You are on page 1of 57

TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/201617/30

Bharat Sanchar Nigam Limited


(A Government of India Enterprise)

BID DOCUMENT
(E-Tender)
FOR

Tender for GSM 2G/3G BTS swapping, redeployment &


associated work in Banswara SSA

No.:-TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/2016-17/30

Office of the Telecom District Manager


Banswara

Page 1 of
48

Signature of Bidder
with seal

TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/201617/30

TABLE OF CONTENTS
Section
I
II
III
IV
V
VI
VII
VIII
IX
X
XI
XII
XIII
XIV

Page 2 of
48

Content

Page No.

Notice Inviting Bid


Instruction and General Guidelines to Bidder.
Special Conditions of Contract
Technical/Installation/Integration specifications of the
tender
Profile of the bidder
Bid Form
Format of letter of authorization to attend bid opening
Documents to be submitted by bidder
Agreement
E-tendering instruction to bidder
Undertaking and Declaration
Guidelines for taking action against contractor
Details of work with quantity
Financial Bid (BOQ)

3
4-14
15-19
20-23
24
25
26
27
28-32
33-37
38
39-42
43-45
46-48

Signature of Bidder
with seal

TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/201617/30

Section - I

NOTICE INVITING TENDER


(E-Tender)

Tender No.:-TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/2016-17/30


Dtd:
18.05.2016

Digitally Sealed e-tenders are invited by Telecom District Manager Banswara (Rajasthan) on behalf
of BSNL for Tender for GSM 2G/3G BTS swapping, redeployment& associated work in
Banswara SSA. No partial bidding of the work is permissible. Swapping/ redeployment
and provisioning of store as per details given in document is to be done by bidder.
1. Eligibility Conditions :
The Bidders shall submit the following documents in the bid as proof of their eligibility.
st

1.1 Annual financial turnover in any one year during the last 5 financial years ending on 31 march
2016 should be at least 30% of the estimated cost. A certificate from a registered Charted
Accountant in this regard shall be required to be submitted along with bid. Bids without due
certificate shall be liable for rejection.
1.2 Experience certificate of successful execution of same or similar nature of work in central
Govt./state Govt./BSNL/other PSUs, count the total costing 35% or more of estimated cost during
last five financial year/calendar year/agreement years (up to date of NIT).

Definition of Similar works:Rigger work or BTS installation/ redeployment related work undertaken under central Govt/state
Govt./BSNL/ other PSUS or any BTS equipment supply vender or telecom service provider.
Experience Certificate or satisfactory work completion certificate should be issued by the
officer not below the
rank
of AGM/STS or equivalent, in case of
BSNL/MTNL/DOT/Govt.PSU/Govt. Department. In case of BTS Supply Vender or License
service provider it should be purchase order or work order issuing authority along with copy of
work order/purchase order.
Bidders in category of MSEs who are registered with MSME bodies like NSIC etc are
exempted from payment of bid cost and EMD. A proof regarding current registration with
MSME/NSIC for the tendered items will have to be attached along with the bid.
Bids without EMD, eligibility criteria & cost of tender shall be summarily rejected

Sr.
No.

Area

Banswara
SSA

Estimated Bid cost


cost
(in Rs.)
(in Rs.)
2495224.00 1050.00

EMD in
Rs.

Last date and


time of bid
submission
62381.00 Up to 15:00 Hrs
on 03/06/2016

Date and time of


bid opening
at 15:30 Hrs on
03/06/2016

Venue of opening BID: - DE (PLANNING) O/o TDM


Banswara

Tender
document
can
be
obtained
by
downloading
it
from
the
website
www.rajasthan.bsnl.co.in.orwww.tenders.gov.in
or
http:/eprocure.gov.in
from
dated
19/05/2016,
10:00 hrs to 03/06/2016 up to 14:30 hrs. Tender will not be accepted/ received after expiry of date and
Page 3 of
48

Signature of Bidder
with seal

TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/201617/30


time prescribed. TDM Banswara reserves the right to reject any or all tenders without assigning any

reasons what so ever.

Page 4 of
48

DE (PLANNING)
O/o TDM, Banswara

Signature of Bidder
with seal

TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/201617/30

Section - II
Instructions and General Guidelines to Bidder
1.

Submission of Bid.

1.1

Tenders are invited online through Single stage two Envelope systems. The First
electronic envelope is techno commercial bid envelope and second electronic envelope
is financial bid envelope.

Note A: The bid will be evaluated technically first and thereafter financial bids of qualified
bidders only shall be opened.
1.2

Bid validity Period (Validity of Bid offer):- 180 days from the tender opening date.

1.3

(a)Technical Bid envelope will contain:(i)Scanned copy of EMD


(ii)Scanned copy of cost of tender documents
(iii)Scanned copy of all the documents mentioned in Section
VIII. (b)Financial envelope shall contain financial bid form as Section
XIV.

1.4

The bidder shall submit the following documents offline to DE (PLANNING) O/o TDM
Banswara on or before the date and time of submission of bids specified in NIT, in a sealed
envelope. The envelope shall bear Tender Name, Tender No. and the words DO NOT OPEN
BEFORE (due date and time).
(1) EMD- BID security (Original copy) in form of DD
(2) Tender document fee in form of DD/bankers cheque

(3) Power of attorney required if any for participation in the tendering


process. (Original ink signed copy).

2.0

Earnest Money Deposit (EMD) :

2.1

Earnest Money shall be paid as mentioned in NIT.

