no: dgm (nwp-cm)/eoi/p vii +/2015-16 dated 25/01/2016

190
No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016 Page | 1 Signature of Bidder E- Tender Document For EOI for Node B/BTS Installation & De-Installation and other GSM allied works, Supply of AMFs, DCDBs & AC/DC cables, Mini Link Installation, RCC Plinth and Power plant & Battery Installation in Chennai Telephones including rural areas of Kancheepuram & Tiruvallur District TENDER No: DGM (NWP- CM)/EOI/P VII+/2015-16 dtd. 25.01.2016 O/o DEPUTY GENERAL MANAGER, PLANNING CONSUMER MOBILITY, 2 ND FLOOR, 28, R.K.MUTT Road R.K.NAGAR EXCHANGE BUILDING, Chennai – 600 028 Tel: 044-2461 1727 Fax: 044-2461 1575

Upload: others

Post on 18-Dec-2021

0 views

Category:

Documents


0 download

TRANSCRIPT

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 1 Signature of Bidder

E- Tender Document For EOI for Node B/BTS Installation & De-Installation and

other GSM allied works, Supply of AMFs, DCDBs & AC/DC cables, Mini Link

Installation, RCC Plinth and Power plant & Battery Installation in Chennai

Telephones including rural areas of Kancheepuram & Tiruvallur District

TENDER No: DGM (NWP- CM)/EOI/P VII+/2015-16 dtd. 25.01.2016

O/o DEPUTY GENERAL MANAGER, PLANNING

CONSUMER MOBILITY,

2ND FLOOR, 28, R.K.MUTT Road

R.K.NAGAR EXCHANGE BUILDING,

Chennai – 600 028

Tel: 044-2461 1727

Fax: 044-2461 1575

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 2 Signature of Bidder

CHENNAI TELEPHONES DISTRICT TELECOM CIRCLE

______________________________________________

TENDER FORM

EXPRESSION OF INTEREST for Node B/BTS Installation & De-Installation and other

GSM allied works, Supply of AMFs, DCDBs & AC/DC cables ,Mini Link

Installation, RCC Plinth and Power plant & Battery Installation in Chennai

Telephones including rural areas of Kancheepuram and Tiruvallur District

through E -tendering .

TENDER No: DGM NWP- CM/EOI/P VII+/2015-16 dtd 25.01.2016

Cost of the Tender Form: Rs. 2100/-(Rs.2000 +VAT 5 %)

Bid security: Rs. 5,41,109 /-

Tender forms Available www.chennai.bsnl.co.in following“ Link for E-tenders

by Chennai Telephones”.

Due Date /Time of Opening: 12.00 Hrs of 25.02.2016

at the

Conference Hall 2nd Floor, O/o Sr.GM(NWP&D-CFA),

No:2, Kush Kumar Road, Nungambakkam,Chennai-600034.

Visit us at: www.chennai.bsnl.co.in

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 3 Signature of Bidder

INDEX

Description Page No.

Notice Inviting Expression Of Interest(Section-1) 5-8

Instructions to Bidders and Terms & Conditions(Section-II) 9-36

GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT(Section-III) 37-63

SPECIAL CONDITIONS OF CONTRACT (Section-IV) 64-65

TECHNICAL SPECIFICATIONS LIST OF WORK ITEMS(Section-V)

66-106

SPECIAL INSTRUCTIONS TO BIDDERS FOR E-Tendering(Section-VI) 107-114

SCHEDULE OF REQUIREMENTS 115-116

Details of Redeployment sites where Node Bs/BTS to be installed with full site details.

117-138

TIME SCHEDULE 139-141

Appendix-1 to Section 4 Part A of Chapter 4 (Standard Tender Enquiry Document)

142-148

Application Form to be submitted with EOI ANNEXURE - A

149

Format of the Performance Bank guarantee ANNEXURE - B

150-152

Format of Certificate regarding close relative Working in BSNL ANNEXURE - C

153

PRICE SCHEDULE( Financial Bid -e-FORMAT) ANNEXURE - D

154-155

Agreement

ANNEXURE -E 156-176

Clause by clause Compliance ANNEXURE - F

177-180

Bid Security Bond

ANNEXURE – G 181

Vendor Master Form ANNEXURE – H

182-183

Bidder’s Profile & Questionnaire

ANNEXURE – I

184-185

Letter of Authorisation for attending Bid opening Event ANNEXURE - J

186

BID FORM ANNEXURE - K

187-188

EMD DETAILS ANNEXURE - L

189

Mandate Form(E-payment of Supplier RTGS)

ANNEXURE-M 190

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 4 Signature of Bidder

EXPRESSION OF INTEREST NOTICE through E-tendering

TENDER NO. & DATE: DGM(NWP- CM)/EOI/P VII+/2015-16 DT

25/01/2016

BSNL Chennai Telephones invites

EOIs FOR Node B/BTS Installation & De-Installation and other

GSM allied works, Supply of AMFs, DCDBs & AC/DC

cables , Mini Link Installation, RCC Plinth and Power plant &

Battery Installation in Chennai Telephones including rural

areas of Kancheepuram and Tiruvallur District through E

-tendering .

Last Date for Submission of Tender 11:00 hrs of 25.02.2016

Tender forms Available www.chennai.bsnl.co.in following “Link for E-

tenders by Chennai Telephones” https://www.tcil-india-

electronictender.com from : 16:00 hrs on 04.02.2016 to

16:00 hrs on 24.02.2016

For further details, visit our website: www.chennai.bsnl.co.in

following “Link for E-tenders by Chennai Telephones”https://www.tcil-india-

electronictender.com:.

CHENNAI TELEPHONES

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 5 Signature of Bidder

Bharat Sanchar Nigam Limited

(A Govt. of India Enterprise)

O/o DGM (NWP-CM), Chennai Telephones, 28, 2nd Floor,R.K.Mutt

Road,R.K.Nagar,

Chennai-28

SECTION-I

NOTICE INVITING EXPRESSION OF INTEREST

No: DGM (NWP-_CM)/EOI/P VII+/2015-16 Dtd: 25/01/2016.

Digitally sealed tenders on Rupee payment basis are invited through E-tendering process for

the Expression of Interest (EOI) on behalf of General Manager NWO CM /R.K.Mutt Rd, Chennai

Telephones from interested parties for Node B/BTS Installation & De-Installation and other GSM

allied works, Supply of AMFs, DCDBs & AC/DC cables, Mini Link Installation, RCC Plinth and

Power plant & Battery Installation in Chennai Telephones including rural areas of

Kancheepuram and Tiruvallur District. The Prescribed EOI document may be obtained from

www.chennai.bsnl.co.in following “Link for E-tenders by Chennai Telephones”

https://www.tcil-india-electronictender.com :. Bid Security and Cost of EOI document shall

be drawn as DD from any of the Nationalised Bank in favour of the AO (CASH), HQ, BSNL,

Chennai Telephones payable at Chennai.

EMD : Rs. 5,41,109 /-

Last date of Receipt of EOI : 11:00 Hrs of 25.02.2016

Date of opening of EOI : 12:00 Hrs of 25.02.2016

Last date for submitting Queries: 16:00 Hrs of 15.02.2016.

1 Area of Work

Area under the jurisdiction of the GM NW(P&I)

CM, Chennai Telephones – Chennai License

Area and adjoining areas under

Kancheepuram and Thiruvallur Districts

2

Technical Specifications,

Guidelines and Schedule of

Requirements

As per Section V

3 Estimated Tender Value Rs. 2,70,55,434

4 Cost of the Bid Document Rs 2100/-(Rupees Two thousands and one

hundred only)

5 Bid Security / Earnest Money

Deposit

Rs. 5,41,109/-(Rupees five lakhs, fourtyone

thousands ,one hundred and Nine only)

6 Bidders Eligibility Indian Companies with minimum 2 years of

relevant experience and other conditions as per

clause 5 of section II

7 Sale of Bid Documents(Online) From : 04/02/2016 To: 24/02/2016

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 6 Signature of Bidder

8 Place of Submission

AGM NWP –V CM,

BSNL, CHENNAI TELEPHONES

2ND FLOOR, OLD TELE. EXGE. BUILDING,

FLOWER BAZAAR, 1, NSC BOSE ROAD,

CHENNAI - 600 001.

9 Last Date & Time of Submission of

Bids 11:00 hours of 25/02/2016

10 Date & Time for Opening of Bids 12.00 hours of 25/02/2016

1. The application for Expression of Interest must be submitted in two sealed envelopes

separately, super scribing one envelope as “Technical Bid for EOI for GSM Equipment and

Other Allied Installation Work” along with Bid security and second Envelope as “Financial

Bid for GSM Equipment and Other Allied Installation Work – CM WING”. Both the sealed

envelopes should be placed in another sealed envelope super scribed “EOI for GSM

Equipment and Other Allied Installation Work” and should be addressed to

AGM NWP –V CM,

BSNL, CHENNAI TELEPHONES

2ND FLOOR, OLD TELE. EXGE. BUILDING,

FLOWER BAZAAR, 1, NSC BOSE ROAD,

CHENNAI - 600 001.

Tel No: 25395838

and handed over to Asst. General Manager(NWP-V)CM, BSNL Chennai Telephones,2nd Floor,

Old Telephone Exchange Building, Flower Bazar, 1, NSC BOSE ROAD,Chennai-600001. The EOI

document can also be downloaded from the website www.chennai.bsnl.co.in following

“Link for E-tenders by Chennai Telephones” The tender document for participating in E-tender

shall be available for downloading from https://www.tcil-india-electronictender.com :- from

04.02.2016/16.00 hrs up to 16.00 hrs/ 24.02.2016 and submitted along with the cost of

tender document and Bid security to the address mentioned above. EOI document submitted without bid security and the cost of EOI document will summarily be

rejected.

1.1 The General Manager NWO/R.K. Mutt Road, Chennai Telephones reserves the right to

reject any or all of the EOI without assigning any reason whatsoever.

2. Purchase of Tender Document: Tender document can be obtained by downloading it from

the website www.chennai.bsnl.co.in following “Link for E-tenders by Chennai Telephones”

The tender document for participating in E-tender shall be available for downloading from https://www.tcil-india-electronictender.com :- from 04.02.2016/16.00 hrs up to 16.00 hrs/

24.02.2016

Bidders must register on the e-tender portal, if not already registered earlier and follow all

instructions for participating in bidding for the tender.

• The bidders cannot participate in the tender without downloading official copy of the

tender document.

• The Tender document shall not be available for download on its submission/closing

date

2.1.The bidders downloading the tender document are required to submit the tender fee

amount through DD / Bankers cheque of an amount of Rs 2100/- along with the tender bid

failing which the tender bid shall be left unopened/rejected. The DD/banker’s cheque

shall be drawn from any Nationalized/Scheduled bank in favour of AO (Cash),HQ, BSNL,

Chennai Telephones and payable at Chennai

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 7 Signature of Bidder

2.2 BSNL, Chennai Telephone District has decided to use process of e-tendering for inviting

this tender and thus the physical copy of the tender would not be sold.

3. Availability of tender document:- The tender document shall be available for

downloading from 16.00 hours of 04.02.2016 to 16.00 hours of 24.02.2016.

3.1. Date & Time of Submission of Tender bid:

1. Last Date/ Time of submission of Bid Online: up to 11.00 Hrs on 25.02.2016.

2. Last Date/Time of Submission of documents in hardcopy: up to 11:00 Hrs of 25.02.2016.

Note:- In case the date of submission (opening) of bid is declared to be a holiday, the date

of submission (opening) of bid will get shifted automatically to next working day at

the same scheduled time. Any change in bid opening date due to any other

unavoidable reason will be intimated to all the bidders separately.

4. Online opening of Tender Bids: At 12.00 Hours on 25.02.2016.

5. Place of opening of Tender bids: BSNL has adopted e-tendering process which offers a

unique facility for ‘Public Online Tender Opening Event (TOE). BSNL’s Tender Opening Officers as well as authorized representatives of bidders can attend the Public Online Tender

Opening Event (TOE) from the comfort of their offices.

6. However, if required, authorized representatives of bidders (i.e. Supplier organization)

can attend the TOE at the Conference Hall 2nd Floor, O/o PGM (NWP&D-CFA), No:2, Kush

Kumar Road., Nungambakkam, Chennai-34,where BSNL’s Tender Opening Officers would

be conducting Public Online Tender Opening Event (TOE).

7. Tender bids received after due time & date will not be accepted.

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

9. GM NWO-CM, CHTD reserves the right to accept or reject any or all tender bids without

assigning any reason. He is not bound to accept the lowest tender.

10. The bidder shall furnish a declaration under his digital signature that no addition / deletion

/ corrections have been made in the downloaded tender document being submitted and it

is identical to the tender document appearing on E-tender Portal (https://www.tcil-india-

electronictender.com).

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

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

12. For further instructions regarding submission of bids online the bidder shall visit the

homepage of the portal (https://www.tcil-india-electronictender.com).

Note: - All documents submitted in the bid offer should be preferably in English. In case the

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

bidder shall attach an English translation of the same duly attested by the bidder & the

translator to be true copy in addition to the relevant certificate.

All computer generated documents should be duly attested/ signed by the issuing

organisation.

AGM NWP –V CM, BSNL, CHENNAI TELEPHONES, 2ND FLOOR, TELE. EXGE. BUILDING, FLOWER

BAZAAR, 1, NSC BOSE ROAD, CHENNAI - 600 001,Tel No: 25395838

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 8 Signature of Bidder

13. Physical copy of the tender document would not be available for sale.

14. “Duties & Taxes for which the firm has to furnish Cenvatable Challans/ Invoices will be

indicated separately in the PO/APO.

15. Vendors/Bidders should furnish the correct E.D./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.

16.In case the Duties & Taxes which are non CENVAT-able 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 & Taxes is admissible as per CENVAT Credit Rules, 2004, then the vendors will be liable

to refund the amount equivalent to such Duties & 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.

17.The purchaser reserves the right to ask the bidders to submit documentary proof confirming

the correct Tariff Head from the E.D./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 E.D/ Customs Tariff notifications.

18.“If the supplier fails to furnish necessary supporting documents i.e. 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.”

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 9 Signature of Bidder

SECTION-II

Instructions to Bidders and Terms & Conditions

1.Introduction

1.1 Bharat Sanchar Nigam Limited (BSNL), 100% owned by Government of India, with the dominant market share in the Wire line Telephony, Wireless Telephony, Broadband & Internet services besides other data services like MPLS- VPN, Leased circuits etc. BSNL is the largest Internet Service Provider (ISP) of India. As a leading telecom player, BSNL controls a wide range of telecom infrastructure such as Main Exchange Buildings, RSU Exchange Buildings, Transmission Centre Buildings, BTS sites, billing centres, customer care centres …etc.

2 DEFINITIONS

"The Purchaser" means the BSNL, Chennai Telephones acting on behalf of the BSNL. “The Bidder" means the individual or firm who participates in this and submits its bid. "The Contractor/Supplier” means the individual or firm installing the goods under the contract.

"The Goods" means all the equipment, machinery, and/or other materials which the Installer is required to install and commission to the Purchaser under the contract.

"The Work Order" means the order placed by the Purchaser on the Contractor by reference therein. The Work order shall be deemed as "Contract" appearing in the document, signed by the Purchaser including all attachments and appendices thereto and all documents incorporated

"The Contract Price" means the price payable to the Installer under the Work Order for the full and proper performance of its contractual obligations.

“Services” means installation and commissioning of BTS and/or allied

equipment.

“BTS” means the GSM/WCDMA Base station equipment either separate or

combined (up to 2 cabinets) and also means a Node B.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 10 Signature of Bidder

“Site” means the land and / or places and / or rooms on, in or through which

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

street through which the work to be executed under the contract or any

other adjacent land path or street which may be allotted or used for the

purpose of carrying out the contract.

“Engineer-in-charge / Site Engineer” means the SDE / JTO level officer

nominated by the purchaser to supervise the work at site(s).

“AGM-in-charge” means the AGM level officer nominated by the purchaser

for supervising the works.

3. Purpose of the EOI

BSNL CHTD (from here on BSNL means Competent Authority floating the EOI)

intends to invite Expression of Interest (EOI) from interested parties for

Installation of GSM Equipment and other GSM allied works. After evaluation of

EOIs, agreements will be entered with the successful party for a period of one

year, which can be extended further up to a period of one year in step of 6

months as per performance and on mutually agreeable terms and

conditions.

4. General requirement

BSNL CHTD intends to installation of GSM and other allied equipment

Annexure (D) at selected telecom sites in CHTD/CPT (Chengalpattu)/Tiruvallur

Area. These may be required for different works at different GSM/WCDMA

sites as per requirement (Section VI Clause 14 & 15).Contractors need to bid

for the provision of services at all sites in a unit.

5. Eligibility Requirements

5.1 The bidder should have a minimum experience of 2 years in the field of GSM installation & commissioning, Mini links installation, Power Plant Installation, Battery sets installation , constructing plinth and allied works either for BSNL/MTNL or any other mobile operators / vendors.

5.2 The bidder should have sound financial background and workforce.

5.3 The bidder should have valid service tax registration.

5.4 The bidder should have been registered with the Ministry of Labour for engaging labour in such works as desired in this Bid.

5.5 The bidder should have registered with EPF/ ESI authorities.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 11 Signature of Bidder

5.6 The bidder should have TNEB License for TNEB Power related works.

5.7 The contractor /bidder must have a turnover of not less than 1 crores during each of the preceding 2 financial years.

5.8 List of Documents for eligibility requirement as mentioned in Para 17 of this document (Section-II).

5.9 The Persons deployed should be physically fit and technically efficient to handle all the services mentioned in Annexure-D

5.10 DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILITY AND QUALIFICATION

The bidder shall furnish the following:

(a) Documentary evidence for financial and technical capability necessary to perform contract.

(b) The attested copies of all the documents should be submitted including the documents required for qualification mentioned in the clause 5 of Section-II.

(c) Individual signing the tender or other documents connected with the contract shall indicate the full name below the signature.

(d) The Purchaser reserves the right to call for originals of the above documents at any time during the validity of the tender.

5.11 DOCUMENTS ESTABLISHING GOODS/SERVICES CONFORMITY TO BID

DOCUMENTS

Pursuant to Clause 5 of Section-II, the bidder shall furnish, as part of his

bid, documents establishing the conformity of his bid to the bid

documents of all goods and services, which he proposes for Installation

under the contract. The documentary evidence of the `goods and

services' conforming to the Bid Documents may be in the form of

literature, drawings, data etc.

The bidder shall submit a clause-by-clause compliance on the

Purchaser's Technical Specifications and Commercial Conditions

demonstrating substantial responsiveness to the Technical Specification

and Commercial conditions. A bid without clause-by-clause compliance

of the Technical specification, Commercial conditions, and special

conditions shall not be considered.

6. Financial Requirement

6.1. “All Suppliers (including MSEs who are registered with the designated

MSME bodies like NSIC etc ) shall furnish performance security to the

purchaser for an amount equal to 5% of value of Advance Purchase

order within 14 days from the date of issue of Advance purchase order

by the purchaser”.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 12 Signature of Bidder

6.2 Contractor shall submit the aforesaid Performance Bank Guarantee of

the said amount or as BSNL CHTD may recommend from time to time. The performance Bank Guarantee shall be valid for a period of two

years and six months from the date of award of contract. Without prejudice to other rights and remedies available to BSNL, CHTD. BSNL, CHTD reserves the right to forfeit/adjust the said Performance Bank Guarantee in full or part or any sum due from the contractor to BSNL, CHTD at any time. Contractor shall continue to be liable for balance if any. BSNL, CHTD reserves the right to increase the amount of Performance Bank Guarantee at any time in its own discretion with respect to any/some/all such contractors.

6.3 EMD/ BID Security

(i) The bidder must deposit Rs.- 5,41,109 /- (Rupees Five lakh, fourty one

thousands, one hundred and nine only) as Bid Security. The Bid

Security shall be in the form of Demand Draft drawn in favour of AO

(CASH),HQ, BSNL, Chennai Telephones , from any Nationalised/

scheduled Bank and may be submitted in separate cover. “Bid

Security does not carry interest”.

The successful bidder’s security will be discharged upon the bidder’s acceptance of the award of contract on furnishing the Performance Bank Guarantee in accordance with clause 6.1.

The bidder shall furnish as part of his bid, bid security for an amount of

Rs 5,41,109/- (Rupees Five lacks ,fourty one thousands, one hundred

and nine only) in the form of a Demand Draft (DD) or Bank Guarantee

in favour of ‘Accounts Officer (Cash), HQ, BSNL, Chennai Telephones’

payable at Chennai.

The guidelines, issued by Ministry of Micro, small & Medium Enterprise

(MSME), Government of India regarding concessions for Micro & small

Enterprise units registered with District Industries Centres or Khadi &

village industries commission or Khadi & village Industries Board or Coir

Board or National small industries Corporation(NSIC) or Directorate of

Handicrafts & Handloom or any other body specified by Ministry of

Micro, small & medium enterprise, have been considered by the BSNL

Corporate office and it has been decided that these units shall be

allowed the following concessions.

1. Supply of tender Document at free of cost.

2. The MSE units registered with bodies as detailed above shall be given

exemption from payment of Bid Security deposit provided the

tendered item is listed in the registration Certificate of MSE.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 13 Signature of Bidder

A proof regarding current registration with NSIC for the TENDERED ITEMS

will have to be attached along with the bid. The renewal of registration

with NSIC should be within 2 years of its presentation. The enlistment

certificate issued by bodies in Para 6.3 should be current and valid on the

date of opening of bid.

(ii) If a vendor registered with NSIC under single point registration

scheme claiming concessional benefits is awarded work by BSNL and

subsequently fails to obey any of the contractual obligations, he will

be debarred from any further work / contract by BSNL for one year

from the date of issue of such order.

(III) The bid security is required to protect the purchaser against the risk of

bidder’s conduct, which would warrant the forfeiture of bid security

Bid security in the form of a Bank Guarantee should be issued by a

scheduled bank in favour of the purchaser, valid for a period of 210

(180+30) days from the date of tender opening. The purchaser

reserves the right to request the lowest bidder as per the evaluation to

extend the bid security for a further period of 120 days and the bidder

has to necessarily extend the bid security as asked for and refusal to

extend the bid security will result in forfeiture of the same.

(IV) A bid not secured, shall be rejected by the Purchaser being non-

responsive at the bid opening stage and returned to the bidder

unopened.

The bid security of the unsuccessful bidder will be discharged/ returned

as promptly as possible, but not later than 30 days after the expiry of the

period of the bid validity prescribed by the purchaser.

The successful bidder’s bid security will be discharged upon the bidder’s

acceptance of the advance work order satisfactorily in accordance

with clause 6.4 of section–II and furnishing the performance security.

6.4 The bid security may be forfeited:

(a) If the bidder withdraws his bid during the period of bid validity specified

by the bidder in the Bid form (or)

(b) If the successful bidder fails (i) To sign the contract in accordance with clause 6.1 (ii) To furnish performance bank guarantee in accordance with

clause 6.1.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 14 Signature of Bidder

In both the above case, the bidder as well as his collaborator shall not be

eligible to participate in any of the future tender of BSNL, either directly or

as a third party, for next three years from the date of issue of Advance

Work Order. The decision of BSNL in this regard shall be final and binding

on the bidder and is not challengeable.

(c) The Bid Security /EMD will not bear any interest for any period

whatsoever.

6.5 PERIOD OF VALIDITY OF BIDS

6.5.1 Bid shall remain valid for ONE HUDNRED AND FIFTY DAYS from the date

of opening of the tender. A BID VALID FOR A SHORTER PERIOD SHALL BE

REJECTED BY THE PURCHASER AS NON-RESPONSIVE.

6.5.2 In exceptional circumstances, the Purchaser may request the bidder's

consent for an extension to the period of bid validity. The request and

the responses thereto shall be made in writing. The bid security

provided under Clause 6.3 of Section-II shall also be suitably extended.

A bidder may refuse the request without forfeiting his bid security. A

bidder accepting the request and granting the extension will not be

permitted to modify his bid.

6.6 SUBMISSION OF BIDS

6.6.1 SEALING AND MARKING OF BIDS

(a) The bid should be submitted in two sealed INNER covers.

The first INNER cover “A” (MARK AS “A”) will contain one copy of the

Technical Bid, the EMD and the documents establishing the bidder’s

eligibility. The first Inner cover should be super scribed as “TECHNICAL

BID WITH EMD”.

(b) The Second INNER cover “B” (MARK AS “B”) will have only the

FINANCIAL BID. The Second Inner cover should be super scribed as

“FINANCIAL BID”. NO ENCLOSURES ARE ALLOWED WITH THE FINANCIAL

BID.

(c) These two Inner covers must be enclosed in a sealed OUTER COVER “C”

(MARK AS “C”) & super scribed as “Tender for Installation and

Commissioning of BTS & Allied equipment” and submitted in the tender

box. Only ONE copy of each Technical bid & financial bid need to be

submitted.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 15 Signature of Bidder

6.6.2 The inner and outer envelopes shall indicate the name and address of

the bidder.

6.6.3 The outer envelope containing both Technical Bid and Financial Bid

should be sealed and shall either be sent by Registered Post or deposited

in the Tender Box kept in the notified office. The responsibility for ensuring

that bids are deposited in the tender box / delivered in time to the proper,

designated authority if sent by registered post shall rest with the bidder.

6.6.4 If the envelopes are not sealed and marked as required by Clause 6.6.1

of Section-II the bid shall be rejected.

6.6.5 In no case, more than one bid should be put inside a cover. In such case,

all the bids shall be treated as cancelled.

6.6.6 Bid shall be in English language. All correspondence and documents

relating to the bid exchanged between the bidder and the purchaser

shall also be in ENGLISH language. However, any technical

document/literature etc., printed in a language other than English shall

be accompanied by its true English translation duly signed for its

correctness. Any document submitted with the bid but not in English

language shall not be treated as part of the bid document. The

responsibility for the correctness of the translations if any solely rests on

the bidder and purchaser shall not be responsible for any loss/likely loss

arising out of error in translation whatsoever. In such cases, for the

purpose of interpretation of the bid, the English translation shall prevail.

6.6.7 The bid shall contain no interlineations, erasures or overwriting except as

necessary to correct errors made by the bidder in which case such

correction shall be signed by the person or persons signing the bid. No

such errors/corrections are permissible in the `Rates' quoted in the bid.

7. Evaluation Criteria

7.1. The Evaluation will be based on the gross total amount quoted at column

14 of annexure ‘D,’ excluding cenvatable credit.

7.2. The work will be awarded to the lowest tenderer only. However BSNL may

award the work to more than one tenderer also. In that case BSNL

proposes to limit the maximum number of selected up to three only. BSNL is having full discretion to distribute the sites among the successful bidders as per clause 18.3.2. The discretion of BSNL is final and non negotiable.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 16 Signature of Bidder

7.3 The rates of L-1 approved by the BSNL shall be the rates at which work orders shall be placed by the BSNL on the other bidder, if the counter offer of the lowest bidder is accepted by other bidder as per the quantities mentioned above.

7.4. After award of contract to the Approved bidders, the officer designated

by the competent authority shall issue the work orders for commencement of the work.

7.5. The contractor has to quote rates for services provided at work item. This

is shown Clause 14 & 15 of Section VI. Further the contractor has to quote the total cost for the services provided as per Annexure D. Bids will be evaluated on the basis of total cost, excluding cenvatable credit.

7.6. After awarding of the contract, BSNL CHTD reserves the right to

add/delete sites where the services are required/not required. It also reserves the right to increase/decrease the type of works to be carried out in the site, where the services are required. In case of any changes the rates quoted in Annexure D will be used to determine the payments made to the contractor, post changes in sites, type of works etc.

7.7 The Purchaser shall evaluate the bids to determine whether they are

complete, whether any computational errors have been made, whether

required securities have been furnished, whether the documents have

been properly signed and whether the bids are generally in order.

7.8 Arithmetical errors shall be rectified on the following basis. 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

Purchaser shall correct the total price. If there is a discrepancy between

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.

7.9 Prior to the detailed evaluation, pursuant to clause 7 of Section-II, 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. The Purchaser's determination of bid's responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.

Responsive bid” or” responsive proposal means a bid or proposal that

substantially complies with the invitation to bid or request for proposals and

all prescribed procurement procedures and requirements.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 17 Signature of Bidder

7.10 The Purchaser will reject a bid determined as substantially non-responsive

and shall not subsequent to the bid opening be made responsive by the

bidder by correction of the non-conformity. Such post-bid corrections by

the bidder will not be permitted.

7.11 The Purchaser may at his discretion waive any minor infirmity or non-

conformity or irregularity in a bid that does not constitute a material

deviation, provided such waiver does not prejudice or affect the relative

ranking of any bidder.

7.12 During the technical evaluation, BSNL at its discretion may call upon the

bidder to give their presentation on their offer, to explain their capability

to undertake the project and to respond to any question from BSNL.

7.13 The Purchaser shall evaluate in detail and compare the bids previously

determined to be substantially responsive pursuant to clause 7.

7.14 INCIDENTAL DAMAGES:

7.14.1 Not withstanding any of the other provisions contained in this Tender /

Contract, the Bidder shall protect, defend, indemnify and hold harmless

to BSNL and its employees, officers, Directors, agents, or representatives

from and against any and all liabilities , damages, fines, penalties and

costs (including legal costs and disbursements) arising from ‘or’ relating

to:

(a) Any breach of any statute, regulation, direction, orders or standards

from any governmental body, agency, or regulator.

(b) Any claim made by third parties arising out of the use of the services

of BSNL being provided using the equipment supplied under the

Tender.

(c) Claims arising in connection with interruptions ‘or’ degradation of

services to BSNL customers ‘or’ to other service providers whatsoever

shall be the cause ‘or’ duration thereof: and

(d) Any claim that the equipment/services/’or’ any value addition

component offered and supplied by the bidder in this tender, infringe

any patent, trademarks or copy right of any third party.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 18 Signature of Bidder

7.14.2 The bidder shall furnish an unequivocal, unqualified and irrecoverable

undertaking along with the Bid Document to the effect that:

During the Bidding process ‘or’ during the course of execution of the

Contract ‘or’ at any stage thereafter, if it is found that the Bidder has

fraudulently misrepresented any of the facts about the product/services

etc being offered under the Tender / Contract, the Purchaser (BSNL) shall

be free to claim a sum equivalent to damage as assessed by it subject to

a maximum of the Value of the Tendered goods and services from the

Bidder for such misrepresentation. The Bidder shall immediately on being

told by BSNL pay such sum of money to BSNL. Quantum of damages

under this clause assessed and levied by the Purchaser (BSNL) shall be

final and not challengeable by the Bidder/supplier.

8. Agreement period

8.1. The agreement shall be valid for a period of one year and will be

extended sumoto on same terms and conditions in step of six months

but not more than one year subject to satisfactory performance

during the previous period by the contractor. This is subject to

extension of the Performance Bank Guarantee of same amount or

enhanced amount as per the discretion of BSNL, CHTD, one month

prior to the end of the agreement.

9. Right

9.1. BSNL,CHTD reserves the right to reject any application/ EOI for any

reason, without assigning any reason and liability, the information

provided by the contractor gathered by BSNL CHTD shall become BSNL

CHTD’s property even if application is rejected and can be used by BSNL

CHTD in any manner, it deem fit.

9.2. The EOI can be modified/ withdrawn at any time without any information or notice to anyone.

9.3. The decision of BSNL, CHTD will be final and binding on all the bidders.

9.4 COST OF BIDDING

The bidder shall bear all costs associated with the preparation and

submission of the bid. The Purchaser, will in no case, be responsible or liable

for those costs, regardless of the conduct or outcome of the bidding

process.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 19 Signature of Bidder

10.1 BID DOCUMENTS

The goods/service required to be supplied; bidding procedures and contract

terms are prescribed in the Bid Documents. The Bid Documents include:

Section I Notice inviting Tender

Section II Instructions to Bidders

Section III General (Commercial) Conditions of Contract

Section IV Special Conditions of contract

Section V Technical Specifications, Guidelines and Schedule of Requirements

Section IV SPECIAL INSTRUCTIONS TO BIDDERS FOR E-TENDERING

Section VII - PROFORMAS

Annexure-A Application Form to be submitted with EOI Annexure-B Performance Security Guarantee form.

Annexure-C Format of Certificate regarding No close relatives working in BSNL

Annexure-D Price Schedule.

Annexure-E Undertaking and Pro-forma for Agreement

Annexure-F Clause by clause compliance

Annexure-G Bid Security Form

Annexure-H Vendor Mater Form

Annexure-I Bidder’s profile & Questionnaire

Annexure-J Letter of authorization for attending Bid Opening

Annexure-K Bid Form

Annexure-L EMD Details

Annexure-M Mandate Form.

The Bidder is expected to examine all instructions, forms, terms and

specifications given 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 shall result in rejection of the bid.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 20 Signature of Bidder

10.2 DOCUMENTS COMPRISING THE BID

(A) TECHNICAL BID:

The Technical bid prepared by the bidder shall comprise the following

components:

(a) The bid documents (Technical bid) supplied by BSNL in original duly filled

in and signed and sealed on each page and also at corrections/ over

writing by the Bidder.

(b) Documentary evidence in accordance with Clause 5 and 10 of Section

II establishing that the bidder is eligible to bid and is qualified to perform

the contract if his bid is accepted.

(c) EMD to be furnished in accordance with Clause 6.3 of Section-II. In case

of bidder(s) claiming exemption of EMD, they should submit valid and

current NSIC certificate with proper turnover limit. A proof regarding

current registration with NSIC for tendered work will have to be attached

along with the Bid. The enlistment certificate issued by the NSIC will not

be permanent and should be renewed within 2 years of its presentation.

The Unit claiming concession of NSIC is requested to submit its monthly

turnover in support of its claim for meeting the delivery schedule.

(d) Demand draft for the cost of the tender document if it is downloaded

from the web site.

(e) A Clause-by-Clause compliance as per Annexure F.

(f) Original Power of attorney in case any person other than bidder himself

has signed the tender. The POA should be duly notarized.

(g) Authenticated copy of Partnership Deed, in case of Partnership firm,

NOC from Partners and Power of Attorney to the representative of the

firm to operate the tender.

(h) In case of Ltd. / Pvt. Ltd. Company attested copy of MOA / Registration

certificate is to be enclosed.

(i) ISO Certificate / ISI Certificates, if any.

(j) Attested copy of Service Tax Registration Certificate and latest service

tax paid certificate.

(k) Copy of IT return file for the financial year 2012-13, 2013-2014, 2014-2015.

(l) Clearance from RBI in case of foreign collaboration.

(m) Copy of audited financial statements (P&L Account and Balance

Sheet) for the last three years.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 21 Signature of Bidder

(n) Documentation proof for having completed similar work as per clause 5

of Section II.

(o) Copy of labour license / registration with Ministry of Labour.

(p) The proof for the bidder to have the annual turnover of Rs 1 crore in

the last 2 Years.

(q) A declaration from the bidder that he or the firm has not been

terminated nullified or blacklisted on any of the earlier tenders of

BSNL/MTNL.

(r) A Certificate to the effect that none of the bidder’s relatives are

employed in BSNL as per pro-forma given in Annexure C.

(s) Proof for maintenance of Provident Fund accounts for their employees

as per the Provident Fund Act.

(t) Proof for remittance of EPF of their employees to the EPF department

authorities.

(u) A declaration that the conditions of the EPF Act 1952 have been

complied with.

(v) Registration certificate issued by the EPF & ESI.

(B) FINANCIAL BID:

The Financial bid prepared by the bidder shall comprise the following

components

The bid documents (Financial bid)/Price schedule supplied by BSNL in original

duly filled in and signed and sealed on each page. If the space provided for

the quotation is insufficient, separate sheets in company letter heads may be

enclosed in the same format as given in the financial bid.

The bidder should quote for all items mentioned in the price schedule of

the Financial Bid. The bid submitted by bidder without quoting any item will

be summarily rejected. NO OTHER ENCLOSURES ARE ALLOWED WITH THE FINANCIAL BID.

(C) BID FORM

The bidder shall complete the Bid form as given in the tender and the goods to

be supplied, a brief description of the goods/services as per Section V. Bid

forms submitted in any other formats are not acceptable.

(D) BID PRICES

(i) The bidder shall quote for the basic rate which shall be inclusive of all

levies & taxes, packing, forwarding, freight and insurance for different

work items as per price schedule given in Financial Bid.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 22 Signature of Bidder

(ii) Prices of incidental services should also be quoted. The offer shall be

firm in Indian Rupees. The Purchaser will make no Foreign Exchange

available.

(iii) The prices quoted by the bidder shall remain fixed during the entire

period of contract and shall not be subject to variation on any

account. A bid submitted with an adjustable price quotation will be

treated as non-responsive and rejected.

(iv) The unit prices quoted by the bidder shall be with sufficient detail to

enable the Purchaser to arrive at prices offered.

(v) The price approved by the Purchaser for the services will be inclusive

of levies and taxes, packing, forwarding, freight and insurance as

mentioned in Annexure D.

11.Responsibilities of Contractor

11.1. The contractor shall be responsible for delivery of the services and performance of the services as per Clause 13 of Section-VI at the site premises mentioned in clause 14 & 15 of Section VI & as per the Time Schedule provided in Clause 16 of Section-VI

However the Competent Authority can decide to change these

schedule as per local conditions. The requirement of services will be

provided by BSNL CHTD as per clause 16 of Section-VI.

12. DELIVERY AND DOCUMENTS

Delivery of the services and documents shall be made by the Contractor in

accordance with the terms specified by the Purchaser in its Schedule of

Requirements and special conditions of contracts, and the goods shall

remain at the risk of the Contractor until entire work has been successfully

completed, acceptance tested and made over to BSNL. The delivery of

the item of stores shall be to the ultimate consignee as given in the Work

Order. Even the goods supplied by BSNL for executing the works desired

in the work order shall be maintained in good condition by the contractor

and is the responsibility of the contractor to ensure the safety and security

of all such material also till the entire work has been successfully

completed, Acceptance Tested and made over to BSNL. Any loss/

malfunctioning due to mishandling, theft, damage etc. during the

execution of the work shall be made good by the contractor, failing

which the equivalent cost of loss/damage will be recovered from the bills

payable.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 23 Signature of Bidder

12.1 The tenderer should not cause any damage to any public or private

property. The tenderer should not cause injury to any individual residing

in the place of work or any public who are crossing across the work

spot. Any such acts shall be at the own risk and responsibility of the

tenderer and has to face all law and legal implications by themselves.

They shall absolve BSNL/CHENNAI TELEPHONES from all the

responsibilities of such act.

12.2 The bidder should give a certificate that none of his/ her near relative is working in the units as defined below where he is going to apply for the tender. In case of proprietorship firm certificate will be given by the proprietor. For partnership firm certificate will be given by all the partners and in case of limited company by all the Directors of the company excluding Government of India/ Financial institution nominees and independent non-Official part time Directors appointed by Government of India or the Governor of the state and full time Directors. of PSUs both state and central. Due to any breach of these conditions by the company or firm or any other person the tender will be cancelled and Bid Security will be forfeited at any stage whenever it is noticed and BSNL will not pay any damage to the company or firm or the concerned person. The company or firm or the person will also be debarred for further participation in the concerned unit.

12.3 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).

The format of the certificate to be given is: “I………………………..s/o………………………r/o………….………… hereby certify that none of my relative(s) as defined in the tender document is/ are employed in BSNL unit as per details given in tender document. In case at any stage, it is found that the information given by me is false/ incorrect, BSNL shall have the absolute right to take any action as deemed fit/ without any prior intimation to me.”

(d) In no case Installation shall commence with objections/under protest by the contractor in respect of any terms and conditions of the contract.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 24 Signature of Bidder

13. Inspection

BSNL,CHTD shall have the right to cause an examination of the work and the final bills of the contractor including all supporting vouchers, abstract etc. to be made after payment of the final bill and if as a result of such audit and technical examination any sum is found to have been overpaid in respect of any work done by the contractor under the contract or any work claimed by him to have been done by him under the contract and found not to have been executed, the contractor shall be liable to refund the amount of over payment and it shall be lawful for BSNL CHTD to recover the same from him through the PBG or future bills.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 25 Signature of Bidder

14. General Terms and Conditions

14.1. Commercial Terms & Conditions

14.1.1. BSNL CHTD reserves the right to disqualify such bidders who have a record of not meeting contractual obligations against earlier contracts entered into with the BSNL. 14.1.2. The BSNL CHTD reserves the right to black list a bidder for a suitable period in case he fails to honour his bid without sufficient grounds. 14.1.3. The BSNL CHTD reserves the rights to counter offer price(s) against price(s) quoted by any bidder. 14.1.4. BSNL CHTD also reserves the right to award the work amongst more

than one bidder. BSNL CHTD also reserves the right to cancel the bid at

any time during the tender processing without assigning any reasons. 14.1.5. Any clarification issued by BSNL CHTD, in response to query raised by prospective bidders shall form an integral part of bid documents and it may amount to amendment of relevant clauses of the bid documents. 14.1.6. The company reserves the right to change the terms of trade from time to time with notice period of 30 days. 14.1.7. The company reserves the right to withhold or delay the payment for the contractor in case of any pending disputes. 14.1.8. In the event of any question, dispute or difference arising under this agreement or in connection there-with (except as to the matters, the decision to which is specifically provided under this agreement), the same shall be referred to the sole arbitrator appointed by BSNL CHTD. 14.1.9. BSNL CHTD’s decision will be final on all matters relating to the business and will be binding on the contractor. 14.1.10. It will be BSNL CHTD’s endeavour to make the payment to the contractors as per the schedule, however this may stretch beyond the scheduled time only in case of delays in getting claims from the contractors or in case of incorrect claims. 14.1.11. The payment to the contractors will be made through a RTGS / ECS after deducting applicable taxes. 14.1.12. All contractor’s representatives will report to Competent Authority through the nodal officer appointed by Competent Authority..

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 26 Signature of Bidder

14.1.13. All present, future & additional taxes /Levies/ duties etc. that may be levied by the govt. /Local authorities etc. will be borne by the contractors. 14.1.14. The contractor’s representatives shall comply with all applicable laws, bye Laws, rules, regulations, orders, directions, notifications etc of the Govt./ Court/Tribunals and shall also comply with all directions issued by BSNL CHTD and provide BSNL CHTD with all information and cooperation that BSNL CHTD may reasonably require from time to time. 14.1.15. The contractor’s representatives have to fully cooperate with BSNL CHTD to investigate any complaint from the public/staff. 14.1.16. The contractor shall ensure provision of necessary safety devices tools/ kits etc required for discharge of services as mentioned in Clause 13 of Section-VI in the sites mentioned in Clause 14 & 15 of Section VI. at his own cost and shall recoup the same from time to time.

