first three ins tructions
mentione d above are especially relevant to firs t-time us e rs of ETS,
the fourth ins truction is relevant at all time s .
11. Minimum Re quire ments at B idders end
Computer System with good configuration (Min P IV, 1 GB
RAM, Windows (XP) Broadband connectivity. Microsoft Internet Explorer
6.0 or above and Digital Certificate(s)
12. Vendors Training Program
Vendors may contact the ITI Helpdesk personnel given in clause 4 of
Section I Part C, for any type of training/help, which they may require while
uploading the bids.
13
Signature of Bidder
SECTION-II
TENDER INFORMATION
1. Type of Tender :- No. of Bid Submission Stages for Tender : Two stage
2 Bid Validity period: 180 days from the Tender opening date
3 . Payment terms : As per section clause 4 of section V
4.Qualifying bid shall contain :- (As per section IV Clause3)
i) EMD
ii) Cost of the Tender documents
iii) Certificate(s) showing fulfillment of the eligibility criteria(s) stated in
Clause 3 of the Section IV
iv) Bidder’s Profile & Questionnaire duly filled & signed.
v) Non-Relation Certificate duly filled & signed.
vi) Undertaking & declaration duly filled & signed
vii) Tender documents duly signed at the end of each page for having read it &
accepted it
viii) Tender/ Bid form- Section IX Part A
5. Financial bid shall contain:
i)Bid form- Price Schedule (Section IX Part –B ) duly filled & signed
14
Signature of Bidder
SECTION-III
SCOPE OF WORK , SPECIFICATION & SCHEDULE OF
REQUIREMETS
1.1 The Tenderer should undertake the responsibility of designing, supply and installation of items as detailed in specifications (Annexure A) below. List of existing hoardings is attached as Annexure.C for reference.
1.2 The Tenderer should abide by the decision of the AGM (Marketing)or the officer in charge or any other officer authorised on his behalf who has full powers of rejecting any or all designed, resized flex and other advertisement materials, without assigning any reasons.
1.3 The Tenderer should design, resize Flex, Flex boards, banners as directed at the station / place as indicated by the AGM(Marketing )or, any other officer authorised on his behalf and should not claim any transportation charges or loading / unloading charges, tollgate fee or any other taxes other than the rates approved.
Specifications (Annexure-A)
SN Item Item Specification Qty(
Sqft/No) Other Points
1
Customised Retailer Board
Site Checking and
measurement, Designing.
Printing Supply and
Installation at various
locations throughout SSA
3/4 inch19guage GI square
pipe ,Ordinary Flex with 300
gsm and 4 pass print qualiity.
Iron materials used should be
painted with 2 coating of
primer and paint of ISI
marked before erection
25000SqFt
Minimum of
5000sqft will be
ensured in
every work
order[Spreading
entire SSA]
2
Costomised Glow Sign
Board Site Checking
and measurement, Disigning
Printing, Supply and
Installation at various
locations throughout SSA
3/4 inch 19 guage GI pipe ,24
guage GI sheet,clamp 1 inch
anglair, Havells tube/ Chock
/Wire,Star Backlit flex with
540/550 gsm LG Laser
Cutting vinyl pasting
750SqFt
At locations
spreading entire
SSA
15
Signature of Bidder
3
Costomised
Acrylic/Sandwich Board
Site Checking and
measurement, Disigning
Printing, Supply and
Installations of approximate
size 3'X 4' at various
locations throughout SSA
Sandwich with foam board,
translate sheet, 3mm Foam
Board and Acrylic Translate
sheet of 3mm high quality
vinyl pasting
270sqft
At locations
spreading entire
SSA
4
Streamers
Designing and supply of size
4'X 1 'at centralised point
PVC Foam 600 guage with 2
eyelet and twine, each of
app.size 4'X1' [Size may vary
as per BSNL req
5000nos At Centralised
Point
5,6,7
Corrugated Danglers
[Designing and supply size
1'X1', 1.5' X 1 and 4'x1' with
1/2/4 holes and 12”
minimum thread for hanging
at centralised point]
Sunpack , 2mm Multicolour
Laser printing each of app
Size 1'X1',1.5'X1', and4'X1'