2.2

EMD shall be paid in cash or in the form of Bank Draft from any Schedule Bank, payable at
Banswara, in favour of Accounts Officer (Cash) HQ O/o TDM, BANSWARA .No interest
shall be allowed on the EMD to the Bidder.
The EMD of Unsuccessful Bidder will be refunded within reasonable time after finalisation
of the Bid, normally within three months from the date of opening of Bids.

2.3
2.4

The EMD of successful Bidder may be adjusted towards security deposit for the due
fulfilment of the contract but shall be forfeited if the Bidder fails to sign the agreement.

Page 5 of
48

Signature of Bidder
with seal

TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/201617/30

3.
3.1
3.2
3.3

3.4

BID PRICE:
The bidder shall give the total composite price inclusive of all levies and taxes (except
service tax, in case made applicable, which will be paid extra by BSNL (as per rule). The
offer shall be firm in Indian Rupees
Price shall be quoted by the bidder in financial bid as percentage below/above/at par to
the schedule of rates given in section-XIII, XIV. Prices quoted at any other place shall not
be considered.
The price quoted by the bidder shall remain fixed during the entire period of contract and
shall not be subject to variation on any account. A bid submitted with an adjustable price
quotation
will be treated as non-responsive and rejected.
Discount, if any, offered by the bidders shall not be considered unless they are specifically
indicated in the financial bid. Bidders desiring to offer discount shall modify their offer
suitably while quoting and shall quote clearly net price taking all such factors like discount,
free supply etc. into account.

Security Deposit (SD):

4.1

The successful bidder has to deposit 10% of approved cost of tender as SD through
Cash/DD/BG in favour of A.O. (Cash) O/o TDM, BANSWARA after adjusting EMD
submitted during Tender.

4.2

The SD will be deposited for 18 months.

4.3

Security Amount deposited in this office for any other Bid will not be adjusted against this Bid.
Amount of security deposit shall be refunded after Six months of the successful completion of
the contract and subject to full and final settlement of the bill for the services.
No interest shall be payable on the security deposit or any amount payable to the contractor
under the contract.

4.4

5.

DELETED

6.

LATE BIDS:

6.1

Tenders will not be received after the specified time of closing of the tender and the same
shall be rejected and returned unopened to the bidder. It is the sole responsibility of the
tenderer that he should ensure timely submission of tender.

7.0

MODIFICATION & WITHDRAWL OF BID:

7.1

The bidder may modify or withdraw his bid after submission prior to deadline
prescribed of submission of bid.
The bidders modification or withdraw shall have to on line and digitally
authenticated
No bid shall be modified subsequent to the deadline for submission of bids.

7.2
7.3

Page 6 of
48

Signature of Bidder
with seal

TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/201617/30

8.

BID OPENING AND EVALUATION

8.1

OPENING OF THE BID BY BSNL:

8.1.1

BSNL shall open the bids received online in the presence of bidders or his authorized
representatives who choose to attend, at 15:30 Hrs on due date. The bidders
representatives, who are present, shall sign an attendance register. The bidder shall
submit authority letter to this effect before they are allowed to participate in the bid opening.
Only one representative for any bidder shall be authorized and permitted to attend the bid
opening.
At the time of opening the bids, initially envelope containing offline documents as
mentioned in section II, of all bidders will be opened first. The Electronic
envelope consisting Techno Commercial bids of only those bidders will be opened
who would have submitted required documents as offline submissions.
The financial bid shall be opened in the following manner:
The envelope marked Financial Bid will be opened only for qualified tender in Qualifying
bid
After opening the Financial Bid the bidders name, bid price, modifications, bid
withdrawals and such other details as BSNL, at its discretion, may consider
appropriate; will be announced at the opening.
In case there is discrepancy in figures and words in the quote, the same shall be announced
in the bid opening, but the quoted in words shall prevail.

8.1.2
8.1.3

8.1.4
8.1.5
8.1.6
8.1.7
9.

CLARIFICATION OF BIDS BY BSNL:


To assist in examination, evaluation and comparison of bids, BSNL may, at its discretion, ask
the bidder for clarification of its bid. The request for its clarification and its response shall be
in writing. However, no post bid clarification at the initiative of the bidder shall be entertained.

10.

PRELIMINARY EVALUATION:

10.1

BSNL shall evaluate the bids to as per section VIII to determine whether they are
complete, whether any computational errors have been made, whether required sureties
have been furnished, whether the documents have been properly signed and whether
the bids are generally in order.

10.2

If there is discrepancy between words and figures, the amount in words shall prevail. If the
Contractor does not accept the correction of the errors, his bid shall be
rejected.

10.3

Prior to the detailed evaluation, BSNL will determine the substantial responsiveness of
each bid to the bid document. For purpose of these clauses a substantially responsive bid
is one which conforms to all the terms and conditions of the bid document without deviation.
BSNLs determination of bids responsiveness is to be based on the contents of the bid
itself without recourse to extrinsic evidences.

10.4

A bid, determined as sub sequentially non responsive will be rejected by BSNL and
shall not subsequent to the bid opening to make responsive by the bidders
by correction of the non-conformity.

Page 7 of
48

Signature of Bidder
with seal

TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/201617/30

10.5

11.