14.1.17. Contractor shall be liable for all payments of wages, Salary etc to its employees & shall comply with all statutory laws, rules, relating to employment, wages, PF, ID, act etc.

14.1.18. The Contractor shall be liable for any theft, sabotage etc. of BSNL CHTD property and the damages/losses if any will be recovered from the contractor. The contractor shall report any such incident to the site in charge immediately.

14.1.19. The Contractor agrees to protect, defend, indemnify and hold harmless BSNL CHTD and its employees, officers, directors, agents or representatives from and against any and all liabilities, damages, fines, penalties and costs (including legal costs and disbursements) arising from or relating to:

(a) Any breach of any statute, regulation, direction, orders or standards from any governmental body, agency, telecommunications operator or regulator Applicable to such party; or

(b) Any breach of the terms and conditions in this agreement by Contractor

(c) This clause shall survive even on the termination or expiry of this agreement.

14.1.20. BSNL CHTD Shall not be liable for any act of commission or omission of any third party.

14.1.21. The Contractor’s representatives will have to abide by the policy rules, regulations & instructions of BSNL CHTD as revised/modified from time to time, without any prior notice to the Contractor in respect of all matters including security deposit / PBG, payment to the contractor etc. 14.1.22. The Contractor will be bound by all the aspects and legal issues relating to the labour laws.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 27 Signature of Bidder

15. EOI submission

The EOI (offline) may be submitted by the contractor at the following address:

AGM NWP –V CM,

BSNL, CHENNAI TELEPHONES

2ND FLOOR, OLD TELE. EXGE. BUILDING,

FLOWER BAZAAR, 1, NSC BOSE ROAD,

CHENNAI - 600 001.

Tel No: 25395838

15.1 The envelope shall bear (the project name), tender number and the

words “DO NOT OPEN BEFORE” (due date & time).

15.2 Tender may be sent either by registered post or dropped in person in the

‘Tender Box’ placed at the above mentioned address during working hours

between 1000 Hrs and 1700 Hrs. and up to 1100 Hrs. on 26-02-2016. It is the

bidders’ responsibility to ensure that the tenders are delivered in time at the

above address.

15.3 The Purchaser may, at its discretion, extend this deadline for the submission

of bids by amending the Bid Documents in accordance with Clause 6 of

Section-II in which case all rights and obligations of the Purchaser and bidders

subject to the previous deadline will thereafter be subjected to the deadline as

extended.

15.4 Any bidder can submit only one bid. If more than one bid are submitted by

a bidder, all the bids of the said bidder shall be disqualified.

15.5 Venue of Tender Opening: Tender will be opened in the office of

“The Conference Hall, 2nd Floor,

O/o PGM (NWP&D-CFA),

No: 2, Kush Kumar Road.,

Nungambakkam, Chennai-34“

15.6 At 12.00 Hrs on 25-02-2016. If due to administrative reason, the venue of

Bid opening is changed, it will be displayed prominently on BSNL website –

www.chennai.bsnl.co.in

15.7 LATE BIDS

Any bid received by the Purchaser after the deadline for submission of bids

prescribed by the Purchaser pursuant to Clause 15.3 of Section-II, shall be

rejected and returned unopened to the bidder.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 28 Signature of Bidder

15.8 MODIFICATION AND WITHDRAWAL OF BIDS

15.8.1 The bidder may modify or withdraw his bid after submission provided that

the written notice of the modification or withdrawal is received by the

Purchaser prior to the deadline prescribed for submission of bid/s.

15.8.2 The bidder's modification or withdrawal notice shall be prepared, sealed,

marked and dispatched as required in the case of bid submission in

accordance with the provisions of clause 15 of Section-II. A withdrawal

notice may also be sent by Fax but followed by a signed confirmation

copy, post marked not later than the deadline for submission of bids.

15.8.3 As per Tender document, no bid shall be modified subsequent to the

deadline for submission of bids.

15.9 BID OPENING

15.9.1 The nominated officers of the Purchaser shall open bids in the presence

of the bidders or their authorized representatives who choose to attend

at the tender opening time on the due date at the Specified address.

The bidder's representatives who are present shall sign an attendance

register. The bidder shall submit authority letter from the Company to this

effect before they are allowed to participate in bid opening as per the

format in Annexure J.

15.9.2 A maximum of two authorized representatives for any bidder shall be

permitted to attend the bid opening.

15.9.3 The bidder's names, Bid prices and such other details as the Purchaser at

his discretion, may consider appropriate will be announced at the time

of opening.

15.9.4 If the date fixed for opening of the bid is, if declared as Holiday by

Government of India, the revised schedule date of opening will be

notified. However, in absence of such notification the bids will be

opened on the next working day, but the time and venue shall remain

unaltered.

The purchaser shall first open the envelope C containing the envelopes A

& B. Then the purchaser shall open the envelope A containing the

Technical bid. The ‘Financial bid’ (envelope B) of the bidders, whose bids

are technically and commercially responsive shall be opened at a later

date. The date, venue and time will be intimated separately.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 29 Signature of Bidder

15.10 CLARIFICATION OF BIDS

15.10.1 To assist in the examination, evaluation and comparison of bids, the

Purchaser 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.

16. PROCEDURE FOR SUBMISSION OF EOI

16.1. The application for Expression of Interest must be submitted in two sealed

envelopes separately, super scribing one envelope as “Technical Bid for EOI for Infrastructure Maintenance” along with EMD and second Envelope as “Financial Bid for Infrastructure Maintenance”. Both the sealed envelopes should be placed in another sealed envelope super scribed “EOI for Infrastructure Maintenance” and should be addressed to the contact person indicated in this EOI. Envelope containing Technical Bid must have the documents listed in Clause 17 of Section-II whereas the envelope containing the Financial Bid must have quoted bid in the format specified in Annexure D.

16.2. The EOI should be submitted in person or through an authorized

representative. Outstation applicants can send their application of EOI by Registered Post / Speed Post/ Courier.

16.3. The prescribed documents as per eligibility criterion should be submitted

by contractor 16.4. The contractor shall be intimated after evaluation of the bid. 16.5. Declaration regarding the close relatives working in BSNL should be

submitted as per Annexure-C.

16.6 POWER OF ATTORNEY:

(i) The Power of Attorney should be submitted and executed on the non-

judicial stamp paper of appropriate value as prevailing in the respective

states(s) and the same be attested by a Notary public or registered before

Sub-Registrar of the states(s) concerned.

(ii) 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.

(iii) In case of the bidder being a firm, the said Power of Attorney should be

executed by all the partner(s) in favour of the said Attorney.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 30 Signature of Bidder

17. List of documents to be submitted along with EOI

17.1. Application form (Annexure-A)

17.2. Format of the performance bank guarantee (Annexure-B)

17.3. Declaration regarding no close relative working in BSNL (Annexure-C)

17.3. Service Tax registration

17.4. Copy of PAN certificate

17.5. EPF and ESI Registration number if any. Duly Attested

17.6 Financial Bid (Annexure-D)

17.7 Agreement (Annexure-E)

17.8 Proforma for clause by clause compliance (Annexure F)

17.9 Bid Security Form (Annexure G)

17.10 Validation Master Form (Annexure H)

17.11 Bidder’s Profile and Questionnaire (Annexure-I)

17.12 Letter of Authorisation for Bid opening Event (Annexure-J)

17.13 Bid Form (Annexure K)

17.14 EMD Details (Annexure – H)

17.15 RTGS Mandate Form (Annexure-M)

17.16 The turnover of the company/contractor as required in eligibility criteria

to be issued/certified by a Chartered Accountant along with latest

audited annual reports of the company (ie. profit & loss statement,

Balance sheet) and income tax clearance certificate for the last two

financial years. Proof of experience for having done similar works

during the last two years in the form of certificate may be enclosed.

17.17 EMD – the duly filled EOI must be accompanied with Demand Draft of. Rs.- 5,41,109 /- (Rupees Five lakhs,fourty one thousands ,one hundred

and nine only) in favour of AO(CASH),HQ, BSNL, Chennai Telephones as bid security as per format at Annexure ‘G’ valid for 180 days from the date of E.O.I opening. A bid valid for a shorter valid period shall be rejected by the purchaser being non-responsive. The validity bid security furnished in the form of Bank Guarantee (EMBG) should be 30 days beyond the bid validity period.

17.18 Certificate of incorporation wherever applicable.

17.19 Article of Memorandum of Association of partnership deed or proprietorship deed as the case may be wherever required.

17.20 The authorization of the competent authority for signing the EOI document, bid, agreement etc./Labour Licence.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 31 Signature of Bidder

17.21 Bidder shall furnish a clause-by-clause compliance on the BSNL's all terms and conditions of this bid (Tender document and addendum/clarifications if any). A bid without clause-by clause compliance shall not be considered for evaluation and will be summarily rejected.

17.22 For the purpose of compliance to be furnished, the bidder shall sign on each and every page along-with the seal of the company.

18 SALES TAX REGISTRATION

18.1 All firms must give clearly their Sales Tax Registration Numbers.

18.2 CONTACTING THE PURCHASER

18.2.1 No bidder shall try to influence the Purchaser on any matter relating to his

bid, from the time of the bid opening till the time the contract is

awarded.

18.2.2 Any efforts by a bidder to influence the Purchaser in the Purchaser's bid

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

rejection of the bid.

18.3 AWARD OF CONTRACT

18.3.1 It may not be practicable to distribute the orders to all the bidders who

meet the technical considerations and commercial conditions, as in

some cases the quantity ordered on each installer will be too small to be

viable, both for installation and use by the Department. The distribution of

orders therefore should normally be restricted to the limited number of

bidders. In this tender the no. of bidders proposed to be selected is Three.

18.3.2 The quantity to L-1 and remaining bidders who accepts for the L-1 rates

will generally be in accordance with DOT Memo No.3-6/93- MMT (Vol. IV)

and is given below, in respect of large orders. The discretion of the

Purchaser in this regard shall be final and binding.

No. of Bidders to be approved

(Col. 1)

Quantity allotted to the respective bidder (Col. 2)

L1 L2 L3

One bidder 100% NIL NIL

Two Bidders 60% 40% NIL

Three Bidders 50% 30% 20%

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 32 Signature of Bidder

In case if only one bidder out of all qualifies all the eligibility conditions and

becomes successful, the Purchaser reserves the right to award 100% of the work

to the successful bidder.

The rates of L-1 approved by the Purchaser shall be the rates at which

Work Orders shall be placed by the Purchaser on all the other bidders, as

per the quantities mentioned above.

The contract awarded will be valid for a period of One Year from the

date of signing the agreement. The Purchaser has the absolute right to

extend the contract with the mutual consent of bidder for a further period

of TWELVE MONTHS by giving due notice to the bidder.

18.4 PURCHASER'S RIGHT TO VARY QUANTITIES AT THE TIME OF AWARD OF

C0NTRACT AND/OR CURRENCY OF CONTRACT

18.4.1 The Purchaser reserves the right at the time of award of contract and/or

currency of contract to Increase or decrease by up to 25% of the

quantity of goods and services specified in the Schedule of Requirements

without any change in unit price of the ordered quantity or other terms

and conditions.

18.4.2 In the exceptional situation where the requirement is of an emergent

nature and it is necessary to ensure continued supplies from the existing

vendors, the Purchaser reserves right to place repeat orders up to 50% of

the quantities of goods and services contained in the running tender/

contract within a period of twelve months from the earliest date of

acceptance of AWO at the same rate or a rate negotiated

(downwardly) with the existing vendors considering the reasonability of

rates based on prevailing market conditions and the impact of reduction

in duties and taxes etc.

18.5 PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS

18.5.1 The Purchaser 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 a liability to the affected bidder or bidders on the grounds for

the Purchaser's action.

18.5.2 The Purchaser reserves the right to disqualify such bidders who have a

record of not meeting the contractual obligations against earlier

contracts entered into with the Purchaser.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 33 Signature of Bidder

18.6 ISSUE OF ADVANCE WORK ORDER

18.6.1 The issue of Advance work order shall constitute the intention of the

tenderer to enter into the contract with the bidder.

18.6.2 The bidder shall within 14 days of issue of the Advance work Order, give

his unconditional acceptance along with performance security of 5%

of the total bid value in conformity with Annexure B provided with the

bid documents. If the bidder fails to submit the unconditional

acceptance and the performance security deposit within the said

period as specified in the AWO, the AWO shall be automatically

treated as cancelled.

18.7 SIGNING OF CONTRACT

(i) The issue of Work Order shall constitute the award of contract on the

bidder.

(ii) Upon the successful bidder furnishing performance security in pursuant to

Clause 18.6.2, the tenderer shall discharge the bid security pursuant to

clause 6.3 of Section II.

18.8 ANNULMENT OF AWARD

Failure of the successful bidder to comply with the requirement of

Clause18.6.2 shall constitute sufficient ground for the annulment of the

award and the forfeiture of the bid security in which event the Purchaser

may make the award to any other bidder at the discretion of the

purchaser or call for new bids.

18.9 IMPORTANT CONDITIONS:

18.9.1 While all the conditions specified in the Bid Documents are critical and

are to be complied with Special attention of bidder is invited to the

following clauses of the bid document, non-compliance of any one of

which shall result in out right rejection of the bid.

18.9.2

(a) Clause 6.6.1 of Section II: The bids will be recorded/ returned unopened

if covers are not properly sealed.

(b) Clauses 6.3(i), 6.3(iii) & 6.5.1 of Section II: The bids will be rejected at

opening stage if Bid security is not submitted as per Clause 6.3(i) and bid

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 34 Signature of Bidder

validity is less than the period prescribed in Clause 6.5.1 mentioned

above.

(c) Clause 5, 10.2(A) & 5.10 of Section II: If the eligibility condition as per

clause 5 of Section II is not met and/or documents prescribed to

establish the eligibility as per Clause 10.2(A) and 5.10 of section II are

not enclosed, the bids will be rejected without further evaluation. NSIC

Certificates not attested will be summarily rejected.

(d) Annexure F : If clause-by-clause compliance and deviation statements

as prescribed are not given, the bid will be rejected at the stage of

primary evaluation.

(e) Annexure-D Price Schedule: If Prices are not filled in as prescribed in

price schedule, the bid will be rejected.

(f) In case of any conflict on the Specifications, Chennai Telephones will

clarify and its decision will be final.

(g) Before outright rejection of the Bid by Bid-Opening team for non-

compliance of any of the provisions mentioned, the bidder company is

given opportunity to explain their position. If the person representing

the company is not satisfied with the decision of the Bid opening team,

he/they can submit the representation to Bid opening team

immediately but in no case after closing of the tender process with full

justification quoting specifically the violation of tender conditions if any.

18.9.3 (i) Bid opening team will not return the bids submitted by the bidders

on the date of tender opening even if it is liable for rejection and will

preserve the bids in sealed cover as submitted by taking the

signatures of some of the desirous representatives of the

participating bidder/companies present on the occasion.

(ii) The In-charge of the bid opening team will mention the number of

bids with name of company found unsuitable for further processing

on the date of tender opening and number of representations

received in bid opening Minutes and if bid opening team is satisfied

with the arguments of the bidder/company mentioned in their

representations and feel that there is prima-face fact for

consideration, the in charge of the bid opening team will submit the

case for review to CGM, Chennai telephones, as early as possible

preferably on next working day and decision to this effect should be

communicated to the bidder company within a week positively.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 35 Signature of Bidder

Bids found liable for rejection and kept preserved on the date of

tender opening will be returned to the bidders.

(iii) If the reviewing officer finds it fit to open the bid of the petitioner,

this should be done by giving three (working) days notice to all the

participating bidders to give opportunity to desirous participants to

be present on the occasion.

(iv) Purchaser reserves the right to black-list a bidder if he fails to honour

his bid.

(vi) Canvassing in any form is strictly prohibited and results in

disqualification of the bid.

(vii) The tenderer should not cause any damage to any public or

private property. The tenderer should not cause injury to any

individual residing in the place of work or any public who are

crossing across the work spot. Any such acts shall be at the own

risk and responsibility of the tenderer and has to face all law and

legal implications by themselves. They shall absolve BSNL/CHENNAI

TELEPHONES from all the responsibilities of such act.

(viii) The bidder should give a certificate that none of his/ her near

relative is working in the units as defined below where he is going

to apply for the tender. In case of proprietorship firm certificate

will be given by the proprietor. For partnership firm certificate will

be given by all the partners and in case of limited company by all

the Directors of the company excluding Government of India/

Financial institution nominees and independent non-Official part

time Directors appointed by Government of India or the Governor

of the state and full time Directors of PSUs both state and central.

Due to any breach of these conditions by the company or firm or

any other person the tender will be cancelled and Bid Security will

be forfeited at any stage whenever it is noticed and BSNL will not

pay any damage to the company or firm or the concerned

person.

The company or firm or the person will also be debarred for further participation in the concerned unit.

19. CLARIFICATION OF BID DOCUMENTS

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

notify the Purchaser in writing or by FAX at the Purchaser's mailing address

indicated in the invitation for Bids. The Purchaser shall respond in writing to any

request for clarification of the Bid Documents, which it receives not later than

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 36 Signature of Bidder

10 days prior to the date for the submission of bids. Copies of the query (without

identifying the source) and clarifications by the Purchaser shall be sent to all the

prospective bidders who have received the bid documents. A request for

clarification, which is considered by the Purchaser as either frivolous or is

already sufficiently explained in the bid documents or is, in any way not

considered pertinent shall be replied to accordingly by the Purchaser.

Any clarification issued by BSNL in response to query raised by prospective

bidder shall form an integral part of the tender document and it would amount

to an amendment of relevant clauses of the tender document.

20. AMENDMENT OF BID DOCUMENTS:

20.1 At any time, prior to the date for submission of bids, the Purchaser may, for

any reasons, whether at his own initiative or in response to a clarification

requested by a prospective Bidder, modify the bid documents by

amendments.

20.2 The amendments shall be notified in writing or by FAX or by e-mail to all

prospective bidders on the address intimated at the time of purchase of

bid document from the Purchaser and these amendments will be binding

on them. The bidder shall also indicate their Fax Nos and e-mail ids on the

bid form submitted by them.

In order to afford prospective bidders reasonable time to take the

amendments into account in preparing their bids, the Purchaser may, at its

discretion, extend the deadline for the submission of bids suitably. However

the prospective bidders shall not claim this facility as a right on any

account.

The bidders are required to keep a watch on BSNL website with reference

to any amendment to the tender document or to clarification to the

queries raised by the bidders. BSNL reserves the right to reject the bids if the

bids are submitted without taking into account these

amendments/clarifications. Further bidder will be fully responsible for

downloading of the tender document and amendments for their

completeness.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 37 Signature of Bidder

SECTION III

CONDITIONS

A GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT

1. APPLICATION

The General Conditions shall apply in contracts made by the Purchaser for the

services.

2. STANDARDS

The services installed under this contract shall conform to the standards

prescribed in the Technical Specifications.

3. DELIVERY AND DOCUMENTS

Delivery of the services and documents shall be made by the Contractor in

accordance with the terms specified by the Purchaser in its Schedule of

Requirements and special conditions of contracts, and the goods shall

remain at the risk of the Contractor until entire work has been successfully

completed, acceptance tested and made over to BSNL. The delivery of the

item of stores shall be to the ultimate consignee as given in the Work Order.

Even the goods supplied by BSNL for executing the works desired in the

work order shall be maintained in good condition by the contractor and is

the responsibility of the contractor to ensure the safety and security of all

such material also till the entire work has been successfully completed,

Acceptance Tested and made over to BSNL. Any loss/ malfunctioning due

to mishandling, theft, damage etc. during the execution of the work shall

be made good by the contractor, failing which the equivalent cost of

loss/damage will be recovered from the bills payable.

The delivery of the goods and services and documents shall commence

within one week of placement of Work Order on the Contractor and shall

be completed as stipulated in the Tender Document.

4. PERFORMANCE SECURITY

4.1 The supplier shall furnish performance security to the Purchaser for an

amount equal to 5% of the contract value apportioned to him within 14

days from the date of issue of Advance Work Order by the Purchaser.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 38 Signature of Bidder

All suppliers (including MSEs who are registered with the designated MSME

bodies like National small savings Industries Corporation etc shall furnish

performance security to the purchaser for an amount equal to 5% of the

APO within 14 days from the date of issue of APO by the purchaser. A

proof regarding current registration with NSIC for the TENDERED ITEMS will

have to be attached along with the bid. The NSIC enlistment certificate,

which is not renewed within 2 years before the date of opening of this

tender, is not considered as a valid certificate and the firm is not

exempted from furnishing the Performance Security.

4.2 The proceeds of the performance security shall be payable to the

Purchaser as compensation for any loss resulting from the supplier’s

failure to complete its obligations under the contract.

4.3. The performance security Bond shall be in the form of Bank Guarantee

issued by a scheduled Bank and in the format provided in ‘Section VII’

Annexure-“B” of this Bid Document.

4.4. The performance bank guarantee shall be for a period beyond six

months of contract period and shall be renewed if contract period is

renewed.

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

completion of the supplier’s performance obligations including any

warranty obligations under the contract.

4.6. In case the successful bidder(s) cannot satisfactorily execute the works

awarded to him under the contract and also cannot rectify the

defects raised by AT wing of BSNL within a period of one month from

the date of communication of the problem(s), the performance

security stands forfeited and no further order will be placed on the

bidder.

5.1 WARRANTY for installation items.

The contractor shall warrant that the works executed shall be free from all

defects and faults, the workmanship shall be of the highest grade and

consistent with the established and generally accepted standards for the

goods and shall perform in full conformity with the specifications and

drawings. The contractor shall be responsible for any defect that may

develop under the conditions provided by the contract under proper use,

shall remedy such defects at his own cost when called upon to do so by

Purchaser who shall state in writing in what respect the services are not in

conformity.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 39 Signature of Bidder

5.2 WARRANTY for Supply items.

The warranty of supply items is 12 months from the date of supply and if it

is found defective, the bidder has to rectify the problem at his own cost to

the satisfaction of the engineer in-charge. If any deficiency found after

the rectification, the entire amount of the cost of that particular material

will be deducted from the future bills after communicating the same in

writing to the bidder by the concerned AGM-in-Charge.

6. PRICES

Any increase in Statutory Levies / Duties / Taxes etc will be to the Installer's

Account while any reduction in Statutory Levies/Duties/Taxes etc will be passed

on to the Purchaser up to and including the actual date of delivery.

7. SUBCONTRACTS

Sub-contracting under this tender is "not permissible".

8. WORK ORDER AND CHANGES IN WORK ORDER

8.1 The work order will be issued by the AGM in-charge for all the components

or partial components as per the price schedule for one or more sites. The

payment will be made for the works carried out by the bidder.

8.2 The Purchaser may, at any time, by a written order given to the

Contractor, make change within the general scope of the contract in any

one or more of the following.

(a) Drawings, designs or specifications, where Goods to be installed under

the Contract are to be specially designed as per Purchaser’s need.

(b) The services to be provided by the Contractor.

(c) The sites that are to be installed by the contractor.

8.3 There will not be any increase or decrease in price or the time required for

the execution because of the above changes.

8.4 In no case Installation shall commence with objections/under protest by the

contractor in respect of any terms and conditions of the contract.

9. PAYMENT TERMS for installation items

9.1 The Payment shall be made in Indian Rupees Only. The mode of payment

is as follows:

(a) All the payment will be made through Real Time Gross Settlement

(RTGS) or ECS through Bank.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 40 Signature of Bidder

(b) The purchaser has to submit necessary letter mentioning the A/c No. ,

Name of Branch, MICR Code No., Internet Finance Security Code

(IFSC) etc.

9.2 The Contractor may submit separate bills for one or more sites after

completion of works as mentioned in the Work Order.

9.3 60% of the payment shall be made for the bills submitted by the

Contractor(s) for successful installation and put to use of

goods/services executed against the Work Orders issued to them. The

following documents shall be submitted for claiming the payment:

(i) Bill in triplicate with details of the site name, goods/services

executed under the Work Order number and date.

(ii) Copy of the work order against which the bill(s) is/are raised.

(iii) Certificate from the Engineer In-charge to the effect that the

installed BTS/MW/Power Plant/Battery sets etc are put to

continuous use for at least seven consecutive days.

9.4 30% of the payment shall be made for the bills submitted by the

Contractor(s) for successful installation and put to use of goods/services

executed against the Work Orders issued to them. The following

documents shall be submitted for claiming the payment:

(a) Bill in triplicate with details of the site name, goods/services executed

under the Work Order number and date.

(b) Copy of the work order against which the bill(s) is/are raised.

(c) Copy of A/T offer letter signed by the Contractor and Engineer-in-

Charge to be enclosed.

(d) All the bills have to be duly certified by the Engineer in-charge and the

AGM-in-charge of BSNL about successful installation and

commissioning of all goods/services as specified in the work order.

9.5 5% of the payment shall be made only after the completed goods/services

are made over to BSNL along with the A/T Certificate ( Equip. A/T,RF

A/T,MW A/T,PP A/T,Bty A/T,work completion certificate by the officer in

charge).The vendor will be responsible for completing the A/T formalities.

However in case of any Hardware or software fault ,BSNL will arrange the

required materials for completing the A/T. The following documents shall be

submitted for claiming their 5% payment:

(a) Completion certificate from Engineer in-charge.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 41 Signature of Bidder

(b) A/T certificate issued by the designated officer of BSNL.

9.7 The balance 5% payment shall be made only on production of

(a) Making over certificate duly signed by the Contractor and the taking

over by BSNL authorities.

9.8 If the contractor fails to attend any defect or fault arising on the works

executed by them during the making over period further payments shall

not be made for all the works done by the contractor. Payment against

CENVAT-able duty will be made only when CENVAT-able invoice is

submitted by the supplier.

9.9 PAYMENT TERMS for supply items:

(a) 60% payment will be made after submitting the certified vouchers from

SDE Stores that materials have been received in good condition for the

quantity ordered in tender.

(b) 30 % payment will be made after the material put to use or 6 months

from the date of supply.

(c) 10 % payment will be made after the warranty period as mentioned in

Clause 5 of section III, i.e 12 months from the date of supply.

10. SCHEDULED DATE OF DELIVERY / DELAYS IN THE INSTALLER'S PERFORMANCE

10.1 Delivery of the services and performance of services shall be made by the

contractor in accordance with the time schedule Section VI of Clause 16

specified by the Purchaser in its tender conditions. In case the work is not

completed within the stipulated delivery period, as indicated in the Work

Order, the Purchaser reserves the right either to short close/cancel this

Work Order and/or recover liquidated damage charges. The

cancellation/short closing of the order shall be at the risk and responsibility

of the contractor and Purchaser reserves the right to get the balance

unsupplied item at the risk and cost of the defaulting vendors.

10.2 If at any time during the performance of the contract the supplier

encounters condition impending timely delivery of the goods and

performance of service, the Supplier shall promptly notify to the Purchaser

in writing the fact of the delay, its likely duration and its cause(s). As soon

as practicable after receipt of the supplier’s notice, the Purchaser shall

evaluate the situation and may at its discretion extend the period for

performance of the contract (by not more than 20 weeks) subject to

furnishing of additional performance security by the supplier @ 5% of the

total value of the Purchase order Delivery of the services and

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 42 Signature of Bidder

performance of services shall be made by the supplier in accordance

with the time schedule 16 of Section VI.

10.3 The Contractor should ensure that the equipment and materials to be

issued by BSNL against a work order are received by him within one

week from the date of issue of work order.

10.4 Duration for completion of work for a work item of unit quantity or of any

quantity more than one for a site will remain the same as allowed for

unit quantity. For example, work against a work order issued for

provisioning of 2 or more nos. of earth pits at a site has to be completed

in maximum of 15 days from the date of issue of Work Order.

10.5 Similarly, the duration for completion of work in full for different work

items as mentioned in a Work Order for a site will not be the sum of

duration of different work items. It will be equal to the maximum

duration of a work item which is included in the Work Order. For

example, if a Work Order is issued for Installation and Commissioning of

Micro BTS, provisioning of 2 nos of earth pits, supply of AC cable of 10 m,

and supply of 1 no. of aviation lamp, the allowed duration for

completion of all works at this site will be 15 days from the date of issue

of Work Order.

10.6 Therefore, the contractor is supposed to put sufficient teams on a site for

carrying out different works in parallel in view of the above clauses.

10.7 For commissioning and AT of the Work Items the power supply and / or

the media connectivity (E1) shall be arranged by the purchaser

normally within the allowed duration of completion of work. However, in

cases where the power supply and / or media connectivity is arranged

after the due date for completion of work, the contractor must ensure

that all the works as per Work Order are completed and the equipment

are ready for integration and commissioning within the stipulated

period. Once arranged, the equipment should be commissioned within

2 days of the date of arrangement of power supply and / or media

connectivity, whichever is later and applicable as per site requirements.

10.8 Delay by the contractor in the performance of its installation obligations

shall render the contractor liable to any or all of the following sanctions:

(a) Forfeiture of its performance security.

(b) Imposition of liquidated damages.

(c) Termination of the contract for default.

10.9 The bidder shall supply the rates for supply and installation separately in

the price schedule.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 43 Signature of Bidder

11.LIQUIDATED DAMAGES

11.1 The date of delivery of the services stipulated in the acceptance of

tender should be deemed to be the essence of the contract and

delivery must be completed not later than the dates specified therein.

Extension will not be given except in exceptional circumstances. Should,

however, deliveries be made after expiry of the contract period,

without prior concurrence of the Purchaser, and be accepted by the

consignee, such Deliveries will not deprive the Purchaser of his right to

recover liquidated damages under 11. 2 bellow.

11.2 The contractor must ensure that the work commences at sites on receipt

of work order within the time period mentioned under clause 10.2 of

Section III. In case the contractor does not start work even after one

week from the expiry of the period given in the table as per clause 16 of

Section VI, Purchaser shall be free to re-allot the work to any other

contractor or any outside agency and charge the expenditure incurred

in completion of the said work on to the original contractor along with

5% penalty attracted due the original delay.

11.3.(i) Should the contractor fail to complete the goods/services or any

consignment in all respects within the period prescribed for delivery

under clause 10.1 of Section III, the Purchaser, without prejudice to

other remedies available to the purchaser shall be entitled to recover,

as agreed liquidated damages for breach of contract, a sum

equivalent to 0.5% of the work order value of that particular item of

delayed Installation for each week of delay or part thereof for a period

up to 10 weeks,

And thereafter at the rate of 0.7% of the value for the delayed

Installation for each week of delay for a period of another 10 weeks of

delay, subject to a maximum of 12%. “In the case of package supply/

turnkey projects when the delayed portion of the supply materially

hampers installation and commissioning of the systems, LD charges

shall be levied as above on the total value of the concerned package

of the Purchase Order.”

(ii) DP extension beyond 20 weeks would not be generally allowed. The

extension beyond 20 weeks may be decided in most exceptional

circumstances on case to case basis, by the CGM, Chennai

Telephones, Chennai stating reasons and justifications for grant of

extension of delivery period beyond 20 weeks.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 44 Signature of Bidder

(iii) Quantum of liquidated damages assessed and levied by the purchaser

and decision of the purchaser there on shall be final and binding on

the supplier, further the same shall not be challenged by the supplier

either before Arbitration, tribunal or before the court. The same shall

stand specifically excluded from the purview of the arbitration clause,

as such shall not be referable to arbitration.

11.4 Normally, the work order will be issued by the Purchaser only after

confirming that the site is ready for the work to be started. However, in

the exceptional circumstances, Where-in the contractor, on going to

the site, finds that there are some issues which preclude him from taking

up the work, shall immediately intimate in writing to the Purchaser about

the status of the site and the reasons inhibiting the starting of work. This

should be received by the Purchaser within 1 week of the allotment of

the work order to enable the Purchaser get the actual site status and

take necessary action thereof. In case the said intimation is not

received by the Purchaser within 7(SEVEN) days of the issue of the work

order, it shall be presumed that the site is ready in all respects and the

contractor does not have any right to ask for any exemption from the

penalties that may be levied on him for his delay in commencing the

work. In case the Installation is not completed in the stipulated delivery

period, as indicated in the Work Order, Purchaser reserves the right

either to short close/cancel this Work Order and/or recover liquidated

damage charges. The cancellation/short closing of the order shall be at

the risk and responsibility of the supplier and Purchaser reserves the right

to purchase balance-unsupplied item at the risk and cost of the

defaulting vendors.

11.5. In case of any genuine site issues beyond the scope of the contractor

that prevent the contractor from executing the works during the

contract, the Purchaser reserves the right to extend the execution

period suitably and/or exempt the penalties liveable on the contractor

on a case by case basis on receipt of a request for the same from the

contractor with due justification. The decision of Purchaser in this regard

is final and binding on the contractor.

11.6. In case of any manufacturer defects arising in any of the equipment

supplied by the Purchaser to the contractor for installation purpose, it is

the responsibility of the contractor to bring it to the notice of the site in

charge to deal with the manufacturer of the equipment and get the

defects rectified. On intimation from the contractor, the delivery time in

this case shall be extended accordingly.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 45 Signature of Bidder

12. CONTRACTOR CONDITIONS

12.1. The expression "works" or "work" where used in these conditions shall,

unless there be something either in the subject or context repugnant to

such constructions, be construed and taken to mean the works by the

contract to be executed, whether temporary or permanent and

whether original, altered, substituted or added.

12.2. The person(s) whose tender is accepted hereinafter called the

contractor(s), shall within fourteen days of the receipt by him/them of

the notification of the acceptance of his/their tender, enter into

agreement and pay the performance security as mentioned in clause

6 of this section for the due fulfilment of his/their contract.

12.3. All compensation or other sums of money payable by the Contractor(s)

to BSNL under the terms of his/their contract may be deducted from or

paid by the sale of a sufficient part of his/their security deposit or from

any sums which may be due or may become due to the contractors by

BSNL on any account what so ever, and in the event of his/their security

deposit being reduced by reason of any such deduction or sale of

aforesaid, the Contractor(s) shall within fourteen days thereafter make

good in cash or Government securities endorsed as aforesaid any sum

or sums which may have been deducted from or raised by the sale of

his/their security or any part thereof.

12.4. The Contractor(s) is/are to provide everything of every sort and kind

which may be necessary and requisite for the due and proper

execution of the several works included in the contract whether

original or altered according to the intent and meaning of the drawing

and specifications taken together which are to be signed by the

nominated officer of Purchaser and the Contractor(s), whether the

same may or may not be particularly described in the specifications or

shown in the drawings, provided that the same are reasonable to be

inferred there from and in case of any discrepancy between the

drawings and specifications, Purchaser may at its option on the request

of the Contractor(s) provide him/them with such tools or accessories as

may be in their disposal and can be conveniently loaned to him/them.

If the Purchaser agrees to provide the contractor(s) with any tools or

accessories, the contractor(s) shall return back all the tools or

accessories in good condition after completion of testing. In case of

loss or damage of any tools or accessories, their equivalent cost shall

be deducted from contractor’s bills or from security deposit.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 46 Signature of Bidder

12.5. The Contractor(s) is/are to set out executing the whole of the works in

conjunction with an Officer to be deputed by the Purchaser and during

the progress of the works to amend on the requisition of the Purchaser,

any error which may arise therein and provide all the necessary labour

and materials for so doing. The Contractor(s) is/are to provide all plant,

labour and materials which may be necessary and requisite for the

works. All the materials and the workmanship are to be best of their

respective kinds. The Contractor(s) is/are to leave the work spot/site in

all respects neat, clean and perfect at the completion thereof. Site wise

detailed accounting for the stores given by BSNL, stores utilized by the

contractor and the balance stores available should be provided by the

contractor within 7 days of completion of the work at each site. All the

materials supplied to the Contractor(s) which are found surplus after the

completion of work, shall be returned to the Purchaser or handed over

to their designated representatives in good condition along with

handing over of the site to BSNL, failing which the Contractor(s) shall be

liable for recovery of cost of the balance material at penal rates. All the

materials supplied to the contractor(s) and stored in the contractor's go

down are open for inspection at any stage of the work by the Purchaser

or the designated Officer AGM-In-charge of the work. If any of these

materials are found misused or short of stock, the Purchaser shall

recover the cost of missing material along with penal 10% of cost of

materials from the Contractor. The penal rates shall be fixed by the

Purchaser whose decision shall be final.

12.6. All works in the course of execution or executed in pursuance of the

contract shall at all times be open for inspection and supervision by the

Purchaser or its nominees. The Contractor(s) shall at all times during the

usual working hours and at all other times of which notice of the

intention of the Purchaser or its nominees to inspect the works, shall

have been given to the agent of the Contractor(s) shall be considered

to have the same force as if they had been given to the contractor(s)

himself/ themselves. The Purchaser may instruct the contractor(s) to

dismiss any person in the contractor's employee upon the works who

may be incompetent or who may misconduct himself and the

Contractor(s) shall forth with comply with such instructions.

12.7. The Contractor(s) shall not vary or deviate from the drawings,

specifications or instructions or execute any extra work of any kind

whatsoever unless upon the authority of the Purchaser to be sufficiently

shown by an order, in writing, or any plan or drawing explicitly given

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 47 Signature of Bidder

and signed by the Purchaser as an extra or variation or by any

subsequent written approval signed by the Purchaser. In compliance

with the Purchaser aforesaid order, plan or drawing or approval

involves extra work and/or expense beyond that involved in the

execution of the contract works, then unless the same were issued in

consequence of some breach of this contract on the part of the

contractor(s), the latter shall be entitled to be paid the value of the

said work (to be valued as here in after provided) and/or the expenses

aforesaid.

12.8. The Purchaser shall have power to make any alterations in, omissions

from, additions to or substitutions for, the original specifications,

drawings and instructions, and locations may appear to him to be

necessary or advisable during the progress of the work and the

contractor(s) shall bound to carry out the work in accordance with any

instructions which may be given to him/them in writing signed by the

Purchaser. Such additions, omissions, alterations or substitutions shall not

vitiate the Contract. Any altered, additional or substituted work which

the Contractor may be directed to do so in the manner above

specified as part of the work shall be carried out by the Contractor on

the same conditions in all respects on which he agreed to do the main

work. The rates for such additional, altered or substituted work under

this clause shall be worked out in accordance with the following

provisions in their respective order:-

(a) If the rates for the additional, altered or substituted work are

specified in the contract for the work, the contractor is bound to carry

out the additional, altered or substituted work at the same rates as are

specified in the contract for the work.

(b) If the rates for the additional, altered or substituted work are not

specifically provided in the contract for the work, the rates will be

derived from the rates for a similar class of work as are specified in the

contract for the work.

(c) If the rates for the altered, additional or substituted work cannot be

determined in the manner specified in sub clauses (a) to (b) above,

then the Contractor shall, within seven days from the date of receipt of

order to carry out the work, inform the Purchaser the rate at which it is

his intention to charge for such class of works, supported by analysis of

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 48 Signature of Bidder

rates or rates claimed and the Purchaser shall determine the rate(s) on

the basis of rates for similar nature of work from CPWD/ BSNL civil wing

Schedule of rates of the District concerned, or from the prevailing

market and pay the contractor accordingly. However, the Purchaser

by notice in writing will be at liberty to cancel his order to carry out

such class of works and arrange to carry out in such a manner as he

may consider advisable but under no circumstances, the contractor(s)

shall suspend the work on the plea of non-settlement of rates for items

falling under the clause.

12.9. The Contractor(s) shall give not less than fifteen days notice, in writing, to

the Purchaser before covering up or otherwise placing beyond the

reach of measurement any work in order that additions, omissions and

alterations not covered by the original contract may be measured and

correct dimensions thereof be taken before the same are so covered

up or placed beyond the reach of measurement and shall not without

the consent in writing of the Purchaser and if any work shall be covered

up or placed beyond the reach of measurement with such notice

having been given or consent obtained, the same shall be uncovered

at the contractor's expenses, or in default thereof, no payment or

allowance shall be made for such work or the materials with which the

same was executed.

12.10 The Purchaser or its nominee shall have full powers to remove, on

requisition, from the premises all materials which in his opinion are not in

accordance with the specifications and in case of default, the

Purchaser at liberty to employ other persons to remove the same

without being answerable or accountable for any loss or damage that

may happen or arise to such materials. The Purchaser or its Nominee

has full powers to require other proper materials to be substituted

therefore and in case of default, the Purchaser may cause the same to

be supplied and all costs which may require such removal and

substitution are to be borne by the Contractor(s).

12.11. If in the opinion of the Purchaser any of the works have been executed

with improper materials or defective workmanship, the Contractor(s)

is/are required by the Purchaser forthwith to re-execute the same and

to substitute proper materials and workmanship and in case of default

of the contractor(s) in so doing within a week, the Purchaser has the full

powers to employ other persons to re-execute the work and the cost

thereof shall be borne by the Contractor(s). The Purchaser shall also

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 49 Signature of Bidder

have full powers to instruct the Contractor to stop the work without any

compensation whatsoever being paid to the contractor(s) and the

contractor(s) shall stop the work as and when directed by the

Purchaser or its nominee.

12.12 STORES SUPPLIED BY BSNL

(a) If the specification of schedule of items provides for the use of any special

description of materials to be supplied from the AGM In-charge or if it is

required by the Contractor(s) to use certain stores to be provided by the

AGM -In-charge as per the schedule of materials ,the contractor shall use

the said store from BSNL supply and if applicable, the value of the full

quantity of materials and stores so supplied by AGM-in-charge at the

rates specified in the said schedule of materials may be set off or

deducted from any sums then due or thereafter to become due to the

Contractor(s) under the Contract or otherwise or against or from the

Security Deposit or the proceeds of sale thereof, if the same is held in

Government securities, the same or a sufficient portion thereof being in

this case sold for the purpose. All the materials so supplied to the

Contractor(s) shall remain as the absolute property of BSNL and shall not

be removed on any account from the work spot and shall be at all times

open for inspection by the DE-In-charge. Any such materials remaining

unused and perfectly in good condition at the time of completion or

determination of the Contract shall be returned to the DE-In-charge at a

place directed by him. The Contractor(s) shall not be entitled to return

any such materials unless with such consent and shall have no claim for

compensation on account of any such material so supplied to him as

aforesaid not being used by him or for any wastage in or damage to any

such materials.