[Size may vary as per BSNL
requirement
5000nos
3000nos
1500nos
At Centralised
Point
8
Vinyl Stickers Site
Checking and measurement,
Designing Printing, Supply
and Installation at various
locations through out SSA
Vinyl Swtickers with Multi
Colour Printing 500 Sq Ft
At locations
spreading entire
SSA
9
Flex Banners
[ Designing and Supply at
centralised point ]
Ordinary Flex with 300 gsm
,4 pass laser print quality
12000 Sq
Ft
At Centralised
Point
10
CLOTH Banners
[ Designing and Supply at
centralised point ]
Drill Cloth, Multi Color 3000 Sq Ft At Centralised
Point
11 Skin Change in Existing
Hoarding [Designing
Star frontlit flex with 340
gsm and 6 pass print quality 6060 Sq Ft Hoarding list
attached [15
16
Signature of Bidder
and Skin Change in Existing
Hoarding throughout SSA
and tie up nos]
12
Skin Change in Existing
Flex Boards
[Designing and Skin Change
in Existing Flex Boards
throughout SSA]
Ordinary Flex with 300 gsm
,4 pass print quality and tie up 1000sqft
At locations
spreading entire
SSA
13 SkinChange
inAcrlic/Sandwich Board
Acrylic Translate sheet of
3mm high quality vinyl
pasting
180 Sq Ft
At locations
spreading entire
SSA
14 Skin Change in Existing
Glow Sign Boards
Star Backlit flex with 540/550
gsm LG Laser Cutting vinyl
pasting
1200 Sq Ft
At locations
spreading entire
SSA
15 Stand Boards / Display
Boards
Display Boards of Size 4' X 2'
Star flex board in 1” square
metal frame stand with 2’
length and 2.5” width C
channel
100 No:s At Centralised
Point
16 Glow Sign Boards for
Retailer Shops
Milk white acrylic with LED,
round, double side glow sign
boards
800 No:s
At locations
spreading entire
SSA
17 Advt on Telephone Poles
3/4 inch MS frames 22 gauge
of square tube frame flex
board single side multi color
print on flex of 13 oz 720X
720 DPI 4 pass solvent
digital print size of 2’ x 3’
1400 No:s
At locations
spreading entire
SSA
18 Vehicle Stickers (7.5Cm X7.
5 Cm)
100 microns PVC round with
back gumming 1500 no.s
At Centralised
Point
17
Signature of Bidder
19 Vehicle Stickers (10.5Cm
X10. 5 Cm)
100 microns PVC round
mirror print with front
gumming
1000 no.s
At Centralised
Point
20 BSNL Stickers (15Cm X
15Cm)
Vinyl Stickers of Size 15Cm
X 15Cm 300 no.s
At Centralised
Point
21 BSNL Stickers (30Cm X 30
Cm)
Vinyl Stickers of Size 30Cm
X 30Cm 200 no.s
At Centralised
Point
18
Signature of Bidder
Schedule of Requirements (Annexure-B)
S
N Item Description
AVG REQ
Per Site /
Piece
(Sq.Ft)
No: of
Sites /
Pieces
QTY
1 Customised RetailerBoard 30 833 25000
2 Customised Glow Sign Board 30 25 750
3 CustomisedAcrylic / Sandwich Board 18 15 270
4 Streamers 1 5000 5000
5 Corrugated Danglers (1' X 1') 1 5000 5000
6 Corrugated Danglers (1.5' X 1') 1 3000 3000
7 Corrugated Danglers (4' X 1') 1 1500 1500
8 Vinyl Stickers 25 20 500
9 Flex Banners 200 60 12000
10 Cloth Banners 50 60 3000
11 Skin Change in Existing Hoarding 202 30 6060
12 Skin Change in Existing Flex Boards 10 100 1000
13 Skin Change in Acrlic / Sandwich Board 12 15 180
14 Skin Change in Existing Glow Sign Boards 48 25 1200
15 Stand Boards / Display Boards 1 100 100
16 Glow Sign Boards for Retailer Shops 1 800 800
17 Ad On Telephone Poles 2 700 1400
18 Vehicle Stickers (7.5Cm X7.5 Cm) 1 1500 1500
19 Vehicle Stickers (10.5Cm X10. 5 Cm) 1 1000 1000
20 BSNL Stickers (15Cm X 15Cm) 1 300 300
21 BSNL Stickers (30Cm X 30 Cm) 1 200 200
TOTAL
19
Signature of Bidder
ANNEXURE -C
LIST OF HOARDINGS IN
TRIVANDRUM SSA
S
N LOCATION SIZE
1 ATTINGAL 25 X 20
2 AZHAMKULAM 25 X 20
3 KARYAVATTOM 18 X 10
4 PONGUMOODU 22 X 19
5 VATTAPPARA 18 X 10
6 INCHIVILA 30 X 20
7 KAITHAMUKKU 18 X 10
8 BARTON HILL 18 X 10
9
STORE DEPOT
PARUTHIPPARA 28 X 20
10
PGM (O), UPPALAM
ROAD 20 X 10
11 VAZHIMUKKU 18 X 10
12 NEYYATTINKARA 18 X 10
13 POOJAPPURA TE 25 X 20
14
POOJAPPURA
PAREEKSHA BHAVAN 20 X 20
15 PMG JUNCTION 18 X 10
20
Signature of Bidder
SECTION –IV
GENERAL INSTRUCTION TO BIDDERS 1. El ig ibi l i ty condit ions : Kindly refer to c lause 3 of
Sect ion-I .