BSNL may waive any minor infirmity or non-conformity or irregularity in a bid which does not
constitute a material deviation, provided such waiver does not prejudice or affect the relative
ranking of the bidder.
EVALUTION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BID:

11.1 BSNL shall evaluate in detail and compare the bids previously determined to be substantially
responsive pursuant to clause 10.
11.2 The evaluation and comparison of responsive bids shall be on the percentage deviation
(above/below/at par) offered and indicated in the bid
documents.
11.3 Work will be awarded to L-1 bidder. However, TDM Banswara reserves the right to award the
work to more than one contractor, if required, on lowest approved rates and the quantum of
work would be divided among them as per prevailing guidelines e.g. (L-1 & L-2, 60% & 40%).
In case of same L-1 rates quoted by two or more bidders, the work will be distributed
equally among them.
12.

CONTACTING BSNL:

12.1 Subject to clause 9.0, no bidder shall try to influence BSNL on any matter relating to
its bid, from the time of bid opening till the time the contract is awarded.
12.2 Any effort by the bidder to modify his bid or influence BSNL in bid evaluation, bid
comparison or the contract award decision shall result in the rejection of the
bid.
13.

AWARD OF CONTRACT:

13.1 BSNL shall consider award of contract only to those eligible bidders whose offer have been
found technically, commercially and financially acceptable.
13.2 The terms and conditions of this tender shall be operative for a period of two year from the
date of signing of agreement between BSNL and the contractor.
14.

BSNL RIGHT TO VARY QUANTUM OF WORK:


BSNL, at the time of award of work under the contract, reserves the right to decrease or
increase the work up to 25% of the total quantum of work specified in the schedule of
requirement without any change in the rates or other terms and conditions.

15. BSNLS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS:
BSNL reserves the right to accept or reject any bid and to annul the bidding process and
reject all bids, at any time prior to award of contract without assigning any reason what-soever and without thereby incurring any liability to the affected bidder or bidders on the grounds
for BSNL action.

16.

Scope of Work:
16.1 The successful bidder would be required to perform the Swapping / redeployment / supply of
asked items as per section III & IV at the assigned BTS sites (The site will be allotted through
work order).
16.2 Award of work may be done by SSAs/or any authorized representative of BSNL as decided by
Page 8 of
48

Signature of Bidder
with seal

TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/201617/30 TDM, Banswara (Rajasthan) after successful execution of Agreement and depositing due

Page 9 of
48

Signature of Bidder
with seal

TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/201617/30

security amount/performance bank guarantee.


16.3 The bidder shall have to get these jobs executed by independent teams of skilled/ semiskilled
persons who should be trained in the jobs to be handled.
16.4 The bidder will have to ensure round the clock service mechanism for avoiding any interruption
of service because of non performance of these activities. The contact details of
designated persons shall be required to be submitted at the time of agreement.
16.5 The personnel deployed should be sufficiently trained/qualified to handle assigned jobs to
desired standards. Cost of training towards handling of jobs shall be responsibility of bidder.
16.6 Scope of the work is further elaborated in Section-III & Section-IV of the bid conditions.
16.7 Primarily area of work will be as tendered by bidder, however work of another area may be
allotted for completion on the discretion of competent authority.
17.
17.1

17.2

Letter of Intent:
The successful Bidder shall be issued letter of intent (LOI) or Advance Purchase Order
(APO). He/She shall have to give his unconditional acceptance within 10 days of issue of
LOI along with Security deposit as per Bid conditions.
After submission of above documents, BSNL will enter in to contract agreement with the
Bidder (as per section -IX).

17.3

If he fails to comply all provisions of LOI or APO within 10 days as per above-mentioned
guidelines, BSNL shall reject his bid and shall be entitled to forfeit his EMD money.

18.

Rejection of Bids:

18.1

TDM, Banswara, (Rajasthan) reserves the rights to accept or reject any Bid in full or part
without assigning any reason.

18.2

Incomplete / Conditional Bids and Bids without EMD shall be rejected.

18.3

Any Bid / offer not submitted, as required in the bid document, are liable to be rejected.

18.4

18.5

The Bidder should certify and affix his signature and firms seal on each & every page of the
Bid document on the place specified and returns it in original along with his offer, as a
token of his acceptance of each of the condition specified in the Bid document. Unsigned
Bids shall not be accepted.
Tampered Bid documents are liable to be rejected.

19.

Validity

19.1

The offer of Bidder shall remain valid for acceptance upto a period of 180 days from the date
of opening of Bid (opening date inclusive).
19.2 The approved rate shall remain valid for a period of one year, from the date of signing
of agreement. However BSNL reserves the right to extend it further for a period of one
year or part thereof on same terms and conditions. The bidder shall have to extend validity of
the SD accordingly.
19.3 If the performance of the bidder is not satisfactory then the agreement can be terminated by
BSNL after giving one months notice.

Page 10 of
48

Signature of Bidder
with seal

TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/201617/30

20
20.1
20.2

20.3

Payments
Payment claim can be made on per redeployed BTS basis or clubbing of few redeployed
BTSs basis as preferred by the contractor, based on successful completion of such
redeployed BTSs, as certified by the supervising officer.
Work order shall be issued by DE or any designated officer. Bills duly certified by designated
supervising SDE/ JTO officer, countersigned by DE concerned shall be submitted in duplicate
copies to DE (Planning) O/o TDM Banswara for payment processing.

20.4

Necessary deductions of the duties and Taxes as per prevailing rules of Government of
India shall be made from the bills while making payments
Further deduction of penalty, if any, shall also be made from the bills.

20.5
20.6

Proof regarding EPF deposit with EPF authorities as per clause 29 of Section II.
Proof of deposition of service tax registration (If Applicable).

20.7 Payments shall be released only after approval of SSA Head/Competent authority of BSNL.
21
Penalty
21.1

In case of improper execution or delayed execution or partial execution of any or all


assigned works, penalties shall be imposed as per details given in Section III of bid
document.