(b) Provided that the Contractor(s) shall, in no case, be entitled to receive

compensation or damages on account of any delay in supply or non-

supply thereof of all or any such materials and stores by the Purchaser. In

no case, contractor can claim extension of time pointing any delay in

supply or non-supply of materials.

(c) Any defects, shrinkage or other faults which may appear within one year

from the completion and commissioning of the work arising out of

defective workmanship are to be rectified and made good by the

Contractor(s) at his/their own cost and in case of default, the Purchaser

may recover from the Contractor(s) the cost of making good the work (of

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 50 Signature of Bidder

which the certificate of Purchaser is final) from any sum that may then or

at any time thereafter may become due to the Contractor(s) by BSNL

under the Contract or otherwise or from his/their security deposit, or the

proceeds thereof, or of a sufficient portion thereof.

(d) From the commencement of work, till the completion of the same, stores

are to be under the Contractor(s) charge. The Contractor(s) shall remain

responsible for the safety and security of same and for the proper

execution of the work according to specifications and directions of the

Purchaser. In the event of loss or damage to BSNL property or of materials

directly handed over to the contractor(s) at any stage of progress of the

work, it is the responsibility of the contractor to make good the losses at no

cost to BSNL. On the Contractor's failure to comply, the Purchaser shall

have the right to deduct the amount of damage so assessed from any

sum, including the security deposit, which may be due or become due to

the contractor(s) by BSNL whatsoever. The Contractor(s) is/are to be held

responsible for and to make good all injuries, damages and repairs

occasioned or rendered necessary to the said tools and accessories and

other materials by fire or other cause and to hold the Purchaser harmless

from any claims or injuries to person or for structural damage to property

happening from any neglect, default, want of proper care or misconduct

on the part of the Contractor(s) or anyone of his/their employees during

the execution of the work.

12.13 If the Contractor(s) or his/their employees shall break, deface, injure,

destroy or cause any damage to any portion of the premises in which

they may be working or any building, road, road curves, fence,

enclosures, water pipes, cables, drains, electric or telephone posts or

wires, trees, grass or grass land or cultivated land, contiguous to the

premises on which they work, or part of its being executed the

contractor(s) shall make good the same at his/their own expenses or in

default, the Purchaser may cause the same to be made good by other

workmen and deduct the expenses (of which the decision of the

Purchaser shall be final) from any sums that may be then or at any time

thereafter may become due to the contractor(s) by BSNL under the

Contract or otherwise or rom his/their security deposits or to the

proceeds thereof or of a sufficient portion thereof.

12.14 The Purchaser reserves the right to recover departmental claims arising

under this contract from the amounts due to the contractor(s) on this

work or under any other contract.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 51 Signature of Bidder

12.15 The Purchaser has full powers to send workmen upon the

premises to execute fittings and other works not included in the

contract for whose operations, the contractor(s) is/are to afford every

reasonable facility.

12.16 In the event of non-responsiveness from the contractor, the Purchaser

reserves the right to get the unexecuted part of the work done by any

other agency at any rate(even if higher than the tendered rate) and

recover the expenditure incurred from the bills payable to the original

contractor or the security deposit. In addition the Purchaser shall not

make any payment to the original contractor for any unfinished work

and he is liable for penalties as given under Clause 11 of Section III.

12.17 COMPLETION CERTIFICATE

(a) Within a week of the completion of all the works for a site as per the

work order, the contractor shall give a notice of such completion to

the Purchaser or its designated AGM-in-charge and within 1 week of

the receipt of such notice, the AGM-In-charge/ Engineer-in-charge

shall inspect the work and if all contractual obligations are satisfied,

issues a completion certificate for the work(s) done at the site.

(b) The completion certificate shall be issued only under the following

conditions:

(i) Successful completion of Acceptance Testing for all the works that

are to be Acceptance Tested as mentioned under Section V –work

items and other works (for which Acceptance Testing are not

needed) are carried out to the satisfaction of the site Engineer.

(ii) The contractor(s) should remove from the site rubbish, waste

material, any sanitary arrangements, temporary structures etc

installed during the course of installation.

(iii) The contractor(s) should clean off the dirt for all wood works,

doors, windows, wells, floors or other parts of any building in or upon

about which the work was executed or of which he may have had

possession for the purpose of the execution thereof.

(c) If the Contractor shall fail to comply with the requirements of above

clause (b), as to removal of scaffolding, surplus materials, rubbish and

all huts and sanitary arrangements as aforesaid and cleaning off dirt on

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 52 Signature of Bidder

or before the date fixed for the completion of the work, the DE-In-

charge may at the expense of the Contractor, remove such

scaffolding, surplus materials and rubbish etc., and dispose off the same

as he thinks fit and clean off such dirt.

(d) When the works are duly completed in all respects, acceptance

tested/completed to the satisfaction of the site Engineer for the works

for which Acceptance Testing are not needed and successfully

handed over to BSNL, the contractor(s) s/are to be entitled to receive

all money due or payable to him/them by virtue of the contract,

except a sum of 5% (five percent) of the total value of the work done,

which shall be retained for one year after the date of completion of

the work and refunded to the contractor(s) only if no defects,

shrinkage or other faults appear in the completed works. The final 5%

payment will be made after the completion of the said one year

period and after deduction of any penalties/expenses incurred by

BSNL in completion of any unfinished works/damages/repairs etc.

arising due to the non-responsiveness of the contractor. However, this

does not preclude BSNL to recover any of the amounts due to it from

the earlier 95% payments.

13. SAFETY CODE

13.1 Suitable scaffoldings should be provided for workmen for all works that

cannot safely be done from the ground or from solid construction

except such short period of works as can be safety from ladders.

When a ladder is used, an extra mazdoor shall be engaged for holding

the ladder and if the ladder is used for carrying materials, suitable foot

holds and handrails shall be provided on the ladder. The ladder shall be

given an inclination not steeper than 1:4 (1 horizontal and 4 vertical).

13.2 Scaffolding or staging more than 12 feet above the ground level or

floor swung or suspended from and overhead support or erected with

stationery support shall have guard rail properly attached, bolted,

braced and secured at least 3 feet height above the floor or platform

of such scaffolding or staging and extending along the entire length of

the outside and ends thereof with only such opening as may be

necessary for the delivery of materials. Such scaffolding or staging shall

be fastened as to prevent it from swaying from the building

structures/mast structures.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 53 Signature of Bidder

13.3 Working platforms, gangways and stairways should be so constructed

that they should not sag unduly or unequally and if the height of the

platform or the gangway or stairway is more than 12 feet above

ground level or floor level, they should be closely boarded, should be

suitably fenced as described in (2) above and should have adequate

width.

13.4 Every opening in ceiling of a building or in a working platform is provided

with suitable means to prevent the fall of persons or materials or with

suitable fencing or railing whose minimum height shall be 3 feet.

13.5 Safe means of access shall be provided to all working platforms and

other working places. Every ladder shall be securely fixed. No portable

single ladder shall be more than 10 feet in length while the width

between the side rails shall in no case be less than 11 1/2" for ladders up

to and including 10 feet in length. For longer ladders this width should be

increased at least 1/4" for each additional foot of length. Uniform step

spacing shall not exceed 12". Adequate precautions shall be taken to

prevent danger from electrical equipment. No materials on any of the

sites of work shall be so stacked or placed as to cause danger or

inconvenience to any person or the public. The contractor(s) shall

provide all necessary fencing and lights to protect the public from

accident, and shall be bound to bear the expenses of defense of every

suit, action or other Proceeding at law that may be brought by any

person for injury sustained owing to neglect on the above precautions

and to pay any damages and cost which may be awarded in any suit,

action or proceedings to any such person or which may with the

consent of the contractor(s) be paid to compromise any claim by any

such person.

13.6 All necessary personal safety equipment as considered adequate by the

purchaser or its nominee should be kept available for the use of persons

employed on the site and maintained in condition suitable for

immediate use, and the contractor(s) should take adequate steps of

ensuring proper use of equipment by those concerned.

(a) Workers employed on mixing asphaltic materials, cement and lime

mortars shall be provided with protective footwear and with

protective goggles.

(b) Those engaged in white washing or stacking of cement bags or any

materials which is injurious to the eyes shall be provided with welders

protective goggles.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 54 Signature of Bidder

(c) Those engaged in welding works shall be provided with welders

protective goggles and/or protective eye sight lids.

(d) Stone breakers shall be provided with protective goggles and

protective clothing and seated at sufficiently safe intervals.

(e) When workers are employed in sewers and manholes which are in

use, the Contractor(s) shall ensure that the manhole covers are

opened and ventilated at least half an hour before the workers are

allowed to get into the manhole and the manhole so opened shall

be cordoned off with suitable railing and provide with warning

signals or boards to prevent accidents to the Public.

(f) The Contractor(s) shall not employ persons below the age of 18 years

and females for all the works involving risk.

(g) When the work is done near any place where there is risk of drowning

all necessary equipment should be provided and kept ready for use

and all necessary steps taken for prompt rescue of any person in

danger and adequate provision should be made for prompt first aid

treatment for all injuries likely to be sustained during the course of the

work.

(h) Use of hoisting machines and shackles including their attachment,

anchorage and support shall conform to the following standards or

conditions:

(i) These shall be of good mechanical constructions, sound materials

and adequate strength and free from patent defect and shall be

kept in good repair and in good working order.

(ii) Every rope used in hoisting or de-hoisting materials or as a means

of suspension shall be durable quality and adequate strength and

free from patent defects.

(iii) Every crane operator or hoisting appliance operator shall be

properly qualified and no person under the age of 21 years shall

be in-charge of any hoisting machine including any scaffolding

winch or give signals to operator.

(iv) In case of every hoisting machine and of every chain ring

hook, shackle, swivel and pulley block used in hoisting or as

means of suspension, the safe working load shall be so

ascertained by adequate means. Every hoisting machine and

gear referred to above shall be plainly marked with the safe

working load. In case of hoisting machine having a variable with

the safe working load, each safe working load of the conditions

under which it is applicable shall be clearly indicated. No part of

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 55 Signature of Bidder

any machine or any gear referred to above in these paragraphs

shall be loaded beyond the safe working load except for the

purpose of testing.

(v) The Contractor(s) shall notify the safe working load of the

machine(s) to the Purchaser, or its nominee, and should ensure

that under no condition, the operating load of the machine

should exceed the safe working load.

(vi) Motor, gearing, transmission, electric wiring and other dangerous

part of hoisting appliances should be provided with sufficient safe

guards. Hoisting appliances should be provided with such means

as will reduce to the minimum risk of accidental descent of the

load. Adequate precautions should be taken to reduce to the

minimum the risk of any part of a suspended load becoming

accidentally displaced.

(i) When workers employed on electrical installations which are already

energized, insulating mats, wearing apparel such as gloves, sleeves or

both as may be necessary should be provided. The workers should

not wear any rings, watch and carry keys or other materials which are

good conductors of electricity.

(j) All scaffolds, ladders and other safety devices mentioned or

described herein shall be maintained in safe conditions and no

scaffolds, ladders or safety equipment shall be altered or removed

while they are in use. Adequate washing facilities should be provided

at or near the place of work.

(k) These safety provisions should be brought to the notice of all

concerned by displaying on a Notice Board at a prominent place at

work spot. The persons responsible for compliances of the safety

code shall be named therein by the Contractor(s).

(l) To ensure effective enforcement of the Rules and Regulations relating

to safety precautions, the arrangements made by the Contractor(s)

shall be open to inspection by the Labour Officer or by the Purchaser

or by its Nominee or representatives.

(m) Not with standing the above clauses from (a) to (l) there is nothing in

these to exempt the Contractor(s) from the operations of any other

Act or Rules in force in the Republic of India.

14.LABOUR CONDITIONS

14.1 Successful bidder should have registered themselves with Assistant

Labour Commissioner (central) as per contract labour (regulation and

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 56 Signature of Bidder

abolition) Act (Central) 1972 and Contract Labour Rules (Central) 1971

as applicable and submit the copy of the license along with the bid.

14.2 The Contractor(s) should keep the list of workers being engaged on the

work with their full postal address and specimen signatures. Everyday,

attendance should be taken by the contractor/ In-charge of the work

and no unauthorized persons should be allowed to attend the work

either on the tower or near the tower.

14.3 The Contractor(s) should take all necessary precautions for the safety

of the persons and other properties. The workers should be insured for

any type of compensation in case of any injury to any person.

14.4 The contractor will be assigned work anywhere under the jurisdiction of

Chennai Telephones and should be able to deploy sufficient man

power to any place in the state for carrying out the works.

14.5 Provision for shelter and other necessary amenities for the labour

engaged by the contractor during the course of installation works

should be done by the contractor only at his own cost. The engineer-in-

charge designated by the

Purchaser may require the contractor to dismiss or remove from the site

of the work any person or persons in the contractors employ upon the

work who may be incompetent or exhibit misconduct and the

contractor shall forthwith comply with such requirements.

14.6 Engaging child labour (below the age of 14) is strictly prohibited.

14.7 INSURANCE:

Without limiting any of his/their obligations or liabilities, the Contractor(s)

shall, at his/their own expense, take and keep comprehensive insurance

including third party risk for the plant, machinery, and materials etc.,

brought to the site and for all the workers during the execution of work.

The Contractor(s) shall also take out workmen’s compensation

insurance as required by Law and undertake to indemnify and keep

indemnified BSNL from and against all manner of claims, demands,

losses, damages, costs (including the cost between attorney and client)

and charges and expenses that may arise in regard to the same or that

the Government may suffer or incur with respect to and/or incidental to

the same. The Contractor(s) shall have to furnish originals and/or

attested copies when called upon by the Purchaser or its nominee of all

the insurance policies taken as aforesaid, within 15 days of being called

upon to do so together with all premium receipts and other papers

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 57 Signature of Bidder

related thereto which the Purchaser may require. In no case, the work

should be commenced without taking the necessary insurance policies

as aforesaid.

14.8 FAIR WAGES CLAUSE:

The Contractor(s) shall pay wages not less than the fair wage to the

labourers engaged by him/them for the work.

Explanation:

(a) 'Fair Wage' means, wage whether for time or place of work fixed by

Law or otherwise notified at the time of inviting tenders for the work

and with such wages prescribed by the State Government for the

District in which the work is done.

(b) The Contractor(s) shall, notwithstanding the provisions of any

contract to the contrary, cause to be paid a fair wage to labourers

indirectly engaged for the work, including any labour engaged by

his sub contractor(s) if any, in connection with the said work, as if the

labourers had been immediately engaged by him/them. Vis-à-vis the

Union Government of India, the Contractor(s) shall be deemed to be

part of this Contract and any breach thereof shall be breach of this

contract/agreement.

(c) All sums payable by way of compensation under any of these

conditions shall be considered as reasonable compensation to be

applied to the use of BSNL without reference to the actual loss or

damage sustained and whether or not any damage shall have

been sustained.

14.9 In case of a tender by partners, any change in the constitution of the

firm shall be forthwith notified by the Contractor(s) to the Purchaser.

14.10 The successful bidder shall have to execute a Bond indemnifying the

BSNL from all statutory / legal liabilities towards all the personnel either

employed itself or in the rolls of its sub-vendors, who have been

deployed for execution of various works against this project, that may

arise due to various labor and other laws as specified by Central / State

Government from time to time. Further the engagement and

employment of any personnel and payment of wages to them as per

the existing provisions of various labor laws and regulations Is the sole

responsibility of the bidder and any breach of such laws and regulations

is the sole responsibility of the bidder and any breach of such laws or

regulation shall be deemed to be breach of this contract.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 58 Signature of Bidder

15.WORK CONDITIONS

15.1 Adequate number of workers shall be employed by the contractor per

each site to ensure timely completion of entrusted works and to avoid

damage to the telecom materials at site and also to ensure required

precautions during hoisting of all components for jobs described in

clause 13 above.

15.2 The Contractor(s) shall be intimated in the work order, the list of

materials to be received for the installation purpose from the Purchaser,

and will be responsible for the safe transport, storage and custody of

the same until the work is completed in all respects. No enclosed

accommodation will be provided at the site for the storage of tools or

for the Contractors’ staff. The Contractor(s) shall, therefore, make

his/their own temporary arrangements for any such accommodation

at his/their own cost.

15.3 All necessary tools and instruments required for Installation and

Commissioning of BTS equipment and allied equipment and works, shall

be arranged by the Contractor only and are not supplied by the BSNL.

15.4 All the works related to installation of BTS, Power Plant, Battery and

other equipment and hoisting of GSM Antenna fixture, Erection of

poles/wall mounts, GSM Antenna and Feeder cable etc. should be

carried out strictly in accordance with the manufacturer's instructions. If

at any time before the commencement or during the progress of the

work, the method adopted or the appliances used appear to the

Purchaser or any other officer authorized by the Purchaser to be

inefficient or inappropriate for securing the quality of the work and/or

the rate of progress of the work, the Purchaser or any other officer

authorized by the Purchaser shall ask the contractor to rectify the

same.

15.5 The failure of instructions of the Purchaser or any other officer

authorized by the Purchaser to bring any defects to the notice of the

contractor(s) does not relieve the latter of his/their obligations to secure

the quality of work and rate of progress required by the contract. Any

loss to the contractor due to the stoppage of work for reasons given

above has to borne by him/them and any damage to the work shall

be made good to the Purchaser.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 59 Signature of Bidder

15.6 The BTS Installation and Commissioning and allied works should be

carried out as per the approved drawings to be supplied/ issued with

the WO.

15.7 The Contractor(s) shall warn the Public about the danger of falling

materials by providing display board and by other means also.

15.8 The Contractor(s) shall not cause any injury or damage to the Public or

private properties or persons while executing the work.

15.9 The Contractor(s) should not tamper with or damage any structure in the

camps or within the tower itself.

15.10 The successful bidder shall ensure that any installation carried out by

them under this project should not become a safety hazard and is not

in contravention of any statue, rule or regulation and public policy.

16. PURCHASER'S RIGHT TO VARY THE QUANTITY AFTER FINALISATION OF

CONTRACT

The Purchaser reserves the right at the time of award of contract to increase or

decrease by up to 25% of the quantity of goods and services specified in the

Schedule of Requirements without any change in unit price of the ordered

quantity or other terms and conditions.

17. ACCEPTANCE TESTING

17.1 After the completion of installation works, the contractor should offer the

installed equipment for Acceptance Testing in co-ordination with the

Engineer-in-charge and the AGM-in-charge which in general will be

conducted by T&D or any other wing designated by BSNL for this

purpose as mentioned under Section V-work items. The equipment shall

be declared as successfully installed and commissioned only after it

qualifies all the Acceptance tests. BSNL shall have the right to make

modifications or additions to any test or techniques of measurement as

considered necessary by it. If the installation standards are qualitative

and meet the AT standards, the contractor is issued the AT completion

certificate for the work which he should attach along with his bill for

claiming the payment.

17.2 Purchaser reserves the right to appoint any testing authority including its

own T&D circle for carrying out acceptance testing of the network and

its network elements.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 60 Signature of Bidder

18. CLARIFICATIONS

The BSNL reserves the right to issue any clarifications on or before the last date

prescribed for submission of tenders. Such clarifications will be part of this tender

document.

19. FORCE MAJEURE

19.1 If any time, during the continuance of this contract, the performance in

whole or in part by either party of any obligation under this contract shall

be prevented or delayed by reason of any war, or hostility, acts of the

public enemy, civil commotion, sabotage, fires, floods, explosions,

epidemics, quarantine restriction, strikes, lockouts or act of God

(Hereinafter referred to as events) provided notice of happenings, of any

such eventuality is given by either party to the other within 21 days from

the date of occurrence thereof, neither party shall by reason of such event

be entitled to terminate this contract nor shall either party have any such

claim for damages against the other in respect of such non-performance

or delay in performance, and deliveries under the contract shall be

resumed as soon as practicable after such event may come to an end or

cease to exist, and the decision of the Purchaser as to whether the

deliveries have been so resumed or not shall be final and conclusive,

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 this option terminate

the contract.

9.2 Provided also that if the contract is terminated under this clause, the

Purchaser shall be at liberty to take over from the contractor at a price to

be fixed by the Purchaser, which shall be final, all unused, undamaged

and acceptable materials, bought out components and stores in the

course of manufacture in possession of the contractor at the time of such

termination of such portions thereof as the Purchaser may deem fit

excepting such materials bought out components and stores as the

contractor may with the concurrence of the Purchaser elect to retain.

20. TERMINATION FOR DEFAULT

20.1 The Purchaser may, without prejudice to any other remedy for breach of

contract, by written notice of default, sent to the contractor, terminate this

contract in whole or in part

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 61 Signature of Bidder

(a) If the contractor fails to deliver any or all of the goods/services within

the time period(s) specified in the Contract, or any extension there

have granted by the Purchaser.

(b) If the contractor fails to perform any other obligation(s) under the

Contract.

(c) If the contractor, in either of the above circumstance, (s) does not

remedy his failure within a period of 30 days (or such longer period as

the Purchaser may authorize in writing) after receipt of the default

notice from the Purchaser.

20.2 In the event of the Purchaser terminates the contract in whole or in part,

the Purchaser may proceed, upon such terms and in such manner as it

deems appropriate, goods similar to those undelivered and the installer

shall be liable to the Purchaser for any excess cost for such similar goods.

However, the installer shall continue performance of the contract to the

extent not terminated.

21.TERMINATION FOR INSOLVENCY

The Purchaser may at any time terminate the Contract by giving notice to the

contractor, without compensation to the contractor. If the contractor becomes

bankrupt or otherwise insolvent as declared by the competent court provided,

that such termination will not prejudice or affect any right of action or remedy,

which has accrued or will accrue thereafter to the Purchaser.

22. ARBITRATION

22.1 In the event of any question, dispute or difference arising under this

agreement or in connection there-with except as to matter the decision

of which is specifically provided under this agreement the same shall be

referred to sole arbitration of the Chief General Manager, Chennai

Telephones or in case his designation is changed or his office is abolished

then in such case to the sole arbitration of the officer for the time being

entrusted whether in addition to the functions of the Chief General

Manager, Chennai Telephones or by whatever designation such officers

may be called (hereinafter referred to as the said officer) and if the Chief

General Manager or the said officer is unable or unwilling to act as such

the sole arbitration or some other person appointed by the Chief General

Manager or the said officer. The agreement to appoint an arbitrator will

be in accordance with the Arbitration and Conciliation Act, 1996. There

will be no objection to any such appointment that the arbitrator is

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 62 Signature of Bidder

Government Servant or that he has to deal with the matter to which the

agreement relates or that in the course of his duties as Government

Servant he has expressed views on all or any of the matter under dispute.

The award of the arbitrator shall be final and binding on the parties. In

the event of such arbitrator to whom the matter is originally referred,

being transferred or vacating his office or being unable to act for any

reasons whatsoever such Chief General Manager or the said officer shall

appoint another person to act as arbitrator in accordance with terms of

the agreement and the person so appointed shall be entitled to

proceed from the stage at which it was left out by his predecessors.

22.2 The arbitrator may from time to time with the consent of parties enlarge

the time for making and publishing the award. Subject to aforesaid

Arbitration and Conciliation Act, 1996 and the Rules made there under,

any modification thereof for the time being in force shall be deemed to

apply to the arbitration proceeding under this clause.

22.3 The venue of the arbitration proceeding shall be the Office or such other

places as the arbitrator may decide.

23. 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

Purchaser or the Govt. or any other person or persons contracting through the

Govt. of India and set off the same against any claim of the Purchaser or Govt.

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 Contractor with the

Purchaser or Govt. or such other person or persons contracting through Govt. of

India.

24. LEGAL JURISDICTION

It is also a condition of this contract that the Court that has territorial jurisdiction

upon the place (Chennai) from which the acceptance of Tender is issued shall

have absolute jurisdiction for adjudicating any differences or disputes arising

out of this Contract.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 63 Signature of Bidder

25 FALL CLAUSE

25.1 The prices once fixed will remain valid during the scheduled delivery period except for the provisions in clause 12 of Section III. Further, if at any time during the contract

(a) It comes to the notice of purchaser regarding reduction of price for

the same or similar equipment/ service; And/or

(b) The prices received in a new tender for the same or similar equipment/ service are less than the prices chargeable under the contract.

The purchaser, for the purpose of delivery period extension, if any, will determine and intimate the new price, taking into account various related aspects such as quantity, geographical location etc., and the date of its effect for the balance quantity/ service to the vendor. In case the vendor does not accept the new price to be made applicable during the extended delivery period and the date of its effect, the purchaser shall have the right to terminate the contract without accepting any further supplies. This termination of the contract shall be at the risk and responsibility of the supplier and the Purchaser reserves the right to purchase the balance unsupplied quantity/ service at the risk and cost of the defaulting vendor besides considering the forfeiture of his performance security.

25.2 (a) The vendor while applying for extension of time for delivery of

equipment/services, if any, shall have to provide an undertaking as “We have not reduced the sale price, and/or offered to sell the same or similar equipment/service to any person/ organization including Department of Central/ State Government or any Central/ State PSU at a price lower than the price chargeable under the contract for scheduled delivery period.”

(b) In case under taking as in Clause 24.2(a) is not applicable, the vendor will give the details of prices, the name(s) of purchaser, quantity etc. to the Purchaser, while applying extension of delivery period.

END OF SECTION III

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 64 Signature of Bidder

SECTION IV

SPECIAL CONDITIONS OF CONTRACT

1. The special conditions of the contract shall supplement the "Instructions to

the bidders" as contained in Section II & "General Conditions of the

Contract" as contained in Section III and wherever there is a conflict, the

provision herein shall prevail over those in Section II and Section III.

2. Date fixed for opening of bids is, if subsequently, declared as holiday by

Government of India, the revised schedule will be notified. However in

absence of such notification, the bids will be opened on next working day,

time and venue remaining unaltered.

3. Bid submitted without EMD or bids submitted without relevant certificate of

exemption from NSIC will be rejected.

4. Purchaser reserves the right to disqualify such bidders who have a record of

not meeting contractual obligations against earlier contracts entered into

with the Purchaser.

5. Any clarification issued by BSNL Chennai Telephones in response to query

raised by prospective bidders shall form an integral part of bid documents

and it may amount to amendment of relevant clause(s) of the bid

documents.

6. The Purchaser reserves the right to counter offers price(s) against price(s)

quoted by any bidder.

7. The purchaser reserves the right to reject a bid as non-responsive if the

prices for all items are not quoted by the bidder in the price schedule.

8. It is not mandatory on the part of the purchaser to issue work order to

successful bidder for all the items of the tender. The Purchaser reserves the

right to issue work orders to only some of the items mentioned in the tender

as per his convenience, depending on the availability of stores and

requirement.

9. If any manufacturing defects or faults in any components of the equipment

supplied by the Purchaser viz.BTS, Node B, Power Plant, Battery sets, Mini links

etc. are noticed/identified during the installation or testing which deteriorate

the functionality or performance e of the equipment or exhibits a spoiled

look owing to physical damages, the contractor shall immediately bring to

the notice of the Purchaser such defect(s) found by him. A comprehensive

report mentioning full details of the defects/faults such identified should be

submitted by the contractor along with the date and time of observation. If

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 65 Signature of Bidder

no such intimation is received from the contractor, it will be presumed by

the Purchaser that all the equipment(s) supplied for installation purpose to

the contractor are free from all types of manufacturing defects and the

contractor shall be made responsible for any damages/defects noticed at

the time of acceptance testing or taking owe of the equipment, and also

the contractor should arrange for rectifying the defects at his own cost. Also

in this case, no relaxation time is applicable to the contractor and for any

delay thereof and shall be accounted for imposing penalty for liquidated

damages. In case of failure of contractor to rectify such defects, the

defects shall be made good by the Purchaser and the expended amount

shall be deducted from any amounts due or security deposit of the

contractor.

10. The Purchaser intends to limit the number of technically and commercially

responsive bidders in each package from the list of such bidder arranged in

increasing order of their evaluated price starting from the lowest for the

purpose of ordering against this tender. The distribution of the quantity of the

tendered items will be in accordance with clause 18.3.2 of Section-II.

However, the Purchaser reserves the right for the placement of orders of

entire quantities on the bidder with the lowest quoted and evaluated prices.

11. The tender shall be evaluated on the basis of rate mentioned in the price

schedule of Section VII –Annexure-“D”(FINANCIAL BID).

12. Purchaser reserves the right to blacklist a bidder for a suitable period in case

he fails to honour his bid without sufficient grounds.

13. The successful bidder should engage adequate number of well skilled,

technically qualified, active, motivated and dynamic personnel for carrying

out installation works. As a large number of BTSs are to be installed in a time

bound manner, the successful bidder should be able to deploy number of

teams simultaneously at number of sites and complete the installation within

the targeted time frame.

14. Any current proceedings against the bidder by any unit of BSNL should be

informed at the time of the bid. In case of any suppression of

information/providing false declaration is known at a later date, the bid is

liable to be rejected. Also, in case any penalty is imposed by any BSNL unit

against the successful bidder the submission of the bid and end of the

deliveries against the issued PO, BSNL reserves the right to cancel the PO

placed forthwith and regulate the security deposit/PBG as per BSNL

guidelines. BSNL will then be free to award the full/part of the requirements

to any of the other willing bidders.

(End of Section IV)-

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 66 Signature of Bidder

SECTION V

TECHNICAL SPECIFICATIONS

LIST OF WORK ITEMS

“All the items mentioned bellow are including transportation to the

stores or to the site as instructed by BSNL at the cost of the

bidder”.

1. Installation and commissioning of indoor or outdoor Micro/Macro BTS/

Node-B (with power modules) on a site with single or two/Multi poles

/RTT/GBT/ wall mounts including antennae and RF/CPRI feeder cable with

AT.

2. In-building wiring with RF/CPRI cable and fixing of associated splitters,

antennae, and other components with AT.

3. Installation and commissioning of 15 GHz / 18 GHz M/W System with AT.

4. Hoisting of main/ additional RF/CPRI cable along with connectorization

including installation of Antenna at GBT/ RTT/ Pole/ Wall Mount not

involving installation of BTSs/ Node-Bs.

5. Installation of wall mounting fixture.

6. Dismantling of Power Plants/UPS.

7. Dismantling of Battery Set of capacity up to 600 AH/UPS Battery.

8. Dismantling of Macro/Micro Indoor BTSs/ Node-B/RRH including RF/CPRI

cable/antennae.

9. Dismantling of Macro Outdoor BTSs/ Node-Bs including RF/CPRI

cable/antennae.

10. Dismantling of RF/CPRI Cables including AMF/Antennae.

11. Dismantling of 15 GHz/18 GHz M/W terminals.

12. Dismantling of Diesel Generators.

13. Dismantling of Prefabricated Shelter and its accessories like Air

conditioners, Timer, Stabilizer, Intruder, ACDB, Transmission Equipments,

Internal Runways , Light fittings and internal wirings and other items.

14. Dismantling of Poles/ wall mount with antenna, RF/CPRI cables and earth

cables/Strips.

15. Dismantling of EB cables, Distribution boxes and accessories.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 67 Signature of Bidder

16. Dismantling and transportation of O/D Battery cabinet of capacity up to

600AH*2 sets excluding Bty Sets.

17. Installation of Indoor Gantry.

18. Installation of Outdoor Gantry.

19. Supply and installation of DCDB with 63A-2,32A-2,6A-2 total 6 MCBs.

20. Installation & Commissioning of Battery sets of capacity upto 600AH with

enclosure if any.

21. Installation & Commissioning of SMPS Modular Type of Power plant of

capacity less than or equal to 300A.

22. Construction of RCC Plinth for installation of OD BTS/Node B.

23. Micro BTS instln & commissioning(not involving RF/CPRI cable laying, antenna hoisting etc).

24. Macro BTS instln & commissioning(not involving RF/CPI cable laying, antenna hoisting etc).

25. (A).Supply of Antenna Mounting Fixtures of Standard design.

(B). For only Modification and/or additions in AMF of standard design as per site requirements.

26. Supply of AC cable (armored 4-core 25 Sq MM Multi stand flexible) for extension of supply from AC supply point to equipment.

27. Supply of Multi-stand flexible DC cable of Size 35 Sq.MM

Guide Lines for effective Implementation of and Coordination

1. It is suggested that before taking up the work at a site the contractor

carries out a joint visit to the site along with the concerned AGM/Engineer-

in-charge to understand the site conditions and requirements.

2. The contractor has to maintain all material details site wise.

3. The contractor should send progress reports of the works being carried out

by him in any desired proforma and with periodicity as per the

requirements of the purchaser.

4. After the completion of work, the contractor shall make sincere efforts to

make over the equipment to the purchaser as per the tender condition at

the earliest.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 68 Signature of Bidder

Work Item No: 1

Installation and commissioning of indoor or outdoor Micro/Macro BTS/ Node-

B (with power modules) on a site with single or two/Multi poles /RTT/GBT/ wall

mounts including antennae and RF/CPRI feeder cable with AT.

1.1 Scope of Work:

The work involves installation of Indoor/Out Door Macro/Micro BTS(1 or 2

cabinets)/Node B and accessories on a site with single or two/Multi poles

/RTT/GBT/ wall mounts including antennae and RF/CPRI feeder cable, shifting

from swap site as per the work order given by the AGM-in-charge inclusive of

transportation, commissioning ,offering for AT and handing over to site in

charges.

To hoist Single/Duel antennae of any type in the existing Pole/RTT/GBT/Wall

mount and doing connectorization with RF/Jumper /CPRI Cable.

1.2 Detailed specifications:

(a) The work involves Installing Single Antenna Mounting Fixture, Dual

Antenna Mounting Fixtures in existing Pole/RTT/GBT/Wall mount in GSM

Site or installing wall mounting antenna fixtures supplied by the Purchaser

as per the specifications of BSNL.

(b) The fixtures shall be mounted as per site requirements and instructions of

the Engineer in charge.

(c) The fixtures shall be mounted to the Pole/RTT/GBT/wall firmly using

clamps, bolts and nuts.

(d) Clamps supplied by BSNL shall be fixed to the AMF/DMF/wall mount

poles. If the clamps cannot be fixed, the same support shall be arranged

by the contractor.

(e) In some sites if Dual Mount Fixtures are to be erected, the existing Single

mount fixture may have to be dismantled. In such case the contractor

shall dismantle the same and hand over the single mount fixture to

stores.

(f) The work should be completed to the satisfaction of the site Engineer

and any modifications if proposed by the site Engineer should be carried

out.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 69 Signature of Bidder

(g) The list material used in the sites must be recorded and list has to be

handed over to AGM-in-Charge.

(h) Installation & commissioning of Indoor/Outdoor Macro/Micro BTS/Node B

of weight <=100 Kg with 7/8” RF cable laying of <= 100 meters.

(i) Installation & commissioning of Indoor/Outdoor Macro/Micro BTS/Node B

of weight <=100 Kg with 7/8” RF cable laying of > 100 meters but <=300

meters.

(j) Installation & commissioning of Indoor/Outdoor Macro/Micro BTS/Node B

of weight <=100 Kg with 7/8” RF cable laying of > 300 meters but <=500

meters.

(k) Installation & commissioning of Indoor/Outdoor Macro/Micro BTS/Node B

of weight >100 Kg with 7/8” RF cable laying of <= 100 meters.

(l) Installation & commissioning of Indoor/Outdoor Macro/Micro BTS/Node B

of weight >100 Kg with 7/8” RF cable laying of > 100 meters but <=300

meters.

(m) Installation & commissioning of Indoor/Outdoor Macro/Micro BTS/Node B

of weight >100 Kg with 7/8” RF cable laying of > 300 meters but <=500

meters.

(n) Installation of cable tray.

(o) RF Cable routing and hoisting of Antennae.

(p) Integration and radiation of BTS/Node Bs.

(q) Installation and extension of alarms to OMCR.

(r) The work involves hoisting of Macro/Micro Antennae of any type

(GSM/CDMA/UMTS/Duel Band/Triband) in GSM site in the existing

Pole/RTT/GBT/Wall mount.

(s) The GSM/CDMA Macro antennae shall be hoisted in the

Pole/RTT/GBT/Wall mount in the height as instructed by the site Engineer.

(t) The antennae so hoisted shall be oriented and optimized as per the

instructions of the site Engineer.

(u) The antennae will have to be reoriented or will have to be re-hoisted at

a changed height till desired power output and coverage is achieved

as per the instructions of the site Engineer.

(v) The antennae ports shall be properly sealed for preventing from water

entry.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 70 Signature of Bidder

(w) RET (Remote Electrical Tilt) assembly kit supplied by BSNL will have to be

installed in the antennae and cabling to the RET shall be done as per

specifications.

(x) The work should be completed to the satisfaction of the site Engineer

and the VSWR measurements should be shown to the site Engineer

which should be within the prescribed limits.

(y) The de-hoisted antenna and allied materials have to be handed over to

stores.

Work Item No 2

In-building wiring with RF/CPRI cable and fixing of associated splitters,

antennae, and other components with AT.

2.1 Scope of the work:

To hoist Main/Additional RF/Jumper/CPRI cable along with connectorization

to the antennae and In-building wiring with RF/CPRI cable and fixing of

associated splitters, antennae, and other components with AT.

In-Building has to be done according to the customer requirement to extend

2G/3G coverage in the entire building complex.In door antennae and

internal wiring has to be done without disturbing building decorum.

2.2 Detailed Specifications:

(a) The work involves Laying/Hoisting of RF /Jumper cable of any

size/CPRI cable in protection pipe, in Pole/RTT/GBT/Wall mount/sites

as per the specifications of BSNL including offering for AT as per the

decision of AGM-in-Charge.

(b) RF cable (7/8”or 1/2”) shall be hoisted in towers/Poles/Wall mounts

sites from BTS/Node B point to Antennae.

(c) Wall hangers supplied by BSNL shall be fixed to the towers/poles or

any other support shall be provided if the wall hangers cannot be

fixed, the same support shall be arranged by the contractor.

(d) Connectorization shall be done with skilled technicians and the RF

cable shall be connected to the Antennae ports as per the

instructions of the site Engineer so that the power loss is at a minimum

and VSWR of the RF cable is within limits.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 71 Signature of Bidder

(e) RF cable hoisting shall be done as per the guidelines given under BTS/Node B installation section.

(f) CPRI cable shall be laid in a protection pipe that will be supplied by BSNL as per the instructions of the site Engineer and terminated in RRU. Power cable also shall be laid along with CPRI cable.

(g) The work should be completed to the satisfaction of the site Engineer and the VSWR measurements should be shown to the site Engineer which should be within the prescribed limits.

(h) The recovered cable/other items have to be handed over to stores.

(i) Vertical or horizontal support shall be provided by the contractor wherever required as per the instructions of the site Engineer.

(j) The work shall be completed to the satisfaction of the site Engineer who will issue a completion certificate for the work.

(k) Installation & commissioning of IBS BTS/Node B as per the manufacturer’s and BSNL’s instructions.

(l) 7/8” /1/2” RF cable laying and installation of Dual-band antennae along with antenna mounting fixture for street coverage.

(m) 7/8” /1/2” RF cable laying and installation of Dual-band antennae/Omni and panel antennae along with antenna mounting fixture for street /In building coverage.

(n) 1/2” RF cable laying and installation of Omni and Panel antennae for providing in-building coverage. Installation and commissioning of SMPS power plant and battery sets if required.

(o) Installation of Invertors.

(p) Providing earthing for the equipment as per BSNL’s instructions.

(q) Integration and radiation of BTS/Node B s.

(r) Building decorum should not be disturbed at any cost to avoid customer complaint.

(s) If any damages inside the building, the contractor is responsible for

rectifying the damages at his own cost.

(t) The list material used in the sites must be recorded and list has to be

handed over to AGM-in-Charge.

(u) The layout of internal wiring has to be handed over to AGM-in-charge

for further maintenance.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 72 Signature of Bidder

Important Guidelines for RF/CPRI cable & Antennae

&AMFWorks:RF/JUMPER/CPRI CABLE ROUTING & ANTENNAE

HOISTING

(a) It shall be ensured that the personnel deployed for undertaking the

works on the tower are properly trained and experienced in such works.

They should use helmets and safety belts and other standard

precautions.

(b) The installed equipment should have neat sign-writing on it. Markings

have to be carried out using pre printed stickers of good quality suitable

for external use. Similar labelling should be done at both the ends of the

indoor jumper cables and the antenna jumper cables.

(c) The RF cable laying should be done very carefully to avoid any sharp

bends and the curves and bends shall be within the limits specified by

the manufacturer/BSNL.

(d) The RF cable earthing shall be done at both ends (at the top and

bottom). The earthing shall be done as per the manufacturers’ /BSNL

specifications and should ensure that proper contact is ensured with

proper removal of sheathing of the feeder cable by carefully removing

the insulation surrounding the same. The other end should be connected

to the nearest tower member using lugs. The area on the tower where

the same is fitted should be carefully cleaned off any dirt so that good

contact is ensured. The exposed feeder cable portion should be

thoroughly covered with insulation tape.

(e) CPRI cable shall be laid in protection pipe from Node B/BTS carefully

without straining the cable and terminated in RRU. DC power supply

cable also shall be laid from Node B/BTS and terminated in RRU.

(f) The Antennae shall be hoisted and fixed to the Antennae Mounting

Fixture as per the instructions of the manufacturer.

(g) It shall be ensured that the antennae fixture is fitted at the tower properly

and tightly.

(h) The verticality of the antennae mounting pipe should be ensured.

(i) The Antennae should be mounted to meet the specified height, tilt and

azimuth as per the directions of the Engineer-in-charge.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 73 Signature of Bidder

(j) Antennae fixtures should be mounted on the face or corners of the

tower in such a way that the specified orientation of the antennae is

achieved with minimum horizontal tilt. The technicians of the contractor

shall be provided with all necessary tools like binocular, magnetic

compass to achieve the desired results to meet the above

specifications.

(k) ACCEPTANCE OF WORK

The contractor has to offer the Indoor or Outdoor Macro/ Micro BTS/

Node-B and RF cables for Acceptance Testing by the A/T unit as per the

prescribed A/T schedule of BSNL’s T&D circle. The same would be

communicated to the contractor through the respective work orders

wherever, A/T is mandatory. The contractor is fully responsible for the

successful completion of A/T and issuance of A/T clearance certificate.

Work Item No 3

Installation and commissioning of 15 GHz / 18 GHz M/W System with AT.

3.1 Scope of the work:

Minilink MW survey, installation and commissioning of 15 /18 GHZ microwave

system at both ends with A/T.