2 . Submission of bid: - For online submission the scanned copies of all
the bid documents, eligibility certificates, and DD for the cost of Tender
document and EMD should be uploaded on or before the date mentioned
in the NIT. For physical submission, tender document should be
submitted in two envelopes placed inside a 3rd envelope. These envelopes
should contain the following:
Envelope Marked on the cover
Contents of envelope
First Qualifying bid Bid Security, Cost of Bid form, Bid documents and other relevant documents as per the
eligibility criteria Second Financial bid Rates duly quoted by the Bidder in the prescribed format.
i) The name and address of the firm and whether “Qualifying or
“Financial” bid must be clearly mentioned on these individual envelopes and should be properly sealed (with sealing wax/packing PVC tape). Contents of envelope and mark over it shall be as stated above. These 2 envelopes are to be placed inside an outer 3rd
envelope and shall be properly sealed (With sealing wax/packing PVC tape). On all three envelopes the name and address of the firm should be mentioned and should be addressed to AGM (MM& TENDER), O/o PGMT, BSNL, Trivandrum. The Tenders, whose technical and financial bids are not submitted separately as mentioned are liable to be rejected.
ii) The Sealed Cover Tender should be addressed to AGM
(TENDER), O/o PGMT, BSNL, Trivandrum, super scribed on top of
each envelope “Tender for Procuring Marketing Materials in
TRIVANDRUM SSA”. The same shall be dropped in Tender box
placed in the office of AGM (MM & TENDER), O/o PGMT, BSNL,
Trivandrum as mentioned in NIT. The Tenders received by post or
Courier service or after due date and time will not be entertained. The
submission of more than one Tender by same bidder under different
names shall be out rightly rejected.
iii) The bidder shall submit, as a part of his bid, the bid document duly
signed on each and every page, establishing the conformity of his bid
21
Signature of Bidder
to the bid documents of all the works to be executed by the bidder
under the contract.
3. DOCUMENTS TO BE SUBMITTED ALONGWITH QUALIFYING
BID: 3.1. Tender document(s), in original, duly filled in and signed by
Bidder or his authorized representative on each page. All
corrections and over writing must be initialed with date by the Bidder
or his authorized representative. 3.2 Cost of bid document in the form of DD in case of downloaded document. 3.3 Bid Security/EMD 3.4 Proof of eligibility as mentioned in clause 3(a) of Section I
3.5 (i)Attested copy of certificate of incorporation of Firm in case of
Limited Company,
Or
(ii) The Affidavit duly attested by „Notary of Sole Proprietorship
in case of Proprietary concern,
Or
(iii) Attested copy of Partnership Deed in case of partnership concern. 3.6 “Power of Attorney” in case person other than bidder has signed the
bid form. 3.7 Affidavit duly attested regarding No near relative as per section-VI
(Please ensure that “No near relative certificate” as per section VI is
to be signed by all the partners of the firm/directors ofthe company). 3.8 Attested Photocopy of GST registration certificate
3.9 Attested copy of PAN Card.
5. PERIOD OF VALIDITY OF BIDS: 180 days from the Tender opening
date. A bid for a shorter period shall be rejected by BSNL as non responsive.
In exceptional cases BSNL may request the bidder's consent for extending the
bid validity. 5.BID OPENING:-
OPENING OF BIDS BY THE B.S.N.L.
22
Signature of Bidder
5.1 The B.S.N.L. shall open the bids in the presence of bidders or his authorized representative who choose to attend, at the time specified in NIT. The bidder or representative, who are present, shall sign an attendance register.
5.2 Maximum of one (1) representative for any bidder shall be authorized and permitted to attend the bid opening.
5.3 The bids shall be opened in the following manner:
5.3.1 The bid opening committee shall count the number of bids and
assign serial numbers to the bids. For example, if 10 Tenders have
been received the bids shall be numbered as 1 of 10, 2 of 10 etc. All
the members shall initial on the outer envelopes of all the bids with
date.
5.3.2 The envelopes containing the Tender offer and not properly
sealed, shall be rejected at the opening stage itself by the Tender
opening committee.
5.3.3 First the outer envelope containing the two envelopes to be opened.
The bid opening committee shall initial on all two envelopes with date. 5.3.4 The “Financial Bid of technically qualified tenderers will be
opened.
5.3.5 Letter of Authorization for attending the bid opening in case it is
attended by a person other than bidder himself is to be furnished as
per format in Section VII
5.4. The Financial Bid shall be opened in the following manner:
5.4.1. The envelope marked “Financial Bid” will be opened only for qualified
Tender in“Qualifying bid”.
5.4.2. After opening the “Financial Bid” the bidder s name, bid prices,
modifications, and such other details as the B.S.N.L., at its discretion,
may consider appropriate will be announced at the time of opening.