22.

Turn Around Time for deployment of Labour / manpower

22.1

BSNL reserves the right to increase or decrease any number of sites included in the bid as
per its operational requirement (as per clause14).

22.2

In case of addition of additional bidder has to deploy / rearrange his man power resources
to meet out requirements at these new stations, with in 72 Hrs from the date of firm order
.All such additional shall also be covered under the contract under the same terms
and conditions.

23

Rescission/Termination of contract

23.1

Circumstances for rescission of contract: Under the following conditions the competent
authority may rescind the contract:

a)
b)

If the contractor commits breach of any items of terms and conditions of the contract.
If the contractor suspends or abandons the execution of work and the engineer in-charge of
the work comes to conclusion that work could not be completed by due date for completion or
the contractor had already failed to complete the work by that date.

c)

If the contractor had been given by the officer-in-charge of work a notice in writing to rectify
/replace any defective work and he/she fails to comply with the requirement within the
specified period.

23.2

Upon rescission of the contract, the security deposit of the contractor shall be liable to be
forfeited and shall be absolutely at the disposal of BSNL as under:

23.2.1 All equipment/stores made available at the site shall be maintained by the contractor or
his representative in good condition. If any such material is found damaged/ lost then the
penalty
Page 11 of
48

Signature of Bidder
with seal

TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/201617/30

shall also be recovered from the contractor as decided by a committee headed by DE in


charge of site.
23.2.2 The certificate of the DE in-charge of work as to the value of work done shall be final and
conclusive against the contractor, provided always that action shall only be taken after giving
notice in writing to the contractor.
23.3

Terminaion for Insolvency:

23.3.1 BSNL may at any time terminate the Contract by giving written notice to the Contractor,
without compensation to 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 or action or remedy which has accrued or will accrue
thereafter to BSNL.
23.4

Optional Termination by BSNL (Other than due default of the Contractor):

23.4.1 BSNL may, at any time, at its option cancel and terminate this contract by written notice to the
contractor, in which event the contractor shall be entitled to payment for the work done up
to the time of such cancellation.
23.4.2 In the event of the termination of the contract, the contractor shall forthwith clear the site of
all the contractors materials, machinery and equipments and hand over possession of
the work/operations concerned to BSNL or as BSNL may direct.
23.4.3 BSNL may, at its option, cancel or omit the execution of one or more items of work under this
contract and part of such item without any compensation what so ever to the contractor.
23.5

Issuance of Notice:

23.5.1. The DE in-charge of work shall issue show cause notice giving details of lapses, violation
of terms and conditions of the contract, wrongful delays or suspension of work or slow
progress to the contractor directing the contractor to take corrective action. A definite time
schedule for corrective action shall be mentioned in the show cause notice. If the
contractor fails to take corrective action within the stipulated time frame, the DE in
charge shall submit a draft of final notice along with a detailed report to the authority
who had accepted the contract (Planning wing of SSA).
23.5.2. The final notice for rescission of contract to the contractor shall expressly State the
precise date and time from which the rescission would become effective. The following safe
guards shall be taken while issuing the final notice.
(a)

During the period of service of notice and its effectiveness, the contractor should not be
allowed to remove from the site any material/equipment belonging to BSNL.

(b)

The contractor shall give in writing the tools and plants he would like to
take away/remove from the site. Such of the materials as belong to him and which
may not be required for future execution of balance work may be allowed by the DE incharge of work to be removed with proper records.

(c)

No new construction beneficial to the contractor shall be allowed.

Page 12 of
48

Signature of Bidder
with seal

TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/201617/30

(d)

Adequate BSNL security arrangement in replacement of the contractor watch and


ward shall be made forthwith. Expenses on this account are recoverable from the
security deposit or any amount due to the contractor.

24.

INDEMENITIES:

24.1

The contractor shall at all times hold BSNL harmless and indemnify from against all action,
suits, proceedings, works, cost, damages, charges claims and demands of every nature and
descriptions, brought or procured against BSNL, its officers and employees and forthwith
upon demand and without protect or demur to pay to BSNL any and all losses and damages
and cost (inclusive between attorney and client) and all costs incurred in endorsing this or
any other indemnity or security which BSNL may now or at any time have relative to the
work or the contractors obligation or in protecting or endorsing its right in any suit on
other legal proceeding, charges and expense and liabilities resulting from or incidental or in
connection with injury, damages of the contractor or damage to property resulting from or
arising out of or in any way connected with or incidental to the operations caused by the
contract documents. In addition the contractor shall reimburse BSNL or pay to BSNL,
BANSWARA forthwith on demand without protect or demur all cost, charges and expenses
and losses and damages otherwise incurred by it in consequence of any claim, damages
and actions which may be brought against BSNL arising out of or incidental to or in
connection with the operation covered by the contractor.

24.2

The contractor shall at his own cost at BSNL request defend any suit or other proceeding
asserting a claim covered by this indemnity, but shall not settle, compound or compromise
any suit or other finding without first consulting BSNL.

25.

FORCE MAJEURE:

25.1

If any time, during the continuance of this contract, the performance in whole or in part by
either party or any obligation under this contract 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 restrictions, strikes, lockouts or act of God (Herein after
referred to as events) provided notice of happenings, of any such eventuality is given by
either party to the other within 21 days from the date of occurrence thereof, neither party
shall by reason of such event be entitled to terminate this contract nor shall either party
have any such claim for damages against the other in respect of such non-performance and
work under the contract shall be resumed as soon as practicable after such event may come
to an end or cease to exist, and the decision of BSNL as to whether the work have been
so resumed or not shall be final and conclusive ,provided further that if the performance, in
whole or part of any obligation under this contract is prevented or delayed by reason of any
such event for a period exceeding 60 days either party may , at his option terminate the
contract.