3.2 Detailed Specifications:

The contractor shall do the following works:

(a) Survey of sites identified by BSNL for LOS (line of sight) clearance.

(b) Getting the layout of the planned system approved from the concerned

AGM-in-charge before the commencement of the installation works.

(c) Hoisting of 15GHz/18GHz MW Antenna fixtures for fixing the Antenna on

any type of tower. Hoisting of 15GHz/18GHz M/W Antenna with ODU to

any height on any type of tower. Hoisting coaxial cable with

connectorization. Alignment of the Antennae so that LOS link is

established with the far end terminal, maximum signal is received and

the SNR is within the acceptable limits.

(d) Installation and commissioning of the 15 GHz MW IDU equipment and

associated equipment in the space indicated by BSNL on wall or on the

floor as per the approved layout diagram.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 74 Signature of Bidder

(e) The installation should be carried out as per the manufacturer’s

specifications and BSNL’s instructions. In case of a wall mounted system,

the enclosure should be firmly fixed to the wall using rawl bolts and the

system to be kept inside the enclosure. In case of a floor mounted

system, the system should be firmly installed on the equipment rack

which will be installed on a wooden base using rawl bolts. The installation

procedures should be strictly followed and the system should be

successfully installed and commissioned.

(f) DC power shall be extended to the IDU from the source indicated by the

site Engineer. The earthing and power cables should be extended from

the common earth points and supply points as per the instructions of

Engineer-in-charge.

(g) The IF cable from the ODU shall be connectorized and connected to the

IDU.

(h) Extension of E1s from the IDU to the transmission room is to be done with

16 Pair PCM Cable supplied by BSNL. The contractor shall lay the PCM

Cable from the IDU to the transmission room and terminate on 6/32 PCM

tag blocks or DDF modules supplied by BSNL. Similar PCM cabling is to

carried out at GSM Site end also.

(i) The tag blocks or DDF modules shall be fixed firmly in position in the

place indicated by the site in charge at the cost of the contractor.

(j) The contractor shall configure all the E1s of the MW system (4 E1s/8

E1s/16 E1s) and test the same end to end to the satisfaction of the site

Engineer. For IP connectivity fibres to be extended to Node B/STMs as

per the guide lines of site Engineer.

(k) The Normal and standby coaxial cables shall be laid properly and tied

with cable ties.

(l) The Antenna and the ODU shall be earthed to the nearest tower

member.

(m) In case only one M/W terminal has to be installed and commissioned at

a site with other terminal already available at other end, then this work

shall be considered as half of the work of installing and commissioning of

M/W system.

(n) The contractor has to offer the equipment for Acceptance Testing by

the A/T unit as per the prescribed A/T schedule of BSNL’s T&D Circle. The

same would be communicated to the contractor through the respective

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 75 Signature of Bidder

work orders wherever, A/T is mandatory. The contractor is fully

responsible for the successful completion of A/T and issuance of A/T

clearance certificate.

(o) The list material used in the sites must be recorded and list has to be

handed over to AGM-in-Charge.

Work Item No: 4

Hoisting of main/ additional RF/CPRI cable along with connectorization

including installation of Antenna at GBT/ RTT/ Pole/ Wall Mount not involving

installation of BTSs/ Node-Bs.

4.1 Scope of Work:

To hoist Main/Additional RF/Jumper/CPRI cable along with connectorization

to the antennae and In-building wiring with RF/CPRI cable and fixing of

associated splitters, antennae, and other components with AT.

4.2 Detailed specifications:

a) The work involves Laying/Hoisting of RF /Jumper cable of any

size/CPRI cable in protection pipe, in Pole/RTT/GBT/Wall mount/sites

as per the specifications of BSNL including offering for AT as per the

decision of AGM-in-Charge.

(b) RF cable (7/8”or 1/2”) shall be hoisted in towers/Poles/Wall mounts

sites from BTS/Node B point to Antennae.

(c) Wall hangers supplied by BSNL shall be fixed to the towers/poles or

any other support shall be provided if the wall hangers can not be

fixed, the same support shall be arranged by the contractor.

(d) Connectorization shall be done with skilled technicians and the RF

cable shall be connected to the Antennae ports as per the

instructions of the site Engineer so that the power loss is at a minimum

and VSWR of the RF cable is within limits.

(e) RF cable hoisting shall be done as per the guidelines given under

BTS/Node B installation section.

(f) CPRI cable shall be laid in a protection pipe that will be supplied by

BSNL as per the instructions of the site Engineer and terminated in

RRU. Power cable also shall be laid along with CPRI cable.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 76 Signature of Bidder

(g) The work should be completed to the satisfaction of the site Engineer

and the VSWR measurements should be shown to the site Engineer

which should be within the prescribed limits.

(h) The recovered cable/other items have to be handed over to stores.

(i) Vertical or horizontal support shall be provided by the contractor

wherever required as per the instructions of the site Engineer.

(j) The work shall be completed to the satisfaction of the site Engineer

who will issue a completion certificate for the work.

(k) The list material used in the sites must be recorded and list has to be handed over to AGM-in-Charge.

Work Item No: 5

Installation of wall mounting fixture.

5.1 Scope of the Work: Installation of Wall Mounting fixtures as per the requirement of sites. 5.2 Detailed Specifications:

(a) The work involves Installing Single Antenna Mounting Fixture, Dual

Antenna Mounting Fixtures in Wall mount in GSM Site supplied by the

Purchaser as per the specifications of BSNL.

(b) The fixtures shall be mounted as per site requirements and

instructions of the Engineer in charge.

(c) The fixtures shall be mounted to the wall firmly using clamps, bolts

and nuts. If the clamps cannot be fixed, the same support shall be

arranged by the contractor at his own cost.

(d) In some sites if Dual Mount Fixtures are to be erected, the existing

Single mount fixture may have to be dismantled. In such case the

contractor shall dismantle the same and hand over the single

mount fixture to stores.

(e) The work should be completed to the satisfaction of the site

Engineer and any modifications if proposed by the site Engineer

should be carried out.

(f) The list material used in the sites must be recorded and list has to be handed over to AGM-in-Charge.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 77 Signature of Bidder

Work Item No: 6

Dismantling of Power Plants/UPS.

6.1 Scope of the Work: Dismantling of existing Power plant/UPS while doing new Power plant installation.

6.2 Detailed Specifications: 1. Care has to be taken while disconnecting the power plant/UPS

connections as the work has to be carried out in live condition.

2. Recovered power plant/UPS units have to be shifted to BSNL stores immediately as the space problem prevails in almost all the sites.

3. TNEB connections have to be extended in correct polarity and there should not be any short circuit which breaks the power supply to the site.

4. Care has to be taken to put through the new Power plant/UPS without any interruption on the site.

5. DC/AC earth have to be connected properly to avoid damage to the existing equipment.

6. The list material recovered in the sites must be recorded and list has to be handed over to AGM-in-Charge.

Work Item No: 7

Dismantling of Battery Set of capacity up to 600 AH/UPS Battery. 7.1 Scope of the work: Dismantling of existing Battery set while doing new battery installation. Dismantling of existing UPS from the site along with battery back-up and the connected DC/AC cables. 7.2 Detailed Specifications:

1. Care has to be taken while disconnecting the battery/UPS Battery

connections as the work has to be carried out in live condition.

2. Recovered battery units have to be shifted to BSNL stores immediately as

the space problem prevails in almost all the sites.

3. TNEB connections have to be extended in correct polarity and there

should not be any short circuit which breaks the power supply to the site.

4. Care has to be taken to put through the new battery set without any

interruption on the site.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 78 Signature of Bidder

5. DC/AC earth have to be connected properly to avoid damage to the

existing equipment.

6. The list material recovered in the sites must be recorded and list has to be handed over to AGM-in-Charge.

Work Item No: 8

Dismantling of Macro/Micro Indoor BTSs/ Node-B/RRH including RF/CPRI

cable/antennae.

8.1 Scope of Work:

The work involves de-installation of Indoor Macro BTSs/Node Bs along with accessories like antennae, RF/CPRI cable, earth cable and shifting of the de-installed equipments to BSNL stores/site indicated by BSNL as per the instruction of BSNL.

8.2 Detailed specifications:

1. The power cables, PCM cable, Alarm cable, Jumper cables and other

accessories shall be removed from the BTS with utmost care.

2. The removed materials shall be packed carefully and listed out and

handed over to BSNL stores properly.

3. If power supply is available in the equipment, it is to be disconnected

properly before handling the equipment.

4. RF /CPRI cable to be removed without any damage to the cable as

the same cable has to be used in other required sites.

5. If any damage is done for the cable/equipment, it is the responsibility

of the contractor and the cost of the damaged equipment/cable will

be recovered from the bills/PBG.

6. The recovered material has to be handed over to BSNL stores

7. The list material recovered in the site must be recorded and list has to be handed over to AGM-in-Charge.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 79 Signature of Bidder

Work Item No: 9

Dismantling of Macro Outdoor BTSs/ Node-Bs including RF/CPRI

cable/antennae.

9.1 Scope of Work:

The work involves de-installation of outdoor Macro BTSs/Node Bs along with accessories like antennae, RF/CPRI cable, earth cable and shifting of the de-installed equipments to BSNL stores/site indicated by BSNL as per the instruction of BSNL.

9.2 Detailed specifications:

1. The power cables, PCM cable, Alarm cable, Jumper cables and other accessories shall be removed from the BTS with utmost care.

2. The removed materials shall be packed carefully and listed out and

handed over to BSNL stores properly. 3. If power supply is available in the equipment, it is to be disconnected

properly before handling the equipment. 4. RF /CPRI cable to be removed without any damage to the cable as

the same cable has to be used in other required sites. 5. If any damage is done for the cable/equipment, it is the responsibility

of the contractor and the cost of the damaged equipment/cable will be recovered from the bills/PBG.

6. The recovered material has to be handed over to BSNL stores 7. The list material recovered in the site must be recorded and list has to

be handed over to AGM-in-Charge.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 80 Signature of Bidder

Work Item No: 10

Dismantling of RF/CPRI Cables including AMF/Antennae.

10.1 Scope of Work:

To de-hoist Main/Additional RF/Jumper/CPRI cable along with de-

connectorization to the antennae.

10.2 Detailed specifications:

(a) The work involves De-Hoisting of RF /Jumper cable of any size/CPRI

cable in protection pipe, in Pole/RTT/GBT/Wall mount/sites as per the

specifications of BSNL.

(b) RF cable (7/8”or 1/2”) shall be De-hoisted in towers/Poles/Wall mounts sites from BTS point to Antennae.

(c) RF/CPRI cable De-hoisting shall be done as per the guidelines given under BTS installation section.

(d) The work should be completed to the satisfaction of the site Engineer.

(e) The recovered cable/other items have to be handed over to stores.

(f) The cable should be handed over carefully without any damage.

(g) If any damage for cable found, the cost of damaged cable will be recovered from the bills/PBG.

(h) The list of material recovered in the sites must be recorded and list has to be handed over to AGM-in-Charge.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 81 Signature of Bidder

Work Item No: 11

Dismantling of 15 GHz/18 GHz M/W terminals.

11.1 SCOPE OF WORK

Mini link De- installation and de-commissioning of 15 /18 GHZ microwave

system at both ends with A/T.

11.2 General Guidelines.

The contractor shall do the following works:

(a) De-hoisting of 15GHz/18GHz MW Antenna fixtures for fixing the Antenna

on any type of tower. De-hoisting of 15GHz/18GHz M/W Antenna with

ODU to any height on any type of tower. De-hoisting coaxial cable with

connectors.

(b) De-Installation and De-commissioning of the 15 GHz MW IDU equipment

and associated equipment should be transported to BSNL stores without

any damage to the equipment.

(c) De-The installation should be carried out as per the manufacturer’s

specifications and BSNL’s instructions. In case of a wall mounted system,

the IDU has to be carefully removed. In case of a floor mounted system,

the system should be removed from the equipment rack without

disturbing other MW systems. The de-installation procedures should be

strictly followed and the system should be successfully de-installed and

de-commissioned so as to use the same system by BSNL in the needy

place.

(d) DC power shall be removed without affecting the power supply of other

working systems. The earthing and power cables should be removed

from the common earth points and supply points as per the instructions

of Engineer-in-charge.

(e) The IF cable from the ODU shall be removed without any damage to

the cable.

(f) The Normal and standby coaxial cables shall be removed and handed

over to BSNL stores along with equipment.

(g) In case only one M/W terminal has to be de-installed and de-

commissioned at a site with other end terminal has to be left without

removing for BSNLs future use, then this work shall be considered as half

of the work of installing and commissioning of M/W system.

(h) The list material removed in the sites must be recorded and list has to be handed over to AGM-in-Charge.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 82 Signature of Bidder

Work Item No: 12

Dismantling of Diesel Generators.

12.1 SCOPE OF WORK.

The work involves dismantling of Diesel Generators of up to 15 KVA including

Battery, EB control panel ,cables, connectors and other associated

accessories and other items from a site.

12.2 General Guidelines.

(a) The contractor shall have to dismantle the DG set as indicated and as per the

guidelines and instructions of BSNL.

(b) The power cables, alarm cable, jumper cables and other accessories shall be

removed from the DG set.

(c) The removed material shall be packed carefully.

(d) The list of items dismantled with corresponding quantities & other details shall

be prepared and handed over to BSNL.

(e) All the dismantled materials shall be shifted carefully in proper packing by the

contractor at his own cost to BSNL stores/Go down or to a site as instructed by

BSNL.

(f) The list material used in the sites must be recorded and list has to be

handed over to AGM-in-Charge.

Work Item No: 13

Dismantling of Prefabricated Shelter and its accessories like Air conditioners,

Timer, Stabilizer, Intruder, ACDB, Transmission Equipments, Internal Runways ,

Light fittings and internal wirings and other items.

13.1 SCOPE OF WORK The work involves dismantling of pre fabricated BTS shelter along with associated

AC units, Timer unit, AC power panel, ACDB,DCDB, AC power cable, alarm board,

Door alarm, smoke alarm, lighting fixtures, fire alarms panel and other associated

accessories from a site.

13.2 General Guidelines. (a) The contractor shall have to dismantle the pre fabricated shelter as per the

guidelines and instructions of BSNL.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 83 Signature of Bidder

(b) The shelter materials and associated AC units, Timer unit, AC Power panel,

ACDB,DCDB, AC power cable, Alarm board, Door alarm, Smoke alarm,

lighting fixtures, fire alarms panel and other associated accessories shall be

dismantled and the removed materials shall be packed carefully.

(c) A list of items dismantled corresponding quantities & other details shall be

prepared and handed over to BSNL.

(d) All the dismantled material shall be shifted carefully in proper packing by the

contractor at his own cost to BSNL stores/Go down or to a site as instructed by

BSNL.

(e) The list material used in the sites must be recorded and list has to be

handed over to AGM-in-Charge.

Work Item No: 14

Dismantling of Poles/ wall mount with antenna, RF/CPRI cables and earth

cables/Strips.

14.1 SCOPE OF WORK

The work involves dismantling of all 3/6/9 meters poles used for mounting

antennae/wall mounts of antennae, lighting arrestors, aviation warning lamps with

cable, RF cables, Connectors, RF cable runways, ladders, cable trays and other

associated items from a site.

14.2 General Guidelines.

(a) All the dismantling works should be carried out with utmost care so that no

damage is caused to the building.

(b) A list of items dismantled with corresponding quantities & other details shall be

prepared and handed over to BSNL.

(c) The RF cables shall be removed from RF hangers carefully.

(d) The RF cables shall be removed from the antennae ports, de-connectorized in

the tower end and shall be removed from the surge arrestors in the BTS/Node

B end and de-connectorized.

(e) The RF cable shall be carefully dismantled without giving strain and more

bends than allowed as per specifications.

(f) The RF Cables shall be coiled neatly in cable drums or coils of larger diameter

shall be made.

(g) Also the earthing kits shall be removed from the towers.

(h) All the dismantled materials shall be shifted carefully with proper packing by the

contractor at his own cost to BSNL stores/ Go Down or to the place as

instructed by BSNL.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 84 Signature of Bidder

Work Item No: 15

Dismantling of EB cables, Distribution boxes and accessories.

15.1 Scope of Work

The work involves dismantling of EB panel, EB meter, Cables, Cut out point,

DB, arrestors (if provided) and associated items from a site.

15.2 General Guidelines.

(a) All the dismantling work should be carried out with utmost care so that

no damage is caused to the building/premises and any other structure.

(b) A list of items dismantled with corresponding quantities & other details

shall be prepared and handed over to BSNL.

(c) All the dismantled materials shall be shifted carefully with proper

packing by the contractor at his own cast to BSNL stores/Go down or to

the place as instructed by BSNL.

Work Item No: 16

Dismantling and transportation of O/D Battery cabinet of capacity up to

600AH*2 sets excluding Bty Sets.

16.1 Scope of Work

The work involves dismantling and transportation of OD battery cabinet of capacity up to 600 AH*2 sets. 16.2 Detailed specifications:

(a) All the dismantling work should be carried out with utmost care so that

no damage is caused to the building/premises and any other structure.

(b) A list of items dismantled with corresponding quantities & other details

shall be prepared and handed over to BSNL.

(c) All the dismantled materials shall be shifted carefully with proper

packing by the contractor at his own cast to BSNL stores/Go down or to

the place as instructed by BSNL.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 85 Signature of Bidder

Work Item No: 17

Installation of Indoor Gantry.

17.1 Scope of Work

The work involves installation of internal runway of 3 meters sections along

with associated accessories as per the instructions of the site Engineer in GSM

site.

17.2 Detailed specifications

(a) The runways of 3m sections or of any lengths supplied by BSNL shall be

installed in GSM sites as per the instructions of the site Engineer.

(b) The runways installed shall have to be installed horizontally and vertically.

(c) Horizontality/verticality shall be maintained.

(d) Vertical or horizontal support shall be provided by the contractor

wherever required at the cost of the contractor as per the instructions of

the site Engineer.

(e) The work shall be completed to the satisfaction of the site Engineer who

will issue a completion certificate for the work.

(f) The list material used in the sites must be recorded and list has to be handed over to AGM-in-Charge.

Work Item No: 18

Installation of Outdoor Gantry.

18.1 Scope of Work

The work involves installation of external runway of 3 meters sections or of any

lengths along with associated accessories as per the instructions of the site

Engineer in GSM site.

18.2 Detailed specifications

(a) The external runways of 3m sections or of any lengths supplied by BSNL

shall be installed in GSM sites as per the instructions of the site Engineer.

(b) The runways installed shall have to be installed horizontally and vertically.

(c) Horizontality/verticality shall be maintained.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 86 Signature of Bidder

(d) Vertical or horizontal support shall be provided by the contractor

wherever required as per the site conditions at the cost of the contractor

as per the instructions of the site Engineer.

(e) If vertical support is provided from ground or floor, the base of the

vertical support shall be concreted by the contractor.

(f) The list material used in the sites must be recorded and list has to be

handed over to AGM-in-Charge.

(g) The work shall be completed to the satisfaction of the site Engineer who

will issue a completion certificate for the work.

Work Item No: 19

Supply and installation of DCDB with 63A-2,32A-2,6A-2 total 6 MCBs.

19.1 Scope of Work

To supply and install DCDB in GSM sites as per requirement of BSNL as per site

requirement as per the instructions of the site Engineer.

19.2 Detailed specifications

(a) The work involves supply and installation of DCDB confirming to BIS/ISI

standard with the following No of DC circuit breakers:

1) 6 Amps - 2 Nos

2) 32 Amps - 2 Nos

3) 63 Amps - 2 Nos

(b) In the DCDB provided there shall be provision for addition of at least two

circuit breakers for future addition, to the ones that are being provided.

(c) The DCDB and the circuit breakers must of standard make and bear ISI

markings.

(d) The installation shall be done in the GSM sites as instructed by the site

Engineer and DC input to the DCDB shall be extended from the power

plant in the site.

(e) On completion of the work satisfactorily to the satisfaction of the site

Engineer, completion report will be given by the site Engineer.

(f) The list material used in the sites must be recorded and list has to be

handed over to AGM-in-Charge

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 87 Signature of Bidder

Work Item No: 20

Installation & Commissioning of Battery sets of capacity upto 600AH with

enclosure if any.

20.1 Scope of Work

To install and commission Battery sets of capacity up to 600 AH of any make that

will be supplied by BSNL in a GSM site as per the specifications and standards of

the manufacturer.

20.2 Detailed specifications

(a) The battery set (24 cells as supplied by the manufacturer) of any capacity

up to 600AH along with all the associated accessories should be installed

as per the installation procedure of the respective manufacturer

and instructions of BSNL.

(b) Layout diagram shall be prepared for installation of the battery sets by

the contractor and got approved from the DE in charge.

(c) Batteries have to be handled with extreme care and should be

positioned appropriately so that their large weight does not damage the

floor. The charge and discharge should be done strictly according to the

specifications of the manufacturer.

(d) Interconnections with power plant should be properly done using proper

lugs. Appropriate crimping tools should be employed to ensure proper

contacts. Insulation tapes should be wound at the lugged places so

that all the exposed places other than what is essential to make

proper contact are fully and securely insulated.

(e) The body of the battery stand shall be earthed properly from the

common earth point.

(f) The area should be made clean and dry.

(g) The alignment and levelling of battery sets should be properly checked.

There should not be any damage to the battery cell(s) and the stand

should be neatly painted.

(h) All interlinking nuts and bolts, lugs should be firmly tightened and fine

quality petroleum jelly should be applied for avoiding rusting.

(i) The details of installation of battery like Capacity, Date of commissioning,

etc. should be labelled as per the direction of the BSNL Engineer-in-

charge. Polarity sign writings should be made.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 88 Signature of Bidder

(j) The contractor has to offer the Battery sets for Acceptance Testing by

the A/T unit as per the prescribed A/T schedule of BSNL’s T & D circle/

any other designated BSNL Unit. The contractor is fully responsible for

the successful completion of A/T and issuance of A/T clearance

certificate.

(k) The de-commissioned battery sets have to be handed over to stores

along with the cables and lugs and any other material available in the

site.

(l) The list material used in the sites must be recorded and list has to be

handed over to AGM-in-Charge.

(m) The work shall be completed to the satisfaction of the site Engineer who

will issue a completion certificate for the work.

Work Item No: 21

Installation & Commissioning of SMPS Modular Trype of Power plant of

capacity less than or equal to 300A.

21.1 Scope of Work

To install and commission SMPS Modular type power plant of capacity upto 300 A

of any make that will be supplied by BSNL in a GSM site as per the specifications

and guidelines of the manufacturer.

21.2 Detailed specifications

(a) The installation should be done as per the manufacturer’s specifications

& guidelines and should meet the A/T standards.

(b) Layout diagram shall be prepared for installation of the Power Plant by

the contractor and got approved from the DE in-charge.

(c) The Power Plant should be connected to Input three Phase AC Mains

supply through a separate ACDB using suitable lugs, as per the

instructions of the manufacturer and site Engineer. Necessary three phase

MCBs with neutral link in built confirming to BIS standards are to be

arranged by the contractor for the ratings meant for the ultimate

capacity of the Power Plant as per the site requirements.

(d) Stage I & II surge suppressor provided along with the power plant should

be installed as per the prescribed procedures.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 89 Signature of Bidder

(e) The power plant should be connected to the battery sets using suitable

lugs.

(f) The power plant should be properly earthed from the common earth

point using suitable lugs.

(g) All the modules equipped in the power plant should be made

operational in load sharing mode.

(h) If additional modules are to be equipped to make the Power plant

work up to the ultimate capacity the same has to be done, as per the

instructions of the site Engineer.

(i) All types of tests related to the display of various parameters should be

carried out.

(j) All the prescribed alarms should be extended to the alarm

board/panel/BTS and tested as per the instructions of the site Engineer.

(k) The temperature sensor should be connected to the body of the

battery and the temperature sensor wire from the power plant shall be

connected to the battery for correction of voltage as per the

battery temperature.

(l) All terminations should be firm, the wiring should be secure and cables

should be drawn and tied very neatly.

(m) The installed equipment should have neat sign-writing on it.

(n) The contractor has to offer the SMPS Power Plant for Acceptance

Testing by the A/T unit as per the prescribed A/T schedule of BSNL’s

T&D circle/ any other designated BSNL Unit. The contractor is fully

responsible for the successful completion of A/T and issuance of A/T

clearance certificate.

(o) The existing Power Plant has to be de-commissioned and handed

over to stores along with the old cables and lugs etc.

(p) The list material used in the sites must be recorded and list has to be

handed over to AGM-in-Charge.

(q) The work shall be completed to the satisfaction of the site Engineer who

will issue a completion certificate for the work.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 90 Signature of Bidder

Work Item No: 22

Construction of RCC Plinth for installation of OD BTS/Node B.

22.1 SCOPE OF THE WORK:

To provide RCC plinth for installation of BTS in sites as per BTS/Power Plant/any

other equipments as per site requirements.

The work involves:

(i) Constructing civil foundation for installation of Outdoor BTS and Battery

Bank as per BSNL specifications.

(ii) Constructing civil foundation for installation of IBS BTS and Power Plant as

per BSNL specifications.

(iii) Constructing civil foundation for installation of Poles for Antenna

mounting as per BSNL specifications.

22.2 Detailed specifications

(a) Platform of RCC and /or Brick work may be required at sites for installing

BTs/Node B/Power Plants or any other equipments for stability and

preventing water seepage or any other reasons as per site requirements

which will be decided by the site In charge.

(b) All RCC works shall be carried out in accordance with the CPWD 1996

specifications.

(c) Curing of the RCC works should be done properly.

(d) Plastering should be neat and properly levelled.

(e) On completion of the work satisfactorily, site in charge will issue a

completion report.

(f) All RCC works shall be carried out in accordance with the CPWD 1996

specifications.

(g) The contractor shall get the layout plans for concrete foundation works

approved from the Divisional Engineer concerned before commencing

the work.

(h) The contractor shall construct a raised RCC Platform for installation of

outdoor BTS and Battery Bank.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 91 Signature of Bidder

(i) The Plinth of the concrete shall be as per the specifications of the

manufacturer of the BTS and it shall be constructed so as the iron plinth

of the BTS sits exactly in the foundation.

(j) In case the area is prone to water logging the height of the foundation

shall be elevated well above ground level as per the instructions of the

site Engineer.

(k) For installing the IBS and Power plant the contractor shall construct a

raised platform as per the dimensions of the BTS and Power Plant and as

per the instructions of the site Engineer.

(l) In some cases, the contractor shall construct a RCC foundation for fixing

the Pole in the terrace or roof for mounting the antennae.

(m) The contractor shall do curing works for the RCC foundations to the

satisfaction of the site engineer.

Work Item No: 23

Micro BTS instln & commissioning(not involving RF/CPRI cable laying, antenna

hoisting etc).

23.1 SCOPE OF THE WORK:

The work involves installation of Indoor /Outdoor Micro BTS (1 or 2 cabinets)/Node B

and accessories shifting from swap site as per the work order given by the AGM-in-

charge inclusive of transportation. No need of erecting of antennae/RF/CPRI cable in

this scope Hardware AT has to be offered.

23.2 Detailed specifications

(a) Installation & commissioning of Indoor/Outdoor Micro BTS of weight <=100

Kg

(b) Integration and radiation of BTS/Node B along with hardware AT.

(c) Installation and extension of alarms to OMCR

(d) The list material used in the sites must be recorded and list has to be

handed over to AGM-in-Charge.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 92 Signature of Bidder

Work Item No: 24

Macro BTS instln & commissioning(not involving RF/CPI cable laying, antenna

hoisting etc).

24.1 SCOPE OF THE WORK:

The work involves installation of Indoor /Outdoor Macro BTS (1 or 2 cabinets)/Node

B and accessories shifting from swap site as per the work order given by the AGM-

in-charge inclusive of transportation. No need of erecting of antennae/RF/CPRI cable

in this scope Hardware AT has to be offered.

24.2 Detailed specifications

(a) Installation & commissioning of Indoor/Outdoor Macro BTS of weight

>=100 Kg.

(b) Integration and radiation of BTS/Node B along with hardware AT.

(c) Installation and extension of alarms to OMCR

(d) The list material used in the sites must be recorded and list has to be

handed over to AGM-in-Charge.

Work Item No: 25

A) Supply of Antenna Mounting Fixtures of Standard design.

(B) For only Modification and/or additions in AMF of standard design as per

site requirements.

25.1 SCOPE OF THE WORK:

The work involves supply of AMFs of standard design and modification to the

existing AMF to duel Mount or according to the site requirement.

25.2 Detailed specifications

(a) Supply of AMFs of standard design.

(b) Modifying the existing AMF to the site requirement including suitable

quantity.

(c) Painting has to be done to rust proof.

(d) The weight of the AMF before modification has to be recorded before

BSNL authorised officer and the weight increase in the AMF after

modification to be recorded and certified by the BSNL officer for

claiming the bill accordingly.

(e) A certificate duly signed by BSNL responsible officer is to be attached

for increase of the weight along with the bill.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 93 Signature of Bidder

Work Item No: 26

Supply of AC cable (armored 4-core 25 Sq MM Multi stand flexible) for

extension of supply from AC supply point to equipment.

26.1 Scope of Work:

Supply of AC cable (Aluminium armoured 4-core 25 Sq.MM multi stand

flexible for extension of TNEB supply to the equipment.

26.2 Detailed specifications:

(a) The cable must be of standard company make in the market and

should with stand for the rating of 25 Sq.MM.

(b) The total supply of the cable in one LOT and it should be handed over

to installation stores under receipt.

(c) The usage of the cable in the site has to be mentioned in the bill along

with the AGM in charge certification.

Work Item No: 27

Supply of Multi-stand flexible DC cable of Size 35 Sq.MM

27.1 Scope of Work:

Supply of Multi stand flexible copper DC cable of size 35 Sq.MM for using in

sites for extending the DC supply to the equipment.

27.2 Detailed specifications:

(a) The cable must be of standard company make in the market and

should with stand for the rating of 35 Sq.MM.

(b) The total supply of the cable in one LOT and it should be handed over

to installation stores under receipt.

(c) The usage of the cable in the site has to be mentioned in the bill along

with the AGM in charge certification.

GENERAL GUIDELINES:

The contractor shall have to de-install the BTS indicated by BSNL as per the

guidelines.

The power cables, PCM cable, Alarm cable, Jumper cables and other

accessories shall be removed from the BTS with utmost care.

The removed materials shall be packed carefully and listed out.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 94 Signature of Bidder

DETAILED Guide lines in General

The installation may consist of 1 or 2 BTS /Node B cabinets of any type.

The BTS/Node B equipment and RF cable, Antennae and allied accessories

and installation materials (and the backhaul transmission 15/18 GHz) shall be

supplied by BSNL from the warehouse. The contractor shall transport the

above to the point of installation at his own cost with utmost care without

causing any damage.

The handling should be strictly as per the manufacture’s/BSNL’s directions,

wherever available, with utmost precautions so that no damage is caused. If

anything gets damaged/lost the contractor will be held responsible for the

same.

The opening of packing cases and unpacking should be carried out with

proper tools. If any balance equipment is to be stored or transported back,

the same shall be done in the original packing case only after proper

packing and sealing.

The installation at the sites can be carried out only after taking the layout

approval from the DE in charge. A layout is to be prepared by the installer

and submitted well in advance to DE concerned for approval.

The layouts will consist of the following:

(a) Marking of the existing Equipments in the layout of the proposed room.

(b) Position of the new BTS & associated installations to be installed in the

eqpt. room in the proposed layout.

(c) External layout showing the tower external gantry in the overall

compound.

The layout should be prepared to scale in AutoCAD and should be submitted

in soft (Auto CAD) and hard copies in triplicate. All dimensions are to be

marked in meters.

The equipment cards and other sensitive electronic equipment which are

part of the equipment should be handled only after wearing antistatic wrist

bands which are properly earthed.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 95 Signature of Bidder

It shall be ensured by the contractor that the entire activities are carried out

in a dust free environment. No dust shall be allowed into the equipment at

any cost. The equipment room should be cleaned after each day’s activities

and the balance equipment at the site should be neatly stacked.

The DC power to the BTS shall be extended from the DCDB (and AC cables)

and proper colour coding as per the general instructions given elsewhere in

the tender document shall be followed. The power cables shall be laced

neatly at regular intervals (not more than 10cms).

The DC (and AC power) cables should be properly lugged using tinned

copper lugs of suitable dimension. The lugged cable ends should be

appropriately wrapped with properly colour coded insulation tapes exposing

only the required portion without insulation.

Earthing to the BTS shall be extended from the Common Earth bar using 35 sq

mm copper cable with proper luggings.

Wherever entry holes are to be made the walls of the room or of the prefab

shelter, the same shall need to be made taking due precautions to avoid

spreading of debris and dust. Wave guide entry plates/wall glands will have

to be fixed to ensure the same. Proper wooden box (typical size of 32cm X

32cm) should be arranged by the bidder and the walls should be neatly

plastered to block any gaps and should be restored to original finish. Both

sides of the wall should be properly sealed in order to stop leakage of air-

conditioning, etc.

The Bidder shall ensure extension of Infrastructure Alarms viz. power plant,

battery, air conditioner, DG sets, fire alarm, temp alarm etc. from all such BTS

sites, wherever these items have been ordered to them, to a central location

( BSC). Required wiring has to be done by them.

Necessary support from the wall or the roof to be provided to the feeder

cables and terminations in such a way that they are properly supported and

no excessive strain is applied on the connectors. The bending radius of the

feeder cables and other cables should within the limitations is specified by

the respective manufacturer. It should be ensured that no water leakage is

caused either thru the feeder cable holes or other places due to the

installation at the site.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 96 Signature of Bidder

Guide lines for INSTALLATION OF INDOOR BTS EQUIPMENT

BTS Installation issues:

Ensuring completion of all electrical works necessary for BTS installation, which

are covered under electrical works item of the contract viz., Installation of

DCDB, Laying of requisite power cable and earth cable from the Power plant

to the DCDB and termination (PP fuses, cable trays, lacing of power cables,

DC power cable of 35mm 2 of different colors, earth cable appropriate lugs

and crimping), Supply of Ground bar and termination of cable, Laying of

power/earth cables from the DCDB to the BTS rack etc.,

BTS layout preparation and approval.

BTS installation (handling of BTS, rawl bolts, drilling of holes, erection of rack)

Installation of krone tag block for termination of alarms and PCM cable

Connecting of alarms from all alarm points via the krone tag block to the BTS.

Extension of Earths from IGB to all equipments.

Installation should be carried out using C-channel, cable rack, etc as per the

site requirement and strictly complying with the installation procedures.

The BTS equipment shall be firmly fixed to the ground with support of rawl

bolts and installed with all accessories and DC distribution box (MDS or BSNL.

Approved with Circuit breakers of same make & rating appropriate to

equipment).

The DC power supply is to be extended from the existing or new power

system. Similarly the earth also needs to be extended from the existing or new

earth to the equipment.

Wherever installation of backhaul 15 GHz/ 18 GHz microwave media

equipment is ordered to the contractor, the installation of this media

equipment should also be done as per installation procedure and the

connectivity to be extended to the BTS via DDF.

All the Alarms should be extended to the krone Tag block and properly

terminated.

Specified surge arrestors will have to be installed between the feeder cable

and the equipment as per the specifications.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 97 Signature of Bidder

RF/JUMPER CABLE ROUTING & ANTENNAE HOISTING

It shall be ensured that the personnel deployed for undertaking the works on

the tower are properly trained and experienced in such works. They should

use helmet and safety belt and other standard precautions.

The contractor shall access the exact requirement of the length of ½”Jumper

cable and 7/8” RF cable and cut the more accurate length of the cables to

avoid wastage of RF cable.

Jumper cable should be laid from the surge arrestor to the BTS equipment

and the same should be properly laced. The surge arrestor assembly shall be

properly supported.

Jumper cable shall be laid from Antennae end to 7/8” RF cable in the

RTT/Pole side also with proper connectorisation.

RF cable Hangers shall be mounted to the RTT/Pole/Gantry at regular intervals

as specified by BSNL for hoisting the RF cable.

RF cable entry into the equipment room shall be made by the contractor by

breaking the wall or cutting the prefab shelter and fixing the Hatch plate. The

RF cable shall be routed through the hatch plates and boots shall be put in

position so as there is no leakage of A/C. The wall if broken shall be plastered

after fixing the Hatch plates.

The Jumper cables (typically ½”) and feeder cables (typically 7/8”) will

require to be terminated using specified male/female connectors at both

ends. This needs to be carefully and skillfully carried out using trained and

experienced technicians. It should be ensured that the VSWR for each cable

is less than 1.3. If it is subsequently found that the VSWR is not meeting the

standard, the termination will have to be removed and carried out again till

satisfactory results are obtained, without any extra cost. The connectorised

ends shall be heat shrinked with thermoshrink-sleeves. Necessary weather

proofing needs to be carried out after the termination.

It shall be ensured that the cables are sufficiently used so as not to cause any

strain at the terminations or antennae connectors. Before hoisting of any

wave guide, it shall be ensured that necessary marking is made at both ends

of the feeder cables. For example, they should be marked as 1TX, 1RX, 2TX,

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 98 Signature of Bidder

2RX, & 3TX, 3RX at both ends in order to signify Trans and receive cables of

sector 1, sector 2 and sector 3. These markings will have to be carried out

using long lasting pre printed stickers suitable for external use. The same

indication sticker should be fixed at both the ends of the indoor jumper

cable, the antenna jumper cable and the feeder cable. Hence 6 sets of

stickers are required for each cable for the six feeder cable (one set

consisting of 1TX, 1RX, 2TX, 2RX, & 3TX, 3RX).

In some special cases as per the instructions of BSNL the contractor will have

to hoist additional lengths of RF for additional sector.

The RF cable shall be handled very smoothly to avoid any bend and the

curves and bends shall be within the limits specified by the

manufacturer/BSNL.

The RF cable earthing shall be done at top, as well as near the horizontal

bend at the bottom at the gantry level. The earthing shall be done as per the

manufacturers’ /BSNL specifications and should ensure that proper contact is

ensured with proper removal of sheathing of the feeder cable by carefully

removing the insulation surrounding the same. The other end should be

connected to the nearest tower member using lugs. The area on the tower

where the same is fitted should be carefully cleaned off any dirt so that good

contact is ensured. The exposed feeder cable portion should be thoroughly

covered with insulation tape.

The Antennae shall be hoisted and fixed to the Antennae Mounting Fixture as

per the instructions of the manufacturer.

It shall be ensured that the antennae fixture is fitted at the tower properly and

tightly. The verticality of the antennae mounting pipe should be ensured to

be exactly correct, using a plumb or any other suitable instrument.

The tilts of the antennae need to be carefully adjusted as per the values of tilt

furnished by BSNL site engineers.

Antennae fixtures should be mounted on the face or corners of the tower

chosen in such a way that the designed orientation of the respective

antennae is achieved with minimum horizontal tilt. The installation team

should be provided with compass with a mirror so as to enable to check

azimuth orientation for each antenna.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 99 Signature of Bidder

In some cases additional antenna will have to be installed for making

additional sector. The contractor will have to fabricate additional antenna

fixture as per specifications and fix it in the GBT/RTT and hoist the antenna

and RF cable as per the laying procedure mentioned earlier

The plinth of the specified design will have to be used for the BTS or other

equipments in case the same is warranted as per the equipment

specification. It shall be ensured that the entire equipment installation

activities are to be carried out strictly as per the manufacturer’s specification

and as per the guidelines prescribed by the Site Engineer in charge. The

installation may consist of 1 or 2 cabinet BTS.

Guide lines for INSTALLATION OF OUTDOOR BTS EQUIPMENT

The specification as mentioned in the installation of Indoor BTS above,

wherever applicable, will be applicable here as well. Apart from the above

the following shall be ensured:

Outdoor BTS need to be placed on the concrete or steel plinth available at

the site along with the associated battery sets in the battery banks as per the

given layout.

AC Input cable from the ACDB shall be laid in Protective PVC pipe to the BTS

point by the contractor at his cost.

All OD BTSs must be provided by a metallic ladder having sufficient number of

steps for easy access to the BTS.

Provision of the ladder should be done at no extra cost and must be within

the installation cost.

Regarding the hoisting of Antennae and routing of RF/Jumper cable, the

specifications mentioned above under installation of RF/JUMPER CABLE

ROUTING & ANTENNAE HOISTING shall be applicable for Outdoor BTS also

except for the Jumper / RF cable entry into the BTS which shall be from the

bottom or sideways depending upon the type of the outdoor BTS.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 100 Signature of Bidder

ACCEPTANCE OF WORK

The Indoor BTS/OD BTS installed will have to be offered for A/T along with the

RF cable, Antennae and all associated installations for all the functional tests

prescribed by T&D circle Jabalpur, by the contractor.

Prior to offering for BSNL A/T, the installer should do a pre A/T and satisfy that

the BSNL A/T tests are cleared by the installed set. In case of failure to pass

any test, the same should be rectified, retested and offered for A/T only on

successful clearing of pre A/T.

BSNL will not provide any tools/instruments for pre-A/T & A/T and the same will

have to be arranged by the contractor.

In-building wiring with RF Cable, Splitter, Antennae and other components

Scope of Work

1. Installation & commissioning of IBS BTS as per the manufacturer’s and

BSNL’s instructions.

2. 7/8” /1/2” RF cable laying and installation of Dual-band antennae along

with antenna mounting fixture for street coverage.

3. 7/8” /1/2” RF cable laying and installation of Dual-band antennae/Omni

and panel antennae along with antenna mounting fixture for street /In

building coverage.

4. 1/2” RF cable laying and installation of Omni and Panel antennae for

providing in-building coverage.

5. Installation and commissioning of SMPS power plant and battery sets.

6. Providing earthing for the equipment as per BSNL’s instructions.

7. Integration and radiation of BTS s.

The BTS equipment and RF cable, Antennae and allied accessories and

installation materials shall be supplied by BSNL from the warehouse. The

contractor shall transport the above to the point of installation at his own cost

with utmost care without causing any damage.

The handling should be strictly as per the manufacture’s/BSNL’s directions,

with utmost precautions so that no damage is caused. If anything gets

damaged or lost, the contractor will be held responsible for the same.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 101 Signature of Bidder

The opening of packing cases and unpacking should be carried out with

proper tools.

If any balance equipment is to be stored or transported back, the same shall

be done in the original packing case only after proper packing and sealing.

The installation at the sites can be carried out only after taking the layout

approval from the DE in charge. A layout is to be prepared by the

Contracter and submitted well in advance to DE concerned for approval.