6. CLARIFICATION OF BIDS BY THE B.S.N.L.:
To assist in examination, evaluation and comparison of bids, the
B.S.N.L. may at its discretion ask the bidder for clarification of
its bid. The request for its clarification and its response shall
be in writing. However, no post bid clarification at the initiative
of the bidder shall be entertained. 7. EVALUATION:-
a) PRELIMINARY EVALUATION.
23
Signature of Bidder
1 Purchaser 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.
2 Arithmetical errors shall be rectified on the following basis. Based on the
quoted percentage of GST, freight etc. the amounts quoted thereof shall be
worked out and rounded off to 2 decimal points. In case the unit price quoted
in relevant column does not tally with its break up quoted in corresponding
columns, the same shall be corrected by summing up the break ups. If there is
a discrepancy between the unit price and total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total
price shall be corrected by the purchaser.
3 If there is a discrepancy between the words and figures, the amount in words
shall prevail. If the supplier does not accept the correction of the errors, his bid
shall be rejected.
4. Prior to the detailed evaluation, pursuant to relevant clauses, the purchaser
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. Purchaser’s determination of bid's responsiveness shall be
based on the contents of the bid itself without recourse to extrinsic evidence.
5. A bid determined as substantially non-responsive will be rejected by the
purchaser and shall not subsequent to the bid opening be made responsive by
the bidder by correction of the non-conformity.
6. The purchaser 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.
b. EVALUATION AND COMPARISON OF SUBSTANTIALLY
RESPONSIVE BIDS:
1 The purchaser shall evaluate in detail and compare the bids
previously determined to be substantially responsive
pursuant to relevant clauses.
24
Signature of Bidder
2 The evaluation and comparison of responsive bids shall be done on the
basis of net cost to BSNL (taking all items together) on the prices of the
goods offered inclusive of GST, packing, forwarding, freight and
insurance charges etc. as arrived in the price schedule/Financial bid.
The octroi/entry taxes (if applicable) are not to be included in the composite
price and hence the same will not be considered for the purpose of evaluation and
comparison of responsive bids. However, octroi/entry taxes will be paid extra as
per actual wherever applicable on production of proof of payment/relevant
invoices/ documents.
a) Duties and taxes for which the firm has to furnish Cenvatable challans /
invoices will be indicated separately in the PO/APO
b) Vendors should furnish the correct ED/Customs Tariff Head in the
price schedule. If the credit for the duties and taxes under CENVAT
credit rules, 2004 is found to be not admissible at any stage
subsequently owing to wrong furnishing of Tariff Head , then the
vendors will be liable to refund such non-admissible amount , if already
paid, along with penalty if charged by the concerned authority.
c) In case the duties and taxes which are non CENVATable as per the
quotes indicated in the price schedule by the vendors and subsequently
at any stage it is found that credit for such duties and taxes is admissible
as per CENVAT credit rules 2004, then the vendors will be liable to
refund the amount equivalent to such duties and taxes if already paid to
them. However, the purchaser may allow the supplier to submit
necessary documents in this regard which may enable the purchaser to
avail the CENVAT credit provided such credit is still available for the
amount so paid as per CENVAT credit rules 2004.
d) The Purchaser reserves the right to ask the bidders to submit
documentary proof confirming the correct Tariff Head from the
ED/Customs authority where the Tariff Head furnished against the
particular Tendered item by different bidders differs from each other or
the same is found apparently not furnished in accordance with
ED/Customs Tariff notifications.
e) “If the supplier fails to furnish necessary supporting documents ie,
Excise/Customs invoices etc in respect of the duties/taxes which are
CENVATABLE, the amount pertaining to such duties/taxes will be
deducted from the payment due to the firm”.
25
Signature of Bidder
8. PURCHASER's RIGHT TO VARY QUANTITIES
a) BSNL reserves the right to increase or decrease up to
25% of the quantity of goods /services specified in the schedule of requirements without any change in the unit price or other terms and conditions at the t ime of award of contract .
b) BSNL also reserves the right for placement of additional order or up
to 50% 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/LOI 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.
c) In exceptional situation where the requirement is of an emergent nature
and it is necessary to ensure continued supplies from the existing
venders, the purchaser reserves the right to place repeat order up to 100%
of the 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/LOI 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. Exceptional situation and emergent
nature should be spelt out clearly detailing the justification as well as
benefits accrued out of it and loss incurred in case this provision is not
invoked and approved by the authority competent to accord
administrative and financial approval for the procurement calculated on
the basis of total procurement i.e. initial and proposed add-on quantity.
9 BSNL'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY
OR ALL BIDS BSNL reserves the right to accept or reject any bid, and to annul
the bidding process and reject all bids, at any time prior to award of
contract without assigning any reason whatsoever and without thereby
incurring any liability to the affected bidder or bidders on the
grounds of purchaser’s action.