25.2

Provided also that if the contract is terminated under this clause, BSNL shall be at liberty
to take over from the contractor at a price to be fixed by BSNL, which shall be final, all
unused, undamaged and acceptable materials bought out components and stores in the
course of execution of the contract, in possession of the contractor at the time of such
termination of such portions thereof as BSNL may deem fit excepting such
materials bought out components and stores as the contracts may with the concurrence of
BSNL elect to retain.

Page 13 of
48

Signature of Bidder
with seal

TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/201617/30

26.

ARBITRATION:

26.1

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, (Rajasthan) 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, (Rajasthan) or by whatever
designation such officers may be called (hereinafter referred to as the said officer) and if
the Chief General Manager, (Rajasthan) or the said officer is unable to
act as such to 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 BSNL Servant or that he has to deal with matter to which
the agreement relates or that in the course of his duties as BSNL Servant has expressed
view 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 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.

26.2

The arbitrator may from time to time with the consent of parties enlarge the time for making
and publishing the award, subject to aforesaid Indian 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.

26.3

The venue of the arbitration proceeding shall be the office of the Chief General Manager,
(Rajasthan) or such places as the arbitrator may decide. The following procedure shall be
followed:

26.3.1 In case parties are unable to reach a settlement by themselves, the dispute should be
submitted or arbitration in accordance with contract agreement.
26.3.2 There should not be a joint submission with the contractor to the sole arbitrator.
26.3.3 Each party should submit its own claim severally and may oppose the claim put forward by
the other party.
26.3.4 The onus of establishing his claims will be left to the contractor.
26.3.5 Once a claim has been included in the submission by the contractor, a reiteration or
modification thereof will be opposed.
26.3.6 The points of defense will be based on actual conditions of the contract.
26.3.7 Claims in the nature of ex-gratia payment shall not be entertained by the Arbitrator as these
are not contractual.
26.3.8 The question whether these conditions are equitable shall not receive any consideration in
the preparation of points of defense.
26.3.9 If the contractor includes such claims in his submission, the fact that they are not contractual
will be prominently placed before the Arbitrator.
The award of the sole Arbitrator shall be final and binding on all the parties to the
dispute.
27 SET OFF:
Any sum of money due and payable to the contractor (including security depositrefundable to
him) under this contract may be appropriated by BSNL or any other person or persons
Page 14 of
Signature of Bidder
48
with seal

TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/201617/30

contracting through BSNL and set off the same against any claim of BSNL such other person
or persons for payment of a sum of money arising out of this contract made by the
Contractor with BSNL or such other person or persons contracting through BSNL.
28.

Liability for labour and / or personnels engaged by the contractor:

28.1 All labour and / or personnel employed by the contractors shall be engaged by them as their
own employees/workman in all respect implied or expressed.
28.2 The responsibility to comply with the provisions of various Labour Laws of the country such as
Workmens Compensation Act 1923, Employees Provident Fund Act 1952, Maternity benefit
Act 1961, Contract Labour (regulation & Abolition) Act 1970, the Minimum Wages Act
1948, Payment of Gratuity Act 1972, Equal Remuneration Act 1976 or any other applicable
Act, to the extend they are applicable to their establishment / works / workmen will be that
of the contractors. Contractor should comply these acts scruppusly. In the even of violation or
default to do so, it may lead to
a. Termination of the contract.
b. Recovery of outstanding shall be made from the security of any
payment.
28.3

BSNL shall be fully indemnified by the contractors against all payments, claims and
liabilities whatsoever incidental or direct, arising out of or for compliance with or
enforcement of the provisions of the above said Acts or similar other Enactments of the
country as they are at present or as they would stand modified from time to time to be
extent they are applicable to the establishments/works in BSNL.

28.4 The DE concerned shall have the right to deduct from any money due to the contractor, any
sum required or estimated to be required for making good the loss suffered by a worker or
workers by reason of non fulfillment of the conditions of the conduct for the benefit or believed
to be for the benefit of the workers, non payment of wages or of deductions made from his or
their wages, etc. which are not authorized or justified by the terms of the contract or non
observance of the rules , Regulations and or Acts or by way of fulfillment of any obligations on
the part of contractors for strict observance of the provisions of the aforesaid Laws.
29. The successful tenderer will obtain EPF Registration from the EPF authorities and submit
before entering into agreement with BSNL.
29.1 As per BSNL Corporate office letter No. 500-85/2004-CA II/BSNL dated at 08.11.2004, the
contractor is required to submit proof regarding contribution deposited with EPF authorities as
per rule on regular basis. The contractor is also required to furnish the details like 1). List
showing details of labours / employees engaged 2). Duration of their engagement 3). The
amount of wages paid to such labours / employees for the duration in question 4). Amount
of EPF contribution (both Employees & Employers contribution) for the duration of
engagement in question paid to the EPF authorities 5). Copies of authenticated documents
of payment of such contribution to EPF authorities 6). A declaration from the contractor
regarding compliance of the conditions of EPF act 1952. While passing the bills of the
contractor, the bill passing authorities must check the payment particulars regarding EPF
contribution furnished by the contractor along with the bill as mentioned above and keep
full records of the payment etc each contract wise. The bill will be passed by the bill passing
authorities only if the contractor complies with the terms & condition of EPF Act 1952.
Page 15 of
48

Signature of Bidder
with seal

TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/201617/30

30.