The layouts will consist of the following:

(a) Marking of the existing Equipments in the layout of the proposed room.

(b) Position of the new BTS & associated installations to be installed in the

equipment room in the proposed layout.

(c) External/Internal layout showing the antennae (Dual-band/Omni/Panel)

location in the street or inside the building

The layout should be prepared to scale in AutoCAD and should be submitted

in soft (Auto CAD) and hard copies in triplicate. All dimensions are to be

marked in meters.

The equipment cards and other sensitive electronic equipment which are

part of the equipment should be handled only after wearing antistatic wrist

bands which are properly earthed.

It shall be ensured by the Contractor that the entire activities are carried out

in a dust free environment. No dust shall be allowed into the equipment at

any cost. The equipment room should be cleaned after each day’s activities

and the balance equipment at the site should be neatly stacked.

The contractor shall construct a platform for keeping the BTS and Power plant

wherever necessary as per the instructions of BSNL.

The IBS BTS has to be powered on either by installing a Power Plant with

Batteries and extending the DC supply to the BTS or directly extending AC

supply by providing AC power points as per the instructions of the

manufacturer/BSNL.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 102 Signature of Bidder

AC power point shall be extended near to BTS, from the Distribution point

indicated by the building owner/BSNL and the contractor shall provide 2 nos

of 15/5A power sockets.

Alarms shall be extended to OMCR as per the instructions of BSNL.

One earthing pit has to be done and the earth shall be extended to the

BTS/Power Plant as per the standard earthing procedure described under

earthing.

RF cable routing and allied works:

Necessary permission for carrying out the installation works in the concerned

building shall be got by the contractor himself and he shall not cause any

disturbance or damage to the building or the premises. If any damage is

caused, the contractor shall set right the issues.

The contractor shall fabricate the required mounting GI pole of specified

length and Antennae Mounting fixture (site specific) for mounting the macro

antennae for street coverage as per the instructions of BSNL.

The Antennae hoisting, RF cable routing, supporting, connectorising, weather

proofing etc. shall be done by the contractor, as described under BTS

installation.

In case of installation of Omni/panel antennae proper planning shall be done

in advance, so as minimum length of Jumper cable/splitters are used.

The cable shall be laid carefully without much bends and all connectorization

with splitters, antennae shall be perfect so that the losses are kept to the

minimum. The splitter at the BTS end shall be given proper support.

After the site is radiated, the contractor shall check the coverage of the site

with BSNL and if the BSNL desires additional antennae to be installed or the

installed Antennae to be shifted to another location, the same shall be done

by the contractor at no extra cost.

All the antennae shall be sign written with BSNL logo by the contractor.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 103 Signature of Bidder

After commissioning the site, the actual layout indicating the antennae

positions with references shall be prepared to scale in AutoCAD and shall be

submitted in soft (Auto CAD) and hard copies in triplicate.

The contractor shall submit the material utilization list to BSNL and the balance

materials shall be accounted and handed over to BSNL stores.

ACCEPTANCE OF WORK

The IBS BTS installed will have to be offered for A/T along with the RF cable,

Antennae and all associated installations for all the functional tests

prescribed by A/T team of BSNL, CHTD, by the contractor.

Prior to offering for BSNL A/T, the installer should do a pre A/T and satisfy that

the BSNL A/T tests are cleared by the installed set. In case of failure to pass

any test, the same should be rectified, retested and offered for A/T only on

successful clearing of pre A/T.

BSNL will not provide any tools/instruments for pre-A/T & A/T and the same will

have to be arranged by the contractor.

EXTERNAL WORKS

It shall be ensured that the personnel deployed for undertaking the works on

the tower are properly trained and experienced in such works. They should

use helmet and safety belt and other standard precautions.

Antennae shall be oriented for getting the proper LOS so that maximum

signal is received.

The Normal and standby coaxial cables shall be laid properly and tied with

cable ties. The Antenna and the ODU shall be earthed to the nearest tower

member.

ACCEPTANCE TESTING OF WORK

The 15 Ghz/18 GHz MW system installed shall be offered for through A/T by

the contractor and cleared. Pending points if any shall be attended

immediately and reoffered for A/T. The contractor shall arrange testing

instruments and meters for the testing.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 104 Signature of Bidder

DE-HOISTING OF RF CABLE

SCOPE OF THE WORK:

The work involves de-hoisting of RF cables from GBT/RTT/Pole and shifting of

the same to BSNL stores/site indicated as per the instruction of BSNL.

GENERAL GUIDELINES:

It shall be ensured that the personnel deployed for undertaking the works on

the tower are properly trained and experienced in such works. They should

use helmet and safety belt and other standard precautions.

The contractor shall have to de-hoist complete set of RF cables hoisted in the

GBT/RTT/Pole carefully from the sites as instructed by BSNL.

The RF cables shall be removed from the RF hangers carefully.

The RF cables shall be removed from the Antennae port, de-connectorized in

the tower end and shall be removed from the surge arrestors in the BTS end

and de-connectorized.

The RF cables shall be carefully de hoisted without giving strain and more

bends than allowed as per specifications.

The RF cables shall be coiled neatly in cable drums or coils of larger diameter

shall be made. Also the earthing kits shall be removed from the towers.

The RF cables and the associated materials shall be shifted carefully by the

contractor at his own cost to BSNL stores or to the place as instructed by

BSNL.

DEINSTALLATION OF BATTERY SETS:

SCOPE OF THE WORK:

The work involves removing the power cable from Power Plant, Removing the

Battery links and de-installing the individual cells.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 105 Signature of Bidder

GUIDELINES:

The DC power cable shall be removed from the Power Plant.

The Battery links shall be removed from the cells.

The individual battery cells shall be carefully removed from the battery banks.

Care should be taken that acid does not spill out.

The dismantled cells, battery stands, battery links and DC cable and any

associated materials shall be shifted carefully by the contractor at his own

cost to BSNL stores or to the place as instructed by BSNL.

DECOMMISSIONING & DISMANTLING OF 15 /18 Ghz MW SYSTEM

SCOPE:

The work involves:

Decommissioning of the MW system and removing the IDU.

De Hoisting of 15GHz/18GHz M/W Antenna with ODU from the tower as

instructed by BSNL.

De Hoisting of coaxial cables with connectorization.

De-hoisting of Antennae fixture as instructed by BSNL.

General Guidelines:

It shall be ensured that the personnel deployed for undertaking the works on

the tower are properly trained and experienced in such works. They should

use helmet and safety belt and other standard precautions.

The Antenna and the ODU shall be de-hoisted and removed from the tower

carefully along with the Antenna clamps. The Antenna fixture shall be

removed by the contractor as per the instructions of the site Engineer.

The Coaxial cables shall be removed and coiled properly. The IDU with the

DDF shall be decommissioned and dismantled carefully.

The decommissioned MW Antennae, coaxial cable, ODU and IDU with

accessories shall be neatly packed and handed over to BSNL at the site

specified, without damage and with full material list.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 106 Signature of Bidder

General Guidelines for Effective Implementation and Coordination

(1) It is suggested that before taking up the work at a site the contractor

carries out a joint visit of the site with the concerned Engineer-in-charge

to understand the site conditions and requirements.

(2) The contractor should submit the requirement of equipment and

materials site-wise with a proper item-wise list to the purchaser

immediately after the Work Order is issued.

(3) The contractor has to maintain all material utilization details site-wise.

(4) The BTSs should be radiated in coordination and with permission of the

Engineer-in-charge and as per the RF planning details furnished by the

purchaser.

(5) The contractor should send progress reports of the works being carried

out by him in any desired pro-forma and with periodicity as per the

requirements of the purchaser.

(6) After the commissioning and completion of AT, the contractor shall

make sincere efforts to make over the equipment to the purchaser as

per the tender conditions at the earliest along with the making over

documents comprising commissioning reports, approved layout copies,

AT reports, equipment details, making over memo etc.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 107 Signature of Bidder

TENDER FOR INSTALLATION AND COMMISSIONING OF BTS AND

ALLIED EQUIPMENTS

TENDER NO. DGM (NWP-CM)/EOI/P VII+/2015-16 Dated 25-01-2016.

SECTION VI

FINANCIAL BID- TWO STAGE

CHENNAI TELEPHONES O/o THE DEPUTY GENERAL MANAGER NWP CM ,GSM PLG

RK NAGAR TELEPHONE EXCHANGE BUILDING,

238 R.K MUTT ROAD, MANDAVELI

CHENNAI 600 028. FINANCIAL BID (I STAGE) SHOULD BE SUBMITTED IN WAX SEALED COVER

Date:

From (Name & address of the Bidder)

To

Assistant General Manager NWP-V CM,

BSNL, Chennai Telephones,

2nd Floor, Old Telephone Exchange Building,

FBR, 1, N.S.C. Bose Road,

Chennai-600 001.

Sir,

In response to your Notice Inviting Tender No. DGM (NWP- CM)/EOI/P VII

+/2015-16 dated 25-01-2016, I / we hereby submit my / our firm bid for

“Installation and commissioning of BTS and allied equipment” complete in all

respects, as mentioned below.

Thanking you,

Yours sincerely,

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 108 Signature of Bidder

SPECIAL INSTRUCTIONS TO BIDDERS FOR E-TENDERING

General

The Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, as enclosed in the tender Documents.

Submission of Bids only through online process is mandatory for this Tender.

E-Tendering is a new methodology for conducting Public Procurement in a transparent and secured manner. Suppliers/ Vendors will be the biggest beneficiaries of this new system of procurement. For conducting electronic tendering, CHTD has decided to use the portal (https://www.tcil-india-electronictender.com)through TCIL, a Government of India Undertaking. Benefits to Suppliers are outlined on the Home-page of the portal.

1. Tender Bidding Methodology: Sealed Bid System – Two Stage–Using Two Envelopes’, followed by ‘e-Reverse

Auction’ (if required by Business Unit / Planning cell) after opening of the

Financial bids. In case of two envelope system Financial & Techno-

commercial bids shall be submitted by the bidder at the same time.

2. Broad outline of activities from Bidders prospective:

1. Procure a Digital Signing Certificate (DSC)

2. Register on Electronic Tendering System® (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

7. Bid-Submission on ETS

8. Attend Public Online Tender Opening Event (TOE) on ETS

– Opening of Technical-Part

9. Post-TOE Clarification on ETS (Optional)

– Respond to BSNL’s Post-TOE queries.

10. Attend Public Online Tender Opening Event (TOE) on ETS

– Opening of Financial-Part

(Only for Technical Responsive Bidders)

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 109 Signature of Bidder

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

carefully. These instructions are supplemented with more detailed guidelines

on the relevant screens of the ETS.

3. Digital Certificates

For integrity of data and authenticity/ non-repudiation of electronic records, and to be compliant with IT Act 2000, it is necessary for each user to have a Digital Certificate (DC). also referred to as Digital Signature Certificate (DSC), of Class 2 or above, issued by a Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in]. 4. Registration and Training

To use the Electronic Tender® portal (https://www.tcil-india-electronictender.com) vendors need to register on the portal. Registration of each organization is to be done by one of its senior persons who will be the main person coordinating for the e-tendering activities. In ETS terminology, this person will be referred to as the Super User (SU) of that organization. For further details, please visit the website/portal, and click on the ‘Supplier Organization’ link under ‘Registration’ (on the Home Page), and follow further instructions as given on the site. Pay Annual Registration Fee as applicable. Note: After successful submission of Registration details and Annual Registration Fee, please contact TCIL‘s ETS Helpdesk (as given below), to get your registration accepted/activated. TCIL’s ETS Helpdesk

Telephone/ Mobile /011-26241071/011-26241072; 09868393717 / 09868393775

[between 9:30 hrs to 18:00 hrs on working days]

E-mail ID [email protected]

[Please mark CC: [email protected]]

For training of bidders, the bidders shall contact the TCIL’s Help Desk whereas

charges per participant per day applicable @Rs.2,500/- + Service Tax

(currently applicable @14%) shall be payable by bidders directly to TCIL.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 110 Signature of Bidder

BSNL Contact

BSNL’s Contact Person-1

Assistant General Manager NWP-V CM,

BSNL, Chennai Telephones,

2nd Floor, Old Telephone Exchange Building,

FBR, 1, N.S.C. Bose Road,

Chennai-600 001

Phone Number: 044-25395838,

Email ID: [email protected]

(between 10:00 hrs to 17:30 hrs on working days)

BSNL’s Contact Person-2

AGM(R-NWP), CM

O/o Addl.GM (NWP-CM),

2nd Floor, RK Nagar,

RK Mutt Road, Mandavelli,

Chennai-600 028.

Telephone No. 044-24613624

(between 10:00 hrs to 17:30 hrs on working days)

5. Some Bidding related Information for this Tender (Sealed Bid)

The entire bid-submission would be online on ETS portal of TCIL. Broad

outline of submissions are as follows:

� Submission of Bid Security/ Earnest Money Deposit (EMD)

� Submission of digitally signed copy of Tender Documents / Addendum

� Two Electronic Envelopes containing

I. Technical BID for EOI-Part

2. Financial Bid for EOI-Part

6. Offline Submissions:

The bidder is requested to submit the following documents one original set of Eligibility bid, technical bid and financial bids in separate covers offline to

Assistant General Manager NWP-V CM,

BSNL, Chennai Telephones,

2nd Floor, Old Telephone Exchange Building,

FBR, 1, N.S.C. Bose Road,

Chennai-600 001. Phone No: 044-25395838.

on or before the date & time of submission of bids specified in covering letter of this tender document, in a Sealed Envelope. The envelope shall bear (Name of the Work), the tender number and the words ‘DO NOT OPEN

BEFORE’ (due date &time) as mentioned in the Clause 14 & 15 of Section-II

Note: The Bidder has to upload the Scanned copy of all above said original

documents as Bid-Annexure during Online Bid-Submission.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 111 Signature of Bidder

7. Special Note on Security of Bids

Security related functionality has been rigorously implemented in ETS in a multidimensional 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: As part of the Electronic Encrypter™ functionality, the contents of both the ‘Electronic Forms’ and the ‘Main-Bid’ are securely encrypted using a Pass-Phrase created by the Bidder himself. Unlike a ‘password’, a Pass-Phrase can be a multi word sentence with spaces between words (eg I love this World). A Pass-Phrase is easier to remember, and more difficult to break. It is recommended that a separate Pass-Phrase be created for each Bid-Part. This method of bid-encryption does not have the security and data-integrity related vulnerabilities which are inherent in e-tender in 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. Typically, ‘Pass-Phrase’ of the Bid-Part to be opened during a particular Public Online Tender Opening Event (TOE) is furnished online by each bidder during the TOE itself, when demanded by the concerned Tender Opening Officer may authorize the bidder to open his bid himself. There is an additional protection with SSL Encryption during transit from the client end computer of a Supplier organization to the e-tendering server/ portal. 8. Public Online Tender 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) duly 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 (TOE)’ 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

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 112 Signature of Bidder

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. A detailed Technical and/ or Financial Comparison Chart 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 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.Important Note:

In case of internet related problem at a bidder’s end, especially during

‘critical events’ such as a short period before bid-submission deadline, during

e-auction, it is the bidder’s responsibility to have backup internet

connections. In case there is a problem at the e-Procurement/e-Auction

service provider’s end(in the server, leased line etc) due to which all the

bidders face a problem during critical events, and this is brought to the notice

of BSNL by the bidders in time, then BSNL will promptly re-schedule the

affected event(s). 10. Other Instructions

For further instructions, the vendor should visit the home-page of the portal ( https:// www.tcil-india-electronictender.com), and go to the User-Guidance

Centre. The help information provided through ‘ETS User-Guidance Centre’ is available in three categories – Users intending to Register / First-Time Users, Logged-in users of Buyer organizations, and Logged-in users of Supplier organizations. Various links are provided under each of the three categories. Important Note: It is strongly recommended that all authorized users of Supplier organizations should thoroughly peruse the information provided under the relevant links, and take appropriate action. This will prevent hiccups, and minimize teething problems during the use of ETS. The following ‘FOUR KEY INSTRUCTIONS for BIDDERS’ must be assiduously adhered to:

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 113 Signature of Bidder

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

2. Register your organization on ETS well in advance of your first tender

submission deadline on ETS. 3. Get your organization’s concerned executives trained on ETS well in

advance of your first tender submission deadline on ETS. 4. Submit your bids well in advance of tender submission deadline on

ETS (At least one day before the deadline) (There could be last

minute problems due to internet timeout, breakdown, etc).

While the first three instructions mentioned above are especially

relevant to first-time users of ETS, the fourth instruction is relevant at all

times.

11. Minimum Requirements at Bidders end

Computer System with good configuration (Min P IV, 1 GB RAM,

Windows XP–Service pack-III)

Broadband connectivity.

Microsoft Internet Explorer 6.0 or above

Digital Certificate(s)

12. Work Items

1. Installation and commissioning of indoor or outdoor Micro/Macro BTS/

Node-B (with power modules) on a site with single or two/Multi poles

/RTT/GBT/ wall mounts including antennae and RF/CPRI feeder cable

with AT.

2. In-building wiring with RF/CPRI cable and fixing of associated splitters,

antennae, and other components with AT.

3. Installation and commissioning of 15 GHz / 18 GHz M/W System with

AT.

4. Hoisting of main/ additional RF/CPRI cable along with

connectorization including installation of Antenna at GBT/ RTT/ Pole/

Wall Mount not involving installation of BTSs/ Node-Bs.

5. Installation of wall mounting fixture.

6. Dismantling of Power Plants/UPS.

7. Dismantling of Battery Set of capacity up to 600 AH/UPS Battery.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 114 Signature of Bidder

8. Dismantling of Macro/Micro Indoor BTSs/ Node-B/RRH including

RF/CPRI cable/antennae.

9. Dismantling of Macro Outdoor BTSs/ Node-Bs including RF/CPRI

cable/antennae.

10. Dismantling of RF/CPRI Cables including AMF/Antennae.

11. Dismantling of 15 GHz/18 GHz M/W terminals.

12. Dismantling of Diesel Generators.

13. Dismantling of Prefabricated Shelter and its accessories like Air

conditioners, Timer, Stabilizer, Intruder, ACDB, Transmission

Equipments, Internal Runways, Light fittings and internal wirings and

other items.

14. Dismantling of Poles/ wall mount with antenna, RF/CPRI cables and

earth cables/Strips.

15. Dismantling of EB cables, Distribution boxes and accessories.

16. Dismantling and transportation of O/D Battery cabinet of capacity up

to 600AH*2 sets excluding Bty Sets.

17. Installation of Indoor Gantry.

18. Installation of Outdoor Gantry.

19. Supply and installation of DCDB with 63A-2,32A-2,6A-2 total 6 MCBs.

20. Installation & Commissioning of Battery sets of capacity upto 600AH

with enclosure if any.

21. Installation & Commissioning of SMPS Modular Trype of Power plant of capacity less than or equal to 300A.

22. Construction of RCC Plinth for installation of OD BTS/Node B.

23. Micro BTS instln & commissioning (not involving RF/CPRI cable laying,

antenna hoisting etc).

24. Macro BTS instln & commissioning (not involving RF/CPI cable laying,

antenna hoisting etc).

25. (A).Supply of Antenna Mounting Fixtures of Standard design.

(B). For only Modification and/or additions in AMF of standard design as per site requirements.

26. Supply of AC cable (armored 4-core 25 Sq MM Multi stand flexible)

for extension of supply from AC supply point to equipment.

27. Supply of Multi-stand flexible DC cable of Size 35 Sq.MM

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 115 Signature of Bidder

13. SCHEDULE OF REQUIREMENTS

S.

No

Work

Item No Work description Unit Qty

1 Work

Item-1

Installation and commissioning of indoor or

outdoor Micro/Macro BTS/ Node-B (with power

modules) on a site with single or two/Multi

poles /RTT/GBT/ wall mounts including antennae

and RF/CPRI feeder cable with AT

Per SITE 350

2 Work

Item-2

In-building wiring with RF/CPRI cable and fixing

of associated splitters, antennae, and other

components with AT

Per Antenna 2500

3 Work

Item-3

Installation and commissioning of 15 GHz / 18

GHz M/W System with AT Per Hop 350

4 Work

Item-4

Hoisting of main/ additional RF/CPRI cable along

with connectorization including installation of

Antenna at GBT/ RTT/ Pole/ Wall Mount not

involving installation of BTSs/ Node-Bs

Per Meter 5000

5 Work

Item-5 Installation of wall mounting fixture

Per Wall

Mount 10

6 Work

Item-6 Dismantling of Power Plants/UPS Per SET 100

7 Work

Item-7

Dismantling of Battery Set of capacity up to 600

AH/UPS Battery Per SET 200

8 Work

Item-8

Dismantling of Macro/Micro Indoor BTSs/ Node-

B/RRH including RF/CPRI cable/antennae Per SITE 75

9 Work

Item-9

Dismantling of Macro Outdoor BTSs/ Node-Bs

including RF/CPRI cable/antennae Per SITE 25

10 Work

Item-10

Dismantling of RF/CPRI Cables including

AMF/Antennae Per Meter 15000

11 Work

Item-11 Dismantling of 15 GHz/18 GHz M/W terminals Per HOP 100

12 Work

Item-12 Dismantling of Diesel Generators Per SET 75

13 Work

Item-13

Dismantling of Prefabricated Shelter and its

accessories like Air conditioners, Timer,

Stabiliser, Intruder , ACDB, Transmission

Equipments, Internal Runways , Light fittings and

internal wirings and other items.

Per Shelter 50

14 Work

Item-14

Dismantling of Poles/ wall mount with antenna,

RF/CPRI cables and earth cables/Strips Per SITE 25

15 Work

Item-15

Dismantling of EB cables, Distribution boxes and

accessories. Per SITE 25

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 116 Signature of Bidder

16 Work

Item-16

Dismantling and transportation of O/D Battery

cabinet of capacity upto 600AH*2 sets excluding

Bty Sets

Per Cabinet 10

17 Work

Item-17 Installation of Indoor Gauntry Per 3M 150

18 Work

Item-18 Installation of Outdoor Gauntry Per 3M 50

19 Work

Item-19

Supply and installation of DCDB with 63A-2,32A-

2,6A-2 total 6 MCBs Per SITE 50

20 Work

Item-20

Installation & Commissioning of Battery sets of

capacity upto 600AH with enclosure if any. Per SET 100

21 Work

Item-21

Installation & Commissioning of SMPS Modular

Trype of Power plant of capacity less than or

equal to 300A.

Per SET 100

22 Work

Item-22

Construction of RCC Plinth for installation of OD

BTS/Node B

Per Cubic

Meter 50

23 Work

Item-23

Micro BTS instln & commissioning(not involving

RF/CPRI cable laying, antenna hoisting etc). Per BTS 35

24 Work

Item-24

Macro BTS instln & commissioning(not involving

RF/CPI cable laying, antenna hoisting etc) Per BTS 35

25 Work

Item-25

Supply of Antenna Mounting Fixures of Standard

design Per AMF 651

For only Modification and/or additions in AMF of

standard design as per site requirements

per Kg

Additional 5000

26 Work

Item-26

Supply of AC cable (armoured 4-core 25 Sq MM

Multi stand flexible) for extention of supply from

AC supply point to equipment.

Per Meter 600

27 Work

Item-27

Supply of Multi-stand flexible DC cable of Size 35

Sq.MM Per Meter 1500

Note:

(1) The work description is only indicative and all the delivery of goods and

/ or services should meet the technical specifications of the tender

document.

(2) The quantities given may change as per the requirements of the

purchaser as already mentioned in the relevant tender conditions.

(3) The ‘Materials to be supplied by the contractor’ as mentioned above

are only indicative. Any minor items like lugs, nuts, bolts, screws, fixing

items, bonding materials etc., all tools and testers, etc. required for

carrying out the works have to be arranged by the contractor at his

own cost.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 117 Signature of Bidder

14.DETAILS OF REDEPLOYMENT SITES WHERE NODE Bs TO BE INSTALLED

S.No

2G

site

ID

Unique

ID

Redeploy

Site

Redep Site Name Site Address Tower

Type

Tower

Height

Antenna

Height

Building

Height IP/BSNL Lat Lan

1 3014 35180 3014_RL_ADYAR_GANDHI_NAGAR_II_B #55, REPCO BANK ,4TH MAIN ROAD GANDHI

NAGAR ADYAR, CH-20 RTP 14 22 13 NBSNL 13.00996 80.24933

2 3044 50765 3044_Kalakshetra Colony_New_C

Mr.A.Alagu Manikam S/o Mr.Alagar Samy No 19, I

st Cross Street, Tiger Veera Rayan Road, Opp. to 7

th Avenue, Besant Nagar, Chennai.

Cell:9444020732

RTT 15 22 7 IP/ASCEND 12.99519 80.268711

3 3050 50051 3050_Malar Bridge Adayar_C Mrs.Fahameedha, W/o K.Sirujideen No 12/2

Arunachala I St St, Adayar, Chennai-20. RTT 12 22 10 IP/ASCEND 13.00883 80.259397

4 3057 50618 3057_Marina_Square_Santhome_C

Mr.Hazi.M.Mobarak Ali,Marina Square

Buildings,Block 26/27 SanthHome High

Road,Mylapore,Chennai-4

RTP 7.5 26 19 NBSNL 13.03193 80.27778

5 3118 40297 3118_RL_TARAMANI_EVANS SCHOOL_C Evans Matriculation School, 18, Mariamman Koil

street, Tharamani, Chennai - 113 RTT 15 25 10 NB 12.98286 80.24041

6 3134 50088 3134_Kalakshetra Nagar_ ADY_C 14/1, 2 Kumaraguru Street, Laxmipuram,

Thiruvanmiyur, Chennai-41. RTT 16 18 7 NB 12.99091 80.26079

7 3138 50089 3138_Kandasamy ngr_Perungudi_B 2/280B, 7th cross street, Kandhasamy nagar,

palavakkam chennai - 41 RTT 20 26 7 IP/GTL 12.96592 80.253439

8 3139 50527 3139_RL_Jayanthi theatre_C CSC Computers, 140 LB road, Thiruvanmiyur,

Chennai-41 RTT 18 25 7 IP/INDUS 12.98925 80.25575

9 3141 50564 3141_Anaka Street_B Plot No:5, Door No: 7, Anaka Street, Velachery,

Chennai-42. RTT 18 25 7 IP/INDUS 12.97907 80.23064

10 3145 50733 3145_Kalakshtra rd_v.1_B P.Ramesh, Tamari Veni Illam, No.3, Balu Avenue,

Valmiki St, Chennai - 44 9884065999 RTT 20 27 7 IP/TVI 12.988567 80.259508

11 3146 50809 3146_Taramani_Linkrd_C Door No.1, godavari street, bharati nagar, taramani

link road, Chennai-13 RTT 15 22 7 NB 12.98096 80.23494

12 3148 50213 3148_Burma Colony Perungudi_C PLOT NO.52 Ist Main Road Avenue Thirumalai nagar

Perungudi Chennai 96 GBT 40 27 NA NBSNL 12.95937 80.24401

13 3153 50407 3153_Perungudi_venkteswara_ngr_C R.Ranganathan, 22, new india colony, 3rd st,

Perugudi Chenni - 96,mobile No.9841411402 RTT 18 26 10 IP/GTL 12.959593 80.235552

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 118 Signature of Bidder

14 3204 40290 3204_JERUSALEM_ENGG_COLLEGE_C

Jerusalem college of Engineering, Narayanapuram,

Velacherry-Tambaram Main Road, Chennai -

601302

RTP 13 28 16 NBSNL 12.94521 80.20736

15 3227 50244 3227_Madipakkam_C Plot No:271, Door No:3/43D, Plot No:271, Guber

Nagar Extn, 11th street, Madipakkam, Chennai - 91 RTT 15 22 7 NB 12.956565 80.204977

16 3232 50462 3232_Balaji_Nagar_C Plot No: 58, 25th Street, Balaji Nagar Extension - 2,

Chennai - 91 RTT 12 22 13 NB 12.974364 80.206282

17 3234 50509 3234_Kuberan NGR_Madipakkam_C S.J.Saraswathy, No,7/8, 2nd St, Govindaswamy

Nagar, Madipakkam, Chennai - 91. 9444662299 GBT 40 25 NA IP/TVI 12.961832 80.202282

18 3235 50592 3235_Pallikaranai_2_B 5A, Kannabiran Koil street, Pallikaranai, Chennai-

600100 RTT 16 26 10 NBSNL 12.93003 80.20398

19 3236 50675 3236_Lakshmi nagar_C S. Ramamoorthy, 9B, Mc Millian Colony, 4th Street,

Nanganallur, Chennai 600 061 GBT 25 24 NA IP/INDUS 12.97929 80.19029

20 3237 50687 3237_Madipakkam_Anna Nagar_C Plot No:1A, Vishal Nagar Extn, Madipakkam,

Chennai - 91 RTT 13 21 10 NB 12.95502 80.19303

21 3239 50749 3239_Madipakkam_new_V.1_B Manivannan, 22/8, Sabari Salai, Madipakkam, Ch -

91. 9941314804 GBT 40 32 NA IP/TVI 12.965601 80.189267

22 3244 50249 3244_Velachery3_B 24/1, 6th Street, Sarathy Nagar, Velacheri, Chennai. GBT 30 24 NA IP/INDUS 12.975144 80.222091

23 3247 50332 3247_Nanganallur_new_B Mr.P.veeraraghavan, No 1 3 rd street B.v nagar

south nanganallur, Chennai-61. Mob : 9840168725. RTT 21 23 7 IP/ASCEND 12.973782 80.183488

24 3249 51086 3249_Jalladianpet_C No.4/43, Pallavan nagar main road, Jalladempet,

Chennai - 100. RTT 12 21 11 NB 12.911989 80.197292

25 3253 51014 3253_Nethaji colony-v.1_C

Sy.no.600 (as per revenue record S.No.600/1A

part), Plot No.24, Block No.145, Brindavan Nagar

Extension, West Velachery, Velachery Village,

Mambalam - Guindy Taluk, Chennai.

RTT 15 21 8 IP/VIOM 12.982818 80.209187

26 3254 51179 3254_Mambakkam main road_IP_B Mambakkam main road_Medavakkam RTT 20 30 10 IP/VIOM 12.905886 80.189257

27 3260 51267 3260_Medavakkam _B Mr.Durai,No.3/93,Velachery Road, Medavakkam,

Ch - 600 100. Cell.No.044-22461386 RTT 18 19 7 IP/GTL 12.920276 80.196838

28 3261 50403 3261_Velachery_V.1_B

Mr.Baskar, No.9A, 10th Street, MGR Nagar,

Velachery, Chennai 600 042 – Contact :

9952906250

RTT 18 19 10 IP/VIOM 12.97842 80.21523

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 119 Signature of Bidder

29 3262 51345 3262_Periyar Nagar_ Medavakkam_B

C.Saraswathi,4/254,Cheran Street,Medavakkam

main road,Periyar Nagar,medavakkam main

Road,vellakal,Chennai-100,9840759661

RTT 18 28 10 IP/GTL 12.932019 80.181449

30 3308 40312 3308_PERUMBAKKAM_B

SHANKARA NAGAR,PERUMBAKKAM CHENNAI-

601302(KANCHIKAMOTI SANKARA HOSPITAL OPW

DPT)

RTT 12 15 7 NBSNL 12.898609 80.206202

31 3320 30621 3320_NBSNL_THIRUPPORUR_A #114 , Thandalam Main rd , Thiruporur. GBT 40 38 NA NB 12.714251 80.186235

32 3334 50015 3334_Sai Nagar Perungudi_C Door NO:1, Sri Sai Nagar, MCN Nagar Extension,

Perungudi, Chennai - 96 RTT 9 17 10 NB 12.948818 80.237599

33 3338 50102 3338_CTSNavallur_C # 1/6, I.T Highway Road, Adjacent to CTS, Navallur,

Chennai-603103 RTT 18 25 7 IP/INDUS 12.84361 80.22706

34 3340 50253 3340_Sholinganallur_B S/o Durai, No.17, Parameshwari Nagar,

Sholinganallur, Chennai - 119. RTT 20 20 4 IP/TVI 12.88827 80.227895

35 3346 50469 3346_Karapakkam_B

Dilli, Old No.58, New no.2/114, Gangaiamman Koil

St, Old Mahabalipuram Rd, Karapakkam, Ch - 97.

Dilli 9176038747

GBT 40 30 NA IP/TVI 12.913503 80.231928

36 3358 50093 3358_Mahabalipuram New Town_C

Mr.Mohamed Shamiuddeen. Old No:9 New no:7,

othavadai street, Mahabalipuram New Town

,Maballapuram-603104

RTT 12 17 7 IP/TVI 12.619947 80.194957

37 3361 50336 3361_Sathyabama University_B No:124, Balaji Nagar, Semphan Chery, Opp. DLF

School, Chennai. GBT 40 28 NA NBSNL 12.87108 80.208633

38 3373 51429 3373_Kelambakkam_New_B V.Chandran,Plot No.32, Ponnu Green Forms, Nr.

Chettinad Hospital, Padur, Chennai-603103 GBT 30 28 NA IP/TVI 12.79675 80.22176

39 3376 51447 3376_ARUPADAIVEDU_INST_TECH_C

The Principal,Arupadai Veedu Institute of

Technology, Vinayaga Nagar,

OMR,Paiyanur,Kanchipuram-603104

RTT 18 30 13 NB 12.656962 80.179973

40 3377 50258 Kelambakkam Thaiyur New Survey No:1594/14,Old Survey No:1348/1,Plot

No:46,Thaiyur village,Kelambakkam GBT 40 35 NA BSNL 12.77129 80.21279

41 3411 40953 3411_SAROJINISTREET_TNAGAR_B #26/1 Sarojini st, T.nagar, Ch-17 RTT 16 25 10 NBSNL 13.03738 80.23194

42 3430 45883 3430_RL_DURAISAMY_SUBWAY_B Suganthi complex, Old 37, New No:30,

Rameswaram Road, T.Nagar, Ch- 17. RTP 9 24 16 NBSNL 13.04004 80.22905

43 3435 50667 3435_RL_Vasan st_v.1_B

Mr. P. Ravisankar,"Athreya" Newno:6, Oldno:11/1,

jawaharlal nehru street, T. Nagar, Chennai -

600017, Ph:9841066493 / 28140866 / 28144645

RTT 13 22 10 IP/VIOM 13.04388 80.23041

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 120 Signature of Bidder

44 3438 50222 3438_Venkatnarayana Rd_T Ngr_B New No:4, Old No: 60, Kuppu Arcade,

Venkatnarayana Road, T Nagar, Chennai - 17 RTP 6 35 31 NBSNL 13.03955 80.23396

45 3442 50540 3442_CIT nagar_new_B

Mr.M.Ummuth Thahira / Abdul Bari, No: 11/5,

Pandiyan Street, CIT Nagar, Ch - 35 Ph: 9444729412

/ 9884125375

RTT 19 29 10 IP/TVI 13.028578 80.23329

46 3444 50673 3444_RL_Gurupuram_abiramapuram_B

Mr.T.Venkatesh, S/o D.A.Thiyagarajan, No:7/17,

Sabar House, Naina Street, St.Marys Road,

Gurupuram Abiramapuram Chennai-600018.

RTT 15 23.5 10 IP/TVI 13.0281 80.25914

47 3449 50098 3449_Alwarpet_ttk rd_C Kolphing Tower,New No.329,Old No.147,Previous

No.128,TTK Road,Aiwarpet,Ch-18 RTT 12 19 13 IP/GTL 13.03083 80.25165

48 3450 50743 3450_Jones Road-Saidapet_C Old no: 70, New No: 26, East Jones Road, Saidpet,

Chennai - 15. RTP 9 22 14 NBSNL 13.02518 80.22774

49 3502 40163 3502_KKNAGAR_BOBILIRAJASALAI_B NEW NO NO.1, BOBBILI RAJA SALAI, K K NAGAR,

CHENNAI - 78 RTT 18 24 7 NBSNL 13.04355 80.20892

50 3505 40169 3505_KKNAGARGANDHINAGAR_B

Vishnu complex, Plot No1, New No 37, BLN Prasad

nagar, VOC street, Kaikam

kuppam,Valasaravakkam, chennai.

RTT 20 27 8 NBSNL 13.03932 80.188

51 3511 40130 3511_KKNAGAR_2NDST_B Survey no 394/1, Plot no 1441, 2nd street, I sector,

K K Nagar, Chennai - 78 RTT 16 24.5 10 NBSNL 13.03676 80.20358

52 3517 40177 3517_MAMBALAM_THIRUVALLUVARST_C 33/1, Thiruvallvar Street, Ethiraja Nagar, West

Mamballam, Chennai-33 RTT 18 24 7 NBSNL 13.027482 80.217171

53 3520 51035 3520_KK _Ngr_ Ramasamy_B NO 793, RAMASWAMY SALAI, K K NAGAR, CHENNAI

- 78 RTT 18 24 7 IP/INDUS 13.041808 80.19573

54 3523 51115 3523_Kalaignar High Rd_MGR Ngr_B Y.Edward, No6, K K Nedunchalai, M G R nagar,

Chennai-78 RTT 18 26.5 10 IP/TVI 13.03553 80.20139

55 3524 50177 3524_Ashok Nagar5_C LORDS MANAR, 2/27, 66th Street, Ashok Nagar,

Chennai. RTT 15 25 10 IP/INDUS 13.03003 80.21451

56 3525 50178 3525_Jafferkhan pet_KKN_C Kuppammal, 12, Gangai Amman Koil St, Alaimestry,

Jafferkhanpet, Ch-83. 9840074382 RTT 25 29 7 IP/TVI 13.02674 80.21181

57 3533 50568 3533_West Saidapet_B Pichaiah, old No.70, Kothaivalchavadi St, West

Saidapet, Chennai - 16. 98418 77829. RTT 15 22 7 IP/TVI 13.02192 80.21521

58 3535 50684 3535_Jaffarkhan pet_west_v.1_B

Mr. K. Samikannu, New No. 58, Old No. 111,

Pillaiyar Kovil Street, Jaffarkhanpet, Chennai - 83.

Ph: 9884731615.

RTT 22 25 7 IP/VIOM 13.03111 80.20514

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 121 Signature of Bidder

59 3542 50398 3542_Virugambakam vembuliammn_B

Mr.Kirubakaran, 22 Shanmugamnayaka Street,

West K.K.Nagar,Virugambakkam, Chennai.

9283214833

RTT 18 27 10 IP/TVI 13.04316 80.19155

60 3544 50201 3544_vijayaragavpuram saligrm_B Mr. Wahid Khan, 109/51, 5th Street, Vijayaragava

puram, Saligramam, Chennai -600093 RTT 25 28 7 IP/VIOM 13.04399 80.20239

61 3545 50719 3545_Nesapakam_new_v.1_C

No.3/5, Senthamil Nagar Main Road,(Shanmugam

Street), Ramapuram, Chennai - 600

089.Cell.No.93834 91211

GBT 30 24 NA IP/GTL 13.03537 80.18748

62 3547 51508 3547_RAMAVARAM_EXCH_NEW_A IP Vendor TVI,No 4/6 Vallalar

salai,Ramavaram,Chennai. RTT 21 26 6 IP/TVI 13.02785 80.18346

63 3616 40001 3616_GM_SOUTH_OFFICE_A GM(SOUTH),GIE,GUINDY,CH-32 RTT 16 28 13 BSNL 13.013123 80.208242

64 3624 44311 3624_LITTLEMOUNT_A Little Mount Church, Anna Salai, Saidapet, Chennai GBT 40 27 NA NB 13.016038 80.226662

65 3632 50067 3632_RL_Alandur MKN Road_B Mr.Sahul, No.22, Dharmaraja Koil Street, Alandur,

Ch - 16. 9444083847 RTT 20 21 10 IP/TVI 13.00212 80.2057

66 3633 50069 3633_Ekattuthangal _new _C Mr.Jayaram, 6 /9, 3rd Cross, Achuthan Nagar

Ekkattuthangal Chennai - 600 032. RTT 16 22 7 IP/ATC_ITC 13.020669 80.201152

67 3635 50071 3635_Maduvankarai_Guindy_C Sindhu Apartments, No:43, Netaji Road, Ganesh

Nagar, Adambakkam, Chennai - 88 RTT 11 23 13 NB 12.99658 80.21019

68 3637 50233 3637_RL_Adambakkam_B

B.Govindammal w/o Balakrishnan, 158,

Karuneegar St, Adambakkam, Ch - 88. 98417

45800

RTT 19 23 10 IP/TVI 12.9938 80.2011

69 3638 50235 3638_Butt Road2_B Mr.Sampath Kumar 5/77,Butt Road,Mount

poonamali Road, chennai-16 9840449484 RTT 21 30 10 IP/TVI 13.007488 80.196381

70 3639 50246 3639_RL_MKN Road new v1_C 225,226, M.K.N Road, Alandur, Chennai - 16 RTT 20 26 7 NB 12.9992 80.20244

71 3644 50591 3644_Velachery2 By Pass Rd _B K.Vasudevan, Door.No.103, 100ft Byepass Rd,

Velachery, Chennai - 42. 9884795353 RTT 22 26 7 IP/TVI 12.98222 80.21817

72 3646 50670 3646_Velachery_TNHB Nagar_V.1_B G.Venkatesan, No.888, LIG 1st, TNHB Colony,

Velachery, Ch - 42. 9381037010 RTT 20 23.5 7 IP/TVI 12.99202 80.21426

73 3647 50677 3647_RL_Guindy Race Course Rd_C M.Susila, STD Booth Bldg,no.5, Chakarapani

st,Alandur rd, Guindy-600032 RTT 15 23 7 IP/INDUS 13.00347 80.21066

74 3649 50798 3649_Nandabakam_wood creek_C

Mr.Hemanth kumar, No.140/2, Wood creak

country Nandambakkam, Chennai - 89, Ph :

22321949, 2232939

GBT 30 29 NA IP/GTL 13.01495 80.18503

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 122 Signature of Bidder

75 3651 50803 3651_Vandikaran St2 VelchyV1_C Mr.Mayakannan,No:38, Neharu nagar, Vellachery,

Chn -42 9840450122/ 9940305456 RTT 18 21 7 IP/TVI 12.99419 80.21268

76 3653 51009 3653_Mahalakshmi_Nagar_B

S Sekar, No.65, Brindavan Nagar Main Road,

Mahalakshmi Nagar, Adambakkam, Chennai 600

088 - Ph 98404 24318

RTT 22 22 7 IP/TVI 12.98476 80.20501

77 3659 50241 3659_Geological india_C .Mohanamuralidharan No.53A, Ramar Koil

St,Nazarathpuram, st thomas mt, chennai - 16 RTT 18 21 4 IP/GTL 13.012961 80.199306

78 3664 50569 3664_MANAPAKKAM_C 3/241, manapakkam Main Road, Porur, Chennai -

116 (Near to MIOT Hospital) RTT 15 21 7 NB 13.01993 80.18132

79 3670 50651 3670_Lake View Road_Adambakkam_B

A. Rathina pandian, No:66, Bearing patta no:479,

No:37, Erikkarai road, Lakeview road, adambakkam

village, Alandur municipality, Chennai - 600088

RTT 15-12 24 10 IP/VIOM 12.98994 80.20114

80 3672 51384 3672_Olympia_Ekkattuthangal_B Chandrasekaran, S/o Thanigachalam, 1/1,3rd

Poomagal Street, Ekkattuthangal,Chennai RTT 18 25 10 IP/VIOM 13.016172 80.203214

81 3704 40279 3704_PAMMAL_ANNA_NAGAR_B Shanmuga Super Market, Plot No-18, Nalla Thambi

Road, Anna Nagar, Pammal Chennai-75 RTT 12 18 7 NBSNL 12.977268 80.141175

82 3709 25622 3709_RL_THIRUSULAM_A Police Microwave Station,Tirusulam Hill,Chennai-

100 GBT 12 12 NA NB 12.970982 80.161282

83 3729 50033 3729_Secretariat clny Palvrm_B Sudha Timber Annexe Building, 42, GSt Road,

Pallavaram, Chennai - 43 RTT 16 25 10 NB 12.96554 80.14869

84 3732 50395 3732_RL_Nanganallur_II_C 61a, College rd, Nanganallur, Chennai-61. RTT 13 17 7 IP/INDUS 12.986422 80.181687

85 3742 51079 3742_Ponniamman Koil St_V.1_C Mr. Vasudevan 3/2E, poniamman koil 1st street

chennai-43 Ph: 984061415 RTT 15 21 7 IP/GTL 12.9738 80.147802

86 3745 50010 3745_Bharthi Nagar_C

R. Dayalan, No:158 & 125, New S.No:90, Jameen

Pallavaram, Tambaram, Kanchipuram,

Ph:9710108695 / 9444253515

RTT 15 19 7 IP/VIOM 12.964907 80.157969

87 3746 50326 3746_Nanganallur_New_V.1_C Old No:28, New no: 32, Ram Nagar 2nd Main Road,

Nanganallur, Chennai - 600 061. RTT 17 23 7 NB 12.98649 80.19424

88 3747 50685 3747_Radha nagar Main rd_v.1_B

Mr.Gnasekar, No.5 V, Big Street, Jammen

Royapuram, Chrompet, Chennai-44. Mob.98413

05566.