26
Signature of Bidder
10.1 AWARD OF CONTRACT
BSNL shall consider issuing a letter of intent to the Tenderer whose offer
has been found commercially and financially acceptable. The bidder shall,
within 7 days of receipt of letter of intent or within any extension of this
period granted by the Principal General Manager Telecom, Trivandrum ,
give his acceptance and shall furnish the requisite Security Deposit,
failing which the letter of intent shall be deemed to have been withdrawn
and the EMD furnished by the Tenderer shall be forfeited. Work Order will
be issued by AGM(Mktg),Trivandrum-SSA. Full quantity will not be issued
in one work order , but it will be issued part by part as decided by AGM
(S&M-CM) time to time. Items should be delivered with in 45 days after
issuing work order.
10. 2 AGREEMENT
10.2.1 The successful Tenderer will be required to execute an
agreement on non-judicial stamped paper of the requisite value (as per
Government guide lines) at his own expense after remitting the required
Security Deposit. Failure of execution of agreement within a stipulated
period or any extended period shall result in the cancellation of letter of
intent and forfeiture of EMD. The pro forma will be supplied to the
contractor by the purchaser. The successful Tenderer has to start the
work immediately after award of work.
10.2.2 The contract shall be valid for a period of one year from the date of signing the agreement. The contract is extendable up to a maximum
period of six months at the same terms & Conditions and rates with
mutual consent .
10.3 BSNL reserves the right to terminate the contract at any time during the
contract period if the performance of the Tenderer, as assessed by the
Principal General Manager Telecom, Trivandrum is considered
unsatisfactory. In the event of termination of the contract on account of
unsatisfactory performance of the Tenderer, the Security Deposit made by
the Tenderer shall stand forfeited without prejudice to the right of BSNL
for any other action under the provisions of the contract.
27
Signature of Bidder
11 The near relatives of all BSNL employees executive and non-
executive working in B.S.N.L. permanent or on deputation are prohibited
from participation in this Tender. The near relatives for this purpose are
defined as:(a) Members of a Hindu Undivided Family, (b) They are
husband and wife,c)The one is related to the other in the manner as father,
mother son(s), son's Wife (daughter- in-law), Daughter(s) & daughter's
husband (son-in-law), Brother (s) & brother's wife, sister(s) & sister's
husband (brother-in-law).
12 Overwriting and corrections in the Tender should be avoided. However,
the corrections, if any, in the Tender should be under signatures
otherwise the Tender is liable to be rejected.
28
Signature of Bidder
SECTION-V
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 can be deposited i.e. in the form of DD drawn in favour of AO (Cash), office of PGMT, Trivandrum, payable at Trivandrum or in the form of Bank Guarantee valid for 18 months from scheduled / Nationalized Bank.. The security money shall be refunded to the contractor after expiry of warranty and on obtaining No objection / No Dues Certificate from the concerned officers in charge 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
TRIVANDRUM or does not enter into agreement as stipulated in this
Tender document, the PGMT TRIVANDRUM 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 work of the contractor/employees deputed
by the contractor, resulting in direct/indirect loss to BSNL, the
Security Deposit is liable to be forfeited.
(iv) In case of contractor 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:-
(i) The Person engaged by Bidder for executing the jobs is purely the
responsibility of the Bidder and they will not have any claim /
liability on BSNL and the labour so engaged shall not claim
regularization from BSNL.
29
Signature of Bidder
(ii) The BSNL will not be responsible for any accident or any
mishappening during the execution of work. The compensation to
the workers if any will have to be paid by Bidders.
(iii) If any Person of the successful Bidder indulges in any unlawful
activity or causes any loss/damages to the company‟s belonging,
the amount of loss caused by the workers shall be recovered from
the Bill/Security of successful Bidder. (iv) Conditional or incomplete Tenders shall not be considered.
4. PAYMENT TERMS:- Payment to the contractor :-The contractor shall submit all bills in triplicate on serially machine numbered printed forms only, to the officer AGM(Mktg),who issued the Work Order, concerned along with an advance stamped receipt for processing for payment. Necessary deductions towards GST shall be made from the bills at the time of payment as per rules in existence at that time. 95% of the payment will be made on receipt / supply and successful mounting of goods in good condition as given in the supply order with the following documents. Invoice clearly indicating the break-up details of composite rights
i.e. basic, GST and any other freight, packing charges, etc. Delivery
Chelan with consignee’s signature of receipt. The contractor shall
submit the GST registration number in the bill. Remaining 5% will
be paid after warranty period.
e-PAYMENT
1. In cities /areas where ECS/EFT facility is provided by banks, the bidder must
have accounts in such ECS/EFT facility providing banks and that bank account
number shall be quoted in the bids by the bidder. The cost of ECS/EFT will be
borne by BSNL in all cases where the payment to Contractor is made in a local
branch i.e; bidder is having bank account in the same place where the payment
is made by BSNL unit.