COMPLIANCE WITH LAWS AND REGULATION:


During the performance of the works the contractor shall at his own cost and initiative fully
comply with all applicable laws of the land and with any and all applicable by-laws rules,
regulations and orders and any other provisions having the force of law made or promulgated
or deemed to be made or promulgated by BSNL agency or BSNL, municipal board, BSNL of
other regulatory or Authorized body or persons and shall provide all certificates of compliance
there with as may be required by such applicable law. By-laws, Rules, Regulations, orders
and
/ or provisions. The contractor shall assume full responsibility for the payment of all
contributions and pay roll taxes, as to its employees, servants or agents engaged in the
performance of the work specified in the contractor documents. If the contractor shall
require any assignee or sub-contractor to share any portion of the work to be performed
hereunder may be assigned, sub leased or sub-contracted to comply with the provisions of the
clause and
in this connection the contractor agrees as to undertake to save and hold BSNL harmless and
indemnified from and against any / all penalties, actions, suits, losses and damages, claims
and demands and costs (inclusive between attorney and client) charges and
expenses whatsoever arising out or occasioned, indirectly or directly, by failure of the
contractor or any assignee or sub-contractor to make full and proper compliance with the
said by-laws Rules, Regulations, Laws and other and provisions as aforesaid.

31.

Tools & Plants:


The contractor shall provide at his own cost all tools, plants appliances implements etc.
required for proper execution of works.

32.

Insurance:
Without limiting any of his other obligations or liabilities, the contractor shall, at his own
expense, take and keep comprehensive insurance including third party risk for the plant,
machinery, men, materials, etc. brought to the site and for all the work during the execution.
The contractor shall also take out workmens compensations insurance as required by law
and under take to indemnify keep indemnified the BSNL from and against all manner of
claims and demands and losses and damages and cost (including between attorney and
client) charges and expenses that may arise in regard the same or that the BSNL may suffer
or incur with respect to end/ or incidental to the same.

33.

Labour License / Registration:


The contractor shall obtain a valid labour license / registration (as the case may be) under
the Contract Labour Act 1970 and the contract Labour (regulation & Abolition) Central Rules
1971 before commencement of the work and valid till the work completion. The valid labour
license
/ registration is to be obtain & submitted within 30 days of Agreement & before the issue of
work order. Any failure to fulfil the requirement shall attract the penal provisions of the
contract arising out of the result of non-execution of work.

Page 16 of
48

Signature of Bidder
with seal

TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/201617/30

Section-III
Scope of the work and special condition for the tender GSM 2G/3G BTS
swapping, redeployment& associated work in Banswara SSACovers
1.0
1.1
1.2
1.3
1.4
1.5

Supply of GSM antenna mount as per required size and other items as per documents
Installation of antenna on existing mounts.
Installation of feeder cables with weather proofing.
Installation of 3 number of antenna mount and installation of 3 number of GSM antenna.
Swapping of existing BTS by another BTS as per direction of the supervising officer.
Physical Installation of BTS.

1.6
1.7
1.8

Supply of different size of DC power Cable.


Transportation / Loading unloading of BTS including all associated material of BTS.
Provision of BTS pad as per details in financial document.

1.9

Redeployment of DMW/MW including dismantling, packing, transportation and installation at


new location.

1.10

Installation and integration of DMW/MW


installation at new location.

including dismantling, packing, transportation and

1.11

Provision of GI earthing system ( for equipment) at site - services only.

1.12

Supply of GI strip of size 50X3 mm for BTS equipment earthing system.

1.13

Installation of GI runway (300 mm cable tray) with accessories from BTS to Tower beyond
2 meter per site requirement.

1.14

Supply of GI runway (300 mm cable tray) with accessories as per site requirement.

1.15 Supply and fixing of 3 meter height pendulum for supporting cable runway from BTS to
Tower as per site requirement beyond 2 meter.

1.16

Any other work related to Swapping and redeployment of 2G,3G BTS in Banswara SSA.

1.17 Supply of jumpers, connectors, weather proofing kits.


1.18

Providing RCC foundation for MARR mast.

1.19

Erection of MARR mast.

2.

PENALTY CLAUSE:

2.1

The rate of penalty for improper supply and work, resulting in unforeseen delay /break down
of systems or failure of equipment/appliances etc. shall be charged @ 2.0% of monthly
amount (in addition to deduction on pro-rata basis ) per day for each station subject to

Page 17 of
48

Signature of Bidder
with seal

TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/201617/30

2.2

2.3

maximum limit of 15% of amount for that particular month for that
site
In the event of partial / delayed /non performance by the bidders representative penalty
shall be charged @ 5.0 % per day of estimated cost. (in addition to deduction on pro rata
basis) subject to maximum 15 % of total work order amount.
Maximum limit of penalty for above cases will be equal to 10% of total work order amount of
all sites for entire agreement period

2.4

If Contractor fails to start the work BSNL reserve the right to undertake work at the risk &
cost of defaulting bidder.

3.

PAYMENTS:
As per details given in clause no. 20 of section II of bid
document.

4.

BIDDING PROCESS & ITS EVALUATION:

4.1

There will be two stage biddings. Technical bids shall be opened first and bidders who
are found eligible in technical bid evaluation shall be considered for opening of their
financial bids. It may not be necessary that financial bid is opened on the same date. The
date and time for opening of financial bid (if opened on a different date) shall be
communicated to all those bidders who are found eligible in technical bid evaluation.
Selection of the bidder shall be done based on their price ranking arrived in financial
evaluation of the bid.
AWARD OF WORK

4.2
5.
5.1

6.