RTT 15 21 10 IP/ASCEND 12.948791 80.15615

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 123 Signature of Bidder

89 3751 51408 3751_PAMMAL_SANKARA_SCHOOL_C S.No.141/7, Plot No.68, D.No.1,Jayatheerthana Rao

Street,LIC Colony Extension,Pammal,Chennai-75 RTT 16 25 10 NBSNL 12.9718 80.12702

90 3752 35022 3752_THIRUNEERMALAI_C P.No. 3,Thiruneermalai High Road, Pammal Ch GBT 40 40 NA NBSNL 12.96743 80.11846

91 3757 40239 3757_PAMMAL PASUMPON NGR_B No 4, Deivanayagam Street, pasumpon nagar,

Chennai - 75 RTT 16 24 7 NBSNL 12.98085 80.13549

92 3761 50043 3761_SUBBARAYA NAGAR_CHR_C S. No: 303A, D NO: 3, Thiruneermalai Main Road,

Parvathipuram, Chromepet - 44 RTT 15 22 7 NBSNL 12.95812 80.128584

93 3767 51178 3767_Anagaputtur_TMB_C

Anakaputtur North, Plot No.16, Krishna Street, Sri

Venkateswara Nagar, Anagaputtur, Chennai 600

070, 9840814572

RTT 18 22 7 IP/GTL 12.987052 80.132702

94 3773 51374 3773_Zamin Pallavaram_C Zamin Pallavaram, Plot NO.3, Subham Nagar, Part

II (Extn), Old Pallavaram, Chennai 600117 RTT 18 22 7 IP/GTL 12.96384 80.17497

95 3811 50987 3811_RL_Tambaram sanatorium_B No: 864, GST Road, Priya Hospital, Tambaram

Sanitoriyum, Chennai RTT 13 22 10 NBSNL 12.937909 80.129308

96 3816 40295 3816_KAMARAJAPURAM_B SARASWATHY ILLAM, NO. 3, ANNA STREET,

KAMARAJAPURAM, EAST TAMBRAM, CHENNAI -73 GBT 40 30 NA NBSNL 12.92368 80.15381

97 3826 51365 3826_Chitlapakam_Hsthinapuram_B

PATTA NO.762, S.NO.1.2A, CHITLAPAKKAM

VILLAGE, TAMABARAM TALUK,

CHENNAI.(No;162,Lakshmi Street,Saraswathi

Colony,Chennai-600064.)

GBT 40 30 NA IP/VIOM 12.935338 80.147711

98 3831 45260 3831_RL_TAMBARAM_IRUMPULIYUR_C Fatima Manzil,12/11 Bhartiyar Street ,

Irumbulaiyur, Chennai RTT 15 25 10 NBSNL 12.91713 80.10649

99 3833 50013 3833_Bhuvaneshwari Ngr Selayur_B No.59, 7th Street, Bhuvaneshwari Nagar, Selaiyur,

Chennai-73 RTT 13 19 7 NB 12.90436 80.14895

100 3835 50683 3835_Madambakkam_Balaji Nagar_B

Mr. G Rathinavelu, No.3/14, 1st Cross, Balaji Nagar,

Madambakkam, Chennai 126 Ph. No.600 126 Ph.

No.9444284227

RTT 18 22 7 IP/TVI 12.910085 80.146449

101 3837 50150 3837_Madambakam_Pilayarkoil_St_B A.alponsa, No: 2/48, Veeramamunivar street,

Agaram street, Meppedu post, Chennai-73 GBT 40 35 NA IP/TVI 12.886706 80.146147

102 3844 50385 3844_CMT_Purushothaman ngr_C Flat No:92, Door:11/6, Purushotham nagar, 5th

street, Chennai-44 RTT 15 25 10 NB 12.94448 80.14661

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 124 Signature of Bidder

103 3846 50764 3846_Selaiyur_B Plot No.16B, 6th Cross Street, Ayyappa Nagar,

Rjakilpakkam, Sembakkam, Chennai-73 RTT 17 22 7 NB 12.92066 80.14433

104 3849 50991 3849_Chrompet_Hastinapuram_C Mr.V.Manogar NO 7 5th Street Vinabath Nagar

Hasthinapuram, Chennai-64 9940065969 RTT 15 20 7 IP/TVI 12.93917 80.15384

105 3850 50506 3850_Saraswati ngr_CHR_B

Mr.D.Sathish Kumar S/o Mr.P.Desingh, Plot No.22/

1A-5B-C, 2nd Cross Street, Thirumagal Nagar,

Selaiur, Chennai-73. Cell:9962004652

RTT 13 20 7 IP/ASCEND 12.92941 80.14674

106 3851 50562 3851_Gowrivakkam East_V_B No. 63, Bajanai koil street, Sembakkam,

Kanchipuram, Chennai - 73. RTT 15 22 7 NB 12.92274 80.1637

107 3854 50753 3854_Kalamegam st_East TMB_B

Sy.No.134/2C1A1A1A/2A1A, Plot No.2, Rajendran

Nagar Main Road, No.112 Selayur Village,

Thambaram Taluk, Kanchipuram District, South

Chennai Reg. District.

GBT 30 27 NA IP/VIOM 12.923241 80.132594

108 3855 50325 3855_Sudarshan_Nagar_B PLOT NO.82, 1ST MAIN ROAD, SUDHARSAN NAGAR,

MADAMBAKKAM, CHENNAI - 600073 GBT 40 35 NA IP/VIOM 12.9091 80.15783

109 3857 50250 3857_Viijayanagaram_Area_B K.Parameswari, Survey No:55/3A1A2, Vengaivasal

Village, Saidapet Taluk, Shengai M.G.R District. RTT 13 20 7 IP/VIOM 12.916126 80.17477

110 3862 50376 3862_Thiruneermalai west Tbm_B

N Vasantha, ,Old No.100,New No.46,

Thiruneermalai Rd, West Tambaram,Chennai-

600045

RTT 13 19 7 IP/GTL 12.93595 80.113037

111 3866 50757 3866_Tambaram East V.1_C Old No. 39A, New No. 28, Gandhi Park Opp,

Agasthiyar St, East Tambaram, Chennai-59 GBT 40 25 NA NBSNL 12.92763 80.12723

112 3919 50600 3919_Guduvancheri_TAM_C Mr.Dharmalinga Mudhaliar,No.20,Brahmin

Street,Nandhivaram,Guduvancheri, Chennai. GBT 40 35 NA IP/ATC_ITC 12.842844 80.068482

113 3923 50006 3923_VengadamangalamCHR_C S.No.52-2B5, Venkatamanagalam GBT 40 38 NA NB 12.864933 80.161772

114 3925 50034 3925_Sai nagar_Mudichur _B NO.3, SRI SAI NAGAR, MUDICHUR,

VARATHARAJAPURAM, CHENNAI GBT 20 20 NA IP/INDUS 12.90868 80.069142

115 3929 50042 3929_Kolapakkam_C S. Parthasarthy, No 11, Kolapakkam Main Road,

Vandalur Via, Chennai 600 048 GBT 40 29 NA IP/INDUS 12.870731 80.107511

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 125 Signature of Bidder

116 3933 50243 3933_Peerkankaranai_C 97/3, Easwaran Koil Street, Nedungunram, Chennai

- 48 GBT 40 40 NA NB 12.88374 80.11305

117 3938 50373 3938_RL_Guduvanchery_neww_B No.48 GST Road,Radha Nagaram, near EB office,

Nandivaram,Guduvanchery RTT 15 22 10 IP/VIOM 12.852159 80.065919

118 3939 50374 3939_Mudichur_New_ V_C 4/116, Mudichur Main Road, Mudichur, Chennai -

48. GBT 40 35 NA NB 12.916091 80.07219

119 3943 50712 3943_RL_Urapakkam_new_B

B.Jayakumar, No.4, Ambedkar 2nd st, Selvaraj

Nagar Extn 2, Urapakkam, Kanchipuram 603211

9442578593

RTT 15 22 7 IP/TVI 12.865413 80.064513

120 3950 50582 3950_RL_Perungalathur_V_B 23, Srinivasa Ragavan Road, Srinivasa Nagar, New

Perungalathur, Chennai - 63. RTT 16 24 10 NB 12.9063 80.09492

121 3951 50175 3951_RL_Urapakkam south_C

Mr. V Monaharan, No.70, Ganapathi Nagar

Extension II,(Water Tank 2nd Street) Guduvanchery

West, Kancheepuram Dist Ph. No.9444816710

RTT 19 25 7 IP/TVI 12.854381 80.060799

122 3958 50149 3958_RL_Kattangalathur_B S.No: 2985-14, 295-15A1, Plot No: 10, Thiruvalluvar

Street, Kattankolathur village. GBT 40 30 NA NB 12.80976 80.03312

123 3962 51170 3962_TMB_Madurvoil_outerringrd_C

Mr saantharam,No 14,Thiruvallur Street,Krishna

Nagar Extension,West Tambaram,Chennai-

45<ph:9941327360

GBT 30 27 NA IP/GTL 12.919736 80.100306

124 3964 50036 3964_Muduchur_B Mr.Madhavan,SM Hardwares, No-2, 2nd Street,

Bharathi Nagar, Old Perungalathur,Chennai-45 RTT 13 18 7 IP/GTL 12.9198 80.09233

125 3965 51264 3965_Urapakkam East_C Mr.E.Lingamoorthy,Mr. Rajasekeran, No. 18

Sivasami st., Oorapakkam, Kanchipuram- -603202 RTT 16 21 7 IP/GTL 12.857746 80.076486

126 3969 51088 3969_THIRUMUDIVAKKAM_B BSNL, Thirumudivakkam, SIPCOT Industrial Estate,

Chennai. GBT 35 33 NA BSNL 12.97407 80.09124

127 3973 51526 3973_PERAMANUR_MMNGR_FORD_B S.No.48/2,49/2B,New S.No.48/75A,49/3B

Peramanur GBT 50 35 0 IP/TVI 12.78622 80.01208

128 4021 44317 4021_MELMARUVATHUR_TEMPLE_CPT_C Temple complex,Chennai-Tindivanam

Highway,Melmaruvathur RTP 9 19 10 NBSNL 12.43005 79.83191

129 4028 45740 4028_KALPAKKAM_NEWTOWN_CPT_B Kaplakkam New town, Kancheepuram GBT 40 35 NA NB 12.52162 80.161081

130 4040 50057 4040_T K K Town_V_CPT_B Plot no:10, Met street, Thirukulkundram,

Kanchipuram dist.-603109 GBT 40 38 NA NB 12.602813 80.055478

131 4090 50368 4090_Thatchur Road_MDK_CPT_B Pattabiraman reddiyar Ld, RS No. 20/10,

Arunkunam Road, Madurantagam GBT 60 40 NA IP/GTL 12.50057 79.89168

132 4101 45286 4101_KCPM_TALUK_OFFICE_KCM_C Kanchipuram Taluk Office,Kanchipuram RTP 6 19 13 NBSNL 12.833058 79.703053

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 126 Signature of Bidder

133 4107 10258 4107_RL_THAMARAITHANGAL_KCM_A White gate, kanchipuram GBT 40 39 NA NBSNL 12.87519 79.69689

134 4116 51102 4116_RL_Paranur_CPT_C Mr.Srinivasan, Plot No;42,Daga Nagar,

chettipunniyam Panchayat, Paranur, Chengalpet Tk. RTT 18 22 7 IP/ASCEND 12.73929 79.98649

135 4119 40831 4119_ANNANAGAR_CPT_A Smt.Krishnaveni W/o Victor 27/2 Christ St Periya

Melamayur Vallam Chengalput 2 GBT 40 30 NA NB 12.67266 79.98891

136 4137 45531 4137_ANNA_NINAIVU_ILLAM_KCM_C Anna avenue ,Little Kanchipuram GBT 40 40 NA NB 12.821274 79.723928

137 4139 45634 4139_TKK_JUNCTION_CPT_B S.No:553/1, 553/2,84,GST road, Ratinam kinaru,

Chengalpattu. RTT 15 25 10 NB 12.68364 79.98322

138 4142 45527 4142_RL_KAMRAJ_NAGAR_KCM_C CSI Church, No:15G, Damalvari street,

Kancheepuram-600116 RTT 15 25 10 NB 12.845917 79.709253

139 4146 45635 4146_RL_PERIANATHAM_CPT_B S.No.1160/V, Mettu street, Big

natham,Chengalpattu. RTT 15 22 7 NB 12.69573 79.97002

140 4148 50433 4148_RL_Dhimmavaram_CPT_B CR Ravi,No;213,Mahalakshi

nagar,Thimavaram,Chengalpet GBT 40 38 NA IP/VIOM 12.7036 79.96888

141 4151 50112 4151_RL_Ayyampettai_KCM_C Plot No.107,North street,Bazzar lane,Ayyampet

village,Kancheepuram GBT 40 40 NA IP/VIOM 12.809651 79.761134

142 4179 51104 4179_RL_Railway_Station_CPT_B Mr.Lakshmipathy, No 7 GST Road,Chengalpet-1

9443639402 RTT 18 27 10 IP/TVI 12.689 79.98218

143 4180 51108 4180_RL_SP Koil street_V_CPT_B S. No: 69-6, Ratna Mahal Mandabam Street,

Singaperumal Koil Village, Kanchipuram Dist RTT 15 22 7 NB 12.76214 80.00436

144 4185 50438 4185_Periya Street_V_KCM_C No: 64A/1, Salai Street, Kanchipuram - 631 502 RTT 12 24 13 NB 12.84514 79.69583

145 4189 50195 4189_Vallam_CPT_C

Mr.Muruganadham,Andalamma,Tandiperuvar

street,Nerunagar,vallam,chengalpet

Tk,KanchipuramDT-603002 9841916135

GBT 40 30 NA IP/TVI 12.675912 80.002954

146 4190 51299 4190_Collector_Office_ Rd_KCM_B

K.G. Raja, Sy No 741/1A3, old sy No.741/1, Part

No.25J/1, New No.59, Bangaru Essappan street,

Kanchipuram - 631205, Ph:9789761176

RTT 12 22 10 IP/VIOM 12.821798 79.707337

147 4211 40868 4211_RL_TIRUR_TVLR_A Telephone Exchange, Tirur (Sevapet) GBT 40 36 NA BSNL 13.11972 79.96159

148 4215 44312 4215_TIRUNINDAVR_ANTNYNGR_TVLR_B Antony Nagar, via Lakshmipuram, Thiruninravur GBT 40 38 NA NB 13.12855 80.0253

149 4224 40842 4224_SAINTGOBAIN_SPD_C Saint Gobain near sipcot, sriperumuthur GBT 40 39 NA BSNL 12.9276 79.91203

150 4228 40878 4228_MATTUR_SPD_A Mattur Exchange GBT 30 25 NA BSNL 12.873483 79.939121

151 4233 45285 4233_KAMBAR_AVENUE_TVLR_C Kambar Avenue,Kanchipuram. GBT 40 38 NA NB 13.12736 79.92761

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 127 Signature of Bidder

152 4235 45228 4235_TVL_COLLECTORATE_TVLR_C S. Parandhaman, S. No:72/3A, Door No: 131/3,

Nethaji Street, Toll gate, TVLT TK & Dt RTT 15 21 7 NB 13.14392 79.89433

153 4240 50211 4240_Gandhi Road_TVLR_B J.Selvi Justin, new No: 105, Gandhi Road,

Thiruvallur, -6002001, Ph: 9994757225 RTT 25 31 7 IP/TVI 13.14459 79.903304

154 4269 50166 4269_RL_Kakkalur_TVLR_C

Mr.Thirunavukarasu, Plot no 1 , Ist St, Ramapuram

Village, Tiruvalluvar Taluk, Tiruvalluvar Dist,

Chennai-25. Mob : 9840227064, LL : 044-27600735

GBT 40 40 NA IP/ASCEND 13.128545 79.938811

155 4275 50126 4275_RL_Manavaalan_Nagar2_TVLR_B N. Devendran, No:1, Bharathiyar street, Manavalan

Nagar, Tiruvallore, Ph:9382141847 GBT 30 24 NA IP/VIOM 13.11147 79.91136

156 4283 50230 4283_Rajaji street_TVLR_B Mrs.S.Shanthi w/o Seshadri, no;53,Kamachi

avenue,Kannathasan nagar,Thiruvallur. RTT 18 26 10 IP/VIOM 13.13702 79.90711

157 4302 40355 4302_ARAMBAKKAM_PON_A Telephone Exchange, Arambakkam (By the side of

NH4) GBT 40 38 NA BSNL 13.542083 80.069279

158 4307 40879 4307_PALAVAKKAM_TVLR_A Telephone Exchange, Palavakkam GBT 40 39 NA BSNL 13.3193 79.960941

159 4310 44014 4310_ARANI_PON_A Arani,Tiruvallur GBT 40 37 NA NBSNL 13.330259 80.084277

160 4318 40356 4318_RL_GUMMDIPOONDI_RSU_PON_B

4/99 GNT Road, Santha nilayam ,BSNL old town

RSU Tele Exch, Gummidipoondi Taluk,

Gummidipoondi-601201

GBT 40 35 NA BSNL 13.40745 80.128053

161 4319 40357 4319_RL_KAVARAIPET_PON_B Kavaraipet Exchange (Near the bridge) GBT 40 35 NA BSNL 13.36572 80.13892

162 4324 44017 4324_THATCHUR_PON_A Thatchur junction near Ponneri,Tiruvallur GBT 40 38 NA NB 13.297394 80.148314

163 4339 40370 4339_ATHIMANJERIPET_TRN_A S.no.185/18,Mettu street,Athimanjeripet GBT 40 34 NA BSNL 13.25364 79.43437

164 4386 50536 4386_New_Gummudipoondi_PON_C No:2/121, Chairman Kandaswamy Street, New

Gummidipoondi, Chennai - 601 201 GBT 40 37 NA NB 13.40115 80.11734

165 4387 51100 4387_Uthukottai_ANR_TVLR_B S. No: 527/2A, Nagalapuram Road, Uthukottai,

Uthukottai Tk, Tiruvallur District GBT 40 35 NA NB 13.332678 79.886019

166 4391 50137 4391_Marthandi Temple_TRN_C 111,Old Bazaar street, Tiruthani- 631 209 RTT 12 22 10 NB 13.18219 79.61455

167 4392 51188 4392_RL_Ponneri Town_1_PON_B

Rani ammal, Old No:212, Newno:319,

Vivevakananda street, TV Puram, Ponneri - 601204,

Ph:9381067136

GBT 35 30 NA IP/VIOM 13.325187 80.199606

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 128 Signature of Bidder

168 4398 51220 4398_Pallipet_TRN_B

MR.T.GURUVAIYYA CHETTY,31,BAZAR

STREET,PALLIPATTU,THIRUTANI

TALUK,Cont:Mr.Nagaraj Chetty,PH:9843346752

GBT 60 32 NA IP/VIOM 13.33596 79.44014

169 4399 50424 4399_Gummidipoondi_sipcot_PON_C

Mrs.V.Kavitha, No 710A TNHB North SIPCOT road,

Pappamkuppam, Gummidipondi, Thiruvallur -

601201 9282107603

RTT 25 21 7 IP/TVI 13.4236 80.1125

170 4405 51367 4405_Periapalayam_V.1_PON_C Devdutt's land, S.No 267/9, palayakarar Street,

Periyapalayam,Tiruvellur Dist. GBT 40 35 NA IP/GTL 13.309326 80.047567

171 302 50187 Ponniamman_Nagar_C

4/672, Thiru Veedhi AmmanStreet, Periya

Kolathuvanchery, Ayyappanthankal, Paraniputhur,

Chennai - 602 101

GBT 30 20 NA NBSNL 13.03022 80.1345

172 304 50980 Sakthi_Nagar_C Door No: 3-111, 5th Cross Street, Ganesh Avenue,

Shakti Nagar, Porur, Chennai - 6. RTT 18 22 7 NBSNL 13.02661 80.16397

173 324 50530 IP_A'pkm_Gandhi_Rd_C No: 10, Periyar Street, Rajiv Gandhi Nagar,

Alapakkam, Ch - 116 9789820113 RTT 19 21 7 IP-TVI 13.04399 80.16372

174 331 50672 IP_Valas'vkmIII_C

Mr.Viond, 42, Majestic Colony Main Road, 1st

Floor, Valasaravakkam, Chennai-87.

Mob:9381061000

RTT 19 22 7 IP-TVI 13.03872 80.18051

175 335 50963 Ayyapanthangal_Tvkd_C Plot No: 5, Krishnaveni Ammal Nagar, 1st Street,

Iyyappanthangal, Chennai - 98 RTT 17 23 7 NBSNL 13.04213 80.13728

176 344 40235 CHETTIAR_AGARAM_C #45, Vijaya Lakshmi nagar, chettiyar Agaram,

Chennai-77 GBT 30 26 NA NBSNL 13.0464 80.14465

177 352 50711 IP_Porur_South_C Anburaj, No.48, Vinayagar Koil St, New Colony,

porur, Ch - 116. 9940267343 RTT 21 22 7 IP-TVI 13.03473 80.16076

178 366 51203 IP_Kattuppakkam_II_C No-(2/6)/(2/17),Murugan Kovil

St.,Kattupakkam,Poonamallee,Ch-56. RTT 13 20 10 IP-GIL 13.03989 80.12856

179 367 51202 IP_AshokResidency_C

Tamilselvi B,No.1/32-A, Pillaiyar Kovil Street,

Ayyapanthangal Village,Sriperumbudur Taluk,

Kancheepuram - 0

GBT 40 30 NA IP-WTTIL 13.036 80.13921

180 373 50756 IP_PorurWirelessStn_C V.MARAN, New.no.25, Wireless Station road, Porur,

Chennai-116 GBT 18 15 NA IP-INDUS 13.03072 80.15477

181 374 50674 IP_L&TClnyMana'pkm_C K.R. Raghunandan, Plot No 41, C.R.R.Puram, L & T

Colony, Manappakam, Chennai - 600116 GBT 25 24.5 NA IP-INDUS 13.01607 80.17353

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 129 Signature of Bidder

182 378 50864 Madhanandhapuram_C No: 5/307, Shanmuga Nagar, Madhanandapuram,

Kundrathur Road, Porur, Chennai - 116. RTT 16 22 7 NBSNL 13.02179 80.14591

183 381 50508 IP_Gerugambakkam_C Plot.No.4.Chakrabani Nagar,Gerugambakkam

village,Sriprembudur taluk,Kancheepuram GBT 30 30 NA IP-WTTIL 13.01376 80.14252

184 404 40298 QUEEN_VICTORIA_ROAD_C 3/77, Queen Victoria Road, Poonamallee, Chennai -

56 RTT 19 26 7 NBSNL 13.04895 80.10477

185 405 40317 PML_KASTHURICOMPLEX_C Kasturi complex, No 7, Bypasss Road, Senneer

Kuppam, Poonamallee, Chennai -56 RTT 12 19 7 NBSNL 13.05692 80.11663

186 368 50389 IP_KarambakamPorur_C No:5/20, 1st Street, Arunachalam Nagar,

Porur, Ch-116. GBT 30 25 NA IP-INDUS 13.02082 80.1561

187 426 25119 BSNL_P'MALLEE_EXCH_C Poonamalee Exchange,Poonamalee Chennai-56 GBT 60 30 NA BSNL 13.04954 80.08762

188 429 51197 IP_Gangas'yNgrPOMLI_C Mr.Sampath,No:19,4th

street,Srinagar,Poonamalle,chennai:56,9444385037 GBT 35 20 NA IP-GIL 13.04662 80.10117

189 439 45254 BSNL_ETAJASMINE_C ETA Jasmine Court(Apartments),Porur RTP 6 24 19 NBSNL 13.04548 80.11979

190 441 50742 IP_Sener'kupamPHRd_C V.Girirajan, 1/87, Avadi Road, Seneerkuppam,

Chennai - 600056. GBT 40 40 NA IP-TVI 13.06344 80.10993

191 451 50497 IP_Pon'maleGopalNgr_C

Mr.T.UdayaKumar, 53A/53 Dharamaraj Kovil Street,

Poonnamalli, Chennai-56 9791188583&

9791188582

RTT 15 20 7 IP-TVI 13.051856 80.102014

192 452 50754 IP_Sridevi_Kuppam_C V.KASTHURI, No 1, Sri Devikuppam main road, Sri

Devikuppam, Valasaravakkam, Chennai - 87 RTT 14 21 10 IP-INDUS 13.04832 80.1776

193 453 51198 IP_Karayanchavadi_B Karayanchavadi, NO.4/127, Avadi Road,

Karayanchavadi, Chennai 600056 RTT 15 22 7 IP-GIL 13.04642 80.11206

194 461 50964 Koranathur_Road_C Plot No:8, Manali Sarvanan Nagar, Opposite

Electricity Office, Mangadu, Chennai - 602101 GBT 40 30 NA NBSNL 13.037809 80.114188

195 465 50495 Kundrathur_II_C No: 40, Duraisamy Mudaliar Street, Kunrathur,

Chennai - 69 RTT 15 25 10 NBSNL 12.99932 80.09516

196 467 50984 IP_Kundrathur_New_C Old No: 2, New No: 111/27 Moonram Kattalai

Village, Sriperumbudur Taluk GBT 40 28 NA IP-WTTIL 13.005576 80.110425

197 470 50151 ManikandanNgr_CHR_C

S. No: 18/10, Door No: 19, Kundrathur Pallavaram

Main Road, Karaima Nagar, Kundrathur, Chennai -

69.

GBT 35 30 NA NBSNL 12.99291 80.11431

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 130 Signature of Bidder

198 473 51192 IP_Kundrathur_South_C

Mr.R.Selvam, S/o. Mr.Ramachandra Mudaliyar,

Sy.No.1153, As per Patta Sy.No.1153/11, O.No.249,

Pl.No.28, Parvathi Street, Ramachandra Avenue &

Nagar, Kundrathur Village, Sriperumbuthur Taluk,

Kanchipuram District PH: 9381028634

GBT 40 30 NA IP-WTTIL 12.99124 80.094168

199 3203 30333 3203_NBSNL_PALLIKARANAI_A #9, 1st main rd., Chittibabu nagar,

Pallikkaranai,Chennai-601302. GBT 40 30 NA NBSNL 12.93585 80.20292

200 3225 50141 3225_Keelkattalai_New_V_C 26, Ambal Nagar, Main Road, Opp. Tember Depo,

Keelkattalai, Chennai - 117 GBT 40 30 NA NB 12.95153 80.18386

201 3454 50440 3454_BOAT_CLUB_ROAD_C BOAT_CLUB_ROAD,R A PURAM,CHENNAI. RTP 9 22 13 NBSNL 13.022747 80.251069

202 3648 50761 3648_Ekkattuthangal_V.1_C Dheenadayalan, 91/1, Poonamallee High Rd,

Ekkatuthangal, Ch-32. 9940666766 RTT 15 22 13 IP/TVI 13.02133 80.205619

203 3654 51081 3654_Kannika Puram_V.1_C

Mr.Periyaa Nagayam,4/18,FIRST

STREET,KANNIKAPURAM,VELACHERI MAIN

ROAD,GUINDI,CHENNAI-600032,Cell:9884168385/

9094714940.044-22300214

RTT 20 26 7 IP/VIOM 13.00406 80.220313

204 3663 40282 3663_MANAPAKKAM_ASHRAMROAD_C 3/241, manapakkam Main Road, Porur, Chennai -

116 (Near to MIOT Hospital) RTT 15 21 7 NBSNL 13.01722 80.17751

205 3739 50800 3739_RL_Alandur_Hopman Street_C Mr.J.Moses, 3/2, Hopman Street, 1st Street,

Alandur, Chennai-16. 9884525212 & 22328246 RTT 20 23 4 IP/TVI 12.9967 80.19441

206 3845 50554 3845_RL_IrumbuliyurEastTambarm_C

Mrs.Sumathi, No 12, Chenniamman Kovil 2nd Cross

Street, Irumbuliyur, East Tambaram, Chennai-59

9940246555& 900309188

RTT 18 24 7 IP/TVI 12.918242 80.110473

207 3909 40586 3909_KATTANGULATHUR_RAILNAGAR_C NO-111/3, 13TH CROSS STREET, RAIL NAGAR,

KATTANGULATHUR, CH-603203 GBT 40 30 NA NBSNL 12.79485 80.03679

208 4188 51183 4188_Mahendra City_CPT_C Mahendra City RSU, Mahendra World City ,

Administrative block, Central avenue, Chennai. RTP 3 16 13 NBSNL 12.73014 80.00022

209 4388 50512 4388_RL_Gummidipoondi_OT_PON_C Door No: 273, Subash Chandra Bose Street, GNT

Road, Gummidipoondi - 601 201 GBT 40 35 NA NBSNL 13.40422 80.12753

210 383 50390 MugalivkmGursamyNgr_C 1/433, Nehru Street, Guruswamy Nagar,

Mugalivakkam, Chennai - 116. RTT 13 19 7 NBSNL 13.02292 80.15993

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 131 Signature of Bidder

211 376 50707 Periapanicherry_C No. 1/28, Anna street, Periapanichery,

Chennai-600122, 9444808950 GBT 31 26 NA NBSNL 13.03989 80.13197

212 3030 45281 KOTTURPURAM_GSTHSE_C Kotturpuram GST House,Kotturpuram RTT 15 24 12 NBSNL 13.0186 80.2379

213 455 51273 IP_MangaduMelrap'm_C

V.Thirunavukarasu, No.61, New No.17, mariamman

koil st, melranganathapuram,mangadu, chennai -

101 mobile No.9952979151

RTT 21 21 4 IP-GIL 13.03432 80.10255

214 3824 40711

RL_TAMBARAM_WEST_MINI_B

Uniquearcade, # 146, Gandhi Rd, West

Tambaram, Chennai-45

(BacktoNationalTheater)

RTT 19 21 7 BSNL 12.92932 80.11926

215 315 50522 IP_Ramapuram_II_C

Mrs.Vedavalli W/O M.Ravichandran 1/29A

Naidu Street, Ramapuram, Chennai-89 Ph.

No.9444691741

RTT 20 21 7 IP-TVI 13.02661 80.17255

216 329 50795 IP_Rama'pmAnan'mNgr_C R.Anandan,Plot No.24,1st Street,Anandam

Nagar,Ramapuram,Chennai-89 RTT 15 20 8 IP-ATC 13.04053 80.17775

217 3241 50545 IP_Velachery_new_C 42,Medavakkam main

road,Velachery,Chennai. RTT 20 21 7 IP-GIL 12.9733 80.2197

The tentative sites list is furnished in the tender. However the exact details of the sites will

be intimated along with the work order to the prospective bidder. There will be variations in

the above list and the decision of BSNL, CHTD shall be final in this regard.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 132 Signature of Bidder

15.DEATAILS OF 2G REDEPLOYMENT SITES WHERE CTUs ARE TO BE INSTALLED

S.N

o

2G

site

ID

Unique

ID

Redeploy

Site

Redep Site Name

Tow

er

Type

Tow

er

Heig

ht

Anten

na

Height

Buildi

ng

Height

Anten

na

Used

LAT LAN BSNL/NB

/IP Address

Existi

ng

BTS

Type

(ID /

OD /

RRH)

1 264 35015G 264_Vellavedu_C_1 GBT 40 40 NA Single

Band

13.068

11

80.0391

4 NB

Open Land #22, Muttu Nagar, 40 ft Road,

Vellavedu, Chennai ID

2 257 40319G 257_NAZARATHPET_B_1 GBT 35 35 NA Single

Band

13.042

94

80.0769

7 NB

Plot No 1B, Thamarai Street, Anbarasu

Nagar, Nazarathpet, Poonamalee, Chennai

602 103

ID

3 260 51258G 260_IP_Bang'oreHW_Mot

el_C_1 GBT 35 29 NA

Dual

Band

13.045

07

80.0670

2 IP-GIL

Sivamani, bangalore Highway, Opp:motel

highway, thirumalaisai, chennai ID

4 265 50968G 265_Malayambakkam_C_1 GBT 40 31 NA Dual

Band

13.029

23

80.0846

1 NB

No.2/4, NW James Street,

Malayambakkam North, Chennai - 602

103.M.No.9840187399

ID

5 258 25477G 258_BSNL_MEVALUR'KPM

EXG GBT 40 32 NA

Single

Band

13.014

28

80.0033

1 BSNL

Mevalurkuppam RSU,tandalam

post,Chennai ID

6 263 35014G 263_BSNL_T'MAZHISAI_RS

U GBT 40 38 NA

Single

Band

13.040

43 80.0547 BSNL

Tirumazhasi Ind estate Rsu

Chemparapakkam, Poonamallee high Rd. ID

7 256 40216G 256_QUEENSLAND GBT 40 39 NA Single

Band

13.029

99 80.0316 NB

Mr P Manavalan, 360/7B, bangalore High

Road, pappanchattram,

Chembarampakkam, Chennai.

ID

8 259 40708G 259_BSNL_IRUNGATU'KOT

AI' GBT 60 26 NA

Single

Band

12.999

68 80.0136 BSNL Telephone Exchange, SIPCOT ID

9 266 50970G 266_UDDUKOTTAI GBT 35 33 NA Dual

Band

13.047

23

80.0258

6 NB

S. NO: 409/1A, Padur Road, Vudkottai,

Kuthambakkam - 602107 ID

10 262 51194G 262_IP_CHETTIPEDU GBT 60 34 NA Dual

Band

13.023

1

80.0152

1 IP-GIL

Survey No 301,Melavarkuppam

Village,Saveetha Engg College

Site,Saveetha Nagar,Thandalam Post 602

105

ID

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 133 Signature of Bidder

11 301 50393 ValasaravakamArctRd_B RTT 15 23 10 Dual

Band

13.041

08

80.1729

8 NB

146, Arcot Road, Valasaravakkam,

Chennai - 600 087 ID

12 302 50187 Ponniamman_Nagar_C GBT 30 20 NA Dual

Band

13.030

22 80.1345 NB

4/672, Thiru Veedhi AmmanStreet, Periya

Kolathuvanchery, Ayyappanthankal,

Paraniputhur, Chennai - 602 101

ID

13 304 50980 Sakthi_Nagar_C RTT 18 22 7 Dual

Band

13.026

61

80.1639

7 NB

Door No: 3-111, 5th Cross Street, Ganesh

Avenue, Shakti Nagar, Porur, Chennai - 6. ID

14 305 51204 IP_Karampakkam_C RTT 13 17 7 Dual

Band

13.037

2

80.1466

1 IP-WTTIL

Sy,No.147/PT, Plot No.22 & 23, Gandhi

Nagar, karambakkam Village, Ambattur

Tk, Thiruvallur Dt.

ID

15 306 51423 S'vanaBavanValas'km_C IBS NA 0 NA IBS 13.038

41

80.1681

2 NB

Hotel Saravana Bhavan ,Arcot

road,Valasarawakkam,Chennai. ID

16 307 30383 VembuliamnSt_VGMBKM_

A RTT 16 23 10

Single

Band

13.045

91

80.1871

6 NB

A.Kani & Co Hardware,#66,Arcot

Road,Alwarthirunagar,Virugambakkam,Ch

ennai-87

ID

17 308 35020 MUGALIVAKKAM_A GBT 30 24 NA Single

Band

13.022

87

80.1658

6 NB

#2, SubhaSree Nagar,Extension

1,Mogalivakkam,Porur,Chennai ID

18 309 50981 Sabari_Nagar_Porur_B RTT 23 33 10 Single

Band

13.029

68

80.1698

4 NB

25/B,1stGolden street, NSC Bose Nagar,

Porur, Chennai-116 ,9841630795 ID

19 310 50982 Easwaran_Koil_St_C RTT 16 21 7 Dual

Band

13.023

1

80.1670

5 NB

Plot No:2 & 3, Devamani Illam,

Thiruvalluvar Main Road, Arumugam

Nagar, Mugalivakkam, Chennai - 116

ID

20 311 40116 PORUR_VIGNESWARANGR

_B RTT 14 20 10

Single

Band

13.041

08

80.1510

5 NB

Survey no.353/1, #118, Kundrathur road,

PORUR, Chennai-116. ID

21 312 51485 Palaniappa Nagar__C IBS NA 0 NA IBS 13.030

22 80.1823 NB

No:74,Palaniappa Ngr,Palar street

,Valasaravakkam,Chennai ID

22 315 50522 IP_Ramapuram_II_C RTT 20 21 7 Dual

Band

13.026

61

80.1725

5 IP-TVI

Mrs.Vedavalli W/O M.Ravichandran

1/29A Naidu Street, Ramapuram,

Chennai-89 Ph. No.9444691741

ID

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 134 Signature of Bidder

23 316 50053 ArunachalamNgrPorur_B RTT 17 26 10 Dual

Band

13.037

2

80.1531

9 NB

No 4/6A, Kothandarama Nagar,

Samayapuram 5th Annex, Karambakkam,

Porur, Chennai - 116.

ID

24 317 51205 IP_Alapakkam_South_C GBT 23 18 NA Dual

Band

13.038

41 80.1671 IP-GIL

Gangadharan, No: 40A/156, perumal koil

St, Allapakkam, Chn. Phone-9940233188 ID

25 319 25337 NBSNL_PORUR_A GBT 30 20 NA Single

Band

13.045

91

80.1573

3 NB

Ambal Stores, #159, Arcot rd, Porur,

Chennai-116 ID

26 320 40719 LE_MERIDIAN_C IBS NA 0 NA IBS 13.022

87

80.2059

7 NB Hotel LE_MERIDIAN,Guindy. ID

27 321 40115 Mad'voyalOrionFarms_B RTT 17 23 7 Single

Band

13.029

68

80.1575

3 NB

NO 2/18,Orion Forms, ANNA

IND.ESTATE,VANAGARAM,MADHURAVOY

AL,CH-102

ID

28 324 50530 IP_A'pkm_Gandhi_Rd_C RTT 19 21 7 Dual

Band

13.018

07

80.1637

2 IP-TVI

No: 10, Periyar Street, Rajiv Gandhi Nagar,

Alapakkam, Ch - 116 9789820113 ID

29 326 50796 Ramavaram_New_B RTT 12 25 13 Dual

Band

13.027

55

80.1844

7 NB

Door No: 3/9, Sri Gangaiah Naidu

Industrial Avenue, Ramapuram, Chennai -

89

ID

30 327 40183 AlpakmAstalaksmiNgr_B RTT 18 23 7 Single

Band

13.045

7

80.1687

2 NB

Plot:148, Astalakshmi nagar, 3rd Krishna

nagar main road, Alapakam, Chennai-116. ID

31 328 45415 SRMC_C IBS NA 0 NA IBS 13.034

38 80.1432 NB SRMC,Ramachandra Hospital ID

32 329 50795 IP_Rama'pmAnan'mNgr_C RTT 15 20 8 Dual

Band

13.040

53

80.1777

5 IP-ATC

R.Anandan,Plot No.24,1st

Street,Anandam

Nagar,Ramapuram,Chennai-89

ID

33 330 25645 VALASARAVAKKAM_B RTT 18 29 13 Single

Band

13.041

63

80.1777

2 NB

Sai Mahal(New Blgd Under

Constn),#153,Arcot

Rd,Valasaravakam,Chennai-87

ID

34 331 50672 IP_Valas'vkmIII_C RTT 19 22 7 Dual

Band

13.035

9

80.1805

1 IP-TVI

Mr.Viond, 42, Majestic Colony Main Road,

1st Floor, Valasaravakkam, Chennai-87.

Mob:9381061000

ID

35 333 30624 Ramac'draMedCollege_A RTP 6 36 30 Single

Band

13.006

89

80.1437

5 NB Ramachandra Medical College,Porur. ID

36 334 40316 VALSARAVAKKAM_II_B RTT 16 25 10 Single

Band

13.046

67

80.1700

5 NB

Survey no. 72/1, Door no.138,SK Gem

Buildings, Arcot road, Valasaravakkam,

chennai-87.