2. In case payment is made to outside branch i.e: bidder is having account not
in the same place from where the payment is made by BSNL unit, the crediting
cost will have to be borne by the bidder/recipient only.
3. The bidder must submit the Mandate form for transfer of payment through
Electronic Clearance/Electronic Fund transfer.
30
Signature of Bidder
4. In case e-payment is not possible, payment shall be made by Account payee
cheque
5 PRICES
5.1 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 GST as specified ..
5.2 For changes in GST during the scheduled delivery period,
(a) Prices will be fixed at the time of issue of purchase order as per GST
applicable at that time.
(b) In case of reduction of GST during the scheduled delivery period, purchaser
shall take the benefit of decrease in these GST for the supplies made from the
date of enactment of revised GST.
(c) In case of increase in GST during the scheduled delivery period, the
purchaser shall revise the prices as per new GST for the supplies, to be made
during the remaining delivery period as per terms and conditions of the
purchase order.
6. Any increase in GST after the expiry of the delivery date shall be to the
supplier’s account. However, benefit of any decrease in these GST shall be
passed on to the Purchaser by the supplier
10. RIGHTS RESERVED FOR BSNL
10.1. BSNL Trivandrum reserves the right to blacklist a tenderer for a suitable period in case he fails to honour his tender without sufficient grounds.
10.2. BSNL reserves the right to reject any or all tenders at any point of
time without assigning any reason.
10.3. In case of any dispute before entering into contract, the decision of
the Principal General Manager, BSNL, Trivandrum shall be final.
10.4. The General Manager, BSNL, Trivandrum shall be the final
authority for deciding the successful tenderer and his decision will be final.
31
Signature of Bidder
BSNL reserves the right to disqualify such bidders who have a record of not
meeting contractual obligations against earlier contracts entered into with the
BSNL-Decision of GM in this regard is final;
DEMISE OF THE CONTRACTOR BEFORE FULFILLING THE
CONTRACT
Without prejudice to any of the rights or remedies under this contract, if
the contractor expires, the contract will be terminated without forfeiting the
security deposit to BSNL or any compensation to the contractor, which does
not amount to breach of the contract. Any amount payable to BSNL under this
contract shall be recovered from any payment due to him or from the security
deposit.
Contractor’s legal heirs/representatives shall not without the consent in
writing of the Officer-in-charge, have the right to continue to perform the duties
or engagements of the contractor or under the contract, in case of his death. In
all cases proof of death and other relevant documents to this effect shall be
submitted to the Officer-in-charge in writing.
The tenderer who failed to honour the contractual obligations of any
earlier contract with BSNL or who has been blacklisted either conclusively or
on record by any other SSA of BSNL is further debarred from participating in
the subject Tender.
10.5. BSNL Trivandrum reserves the right to ask for additional quantities
of equipment or decrease the number of equipment. The increase and
decreseis 25% of the total quantity, in emergency situation it may extended
upto 50 %.
11. RESTRICTIONS
Any attempt to secure any interest for actual prospective tenderer or
influence by any means for the acceptance of particular tender will render the
concerned tenderer liable for exclusion from consideration.
12. Penalties & Liquidation damages
The contractor should carry out the work of Making, Supplying and
32
Signature of Bidder
mounting of FLEX boards with suitable clamps to retailer shops
and at various places in TRIVANDRUM SSA and Supply and
fixing of hoardings, boards and flex banners, and repairing of existing
hoardings/boards in TRIVANDRUM SSA ( as mentioned in Page 7
work specification ) of the date of supply order along with the
matter to be printed.
In the event of failure on the part of the successful Tenderer to complete the work as per the work ordered ,the Security deposit amount paid by him will stand forfeited in addition to blacklisting the firm for 3 years. In case of delay in completing of work ,a penalty of @0.5% per week or part thereof of the order value for each work for 10 weeks and there after@ 0.7% per week or part thereof for next 10 weeks ,subject to a maximum of 12% would be deducted as penalty. The decision of General Manager ,BSNL is final in this regard. If any consequential damages occur to the items, materials during erection and execution of work, the cost of damage incurred so should be borne by the Tenderer and damaged part ( S )verified / replaced within a reasonable time of 7 days. 13.WARRANTY
13.1 The supplier shall warrant that the stores should be supplied shall be new and free from all defects and faults in materials used, workmanship and manufacture and shall be of the highest grade and consistent with the established and generally accepted standards for materials of the type ordered and shall perform in full conformity with the specifications. The supplier shall be responsible for any defect that may develop under the conditions provided by the contract and under proper use, arising from faulty material, design or workmanship such acts as corrosion of the ITEMS, inadequate quantity of material to meet ITEMS requirements, inadequate contact protection, deficiency in design and or other wise and shall remedy such defects at his own cost when called upon to do so by the purchaser who shall state in writing, in what respect the MATERIALS /ITEMS is faulty. This warranty shall survive inspection or payment for/and acceptance of goods.