Work shall be awarded to successful bidder after signing of agreement and depositing of
performance security amount, as indicated in LOI. The award of work shall be done
broadly as per details below.
Damage/Loss of Property:If damage/loss of any equipment or installations at the premise of BTS /Exchange site is
done by contractors representative due to improper handling or negligence, the cost
towards recovery of the said equipment/installations & loss of revenue (if any), due to nonoperation of damaged/lost equipment/installations shall be borne by the contractor.

7.

The Contractor shall not engage any BSNL employee (Regular/Casual) for getting his job
executed. If at any stage it is found doing so, then the TDM, Banswara (Rajasthan) has the
right to impose any suitable penalty even to the extent of termination of the contract leading
to the forfeiture of security money.

8.

The BSNL shall not take any responsibility of providing any facility to the labourers employed
by the contractor. BSNL shall not supply any support material for the livelihood of person
employed at the stations.

9.

The bidder shall be responsible for the safety & security of their employees and also the
equipment installed at the station. In case of any damages to BSNL property the same shall
be charged as per penalty condition defined in clause.

10.

In case of non or partial/ unsatisfactory performance of the work, BSNL reserves the right to
carry out any work in part of full through department or through any other contractor/agency.
Expenditure if any, towards execution of such work shall berecovered from contractor.
Page 18 of
Signature of Bidder
48
with seal

TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/201617/30

11.

Workmens Quality/Skills & Team formation:

11.1

Contractor shall deploy skilled or semiskilled work force with minimum Secondary pass (Xth
class) and also having basic knowledge of work and should be capable of maintaining a
log book as per requirement at the site.

11.2

There shall be proper supervisory control over the different teams deployed by the Contractor.
The Contact details of supervisors (mobile number and address of work place & residence
etc) need to be supplied at the time of agreement. It shall be desirable to deploy supervisors
having diploma in Electrical/Electronic Engineering.

12

It shall be responsibility of the supervisor to send weekly schedule for deployment of work
force to the respective BSNL site incharges, before deploying them actually at any site. Sites
getting unattended due to non-availability of work force shall amount non performance of
job and due penalties shall be levied as per penalty clause.

13

Contractors representative at site shall be responsible for reporting of any fault or untoward
activity or malfunctioning of any equipment to BSNL site in-charge, as far as possible
immediately, but not exceeding one hour in any case.

14.

Labour Welfare & Compensations:

14.1

Contractor shall be responsible for all the claims of the labourers engaged by him including
their registrations with nearest labour office (if required as per law) and insurance
in accordance with norms of Government of India in this regard. BSNL shall not be
responsible for any claims on this matter during and after contract period.

14.2

Contractor shall be solely responsible for following all provisions of labour laws and
compensation in this regard if any due to not following of certain provisions of the labour
laws, shall be paid by the contractor. BSNL shall not be responsible in this regard.

14.3

Any failure to fulfil the requirement shall attract the penal provisions of this contract arising
out of the resultant non execution of the work.

14.4

No labour below the age of eighteen years shall be employed on the work.

14.5

EPF PROVISIONS
The agency has to comply with the provisions of EPF and miscellaneous provisions ACT
1952 and employees provident fund scheme 1952 as amended up to dated in respect
of labours / employees engaged by them for this work. Any consequence arising due to
non complying of provisions as specified above shall be the sole responsibility of the firm
only.

15.

Other labourers welfare measures:

15.1

The contractor shall implement the labour welfare measures enunciated in clause 19B, 19C,
19E, 19G, 19H, 19L and 19J of the conditions contract in the PW
8.

15.2

The contractor shall also follow the safety methods enunciated in the CPWD safety code.

Page 19 of
48

Signature of Bidder
with seal

TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/201617/30


15.3 The contractor shall comply with all the provisions of the Minimum Wages Act, 1948, Contract

Page 20 of
48

Signature of Bidder
with seal

TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/201617/30

Labour (R & A) Act, 1970 and rules framed and other labour laws affecting contract labour
that may be brought into force from time to time.
15.4

15.5

16.

Even during the arbitration, the work can not be stayed because it pertains to the
essential public utility service. The department reserves the right to get the work
completed either departmentally or through any other contractor at the risk and cost of
contractor.
If the contractor refuses for executing any specified work, the department reserves the right
to get the work done by other agencies even at higher rates and the difference of the cost
will also be deducted from the contractors pending bills or security money as the case may
be.
PARTICIPATION OF NEAR RELATIVES OF THE B.S.N.L. EMPLOYEES IN THE TENDER
It has been decided that the near relatives of all B.S.N.L. Employees either directly
recruited or on deputation are prohibited from participation in tenders for execution of
works in the different units of BSNL. The detailed guidelines in this regard are given in
the following paragraphs.

i)
a)
b)
c)

The near relatives for this purpose are defined as:


Members of a Hindu Undivided Family.
Husband and wife.
The one is related to the other in the manner as father, mother, son(s) & Sons wife
(daughter-in-law), Daughter(s) & daughters husband (son-in-law), brother(s) & Brothers
wife,
Sister(s) & Sisters husband (Brother-in-law).

ii)