ID

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 135 Signature of Bidder

37 335 50963 Ayyapanthangal_Tvkd_C RTT 17 23 7 Dual

Band

13.043

99

80.1372

8 NB

Plot No: 5, Krishnaveni Ammal Nagar, 1st

Street, Iyyappanthangal, Chennai - 98 ID

38 336 40135 PORUR_MANGALA_NGR_

B RTT 21 28 7

Single

Band

13.032

02

80.1616

9 NB

NO.4,4TH CROSS,MANGLANAGAR PORUR

CHENNAI-116 ID

39 337 40299 AYAPPANTHANGAL_A GBT 40 27 NA Single

Band

13.046

32

80.1319

8 NB

Agraharam,Mettur street,Near Venugopal

water service

station,Ayyappanthangal,Chennai

ID

40 338 40707 RAMACHANDRA_C RTP 6 33 30 Single

Band

13.038

3

80.1437

7 NB Ramachandra Medical College,Porur. ID

41 341 35019 RAMAVARAM_II_B RTT 22 25 8 Single

Band

13.031

31

80.1742

9 NB

S.A.MarriageHall, Naidu Street,

Ramapuram, Chennai-89 ID

42 344 40235 CHETTIAR_AGARAM_C GBT 30 26 NA Single

Band

13.042

31

80.1446

5 NB

#45, Vijaya Lakshmi nagar, chettiyar

Agaram, Chennai-77 ID

43 346 50394 Kri'veniNgrMugalvkm_A GBT 40 25 NA Dual

Band

13.038

72

80.1718

9 NB

No.17, Thillai Natarajan Avenue,

Mugalivakkam, Chennai-600 116 ID

44 351 50494 IP_Iyyappan'gal_II_B RTT 18 22 7 Dual

Band

13.039

52

80.1227

9 IP-GIL

Mrs. G. Kasturi Bai,Plot No.50, Indra

Nagar, 5th Street,Chendurpuram,

Kattuppakkam,Ch-56.Cell.No. 98409

63029

ID

45 352 50711 IP_Porur_South_C RTT 21 22 7 Dual

Band

13.039

69

80.1607

6 IP-TVI

Anburaj, No.48, Vinayagar Koil St, New

Colony, porur, Ch - 116. 9940267343 ID

46 353 35042 BSNL_PORUR_II_B RTT 21 24 7 Dual

Band

13.042

13 80.1623 BSNL Porur II RSU, Arcot Road, Chennai ID

47 356 50184 East_Kamakoti_Nagar_C RTT 13 17 7 Dual

Band

13.030

38

80.1739

2 NB

No:14, Sannadhi St, Kamakshi Nagar,

Valasaravakkam, Chennai - 81 ID

48 359 50979 IP_MountP'malleeRd_B RTT 16 20 7 Dual

Band

13.037

52

80.1641

5 IP-TVI

Mr.S.Sambasivam, No-8, 5th Cross Street,

Lakshmi Nagar, Porur, Chennai-116

9444929211& 044-24765577

ID

49 363 50797 IP_Rama'pmGiriNgr_A RTT 13 20 10 Dual

Band

13.038

94

80.1778

8

IP-

QUIPPO

Mr.T.Mahalingam, M.Rani, Mr. Vasant

2/14 GS nagar ramapuram chennai.89 Ph:

9884455559

ID

50 366 51203 IP_Kattuppakkam_II_C RTT 13 20 10 Dual

Band

13.033

47

80.1285

6 IP-GIL

No-(2/6)/(2/17),Murugan Kovil

St.,Kattupakkam,Poonamallee,Ch-56. ID

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 136 Signature of Bidder

51 367 51202 IP_AshokResidency_C GBT 40 30 NA Dual

Band

13.046

4

80.1392

1 IP-WTTIL

Tamilselvi B,No.1/32-A, Pillaiyar Kovil

Street, Ayyapanthangal

Village,Sriperumbudur Taluk,

Kancheepuram - 0

ID

52 368 50389 IP_KarambakamPorur_C GBT 30 25 NA Dual

Band

13.020

82 80.1561 IP-INDUS

No:5/20, 1st Street, Arunachalam Nagar,

Porur, Ch-116. ID

53 370 50665 IP_DLF_Porur_B RTT 15 20 7 Dual

Band

13.036

19

80.1746

2 IP-ATC

Mr.Manivannan, 3A, TV Nagar, opp to

Petrol Bunk road, chennai - 116 ID

54 371 50202 Janaki_Ngr_Arcot_Rd_B RTT 16 22 7 Dual

Band

13.034

73

80.1841

9 NB

8/11, Thai Moogambigai Street, Janaki

Nagar, Chennai - 87 ID

55 372 50696 SVSNgrNearKambarSt_C RTT 15 21 7 Dual

Band

13.038

18

80.1726

4 NB

No:83 A, 1st Main Road, S.V.S. Nagar,

Valasaravakkam, Chennai - 87 ID

56 373 50756 IP_PorurWirelessStn_C GBT 18 15 NA Dual

Band

13.046

68

80.1547

7 IP-INDUS

V.MARAN, New.no.25, Wireless Station

road, Porur, Chennai-116 ID

57 374 50674 IP_L&TClnyMana'pkm_C GBT 25 25 NA Dual

Band

13.033

24

80.1735

3 IP-INDUS

K.R. Raghunandan, Plot No 41,

C.R.R.Puram, L & T Colony, Manappakam,

Chennai - 600116

ID

58 375 50976 MoulivakmParniputur_B RTT 12 21 10 Dual

Band

13.029

01 80.1349 NB

Door No: 230/3, Jothi Nagar,

Paraniputhur, Moulivakkam, Chennai -

116.

ID

59 376 50707 Periapanicherry_C GBT 31 26 NA Dual

Band

13.039

89

80.1319

7 NB

No. 1/28, Anna street, Periapanichery,

Chennai-600122, 9444808950 ID

60 377 50224 AIR_TOWER_B RTT 13 19 7 Dual

Band 13.036

80.1542

7 NB

Old:92,New:3/1177, Ramachandra street,

Santhosh nagar,

Madanandapuram,Porur,Chennai.

ID

61 378 50864 Madhanandhapuram_C RTT 16 22 7 Dual

Band

13.040

6

80.1459

1 NB

No: 5/307, Shanmuga Nagar,

Madhanandapuram, Kundrathur Road,

Porur, Chennai - 116.

ID

62 379 35016 Moulivakkam_A GBT 32 30 NA Single

Band

13.024

27 80.1439 NB

Open land Beside # 7,Mangadu Main road,

Moulivakkam, chennai-116 ID

63 381 50508 IP_Gerugambakkam_C GBT 30 30 NA Dual

Band

13.041

76

80.1425

2 IP-WTTIL

Plot.No.4.Chakrabani

Nagar,Gerugambakkam

village,Sriprembudur taluk,Kancheepuram

ID

64 382 40327 Kovur_B GBT 30 30 NA Single

Band

13.038

17

80.1240

4 NB

Survey no 174/2, Kovur village,

Kundrathur-Porur Highway Road, Kovur,

Chennai-602 102

ID

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 137 Signature of Bidder

65 383 50390 MugalivkmGursamyNgr_C RTT 13 19 7 Dual

Band

13.030

72

80.1599

3 NB

1/433, Nehru Street, Guruswamy Nagar,

Mugalivakkam, Chennai - 116. ID

66 384 51471 Noombal-

navashakthi_nagar_C GBT 40 35 NA

Dual

Band

13.016

07

80.1382

4 IP-VIOM 10,Navasakthi Nagar,Noombal,Chennai ID

67 403 40318 Pnmle_NemichandJain_A RTT 15 27 7 Single

Band

13.050

74

80.0977

02 NB

164, Trunk Road, Poonamallee, Chennai-

56 ID

68 404 40298 QUEEN_VICTORIA_ROAD_

C RTT 19 26 7

Single

Band

13.048

95

80.1047

7 NB

3/77, Queen Victoria Road, Poonamallee,

Chennai - 56 ID

69 405 40317 PML_KASTHURICOMPLEX_

C RTT 12 19 7

Single

Band

13.056

92

80.1166

3 NB

Kasturi complex, No 7, Bypasss Road,

Senneer Kuppam, Poonamallee, Chennai -

56

ID

70 406 40300 NoombalSavethaColge_C RTP 13 23 10 Tri

Band

13.055

33

80.1249

79 NB

Dhanabakiam Complex, 112B, P H Road,

Velappanchavadi, Chennai 77 ID

71 413 51199 IP_Pnmle_Contonment_B GBT 30 22 NA Dual

Band

13.041

91

80.1099

9 IP-WTTIL

Raji Pillai R, O.No.14, N.No.12, Writer

Street, Contonment, Poonamallee,

Chennai - 600056

ID

72 415 50961 NearGopras'nlurMnRd_B GBT 35 30 NA Dual

Band

13.046

75

80.1287

71 NB

Plot No: 112,113,114, Moogambigai

Nagar, Noombal. ID

73 423 30210 Kumananchavadi_B GBT 40 30 NA Single

Band

13.044

52

80.1168

9 NB

Vacant Land,Kumanan

Chavadi,Poonamallee Rd.Chennai ID

74 424 50965 IP_Kattupakkam_C RTT 16 22 7 Dual

Band

13.040

12

80.1236

3 IP-GIL

S Chinnaraj No.148, PG Avenue, 6th

Street, Kattupakkam, Chennai-600056 ID

75 426 25119 BSNL_P'MALLEE_EXCH_C GBT 60 30 NA Single

Band

13.049

54

80.0876

2 BSNL

Poonamalee Exchange,Poonamalee

Chennai-56 ID

76 428 50967 IP_Poonamalle_New_B RTT 15 22 7 Dual

Band

13.044

06 80.0979 IP-GIL

Mr.S.Venkatesan, No:10A, Rajan Nagar,

Lakshmipuram Road, Poonamallee,

Chennai-56, Ph:9444260256

ID

77 429 51197 IP_Gangas'yNgrPOMLI_C GBT 35 20 NA Dual

Band

13.046

62

80.1011

7 IP-GIL

Mr.Sampath,No:19,4th

street,Srinagar,Poonamalle,chennai:56,94

44385037

ID

78 434 51196 IP_Pnmalle_MG_Nagar_A GBT 30 16 NA Dual

Band

13.048

41

80.0936

74 IP-GIL

No. 60 & 60A, 4th Cross Street,MG Nagar,

Poonamallee, Chennai 600 056. ID

79 441 50742 IP_Sener'kupamPHRd_C GBT 40 40 NA Dual

Band

13.063

44

80.1099

3 IP-TVI

V.Girirajan, 1/87, Avadi Road,

Seneerkuppam, Chennai - 600056. ID

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 138 Signature of Bidder

80 442 51431(35

017) IP_Mangadu_B RTT 15 21 7

Single

Band

13.030

41

80.1102

4 IP_VIOM

No-38A, Perumal Koil Street, Near water

tank, Mangadu ID

81 451 50497 IP_Pon'maleGopalNgr_C RTT 15 20 7 Dual

Band

13.051

86

80.1020

14 IP-TVI

Mr.T.UdayaKumar, 53A/53 Dharamaraj

Kovil Street, Poonnamalli, Chennai-56

9791188583& 9791188582

ID

82 452 50754 IP_Sridevi_Kuppam_C RTT 14 21 10 Dual

Band

13.048

32 80.1776 IP-INDUS

V.KASTHURI, No 1, Sri Devikuppam main

road, Sri Devikuppam, Valasaravakkam,

Chennai - 87

ID

83 453 51198 IP_Karayanchavadi_B RTT 15 22 7 Dual

Band

13.046

42

80.1120

6 IP-GIL

Karayanchavadi, NO.4/127, Avadi Road,

Karayanchavadi, Chennai 600056 ID

84 459 50960 Senneerkuppam_II_B GBT 40 30 NA Dual

Band

13.051

07

80.1131

4 NB

No:5, Chruch Street, Senneerkuppam,

Chennai - 56 ID

85 461 50964 Koranathur_Road_C GBT 40 30 NA Dual

Band

13.037

81

80.1141

88 NB

Plot No:8, Manali Sarvanan Nagar,

Opposite Electricity Office, Mangadu,

Chennai - 602101

ID

86 462 51200 IP_KumanancvdiBypas_C RTT 8 24 19 Dual

Band

13.048

81

80.1202

2 IP-GIL

No 4/4, 29 A, Gopala Sanallyr Village,

Kattu Pakkam, Chennai 56.Mr.Saleem

9841303808

ID

87 465 50495 Kundrathur_II_C RTT 15 25 10 Dual

Band

12.999

32

80.0951

6 NB

No: 40, Duraisamy Mudaliar Street,

Kunrathur, Chennai - 69 ID

88 466 50052 IP_Puduppair_KKN_C GBT 40 40 NA Dual

Band

12.982

66

80.0614

98 IP-TVI

2/73, Indiraghandhi St, Kundrathur Rd,

Kanchipuram - 19. Ramadass,

9840444243

ID

89 467 50984 IP_Kundrathur_New_C GBT 40 28 NA Dual

Band

13.005

58

80.1104

25 IP-WTTIL

Old No: 2, New No: 111/27 Moonram

Kattalai Village, Sriperumbudur Taluk ID

90 468 50969 IP_Pattur_B RTT 20 24 7 Dual

Band

13.019

64

80.1048

6

IP-

QUIPPO

Mr. Dhanasekaran, Plot No. 3, Leelavathi

nagar, Chikeerapuram, Puttur, Chennai-

602101. Ph: 9444407234

ID

91 472 25120 BSNL_Kundrathur_Exg_B GBT 40 40 NA Single

Band

13.003

2 80.0983 BSNL

Kundrathur Exch. ,Opp. Govt. High School,

Kundrathur, Chennai-69 ID

92 473 51192 IP_Kundrathur_South_C GBT 40 30 NA Dual

Band

12.991

24

80.0941

68 IP-WTTIL

Mr.R.Selvam, S/o. Mr.Ramachandra

Mudaliyar, Sy.No.1153, As per Patta

Sy.No.1153/11, O.No.249, Pl.No.28,

Parvathi Street, Ramachandra Avenue &

Nagar, Kundrathur Village,

Sriperumbuthur Taluk, Kanchipuram

District PH: 9381028634

ID

The tentative sites list is furnished in the tender. However the exact details of the sites will be intimated along with the work order to the prospective bidder. There will be variations in the above list and the decision of BSNL, CHTD shall be final in this regard.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 139 Signature of Bidder

16.TIME SCHEDULE

Work

Item No

Items of Work Time Limit to Start the work

Duration for Completion

1

Installation and commissioning of

indoor or outdoor Micro/Macro BTS/

Node-B (with power modules) on a

site with single or two/Multi poles

/RTT/GBT/ wall mounts including

antennae and RF/CPRI feeder cable

with AT

Within one week

from the Date of

Issue of Work Order

15 days from the date

of Issue of Work Order

where infra is to be

developed.

10 days where infra is

readily available IP

Sites.

2

In-building wiring with RF/CPRI cable

and fixing of associated splitters,

antennae, and other components with

AT

Within one week

from the Date of

Issue of Work Order

15 days from the date

of Issue of Work Order

where infra is to be

developed.

10 days where infra is

readily available IP

Sites.

3 Installation and commissioning of 15

GHz / 18 GHz M/W System with AT

Within one week

from the Date of

Issue of Work Order

15 days from the date

of Issue of Work Order

where infra is to be

developed.

10 days where infra is

readily available IP

Sites.

4

Hoisting of main/ additional RF/CPRI

cable along with connectorization

including installation of Antenna at

GBT/ RTT/ Pole/ Wall Mount not

involving installation of BTSs/ Node-Bs

Within one week

from the Date of

Issue of Work Order

15 days from the date

of Issue of Work Order

where infra is to be

developed.

10 days where infra is

readily available IP

Sites.

5 Installation of wall mounting fixture

Within one week

from the Date of

Issue of Work Order

15 days from the Date

of Issue of Work Order

6 Dismantling of Power Plants/UPS

Within one week

from the Date of

Issue of Work Order

15 days from the date

of Issue of Work Order

where infra is to be

developed

7 Dismantling of Battery Set of capacity

up to 600 AH/UPS Battery

Within one week

from the Date of

Issue of Work Order

15 days from the date

of Issue of Work Order

where infra is to be

developed

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 140 Signature of Bidder

8

Dismantling of Macro/Micro Indoor

BTSs/ Node-B/RRH including RF/CPRI

cable/antennae

Within one week

from the Date of

Issue of Work Order

15 days from the Date

of Issue of Work Order

9

Dismantling of Macro Outdoor BTSs/

Node-Bs

including RF/CPRI cable/antennae

Within one

week from the Date

of Issue of Work

Order

days from the Date of

Issue of Work Order

10 Dismantling of RF/CPRI Cables

including AMF/Antennae

Within one week

from the Date of

Issue of Work Order

15 days from the Date

of Issue of Work Order

11 Dismantling of 15 GHz/18 GHz M/W

terminals

Within one week

from the Date of

Issue of Work Order

15 days from the Date

of Issue of Work Order

12 Dismantling of Diesel Generators

Within one week

from the Date of

Issue of Work Order

15 days from the Date

of Issue of Work Order

13

Dismantling of Prefabricated Shelter and

its accessories like Air conditioners, Timer,

Stabiliser, Intruder, ACDB, Transmission

Equipments, Internal Runways, Light

fittings and internal wirings and other

items.

Within one week

from the Date of

Issue of Work Order

15 days from the date

of Issue of Work Order

14

Dismantling of Poles/ wall mount with

antenna, RF/CPRI cables and earth

cables/Strips

Within one week

from the Date of

Issue of Work Order

15 days from the Date

of Issue of Work Order

15 Dismantling of EB cables, Distribution

boxes and accessories.

Within one week

from the Date of

Issue of Work Order

15 days from the Date

of Issue of Work Order

16

Dismantling and transportation of O/D

Battery cabinet of capacity upto

600AH*2 sets excluding Bty Sets

Within one week

from the Date of

Issue of Work Order

15 days from the Date

of Issue of Work Order

17 Installation of Indoor Gauntry

Within one week

from the Date of

Issue of Work Order

15 days from the Date

of Issue of Work Order

18 Installation of Outdoor Gauntry

Within one week

from the Date of

Issue of Work Order

15 days from the date

of Issue of Work Order

19 Supply and installation of DCDB with

63A-2,32A-2,6A-2 total 6 MCBs

Within one week

from the Date of

Issue of Work Order

15 days from the Date

of Issue of Work Order

20

Installation & Commissioning of

Battery sets of capacity upto 600AH

with enclosure if any.

Within one week

from the Date of

Issue of Work Order

15 days from the Date

of Issue of Work Order

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 141 Signature of Bidder

21

Installation & Commissioning of SMPS

Modular Trype of Power plant of

capacity less than or equal to 300A.

Within one week

from the Date of

Issue of Work Order

15 days from the Date

of Issue of Work Order

22 Construction of RCC Plinth for

installation of OD BTS/Node B

Within one week

from the Date of

Issue of Work Order

15 days from the date

of Issue of Work Order.

23

Micro BTS instln & commissioning(not

involving RF/CPRI cable laying,

antenna hoisting etc).

Within one week

from the Date of

Issue of Work Order

15 days from the Date

of Issue of Work Order

24

Macro BTS instln & commissioning(not

involving RF/CPI cable laying, antenna

hoisting etc)

Within one week

from the Date of

Issue of Work Order

15 days from the Date

of Issue of Work Order

25

Supply of Antenna Mounting Fixures

of Standard design

Within one week

from the Date of

Issue of Work Order

15 days from the Date

of Issue of Work Order

For only Modification and/or additions

in AMF of standard design as per site

requirements

Within one week

from the Date of

Issue of Work Order

15 days from the Date

of Issue of Work Order

26

Supply of AC cable (armoured 4-core

25 Sq MM Multi stand flexible) for

extention of supply from AC supply

point to equipment.

Within one week

from the Date of

Issue of Work Order

15 days from the Date

of Issue of Work Order

27 Supply of Multi-stand flexible DC cable

of Size 35 Sq.MM

Within one week

from the Date of

Issue of Work Order

15 days from the Date

of Issue of Work Order

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 142 Signature of Bidder

17 Appendix-1 to Section 4 Part A of Chapter 4

(Standard Tender Enquiry Document)

S.

No.

Defaults of the bidder /

vendor. Action to be taken

A B C

1(a)

Submitting fake / forged i) Rejection of tender bid of respective Vendor.

ii) Banning of business for 3 years which implies barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL for 3 years from date of issue of banning order.

iii) Termination/ Short Closure of PO/WO, if issued. This implies non-acceptance of further supplies / work & services except to make the already received material work/ complete work in hand.

a) Bank Instruments with the bid to meet terms & condition of tender in respect of tender fee and/ or EMD;

b) Certificate for claiming exemption in respect of tender fee and/ or EMD;

and detection of default at any stage from receipt of bids till award of APO/ issue of PO/WO.

Note 1:- However, in this case the performance guarantee if alright will not be forfeited.

Note 2:- Payment for already received supplies/ completed work shall be made as per terms & conditions of PO/ WO.

1(b)

Submitting fake / forged documents towards meeting eligibility criteria such as experience capability, supply proof, registration with Sales Tax, Income Tax departments etc and as supporting documents towards other terms & conditions with the bid to meet terms & condition of tender :

(i) If detection of default is prior

to award of APO

i) Rejection of Bid & ii) Forfeiture of EMD.

(ii) If detection of default after

issue of APO but before receipt of

PG/ SD (DD,BG etc.)

i) Cancellation of APO , ii) Rejection of Bid & iii) Forfeiture of EMD.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 143 Signature of Bidder

S.

No. Defaults of the bidder / vendor. Action to be taken

A B C

1(b) contd.

(iii) If detection of default after

receipt of PG/ SD (DD, BG

etc.

i) Cancellation of APO ii) Rejection of Bid & iii) Forfeiture of PG/ SD. However on realization of PG/ SD amount, EMD, if not already released shall be returned.

(iv) If detection of default after

issue of PO/ WO

i) Termination/ Short Closure of PO/WO and Cancellation of APO ii) Rejection of Bid & iii) Forfeiture of PG/ SD. However on realization of PG/ SD amount, EMD, if not released shall be returned.

Note 3:- However, settle bills for the material received in correct quantity and quality if pending items do not affect working or use of supplied items.

Note 4:- No further supplies are to be accepted except that required to make the already supplied items work.

2

If vendor or his representative uses violent/ coercive means viz. Physical / Verbal means to threatens BSNL Executive / employees and/ or obstruct him from functioning in discharge of his duties & responsibilities for the following :

Banning of business for 3 years which implies Barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL for 3 years from date of issue of banning order.

a) Obstructing functioning of tender opening executives of BSNL in receipt/ opening of tender bids from prospective Bidders, suppliers/ Contractors.

b) Obstructing/ Threatening other prospective bidders i.e. suppliers/ Contractors from entering the tender venue and/ or submitting their tender bid freely.

3

Non-receipt of acceptance of APO/ AWO and SD/ PG by L-1 bidder within time period specified in APO/ AWO.

Forfeiture of EMD.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 144 Signature of Bidder

S.

No. Defaults of the bidder / vendor. Action to be taken

A B C

4.1

Failure to supply and/ or Commission the equipment and /or execution of the work at all even in extended delivery schedules, if granted against PO/ WO.

i) Termination of PO/ WO. ii) Under take purchase/ work at the

risk & cost of defaulting vendor. iii) Recover the excess charges if

incurred from the PG/ SD and outstanding bills of the defaulting Vendor.

4.2

Failure to supply and/ or Commission the equipment and /or execution of the Work in full even in extended delivery schedules, if granted against PO/ WO.

i) Short Closure of PO/ WO to the quantity already received by and/ or commissioned in BSNL and/ or in pipeline provided the same is usable and/or the Vendor promises to make it usable.

ii) Under take purchase/ work for balance quantity at the risk & cost of defaulting vendor.

iii) Recover the excess charges if incurred from the PG/ SD and outstanding bills of the defaulting Vendor.

The supplied equipment does not perform satisfactory in the field in accordance with the specifications mentioned in the PO/ WO/Contract.

i) If the material is not at all acceptable, then return the non-acceptable material (or its part) & recover its cost, if paid, from the o/s bills/ PG/ SD. OR ii) If the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty from outstanding dues of vendor including PG/ SD.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 145 Signature of Bidder

S.

No. Defaults of the bidder / vendor. Action to be taken

A B C

5.2

Major quality problems (as established by a joint team / committee of User unit(s) and QA Circle) / performance problems and non-rectification of defects (based on reports of field units and QA circle).

i) If the material is not at all acceptable, then return the non-acceptable material (or its part) & recover its cost, if paid, from the o/s bills/ PG/ SD; OR

ii) If the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty from outstanding dues of vendor including PG/ SD; and

iii) Withdrawal of TSEC/ IA issued by QA Circle.

6

Submission of claims to BSNL against a contract

i) Recovery of over payment from the outstanding dues of Vendor including EMD/ PG & SD etc. and by invoking ‘SET OFF’ clause 23 of Section III or by any other legal tenable manner.

ii) Banning of Business for 3 years from date of issue of banning order or till the date of recovery of over payment in full, whichever is later.

(a) for amount already paid by BSNL .

(b) for Quantity in excess of that supplied by Vendor to BSNL.

c) for unit rate and/ or amount higher than that approved by BSNL for that purchase.

Note 5:- The claims may be submitted with or without collusion of BSNL Executive/ employees.

Note 6:- This penalty will be imposed irrespective of the fact that payment is disbursed by BSNL or not.

7

Network Security/ Safety/ Privacy If the vendor tampers with the hardware, software/ firmware or in any other way that b) Disrupts/ Sabotages functioning of the BSNL network equipments such as exchanges, BTS, BSC/ MSC, Control equipment including IN etc., transmission equipments but not limited to these elements and/ or any other TSP through BSNL.

i) Termination of PO/ WO.

ii) Banning of business for 3 years which implies barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL for 3 years from date of issue of banning order.

iii) Recovery of any loss incurred on this account from the Vendor from its PG/ SD/ O/s bills etc.

iv) Legal action will be initiated by BSNL against the Vendor if required.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 146 Signature of Bidder

S.

No. Defaults of the bidder / vendor. Action to be taken

A B C

7 con-td.

c) tampers with the billing related data/ invoicing/ account of the Customer/ User(s) of BSNL and/ or any other TSP(s).

d) hacks the account of BSNL Customer for unauthorized use i.e. to threaten others/ spread improper news etc.

e) undertakes any action that affects/ endangers the security of India.

8

If the vendor is declared bankrupt or insolvent or its financial position has become unsound and in case of a limited company, if it is wound up or it is liquidated.

i) Termination/ Short Closure of the PO/WO ii) Settle bills for the quantity received in

correct quantity and quality if pending items do not affect working or use of supplied items.

iii) No further supplies are to be accepted except that required to make the already supplied items work.

iv) In case of turnkey projects, If the material is commissioned and is usable without any degradation of performance, then settle bills for the acceptable equipment/ material (or its part).

v) In case of turnkey projects, if the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee, Undertake recovery of

financial penalty from outstanding dues of

vendor including PG/ SD.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 147 Signature of Bidder

S.

No.

Defaults of the bidder /

vendor.

Action to be taken

A B C

9

In the event of the vendor, its proprietor, Director(s), partner(s) is / are

convicted by a Court of Law following prosecution for offences involving moral turpitude in relation to the business dealings.

i) Termination/ Short Closure of the PO/ WO. ii) Settle bills for the material received in correct

quantity and quality if pending items do not

affect working or use of supplied items. iii) No further supplies are to be accepted except

that required to make the already supplied items work.

iv) In case of turnkey projects, If the material is commissioned and is usable without any

degradation of performance, then settle bills for the acceptable equipment/ material (or its part).

v) In case of turnkey projects, If the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the

price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty from outstanding dues of vendor including PG/ SD.

10

If the vendor does not return/ refuses to return BSNL’s dues:

i) Take action to appoint Arbitrator to adjudicate the dispute.

a) inspite of order of Arbitrator. b) inspite of Court Orders.

i) Termination of contract, if any.

ii) Banning of business for 3 years which implies barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL from date of issue of banning order or till the date by

which vendor clears the BSNL’s dues, whichever is later. iii) Take legal recourse i.e. filing recovery suite in appropriate court. i) Termination of contract, if any. ii) Banning of business for 3 years which implies

barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL from date of issue of banning order or till the date by which vendor clears the BSNL’s dues, whichever

11

If the Central Bureau of

Investigation/ Independent External Monitor (IEM) / Income Tax/ Sales Tax/ Excise / Custom Departments recommends such a course

Take Action as per the directions of CBI or concerned department.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 148 Signature of Bidder

S.No

Defaults of the bidder/

vendor

Action to be taken

A B C

12

The following cases may also be considered for Banning of business:

i) Banning of business for 3 years which implies Barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL for 3 years from date of issue of banning order.

(a) If there is strong justification for believing that the proprietor, manager, MD, Director, partner, employee or representative of the

vendor/ supplier has been guilty of malpractices such as bribery, corruption, fraud, substitution of tenders, interpolation, misrepresentation with

respect to the contract in question.

(b) If the vendor/ supplier fails to execute a contract or fails to execute it

satisfactorily beyond the provisions of Para 4.1 & 4.2.

(c) If the vendor/ supplier fails to submit required documents/ information,

where required.

(d) Any other ground which in the opinion of BSNL is just and proper to

order for banning of business dealing with a vendor/ supplier.

The above penalties will be imposed provided it does not clash with the provision of the respective tender.

In case of clash between these guidelines & provision of invited tender, the provision in the

respective tender shall prevail over these guidelines.

Banning of Business dealing order shall not have any effect on the existing/ ongoing

works/ AMC / CAMC which will continue along with settlement of Bills.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 149 Signature of Bidder

SECTION-VII

PROFORMAS Annexure – “A”

Application Form to be submitted with EOI

Name of the Contactor :

Address for correspondence :

I,……………………………., authorized signatory of the contractor M/S……………......., certify that I fully agree and comply with all the clauses and sub-clauses of the EOI and annexure ‘A’ to ‘I’ available with EOI. (Signature of the authorized signatory) (With seal and contact numbers) Dated……….... at…………………... Note: The bidder while submitting the bid should sign all the pages of the EOI document consisting of terms and conditions and draft of agreement and enclose the same with this Annexure.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 150 Signature of Bidder

Annexure – “B”

FORMAT OF THE PERFORMANCE BANK GUARANTEE

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

Bank Guarantee in respect of LOI dated ____________ between General

Manager NWO CM/GSM, BSNL, Chennai Telephone District hereafter called

BSNL CHTD and M/s______________

________________________________________________, having its Registered Office

at ____________________________________(hereinafter called CONTRACTOR) has

entered into an agreement dated _______________ (hereinafter referred to as

“the said agreement”) with General Manager/NWO - CM, Bharat Sanchar

Nigam Limited (BSNL) (A Government of India Enterprise) Chennai Telephones

having Circle Office at , 234, R.K.Mutt Rd, Chennai - 600 028 whereby BSNL CHTD

has agreed to appoint CONTRACTORs for providing BSNL CHTD services on the

terms and conditions exclusively mentioned therein for the circle

_________________________).

It has been agreed between the parties that a Bank Guarantee for Rs.

_____________ (Rupees ________thousand only) shall be given by the

CONTRACTOR in favour of the BSNL CHTD for due and faithful performance of

the terms and conditions of the said

agreement._______________________________________________________ Bank

having its office at _________________________________________________ has at the

request of the CONTRACTOR (M/s ), agreed to give the

guarantee as hereinafter contained:

1. We, _____________________________ (hereinafter called ‘the Bank”) do hereby

undertake and assure to the BSNL CHTD that if in the opinion of the BSNL

CHTD, the CONTRACTOR has in any way failed to observe or perform the

terms and conditions of the said agreement or has committed any breach of

its obligations there-under, the Bank shall on demand and without any

objection or demur pay to the BSNL CHTD the said sum of Rs. /- (Rupees lakh

only) or such lesser amount as BSNL may demand without requiring BSNL CHTD

to have recourse to any legal remedy that may be available to it, compel the

Bank to pay the same.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 151 Signature of Bidder

2. Any such demand from the BSNL CHTD shall be conclusive as regards the

liability of CONTRACTOR to pay to BSNL CHTD or as regards the amount

payable by the Bank under this guarantee. The Bank shall not be entitled to

withhold payment on the ground that the CONTRACTOR had disputed its

liability to pay or has disputed the quantum of the amount or that any

arbitration proceeding or legal proceeding is pending between

CONTRACTOR and BSNL CHTD regarding the claim.

3. We, the Bank further agree that the guarantee shall come into force from the

date and shall remain in full force and effect for the period of thirty months from

the date of commencement of the agreement or the term of this guarantee

whichever is later. But if the period of the said agreement is extended either

pursuant to the provisions in the said Agreement or by mutual agreement

between the CONTRACTOR and the BSNLCHTD, the Bank shall automatically

renew the period of the Guarantee for such period which expires 6 (six) months

after the renewed period of the said agreement failing which it shall pay to the

BSNL CHTD the said sum of Rs. /- (Rupees ------- only) without BSNL CHTD

demanding the payment of the above sum.

4. The Bank further agrees that the BSNL CHTD shall have the fullest liberty

without the consent of the Bank and without affecting in any way the

obligations hereunder to vary any of the terms and conditions of the said

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

any of the powers exercisable by BSNL CHTD against the CONTRACTOR and to

forebear to enforce any of the terms and conditions relating to the said

agreement and the Bank shall not be relieved from its liability by reason of such

failure or extension being granted to CONTRACTOR or through any forbearance,

act or omission on the part of BSNL CHTD or any indulgence by BSNL CHTD to

CONTRACTOR or any other matter or thing whatsoever which under the law

relating to sureties would but for this provision have the effect of relieving or

discharging the guarantor.

5. The Bank further agrees that in case this Guarantee is required for a larger

period and it is not extended by the Bank beyond the period specified above in

Clause 3, the Bank shall pay to BSNL CHTD without BSNL CHTD having to

demand the payment of the said sum of Rs. /- (Rs. ------- only) on the last

day on which the Bank Guarantee is due to expire.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 152 Signature of Bidder

6. Notwithstanding anything herein contained;

(a) The liability of the Bank under this guarantee is restricted to the PG

Amount and it will remain in force for a period of 3 years i.e. up to

_________.

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

BSNL CHTD under this Guarantee shall be extinguished if no claim or

demand is made on us in writing on or before _______________.

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

behalf of the Bank have authority to give this guarantee under its delegated

power.

Place: ……………………………

Date: ………………………….. (Signature of the Bank Officer)

Rubber stamp of the bank

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

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

Designation:

Complete Postal address of Bank:

Telephone Numbers

Fax numbers

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 153 Signature of Bidder

Annexure – “C”

Format of Certificate regarding No close relatives working in BSNL

(To be submitted by all the Directors of the Company)

“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 __________ 2015

Signature: ___________________

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 154 Signature of Bidder

ANNEXURE “D”

PRICE SCHDULE

FINANCIAL BID

S. N

o

Item

of w

ork/

Sup

ply

Uni

t

Tot

al Q

uant

ity

Bas

ic U

nit P

rice

(Exc

lusi

ve

of a

ll le

vies

& C

harg

es)

incl

udin

g, H

andl

ing,

tran

spor

tatio

n et

c.

Excise Duty Sales Tax Service Tax

Uni

t Pric

e al

l inc

lusi

ve

(5 +

7 +

9 +

11)

Dut

ies

and

Tax

es

Cen

vata

ble

on U

nit P

rice

Uni

t Pric

e E

xclu

ding

Dut

ies

and

Tax

es C

enva

tabl

e (1

2-

13)

Total Price inclusive of all

Levies and Charges excluding duties & taxes.

Centvatable (4X14)

Rs. % Amount % Amount % Amount Rs. Rs Rs. Rs.

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15

1 Work Item-1 Per SITE 350

2 Work Item-2 Per Antenna 2500

3 Work Item-3 Per Hop 350

4 Work Item-4 Per Meter 5000

5 Work Item-5 Per Wall Mount 10

6 Work Item-6 Per SET 100

7 Work Item-7 Per SET 200

8 Work Item-8 Per SITE 75

9 Work Item-9 Per SITE 25

10 Work Item-10 Per Meter 15000

11 Work Item-11 Per HOP 100

12 Work Item-12 Per SET 75

13 Work Item-13 Per Shelter 50

14 Work Item-14 Per SITE 25

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 155 Signature of Bidder

S. N

o

Item

of w

ork/

Sup

ply

Uni

t

Tot

al Q

uant

ity

Bas

ic U

nit P

rice

(Exc

lusi

ve o

f all

levi

es &

Cha

rges

) in

clud

ing,

Han

dlin

g, tr

ansp

orta

tion

etc.

Excise Duty Sales Tax Service Tax

Uni

t Pric

e al

l inc

lusi

ve

(5 +

7 +

9 +

11)

Dut

ies

and

Tax

es

Cen

vata

ble

on U

nit P

rice

Uni

t Pric

e E

xclu

ding

Dut

ies

and

Tax

es

Cen

vata

ble

(12-

13)

Total Price inclusive of all

Levies and Charges excluding duties & taxes.

Centvatable (4 X 14)

Rs. % Amount % Amount % Amount Rs. Rs Rs. Rs.

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15

15 Work Item-15 Per SITE 25

16 Work Item-16 Per Cabinet 10

17 Work Item-17 Per 3M 150

18 Work Item-18 Per 3M 50

19 Work Item-19 Per SITE 50

20 Work Item-20 Per SET 100

21 Work Item-21 Per SET 100

22 Work Item-22 Per Cubic Meter 50

23 Work Item-23 Per BTS 35

24 Work Item-24 Per BTS 35

25 Work Item-25

Per AMF 651

per Kg Additional 5000

26 Work Item-26 Per Meter 600

27 Work Item-27 Per Meter 1500

(i) We hereby certify that E.D/Service Tax shown in Price schedule are correct & CENVAT Credit for the amount shown in column above are admissible

as per CENVAT Credit Rules 2004” and amendments if any.

(ii) The bidder submitted the offer with concessional E.D/sales tax shall submit the proof of applicable concessional ED/Sales Tax.

(iii) The bidder shall submit the rates of supply & Installation separately, in supply & Installation items since sales tax is applicable to supply & Service

tax applicable to installation/services.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 156 Signature of Bidder

ANNEXURE-“ E”

THIS AGREEMENT IS EXECUTED ON the 2016

By and in Between

BSNL, Chennai Telephone District having circle office at 234, R.K.Mutt Road,

Chennai 600028 and represented by General Manager (hereinafter referred to

as the ‘Party of First Part’ which expression shall included the legally constituted

signatories, assigns, successors and officers duly empowered to execute such

agreement) of the first part empowered to execute this agreement.

And

____________________________having Address at _________________________________(hereinafter referred to as the Party of Second

Part’ or Second Part which expression shall included the legally constituted

signatories, assigns, successors and officers duly empowered to execute such

agreement) of the second part through its

___________________________________________________ empowered to execute

this agreement.

Whereas the Party of First Part i.e. General Manager NWO CM, BSNL CHTD (A

Govt. of India Enterprises) is and

Whereas the Party of First Part has established a high brand through quality

services, marketing research, publicity and public relation exercise in relation to

telecommunication cellular telephony internet broadband and the said high

reputation and goodwill so earned has been and continues to be unique in its

area of operation.

Whereas the Party of First Part is running and operating Telecom Networks and

due to increase in work pressure and increase in the scale of operations the

party of first part intend to distribute non-core activities of general nature to the

party of second part.

Whereas the Party of Second part desire to own responsibility of/for non-core

activates and incidental activities related to proper and suitable functioning of

the Telecom Network Premises.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 157 Signature of Bidder

Whereas the Parties agree to that the title / heading / label / title / name /

brand / trade-mark / trade-name / design / logo / drawing / blueprint / sign /

signal / indication / style / mode in the name and style of “BSNL” shall be

exclusive property of party of first part. All compliance of the relevant and

applicable law and other statutory provision attracted under such transfer of

non core activities privilege, right from the party of first part to second part shall

be responsibility and liability of the party of first part. And

Whereas the Parties agrees to that the title / heading / label / title / name /

brand / trade-mark / trade-name / design / logo / drawing / blueprint / sign /

signal / indication / style / mode in the name and style of “BSNL” shall be

exclusive property of party of party of first part, eventually and the cost of such

transfer shall be bear by the party of second part. And

Whereas, the transfer of non-core activities as enumerated in the scheme, is not

of permanent nature and for a specific period only as defined in this agreement

and within the provisions of applicable law and

Whereas the party of second part has offered to enter into the present

agreement with the party of first part for services to be rendered, inter alia, for

________________ and other services which are as given in Annexure D on the

terms and conditions herein contained and the rates approved by the party of

first part______________________

Whereas the party of second part has been duly accepted and necessary

security deposits have been furnished in accordance with the tender document

vide___________and whereas no interest will be claimed on the security deposits

NOW THEREFORE IN CONSIDERATION OF MUTUAL COVENANTS PREMISES MADE

HEREINAFTER PARTIES AGREES AS FOLLOWS:

1. Article 1: SHORT TITLE EXTENT AND COMMENCEMENT

1.1 This agreement shall be for the purpose of specify and arranging the non-

core activities and operative schedule and bringing on record the duties in

between the parties and also to record all the documents executed in between

the parties inclusive of all the tenders, lease agreement, permits and any other

document executed on this regard.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 158 Signature of Bidder

2. Article 2: DEFINITIONS

In this agreement, unless the context otherwise requires the following word means; 2.1 Agreement The agreement executed between the parties and it includes other agreements

also, in furtherance of the subject/cause of this agreement.

2.2 Parties;

The Party of first Part and the Party of Second Part.

2.2.1 Party of First Part means

And include the party of first part and the body corporate, its directors,

shareholders, promoters.

2.2.2 Party of Second Part means

And include the party of second part and its legally constituted signatories,

assigns, successors; officers duly empowered to execute the agreement;

2.3 Expression of interest. (EOI)

The application and the document submitted by the party of the second

part to the party of the first part showing his interest for entering into the

agreement.

3. ARTICLE 3: PARTY OF FIRST PART PERMISSIONS

The Party of first part in order to carry out Non-core activities has given entire

responsibilities and privileges subjects to terms and condition of this agreement

to the party of second part.