13.2 If any defect is not remedied by the supplier within a
reasonable time,(maximum 15 days) the purchaser may proceed to
get the defect rectified from the other supplier etc., at the suppliers
risk and expenses, but without prejudice to any other right if the
purchaser may have against the supplier in respect of such defect.
13.3. Replacement under warranty clause shall be made by the contractor free of charges at site including freight, insurance and other incidental charges.
33
Signature of Bidder
13.4 Warranty of the goods supplied shall be for minimum period of one year from the date of successful installation.
14. INSOLVENCY OR DEATH OF CONTRACTOR:-
In the event of the contractor 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 contractor
failing to comply with any of the conditions here in specified, the
PGMT ,TRIVANDRUM shall have the power to terminate the contract
without any notice.
i. Contractor‟s heirs/representatives shall, without the consent in
writing of the PGMT, TRIVANDRUM have no right to continue to
perform the duties or engagement thereof, the contractor under the
contract in case of his death. In the event of the contractor, winding
up his company on account of transfer or merger of his company
with any other, the contractor 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 contractor 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 contractor dies, the PGMT, TRIVANDRUM shall
have the option of terminating the contract without compensation
to the contractor, which does not amount to Breach of the contract.
iii. If contractor without written approval of Competent Telecom Authority
assign or sublet his contract, or attempt to do so, or become
insolvent or 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
Contractor, 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, TRIVANDRUM shall have power to adopt any of the
34
Signature of Bidder
courses as he may deem fit in the interest of BSNL.
iv. Where the contractor is a partnership firm, the previous approval in
writing of the PGMT, TRIVANDRUM shall be obtained before any
change is made in the constitution of the firm. Where the contractor is
an individual or a Hindu undivided family business concern such
approval as aforesaid shall likewise be obtained before the contractor
enters into any partnership agreement where under the partnership
firm would have the right to carry out the work hereby
undertaken by the contractor. 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.
15. TERMINATION OF CONTRACT: If the contractor refuses to accept the work order or after accepting the work order, does not execute the work within the specified time frame,
PGMT TRIVANDRUM reserves the right to forfeit the S D . The
contract can be terminated by the PGMT TRIVANDRUM at any
time by giving one month notice in writing to the Contractor
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 Contractor as a result of termination of the contract.
BSNL shall be free to take due action for appointing of a new
Contractor during the period under notice or thereafter.
16. 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,
TRIVANDRUM who shall appoint an
Arbitrator to decide the case. The appointment of such Arbitrator
shall not be questioned by the contractor on the ground that the
Arbitrator belongs to the BSNL. The provision of the Arbitration
Act, 1996 or any statutory modification or enactment 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 contractor/supplier at the risk and the cost of the contractor
35
Signature of Bidder
17. 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 ,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.
18. SET OFF : Any sum of money due and payable to the contractor (including security deposit refundable to him) under this contract may be appropriated by the
B.S.N.L. or any other person or persons contracting through the BSNL
and set off the same against any claim of the B.S.N.L. or such other
person or persons for payment of a sum of money arising out of
this contract made by the contractor with B.S.N.L. or such other
person or persons contracting through BSNL.
19. Court Jurisdiction:
(i) Any dispute arising out of the Tender/bid document/evaluation of
bids/issue of APO shall be subject to jurisdiction of the competent
court at the place from where the NIT/Tender has been issued.
ii)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/Work Order is subject to
jurisdiction of Court at TRIVANDRUM only”
20. The Supplier shall indemnify the Tendering Authority against all third -party
36
Signature of Bidder
claims for infringement of patent, trademark or industrial design rights arising
from use of goods/service or any part/ portion there of in Indian Telecom
Network.
37
Signature of Bidder
SECTION VI
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 LOI/
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.
Date: …………………… Signature of Tenderer
Place: ………………….. Name of Tenderer
With date and seal
38
Signature of Bidder
B) NEAR-RELATIONSHIP CERTIFICATE
“I/We……………………………….S/o………………………………………………..
hereby certify that none of my relative(s) ,as defined in the Tender document
is/are employed in BSNL TRIVANDRUM SSA as per details given in the
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 Tenderer With date and
seal
39
Signature of Bidder
SECTION VII
Letter of Authorisation for attending Bid opening
(To be submitted before Tender Opening)
Subject: Authorisation for attending bid opening on ___________________
(date) for the Tender of
________________________________________________________.
Following person is/are hereby authorized 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 Signatures
________________________________________________________________
I
2.
Signature of bidder
or
Officer authorised 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.
40
Signature of Bidder
SECTION VIII
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) :
7. Service Tax Registration No. (If applicable) :
8. Any other relevant details: :
I/We hereby declare that the particulars furnished above are correct.
Date: Signature of the Tenderer :
41
Signature of Bidder
SECTION IX
PART A
BID FORM No. MKTG/TVM/TENDER /Marketing Materials/17-18 Dated at TRIVANDRUM the 18-07-2017
To
AGM (MM &Tender)
O/o PGMT,
Trivandrum
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 work for making, supplying and mounting
and repairing of marketing materials in TRIVANDRUM 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 execute
the work 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 understand 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 do the work 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 ------------
42
Signature of Bidder
--
Signature of Authorized
Signatory……………….
In capacity
of…………………………………….. Duly authorized
to sign the bid for and on behalf of ……………
Witness……………
…
Address……………
…
Signature…………
43
Signature of Bidder
SECTION IX PART B
FINANCIAL BID
No. Mktg/TVM/Tender/Marketing materials/17-18 Dated at Tvm the 18-
07-2017
Having examined the Tender document terms and conditions stipulated therein
and the scope of work in Section I I I , we the undersigned hereby quote
our best rates as below:-
SL
NO
Item
description To
tal
Qu
an
tity
(B
asi
c U
nit
Pri
ce e
xcl
usi
ve
of
GS
T
GS
T
To
tal
cost
p
er u
nit
in
clud
ing
GS
T
and
oth
er c
har
ges
lik
e pac
kin
g
,Tra
nsp
ort
atio
n e
tc.
To
tal
cost
in
clu
din
g G
ST
an
d
oth
er c
ha
rges
lik
e p
ack
ing
,Tra
nsp
ort
ati
on
etc
.
% Amt
1 Customised
Retailer Board
25000
Sqft
2
Customised
Glow Sign
Board
750
Sqft
3
Customised
Acrylic/Sandw
ich Board
270
Sqft
4 Streamers 5000
nos
44
Signature of Bidder
5
Corrugated
Danglers (1’x
1’)
5000
nos
6
Corrugated
Danglers
(1.5’x 1’)
3000
nos
7
Corrugated
Danglers (4’x
1’)
1500
nos
8 Vinyl Stickers 500
Sqft
9 Flex Banners 12000
Sqft
10 Cloth Banners 3000
Sqft
11
Skin Change
in Existing
Hoarding
6060
Sqft
12
Skin Change
in Existing
Flex Boards
1000
Sqft
13
Skin Change
in
Acrlic/Sandwic
h Board
180
Sqft
14
Skin change in
existing glow
sign board
1200
Sqft
15 Stand board
/display board
100
Nos.
45
Signature of Bidder
Evaluation is based on the total cost of all the 21 items
Figures = Rs_______________
Words – Rupees
____________________________________________________
Note(Which-ever-applicable) :
1. Basic unit price above means rate inclusive of all charges like cost of
materials, designing, freight, transportation, labour, loading, unloading
insurance and any other unforeseen but exclusive of GST
2. Basic unit rate is for rate per sqft/piece as applicable Evaluation is
based on total cost inclusive of GST, transportation etc of all the 21
items.
16
Glow sign
boards for
retailer shop
800
Nos.
17
Advt on
telephone
poles
1400
nos
18
Vehicle
stickers (7.5
cm x7. 5cm)
1500
nos
19
Vehicle
stickers (10.5
cm x10. 5cm)
1000
nos
20 BSNL stickers
(15 cm x15 cm)
300
nos
21 BSNL stickers
(30 cm x30 cm)
200
Nos.
46
Signature of Bidder
3. The basic unit price and all other components of the price need to be
individually indicated up to two decimal points only against the goods it
proposes to supply under the contract.
4. A bid submitted with an adjustable price quotation will be treated as non-
responsive and rejected.
5. The offer shall be firm in Indian Rupees. No Foreign exchange will be
made available by the purchaser.
6. The bidder has to quote for all items and any deviation from the same
will result in non consideration of Tender and the Tender will be rejected
without any intimation.
7. “The bidder submitted the offer with concessional GST shall submit the
proof of applicable concessional GST.
8. Warranty: One year from the date of supply
47
Signature of Bidder
SECTION X
MANDATE FORM FOR TRANSFER OF PAYMENTS THROUGH ELECTRONIC
CLEARANCE / ELECTRONIC FUND TRANSFER SCHEME.
To
The Principal General Manager BSNL,Trivandrum
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 :
7
. Type of Account :
8
.
9Bank Address :
48
Signature of Bidder
.
Bank Telephone No.(& Code) :
Date
:
Name & Signature of the
Authorised Signatory with seal
(To be filled by the Bank Authorities)
Certified that the particulars furnished above are correct as per our records
Bank Seal : Signature of Manager /
Authorised Officer
Date :
Note: Copy of front page of pass book or a cancelled cheque leaf may be
attached along with the Mandate Form.
49
Signature of Bidder
SECTION XI
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.kerala.bsnl.co.in or www.tenderwizard/BSNL and no
addition deletion / correction has been made in the down loaded Tender
document. I also declare that I have enclose 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