3.1 Use of premises 3.1.1 The Party of First Part permits to the Party of Second Part, to use the said

premises and activities incidental thereto; the same is executed in accordance

with the terms and conditions as prescribed by the Party of first part.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 159 Signature of Bidder

3.1.2 The Party of First Part also permits to the Party of Second Part the privilege

to use the premises only for the execution of the work only as assigned to the

Party of Second Part.

3.2 Disclaimer 3.2.1 The Party of Second Part undertakes with the Party of First Part that at no

time after the execution of this agreement for whatsoever cause, shall the Party

of First Part make any claim to the premises or use of the fact having been Party

of First Part in any relationship with ‘BSNL’ in the past, for any business gains,.

3.2.2 At the end of the agreement all the equipment and infrastructure support

shall remain with party of first part, in case those equipments and infrastructure

are owned by the part of the first part and provided by party of the first part to

the party of the second part. The party of second part shall not claim any right

over the equipments and infrastructure of the party of the first part.

3.3 Scope of rights of Party of Second Part; The agreements permit the Party of Second Part the privilege executing non-

core activities and activities incidental thereto, in relation to the agreed terms

and condition in furtherance of business interest and public interest is

indispensable. Party of Second Part understands that they are not authorized to

any illegal activity or any such activity which is, in contravention to the general

policy, statutory provision, rules, regulation as announced or declared or

published by any competent authority. Party of Second Part further states that

they acknowledge the duty and obligations of the Party of First Part as per the

general policy, statutory provision, rules, regulation as announced or declared

or published by any competent authority and undertake to fully co-operate with

the Party of First Part.

3.4 Appointment of sub-’Agency’ by Party of Second Part; 3.4.1 The Party of Second Part shall be entitled to allow any sub-‘Agency’ or to

enter any agreement, arrangement with any other person with a view to

delegating the responsibilities, rights and duties allowed to the Party of Second

Part under this agreement or in respect of any other work assigned to the Party

of Second Part in terms of this agreement. All the agreement by the party of

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 160 Signature of Bidder

second part shall be in their name and within the knowledge of the party of first

part.

3.4.2 The Party of Second Part hereby agrees that during the tenure of this agreement it shall not misuse or allow any other person to misuse the premises of BSNL CHTD. 3.4.3 ‘Exclusion of Party of First Part’s other premises, offices Trade name, design, copyright, goodwill etc.

3.5 Ministry of telecommunications Compliance The Party of second part undertakes to comply with all the rules, regulations etc. as per the requirement of MTC issued from time to time in consonance with the party of first part. Failure of compliance of such statutory and mandatory compliance may give right to party of first part for redress of the grievances within the frame work of this agreement and also to initiate mechanism to settle at the cost of party of first part. 3.6 Ministry of labour Compliance

The Party of second part undertakes to comply with all the rules, regulations etc. as per the requirement of Ministry of labour issued from time to time in consonance with the party of first part. Failure of compliance of such statutory and mandatory compliance may give right to party of first part for redressal of the grievances within the frame work of this agreement and also to initiate mechanism to settle at the cost of responsible party. 4. Article 4. PARTY OF SECOND PART OBLIGATION

4.1 Equipment & infrastructure; The Party of Second Part may provide Tools and Equipments as per the requirement and need of efficient and effective execution of assigned work. And 4.2 The Party of Second Part shall not misuse or allow to be misused the premises and / or infrastructure of the premises therein through grant of lease, sub-lease, license or otherwise for doing any other business activities or work whether full time, part time or on any other basis. 4.3 ‘Maintenance of specified account/records’ 4.3.1 The Party of Second Part shall maintain all specified records in the manner as per the GAAP or other relevant statutory provision, rules and regulations

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 161 Signature of Bidder

emanating there from. The Party of Second Part understands that the requirement to maintain all the said records in the particular specified formats is necessary for uniform and regulated function and proper calculation of revenue, cost, profit and other related derivatives to ascertain actual and factual position for various instrumentalities of the government. 4.3.2 In the event of this, if the Party of Second Part not maintains the specified records, the Party of Second Part agrees to pay / reimburse to the Party of First Part, the charges incurred by the Party of First Part in actually completing the same records or assisting the Party of Second Part in this regard. The Party of Second Part also undertakes to pay the said amount to the Party of First Part with in fifteen days of issuance of the invoice. 4.4 Staff recruitment and selection 4.4.1 The Party of Second Part shall appoint any staff at the pay scale prescribed by the various relevant statutory provisions as prescribe by the relevant competent instrumentalities of the government. The Party of Second Part unambiguously understands that the staffs appointed by the Party of Second Part shall be the employees of the Party of Second Part only and Party of First Part shall have no liabilities / obligations towards them and the party of first part not in any manner exercises their control over the appointed staff in any manner. 4.4.2 The Party of Second Part shall be free to appoint other supporting staff on his own and shall be responsible for the any outcome of such appointment. Party of first part is not responsible for any such outcome. 4.4.3 The party of second part understands and undertakes that it will ensure compliance of all the labor and employment law rules and regulation and prepare an ‘employment manual’ to this effect within a reasonable time period taking care of all the laws, effective on that date and present a original copy for submission to the relevant authorities. 4.5 Scope of selection procedure, interview and training; The Party of First Part reserves the right to decide the scope, location and dates of the selection process, final interview and training, if so required. 4.6 Reports and feed back The parties mutually decide to exchange such reports and feedbacks for mutual benefits and proper implementation of this agreement.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 162 Signature of Bidder

4.7 Confidentiality and protection of premises property of The Party of Second Part undertakes; 4.7.1 Not to cause or permit anything, which may damage or endanger the property of the Party of the first Part and 4.7.2 To notify the Party of First Part about / of any suspected trespass intrusion of the property of the principal immediately after such detection and 4.7.3 To take reasonable action as decided mutually by the parties in relation to such encroachment of property right. And

4.7.4 On expiry or termination of the agreement forthwith stop the use of all property of the Party of First Part. And 4.7.5 Not to lend, sell, or otherwise give away any property or information about the Party of First Part, his business secrets, plans, services, programs, materials, manuals etc. to any third party at ant party during the tenure of the agreement or even after this agreement ceases to exist. And 4.7.6 Not to cause or permit to be caused any activity which may damage endanger the property rights or title of the Party of First Part. 4.7.7 Shall maintain all the records including duty roaster as per the requirement of Ministry of labour. 4.8 The Party of second part hereby undertakes to indemnify BSNL CHTD against all actions, suits, proceedings, claims, losses, damages etc., which may arise under Minimum Wages Act, Fatal Accident Act, Workmen Compensation Act, Shops & Establishment Act, Family Pension & Deposit Linked Insurance Scheme Contract Labour (Regulation and Abolition) Act 1970 or any other Act or statutes not herein specifically mentioned but having any direct or indirect application for the person(s) engaged under this contract by him. 4.9 The Party of second part shall defend, indemnify and hold BSNL CHTD harmless from any liability, which may be imposed by the Central, State or local authorities and also from all claims, suits arising out of or by reason of the work provided by this contract including any liability that may arise out of accident, whether brought by the employees of the Party of second part or by the third parties or by the Central or State Government authority or any sub-division thereof. 4.10 BSNL CHTD shall not be responsible for any claim/compensation that may arise due to damages/injuries to the Party of second part’s employee(s) under

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 163 Signature of Bidder

any circumstances while an employee(s) of the contractor is engaged in duty under the Contract. 4.11 (a) The Party of second part shall also be bound to discharge obligations as

provided under various statutory enactment including the Employees Provident Fund & Miscellaneous Act, 1952, Employees Pension Scheme, 1995, ESI Act 1948, Contract Labour (Regulation and abolition) Act, 1970, Minimum Wages Act 1948 by the Central Government, Payment of Wages Act 1936, Payment of Bonus Act, 1965, Payment of Gratuity Act, 1972, Workmen's compensation Act 1923, Works Contract Act, 1999 and other relevant Acts, Rules and Regulations in force and as amended from time to time and are in force in the State where the subject work under this Contract are executed.

(b) As per Central Government Minimum Wage Act 1949, Basic+DA+HRA

should be equivalent to the minimum wages as notified by central

Government from time to time. Hence the revision of minimum wages

notified by the statutory body would be accepted forthwith as and

when revision occurs. The minimum wage is not at all negotiable and

only the service charges is negotiable.

(c) The engagement and employment of labourers and payment of wages

to them as per existing provisions of various labour laws and regulations is the sole responsibility of the Party of second part and any breach of such laws or regulations shall be deemed to be breach of this contract. BSNL CHTD may ask the contractor to produce documents to verify that these provisions/laws are complied with by the contractor.

(e) All wages allied benefits such as leave, ESI, PF, Gratuity , Bonus etc, shall

be paid by the Party of second part and BSNL shall not incur any liability or additional expenditure whatsoever for personnel deployed.

4.12 The Party of second part shall at his own cost and initiative take out and maintain at all times until the completion of the contract/lease period, insurance policies in respect of workmen engaged by him for providing services under this contract, in order to keep himself as well as BSNL CHTD/Lessee fully indemnified from and against all claims whatsoever including but not limited to those arising out of the provisions contained in Workmen's Compensation Act, 1923. Should the Contractor fail to take out and/or keep afoot insurance as provided for in the foregoing paragraph, BSNL/Lessee shall be entitled (but without any obligation to do so) to take out and/or keep afoot such insurance at the cost and expense of the Contractor and without prejudice to any other rights or remedies of BSNL CHTD/Lessee in this behalf, to deduct the sum(s) incurred thereof from any amounts due to the Contractor.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 164 Signature of Bidder

4.13 Communication of the problems;

Any problem that may arise while executing this agreement must be communicated by the parties in writing by fax/e-mail/registered post immediate by the parties, respectively to their corporate head offices and any other Addresses provided by the parties.

4.14 Maintenance of records 4.14.1 The Party of Second Part shall maintain a true and accurate record of all the cost of material, salaries and direct operating expenses related to the expenses and other incidental activities. 4.14.2 The Party of Second Part shall submit audited profit and loss account and balance sheets of its business to the competent authorities to the preceding financial year of operation within 30 days from the end of financial year and the Party of Second Part in compliance may seek assistances of party of first part to this effect. 4.14.3 The Party of Second Part shall maintain any other record to ensure the interest of party of first part from time to time. 4.14.4 The Party of Second Part shall maintain any other record to ensure the compliance of guidelines from time to time. 4.15 Execution of non-core activities; 4.15.1 The Party of Second Part agrees to spend a reasonably adequate amount as per the requirement, proper functioning, for the Execution of non-core activities.

4.15.2 The Party of First Part agrees to work in tandem with the Party of second Part for Execution of non-core activities. 4.15.3 The Party of Second Part agrees that the activity at ground level shall be the sole responsibility of the Party of Second Part 4.16 Securities; 4.16.1 The Party of Second Part undertakes to abide by the rules and regulation as decided by the parties for the physical protection of information, infrastructure and other related things. 4.17 Code of conduct

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 165 Signature of Bidder

Party of Second Part undertakes to ensure that the all staff and employee adhere to the standard code of conduct followed by the industry and to ensure this the party of second part appoints suitable and responsible person to supervise the proper implementation of such code, revised and amended up to date.

4.18 Membership, affiliations; The Party of Second Part shall enrol itself as a member of such professional bodies, associations and societies as the normal standard of the requirements of the industry. The Party of Second Part understands that such enrolments are for its benefits and undertakes to pay such charges /fee may be required for such enrolments. 4.19 Additional activities

The Party of Second Part undertakes to organize such additional activities which may be decided mutually from time to time which would contributes towards improvements of work culture and agrees to accept the terms and conditions as decided by the parties .

4.20 The party of second part shall engage on his own expenses the requisite number of representatives with means & materials as well as tools, appliances, machines, implements, vehicles for transportation, cartage etc. required for the proper execution of work within the link prescribed in the work orders.

4.21 The party of second hereby declares that nobody connected with or in the employment of the Bharat Sanchar Nigam Limited/DOT/DTS is not/shall not ever be achieved as partner in the contract

4.22 The rates approved are inclusive of all taxes the payment will be subject to availability of funds after sanction of bill by the competent authority through RTGS/ECS and deduction of Income Tax & all statuary/Govt. Taxes. The party of second part shall submit the copy of service Tax paid challan and EPF/ESI paid challan for the previous month along with the bill. While preparing the bill the party of second part shall bifurcate the amount of service tax in bill submitted. The party of second part shall submit the bills quarterly consolidated for each SDCA duly signed and verified by the officer’s in-charge for satisfactory work execution. 5. Article 5: CONSIDERATIONS

5.1 Monthly fee 5.1.1 The Party of First Part shall pay to the Party of second Part an amount of monthly bill submitted by him _______.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 166 Signature of Bidder

Any demand by the party of second Part shall not be entertained by the Party of first Part to the Party of First Part towards any other use apart from this agreement shall not be claimed and is agreed to be sufficient consideration for payments of prescribed monthly fee. 5.1.2 The monthly fee quoted by the bidder shall not be increased under any

circumstances what so ever by the party or second part during the period of

contract.

5.2 Profit sharing The Party of Second Part shall not pay to the Party of First Part any amount as a profit sharing. Any demand by the party of first part shall not be entertained by the Party of Second Part to the Party of First Part towards the use and earning any profit by executing the work. 5.3 Taxes duties

Any taxes or duties, imposed or assessed by the central government or any other authorized local bodies in respect of payment or dues paid by Party of First Part after signing this agreement, will be borne by the Party of Second Part.

Service tax at the prevailing rates will be paid.

6. Article 6: SERVICE BY THE PARTY OF FIRST PART

The Party of First Part here by agrees to provide following services in accordance with the terms of this agreements. 6.1 Functional management in respect of the competent government authorities for proper execution of this agreement in letter and spirit of this agreement. 7. Article 7: DISBURSEMENT TO PARTY OF FIRST PART

7.1 Disbursement in relation to entire, unconditional, unlimited and unqualified responsibilities, Party of Second Part agrees to execute a separate agreement with the party of first part.

8. Article 8: LIMITATION OF AGREEMENT

8.1 Trademarks, trade names and trade secrets

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 167 Signature of Bidder

8.1.1 The Party of Second Part shall not claim any ownership right in trade mark, trade name, design, copyright, goodwill which is not the subject matter of this agreement but property of first party. It shall derive its power to use from the provision and clauses of this agreement only.

8.1.2 The Party of second Part shall not claim any ownership right on premises as it shall be property of party of party of first part. after complying all the mandatory provisions of applicable laws and contractual obligations. It shall derive its power to use from the provision and clauses of this agreement only.

8.1.3 The party of second part shall not incorporate any word or design deceptively and confusingly similar to Party of First Part’s trade-mark, trade-name, design in its trade-mark, trade-name and trade-style other then the subject matter of the agreement.

8.1.4 The Party of Second Part agrees not to divulge any trade secrets that may be made available to it, in confidence. The Party of Second Part further agrees to ensure fidelity of information imparted to or available to them.

8.1.5 All the liabilities of the party of first part related to their business prior to the date of execution of this agreement shall be liabilities of the party of first part. 8.2 No ‘Agency’

8.2.1 The parties here to agree that the Party of Second Part is an independent entity. Nothing here in contain shall constitute the Party of Second Part as an agent, legal representative, partner, subsidiary; joint venture or employee of the Party of First Part. The Party of Second Part shall have no right or power to and shall not bind or obligate the Party of First Part in any way, manner or title whatsoever, nor represent, it has any right to do so.

8.2.2 The parties here to agrees that all the litigation-disputes/claims arising or taking place with the third parties after signing this agreement shall be contested/or settle by the Party of Second Part itself. The Party of First Part shall not be responsible for the same in any circumstances. 9. Article 9: INSURANCE

The Party of Second Part takes appropriate policies for new insurances w.e.f this agreement to cover it against losses /damages and renew such policies up to the period of this agreement. Evidence of policies having being renewed shall be made available to the Party of First Part, in case it requires it, in any compliance issue. 10. Article 10: TENURE AND RENEWAL OF THE AGREEMENT

10.1 Tenure:

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 168 Signature of Bidder

The tenure of this MOU shall expire_____________________ under circumstances until unless specifically agreed and in written form accepted by parties, though this MOU ceased to exists.

10.1.1 Both the parties shall execute a new agreement in case if it is required to achieve the purpose stipulated in this agreement as per the modified law, statutory provisions, rules and regulation issued or changes by the competent authorities.

10.1.2 The parties shall not have any automatic right of termination under any of the clause and it shall be not discretions of the parties to terminate the present agreement.

10.2 Disbursement of dues ;Both the parties agree to initiate all the necessary activities to settle pending dues as per the scheme enumerated in other agreements, which comprehensively deals with this issue. Any such disbursement shall strictly as per the scheme.

10.3 Notwithstanding anything elsewhere herein provided and in addition to any other right or remedy of the BSNL CHTD under the Contract or otherwise, the BSNL CHTD shall be entitled to terminate the Contract by written notice at any time during the currency on or after the occurrence of any one or more of the following events or contingencies, namely:

10.3.1 Default or failure by the party of second part of any of the obligations of the party of second part under the Contract, including but not limited to:

(a) Negligence in carrying out the works or carrying out of work found to be unsatisfactory by the competent authority in BSNL CHTD

(b) Abandonment of the works or any part thereof;

(c) Suspension of the entire works or any part thereof, for a period of 14 (fourteen) days or more without due authority from the BSNL CHTD

(d) Commission, permission or sufferance of any other breach of any of the terms, conditions or provisions of the Contract on the part of the party of second part to be paid, performed and/ or observed;

(e) Failure to deposit the Initial Security Deposit within 10 (ten) days of receipt by the party of second part of Acceptance of Tender (in case applicable).

(f) Failure to execute the Contract in terms of the Form of Contract forming part of the Tender Documents within 10(ten) days of notice in this behalf from the BSNL CHTD;

10.3.2 If the party of second part is incapable of carrying out the work; 10.3.3 If the party of second part misconducts himself in any manner;

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 169 Signature of Bidder

10.3.4 If there is any change in the constitution of the party of second part or in the circumstances or organization of the party of second part, which is detrimental to the interests of the work or the BSNL CHTD; 10.3.5 Dissolution of the party of second part or commencement of liquidation or winding up (whether voluntary or compulsory) of the party of second part or appointment of a receiver or manager of any of the party of second part 's assets and/ or insolvency of the party of second part or any Partner of the party of second part; 10.3.6 Distress, execution, or other legal process being levied on or upon any of the party of second part's goods and/ or assets; 10.3.7 Death of the party of second part; 10.3.8 If upon any change in the Partnership/constitution of a party of second part's organization (if a Partnership), the BSNL CHTD shall refuse to continue the contract with the re-constituted firm; 10.3.9 If the party of second part or any person employed by him shall make or offer for any purpose connected with the Contract any gift, gratuity, royalty, commission, gratification or other inducement (whether money or in any other form) to any employee or agent of the BSNL CHTD; 10.3.10 If the party of second part shall sub-contract the whole or any part of the work in contravention of the provisions of the Contract 10.3.11 The decision of the …..(Competent Authority), as to whether any of the events/ contingencies mentioned in above Clauses, entitling the BSNL CHTD to terminate the Contract, has occurred or not, shall be final and binding upon the party of second part. However, before invoking action under this clause, BSNL CHTD shall give prior written notice to the party of second part to rectify the problem areas within maximum two weeks of time. 10.4 The authority of premises shall stand terminated in the following events 10.4.1 Upon the expiry of the contracted period 10.4.2 Upon occurrences of instances mentioned in clause above 10.4.3 Upon mutual consent of the parties before the expiry of the period. In the event, the

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 170 Signature of Bidder

11. Article 11: EFFECT OF NON- RENEWAL

Both the parties shall ensure and work to clear all the dues, liabilities and make such arrangements, so to avoid inconvenience to both parties. This agreement is governed by this agreement and both the parties are bound to renew this agreement by redrafting and re executing it, as prescribed in this agreement in letter and spirit. 12. Article 12: INDEMINIFICATION

12.1 Loses and damages

12.1.1 The Party of Second Part and the indemnifiers are jointly and severally responsible for all losses to damages to third person, originating in or connected with the conduct of the Party of Second Part for all claims demand for damages to properties or for injury, illness, or death of persons directly or indirectly resulting there from. The agency and indemnifier agree to defend, Indemnifies and save the Party of First Part from any harm with respect to any such claims, losses all damages result from the will-full negligence of the Party of First Part, Its employees or agents after signing the agreement. 12.1.2 The Party of first part and the indemnifiers are jointly and severally responsible for all losses to damages to third person, originating in or connected with the conduct of the Party of first Part for all claims demand for damages to properties or for injury, illness, or death of persons directly or indirectly resulting there from. 12.1.3 The agency and indemnifier agree to defend. Indemnifies and save the Party of second Part from any harm with respect to any such claims, losses all damages result from the will-full negligence of the Party of First Part, Its employees or agents. The Party of first Part and the indemnifier shall be obliged to immediately intimate to the Party of second Part in the event of any unlawful use of either the Party of second Part’s trade mark, trade name, design, copyright, patent by any third party. If it is established that such activity is the act of either the Party of Second Part itself or any of or all of its directors Party of First Part officers Key personnel employees etc the indemnifier here by indemnifies the Party of second Part in respect all expense that may be incurred by the Party of second Part In stopping such activity. The Party of Second Part agrees to assist the Party of First Part in taking appropriate action and further agrees to commence such action if legal requirement so dictate. 12.1.4 Personnel indemnification;

(a) The indemnifier here by personally indemnifies the Party of First Part in respect of every claim, which the Party of First Part may have against

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 171 Signature of Bidder

the Party of Second Part under this agreement and further personnel guarantees payment of the same to the Party of First Part. This shall not affect any right of the Party of First Part to precede ageist the Party of Second Part in respect of such claim or claims.

(b) The indemnifier here by personally indemnifies the Party of Second Part

in respect of every claim, which the Party of second Part may have against the Party of first Part under this agreement and further personnel guarantees payment of the same to the Party of second Part. This shall not affect any right of the Party of second Part to precede ageist the Party of first Part in respect of such claim or claims.

13. Article 13: DIRECT SUPERVISION

Both Parties agrees that in the event of Non-compliance of any clause due from the Parties Or For any other reason as may be mentioned in the agreement or against the law of this land, Both the Parties may in their discretion, act any or the entire procedure in following manner:

(a) Direct to take appropriate measures with respect to all its activities.

(b) Call arbitrator to Assume direct supervision over the operations.

(c) The Parties reserve the right to withdraw or report to the arbitrator at its discretion during the currency of the agreement if the condition so demand.

(d) The Parties shall further agrees that such arrangement shall continue till the Parties are fully satisfied that the things are in order in respect of the breaches and defaults mentioned above after which the Parties shall handover the operation to the arbitrator.

14. Article 14: DEFAULTS

14.1The occurrence of the following events / acts shall constitutes good and sufficient cause for the Party of First Part at its options and without prejudice to any other rights or remedies provided for hereunder or by law or equity to redressal of the issues, this agreement without any compensation by notice in writing to the Party of Second Part, such notice to redressal of the issues at such date as the Party of First Part in their discretion determine and cancel the contract.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 172 Signature of Bidder

14.1.1 In case of appointment of Sub- ‘Agency’ by Party of Second Part, in contravention of the spirit and intention of the MOU, it excludes the agencies appointed to carry out delegated works and tasks. 14.1.2 Using the recourses dedicated under this agreement for the purpose outside the purview of this agreement. 14.1.3 In case any of the condition and requirements mentioned in the expression of interest (EOI) application given to the party of the first part by the party of the second part is found to be misleading, false and incorrect, the party of the first part reserves the right to cancel the agreement at any time. 14.2 In case of the following non-performance by the party of the second part the penalty enumerated therein will be imposed by the party of the first part. 14.2.1 The party of the second part shall be responsible for calling the

concerned officer In-charge at the work site (i.e. Telephone Exchange, BTS etc.)

at the time of starting as well as end of duty. If at any of time the party of the

second part fails to do so, 5% of the monthly contract amount will be deducted

from the payment of the party of the second part for every such instance of such

negligence on their part.

14.2.2 The party of the first part also reserves the right to monitor the provisions of services at the work site at any time through visit to the site. In case the party of the second part is not found at the time of the duty, 10% of the monthly contract amount will be deducted from their payment for every such instance of such negligence on the part of the party of the second part. 15. Article 15: EFFECT OF REDRAFTING/RE-EXECUTION

In the event of redrafting/re-execution of this agreement by the parties, the parties shall be entitled to claim damages and injuries and the parties agrees to, in such event of termination, they shall pay amount as decided by arbitrator as liquidated damages to the injured party. 16. Article 16: MISCELLANEOUS /GENERAL CONDITION

16.1 Interpretation

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 173 Signature of Bidder

The recitals incorporated herein make a part of this agreement, total of article, sections, clauses and paragraphs are used for convenience only and are part of the text. All terms used in any one gender shall be construed to include any other gender as the context may require. The singular shall be deemed to include the plural and the plural shall be deemed to refer to singular as the context may be. 16.2 Entire agreement

This agreement constitutes the entire agreement between the parties and shall prevail over any other agreements relating to the subject matter thereof. The Party of Second Part declares that it rely upon no representation, conditions or warranty on the part of the Party of First Part except herein contain. The agreement is prepared in two original copies having same effect. 16.3 Non-waiver

The failure of the Party of First Part to exercise any right, power or option given to it hereunder or non-insistence on options for strict compliance of the terms hereof, by the Party of Second Part shall constitute a waiver of the terms and conditions of this agreement with respect to any other or subsequent breach thereof, not a waiver by the Party of Second Part of its right at any time thereafter to require strict compliance with all the terms thereof. The right of remedies hereunder is cumulative to other rights on remedies which may be granted by the law. 16.4 Governing laws

The agreement shall be governed and construed in accordance with the laws of republic of India. 16.5 Applicable laws

This agreement including any mater relating thereto arising after its expiry or termination shall be governed by the laws of Indian union. 16.6 Severability

If any provision of this agreement is held invalid by the court decree the remainder of this agreement shall not be invalidated. 16.7 Registration

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 174 Signature of Bidder

In case of any delay in registration of this agreement or non-registration due to any reason the effect and strength of this agreement shall have same as of a registered document and neither party shall raise any objection before any competent authority in this regard. 16.8 Notices

Any notice to be given hereunder shall be in writing and shall be deemed to have been duly served after two days of the date of dispatch if send by the registered post at the recorded address of the parties. Notices shall be served by both parties at the addresses/fax/email mention hereunder Of party of first part 1. 2. 3. Of party of second part 1. 2. 3. Or in case, to the arbitrator at his address at; Also at, 16.9 Force majeure clause;

16.9.1 Force majeure shall mean any event or circumstances or combination of the events or events or circumstances that materially and adversely affect, prevent or delay any party in performance of its obligation in accordance with the terms of this agreement but only if and to the extent such events and circumstances are within the affected parties reasonable, control, directly or indirectly.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 175 Signature of Bidder

16.9.2 Force majeure events; the force majored events shall consist of civil war, rebellion, civil commotion, mutiny, flood, tempest, earth quack or other unforeseen forces of the nature or act of god or due to any restrained or regulation or change in the statute, policy of the state or central govt. like expropriation or compulsory acquisition, exercise of the central and / or state got executive prerogative and court stay order. 16.9.3 In the event of a force majored occurrence, the party invoking the force Majeure shall promptly notify the other party of such circumstances force majeure occurrence shall be suspend the parties obligations with respect to circumstances affected by the force majeure 16.10 The Party of First Part shall not guarantee any success hence; the Party of First Part shall not responsible under any circumstances to pay any compensation and / or damages or losses incurred by the Party of Second Part. 17. Article 17: Arbitration and jurisdiction

17.1 In the event of any question, dispute or difference arising under this agreement or in connection therewith, the same shall be referred to the sole arbitrator of the party of the first part. The agreement to appoint an arbitrator will be in accordance with the Arbitration and conciliation Act, 1996. There will be no objection to any such appointment on the ground that the arbitrator is a Government Servant or that he has to deal with the matter to which the agreement relates or that in the course of his duties as a Government Servant he has expressed his views on all or any of the matters in dispute. The award of the arbitrator shall be final and binding on both the parties to the agreement. In the event of such an arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reason whatsoever, the party of the first part shall appoint another person to act as an arbitrator in accordance with terms of the agreement and the person so appointed shall be entitled to proceed from the stage at which it was left out by his predecessors. 17.2 The arbitrator may from time to time with the consent of both the parties enlarge the time frame from making and publishing the award. Subject to the aforesaid, Arbitrator and Conciliation Act, 1996 and the rules made there under, any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this clause. 17.3 This Contract/PO is subject to Jurisdiction of Court at Chennai only.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 176 Signature of Bidder

This agreement consisting __ articles and running into pages (excluding the copies of resolution) carefully read, and after understanding the contents, was signed by the Party of Second Part and the Party of First Part on the day of 2016 at Agreed and accepted Signatures of Witnesses of parties are; BY Party of first part Party of second part Through authorized signatory Through authorized signatory Shri. Shri. Witnesses; 1. 2. 3. 4.

18. TERMINATION FOR INSOLVENCY

The Purchaser may at any time terminate the Contract by giving written notice

to the supplier, without compensation to the supplier. If the supplier becomes

bankrupt or otherwise insolvent as declared by the competent court provided

that such termination will not prejudice or affect any right of action or remedy,

which has accrued or will accrue thereafter to the Purchaser.

19. 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

or the BSNL or any other person(s) contracting through the BSNL and set off the

same against any claim of the Purchaser or BSNL or such other person or

person(s for payment of a sum of money arising out of this contract or under any

other contract made by the Supplier with the Purchaser or BSNL or such other

person(s) contracting through the BSNL.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 177 Signature of Bidder

ANNEXURE-“F”

PROFORMA FOR CLAUSE BY CLAUSE COMPLIANCE

SECTION NO CLAUSE NO COMPLIANCE

SPECIAL CONDITIONS OF CONTRACT (SECTION IV) AND

TECHNICAL SPECIFICATION AND GUIDELINES (SECTION V)

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 178 Signature of Bidder

SECTION III - COMMERCIAL CONDITIONS OF CONTRACT

Clause

No Clause name

Acceptance and

Compliance

1 Application

2 Standards

3 Delivery and documents

4 Performance security

5 Warranty

6 Prices

7 Sub Contracts

8 Work order and changes in work order

9 Payment terms for supply & Installation items.

10 Scheduled date of delivery/delays in the

installer’s performance

11 Liquidated damages

12 Contract conditions

13 Safety Code

14 Labour conditions

15 Work conditions

16 Purchaser right to vary the quantity after

finalisation of contract.

17 Acceptance Testing

18 Clarifications

19 Force Majeure

20 Termination for default

21 Termination for insolvency

22 Arbitration

23 Set off

24 Legal Jurisdiction

25 Fall Clause

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 179 Signature of Bidder

SECTION IV - SPECIAL CONDITIONS OF CONTRACT

Clause

No. Clause Name

Acceptance and

compliance

01 Special conditions of the contract-1

02 Special conditions of the contract-2

03 Special conditions of the contract-3

04 Special conditions of the contract-4

05 Special conditions of the contract-5

06 Special conditions of the contract-6

07 Special conditions of the contract-7

08 Special conditions of the contract-8

09 Special conditions of the contract-9

10 Special conditions of the contract-10

11 Special conditions of the contract-11

12 Special conditions of the contract-12

13 Special conditions of the contract-13

14 Special conditions of the contract-14

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 180 Signature of Bidder

SECTION V - TECHNICAL SPECIFICATIONS AND GUIDELINES (The contractor to refer to all clauses mentioned against the Work Item Nos)

Work

Item No Work item Name. Acceptance and compliance

1 Work item No:1 as per Time schedule (Page 174/176)

2 Work item No:2 as per Time schedule (Page 174/176)

3 Work item No:3 as per Time schedule (Page 174/176)

4 Work item No:4 as per Time schedule (Page 174/176)

5 Work item No:5 as per Time schedule (Page 174/176)

6 Work item No:6 as per Time schedule (Page 174/176)

7 Work item No:7 as per Time schedule (Page 174/176)

8 Work item No:8 as per Time schedule (Page 174/176)

9 Work item No:9 as per Time schedule (Page 174/176)

10 Work item No:10 as per Time schedule (Page 174/176)

11 Work item No:11 as per Time schedule (Page 174/176)

12 Work item No:12 as per Time schedule (Page 174/176)

13 Work item No:13 as per Time schedule (Page 174/176)

14 Work item No:14 as per Time schedule (Page 174/176)

15 Work item No:15 as per Time schedule (Page 174/176)

16 Work item No:16 as per Time schedule (Page 174/176)

17 Work item No:17 as per Time schedule (Page 174/176)

18 Work item No:18 as per Time schedule (Page 174/176)

19 Work item No:19as per Time schedule (Page 174/176)

20 Work item No:20 as per Time schedule (Page 174/176)

21 Work item No:21 as per Time schedule (Page 174/176)

22 Work item No:22 as per Time schedule (Page 174/176)

23 Work item No:23 as per Time schedule (Page 174/176)

24 Work item No:24 as per Time schedule (Page 174/176)

25 Work item No:25 as per Time schedule (Page 174/176)

26 Work item No:26 as per Time schedule (Page 174/176)

27 Work item No:27 as per Time schedule (Page 174/176)

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 181 Signature of Bidder

ANNEXURE-“G”

BID SECURITY BOND Whereas ……………………… (hereafter called “the Bidder”) has submitted its bid dated

…………….. For Notice Inviting Expression of Interest No.……..

…………………….KNOW ALL MEN by these Presents that We …………….. of

…………….. having our registered office at ……………. (hereafter called “the Bank”) are

bound unto …………………..BSNL, in the sum of Rs. …………. For which payment will and

truly to be made the Bank binds itself, its successors and assigns by these presents.

THE CONDITION of the obligation are:

1 If the Bidder withdraws its bid during the period of bid validity specified by the Bidder on

the Bid Form; or

2 If the Bidder, having been notified of the acceptance of its bid by the BSNL during the period

of Bid Validity.

(a) Fails or refuses to execute the Contract, if required, or

(b) Fails or refuses to furnish performance security, in accordance with the

instructions to Bidders.

We undertake to pay to …………………. , BSNL up to the above amount upon receipt of its

first written demand, without having to substantiate its demand, provided that in its demand,

BSNL will note that the amount claimed by it is due to it owing to the occurrence of one or two

or both conditions specifying the occurred condition or conditions.

This guarantee will remain in force as specified in clause 5.1 of the Bid Document up to and

including thirty (30) days after the period of bid validity and any demand in respect thereof

should reach the Bank not later than the specified date/ dates.

Signature of the Bank

Name

Signed in Capacity of

Signature of Witness Full Address of Branch

Name of Witness Tel. No. of Branch

Address of Witness Fax No. of Branch

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 182 Signature of Bidder

ANNEXURE – “H”

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 183 Signature of Bidder

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 184 Signature of Bidder

ANNEXURE –“ I”

Bidder’s profile & Questionnaire. Tenderer / Bidder’s Profile & Questionnaire

(To be filled in and submitted by the bidder)

A) Tenderer’s Profile

1. Name of the Individual/ Firm: ………………………………………………

2. Present Correspondence Address

…………………………..………………

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

Telephone No. …………………………….. Mobile No. ………………………...

FAX No. …………………………………………………………………………

3. Address of place of Works/

Manufacture ……….…………….……………………………………………….

………………… ………………….………………………………………………

Telephone No. ..……………………….. Mobile No. ……………………………

4. State the Type of Firm: (Tick the correct choice ) Sole proprietor-ship/partnership firm/ Private limited company/

Public Limited Company

5. Name of the sole proprietor/ partners/ Director(s) of Pvt. Ltd Co.:

6. Name of the person authorized to enter into and execute contract/agreement and the capacity in which he is authorized (in case of partnership/ private Ltd Company):

…………………………………………………………………………………………………………………………………..…………………………………………………………. 7. Permanent Account No. : ……………………………………………………… 8. Details of the Bidder’s Bank for effecting e-payments:

(a) Beneficiary Bank Name:……………………………… (b) Beneficiary branch Name:……………………………. (c) IFSC code of beneficiary Branch…………………….. (d) Beneficiary account No.:………………………………. (e) Branch Serial No. (MICR No.):………………………...

S. No Name Father’s Name Designation

1

2

3.

4.

5.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 185 Signature of Bidder

9. Whether the firm has Office/ works (i.e. manufacture of the tendered item) in Chennai? If so state its Address …………………………………………………………………………………………………………………………………………………………………………

B) Questionnaire 1. Do you think any other detail/ material is required to complete the work specified in the specification? Yes/ No. 1.1 If Yes, Give details ……………………………………………………………………………………………………………………………………………………………………………… 2. Do you think any other item of work need be included in tender form to complete the work specified in the specification? Yes/ No. 2.1 If Yes, Give details ……………………………………………………………………………………………………………………………………………………………………………… 3. Kindly indicate the maximum Quantity of tendered material which you are capable of supplying within the scheduled delivery period. Name of the tendered Item Qty that can be supplied by the firm within scheduled delivery period. 4. Suggestion for improvement of the tender document. ……………………………………………………………………………………………………………………………………………………………………………….…………………………………………………………………………………. Place………………….

Signature of contractor ……………………… Date …………………. Name of Contractor …………………

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 186 Signature of Bidder

ANNEXURE- “J”

For Letter of Authorization for attending Bid Opening Event.

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

Subject: Authorization for attending Bid opening

I/ We Mr. /Ms. …………………………………….. have submitted our bid for the tender

no. ………………………….……… in respect of ……………………

………………………………………………………….. (Item of work) which is due to open on

…………………. (date) in the Meeting Room, O/o

………………………………………………………………………………….

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

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

opening for the tender mentioned above on our behalf.

…………………………………….

Signature of the Representative

………………………………… Signature of Bidder/ Officer authorized to sign

Name of the Representative on behalf of the Bidder

…………………………………….

Signature of the alternative Representative

…………………………………………..

Name of the alternative Representative

Above Signatures Attested

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

2. Permission for entry to the hall where bids are opened may be refused in case

authorization as prescribed above is not received.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 187 Signature of Bidder

Annexure-“ K”

BID FORM

Tender No. DGM( NWP- CM)/EOI/P VII +/2015-16/1 dated 25/01/2016

(Name & Address of the Bidder)

To

Assistant General Manager NWP-V CM

BSNL Chennai Telephones,

2nd Floor, Old Telephone Exchange Building,

FBR, 1, N.S.C. Bose Road,

Chennai-600 001. Sir, 1. Having examined the conditions of contract and specifications including

addenda Nos..........…………….. the receipt of which is hereby duly

acknowledged, we, undersigned, offer to Installation and deliver

..........………………...... in conformity with the conditions of contract and

specifications for the sum shown in the schedule of prices attached herewith

and made part of this Bid.

2. We undertake, if our Bid is accepted, to commence the services within one

week and to complete the services of all the items specified in the contract

within the time schedule specified in the Tender and/or your Work Order and

to Installation items specified in the contract for a period of ONE year from the

date of agreement at the same approved rate, which can be extendable by

you for a further period of SIX months.

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 188 Signature of Bidder

3. If our Bid is accepted, we will obtain the guarantees of a Scheduled Bank for a sum not exceeding 5% of the contract sum for the due performance of the Contract.

4. We agree to abide by this Bid for a period of 150 days from the date fixed

for Bid opening and it shall remain binding upon us and may be accepted

at any time before the expiration of that period.

5. Until a formal Work Order of Contract is prepared and executed, this Bid

together with your written acceptance thereof in your notification of award

shall constitute a binding contract between us.

6. Bid submitted by us is properly sealed and prepared so as to prevent any

subsequent alteration and replacement.

7. We understand that you are not bound to accept the lowest or any bid,

you may receive.

Dated this day of ................................... 201__ Signature of In capacity of Duly authorized to sign the bid for and on behalf on Witness

Address ........ .......... ........... .......... Fax No. :…………………………………….

...................... …………………………….. Tel No. :…………………………………….

Signature ..... .......... ...........

Name in Block Letters Date:……………………………….

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 189 Signature of Bidder

ANNEXURE -“L”

EMD DETAILS

DETAILS OF EMBG/ EMD ENCLOSED: (TO BE FILLED IN BY THE TENDERER) A: DETAILS OF EMBG ENCLOSEDIN ORIGINAL FROM BANK SECTION VIII:

NAME & ADDRESS OF THE BANK:______________________________________ AMOUNT GUARRANTEED: Rs._________________________________________ PERIOD OF VALIDITY OF THE EMBG: ________________________ B: DETAILS OF EMD PAYMENT BY DD/PAY ORDER:

D.D No : _____________________________ DATED: __________________ DRAWN ON BANK: ________________________________________________________ AMOUNT: Rs.___________________________________________ IN FAVOUR OF: _____________________________________________ PAYABLE AT : ______________________________________________ C: EXEMPTION CERTIFICATE: (if applicable) WE ARE EXEMPTED FROM SUBMITTING EMD UP TO A MONETARY LIMIT OF

Rs.______________________________________________________. NECESSARY NSIC

REGISTRATION CERTIFICATE (ONE PHOTOCOPY ATTESTED FROM ORIGINAL BY A

GAZETTED OFFICER) FROM COMPETENT AUTHORITY ENCLOSED HEREWITH. (PLEASE

STRIKE OUT (C), IF NOT APPLICABLE)

DATE : ___________________ SIGNATURE: ________________________________ PLACE: ___________________ COMPANY SEAL: ____________________________

*****

No: DGM (NWP-CM)/EOI/P VII +/2015-16 dated 25/01/2016

Page | 190 Signature of Bidder

ANNEXURE “M”

MANDATE FORM

E Payment of suppliers bills through RTGS

Serial

No Particulars

1 Company’s Name

2

Address

3 Phone No

4 Particulars of Accounts NAME OF THE

ACCOUNT

5 Bank Name

6 ACCOUNT NO

7

Branch Name& Address

8 IFSC CODE OF BRANCH

I/we hereby declare that the particulars given above are correct and complete. I/We undertake that till

a change is requested by us the payment shall continue to be in the above account only. I/We also agree

to bear the RTGS charges in case such charges are levied by any bank for processing the RTGS

transaction.

Date Signature of the authorized signatory

(Sealed of the company)

**Certified that the particulars furnished above are correct as per our records.

Bank Stamp

Signature of the Authorized Officer

(From the Bank)

END OF THE E-TENDER DOCUMENT