As per Government of Indias CCS Conduct rule 4 no Government servant shall in the
discharge of his official duties deal with any matter or sanction any contract to any company
or for any other person if any member of his family is employed in that company or firm or
under that person or if he or any member of his family is interested in such matter or contract
in any other manner and the Govt. Servant shall refer every such matter or contract to his
official superior. This clause is applicable to all B.S.N.L. employees and in view of this as
soon as any BSNL employee becomes aware of the above aspect, he must intimate this
to the prescribed authority. For non executive employees this authority is SSA
Head/Circle Head/Chief Engineer/Chief Archt./ Corporate office under whom he is posted.
For executive employees (at present some of
them are called as Gazetted Officers) the prescribed authority for this purpose is Circle
Head /Chief Engineer/Chief Archt./ Corporate office under whom he is
posted.

iii)

The Company or firm or any other person is not permitted to tender for works in BSNL Unit in
which his near relative(s) is (are) posted. The unit is defined as SSA/Circle/Chief
Engineer/Chief Archt./Corporate office for executive employees (including those called as
Gazetted Officers at present). Therefore, it has been decided by the competent authority that
a clause must be added in the tender and other related documents that the tenderer should
give a certificate that none of his/her such near relative is working in the units as defined
above where he is going to apply for tender/work. 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. Any breach of
these conditions by the company or firm or any other person, the tender work will be
cancelled and earnest money/security deposit will be forfeited at any stage whenever it is
Page 21 of
Signature of Bidder
48
with seal

TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/201617/30 noticed and BSNL will, not pay any damages 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.

Page 22 of
48

Signature of Bidder
with seal

TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/201617/30

iv)

The performa of near relative certificate are given below:-

NEAR RELATIVE CERTIFICATE


From: To,
TDM
Banswara.
M/s..
.

I.S/O...R
/Ocertify

that

none of my relative(s) as defined in the tender documents are employed


in BSNL unit as per details given in the tender documents. 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.
Signature of Tenderer.
Address

Page 23 of
48

Signature of Bidder
with seal

SECT ION IV
Technical/Installation/Integration specifications of the tender
2G BTS/NODE B REDEPLOYMENT

The recovered 2G BTS/Node BTS spared after swapping from Jaipur and Jodhpur are to be
redeployed in the all parts of Banswara SSA.
The 2G BTS is to be installed at the handover location by swapping the existing 2G BTS by the
successful bidder with all required cabling earthing cable, DC supply power cable etc.
using proper lugs, to be done by the bidder.

The node B is to be installed at the handover location by the successful bidder with all
required cabling to be done by the bidder.

DC cable should be color coded as per the instructions the lacing should be neat and periodic.

The cable should be properly lugged using tinned copper lugs of suitable dimensions. The
lugged cable ends should be approximately wrapped with properly color coded insulation tape
exposing only the required portion without insulation.
Fixing of BTS equipment, DCDB, DDF, IGB, EGB and associated equipment.

Extension of earth to BTS, equipment and other required points from common ground bar or
from respective earth pits by routing GI strips/ copper cables as per BSNL standards.
Grouting of BTS/Nod B using proper screws.
Existing power supply from power plant to DCDB and from DCDB to BTS through cable rack/PVC
enclosures.
Extending even link from transmission equipment to DDF and from DDF to BTS
equipment and wiring at all ends.
Installation of optical modem/CPE, wherever required.
Fixing RF Connectors at both end of waveguide and jumper cables.

Connecting all cables, applying weather proofing, earthing of waveguide at top end bottom
end attending VSWR wherever required.
Work of extension of work from earth plate to BTS is part of BTS installation.

Wherever entry hauls are to be made on the wall of the room or the prefab shelter. The
same shall be made after taking due precautions to avoid spreading of debris and dust
waveguide entry plates/wall glands are to be fixed side wall of the hall should be newly
plastered to block any gapes and should be restored to be its original finish both side of the
wall should be properly sealed in order to stop leakage of air-conditioning etc..

Page 20 of
48

Signature of Bidder
with seal

S-2/TDM-BSW/GSM 2G/3G BTS Swapping and Redeployment/2015-16

Mounting of antenna fixtures

The required number of antenna fixture are to be mounted on the tower at the
required height as per the direction of engineering incharge.

The antenna mount/fixtures as per BSNL standard may also be provided by the

bidder wherever required.


Antenna fixture should be mounted as per the given orientation/Azimuth

Hoisting of GSM Antenna

The required number of GSM Antenna are to be installed on the tower as per
BSNL standard at the redeployed handed over location.

The GSM antenna should be fixed as per the instruction manual of the antenna on
GBT/RTT/Pole as per the direction of the site in charge. It shall be ensured that the
antenna fixture is fitted at the tower properly and tightly.
The GSM antenna should be mounted properly as per the given orientation/azimuth.

Hoisting of Feeder cable

The required number of antenna cable are required to be installed from the antenna
upto the BTS. The antenna jumpers and installation of associated accessories
is also the responsibility of successful bidder.

RF cable (7/8 or1/2) shall be hoisted in the tower/pole/sites from


BTS to antenna. RF cable hoisting shall be done as per the BSNL
guidelines.

The connector should be properly tightened and fully covered with insulation tape so

that the moisture entry may be prevented. The insulation tape should be of high
quality and ISI grade meant for outdoor use.
Grounding of the feeder cable should be properly done.

Microwave Installation and Integrations

The successful bidders shall have to install and integrate the MW/DMW at the
handover location the work involves.
Hoisting of 15GHZ/18GHZ MW/DMW antenna with ODU to any height on the any
type of tower hoisting coaxial cable with proper connectors alignment of the
antenna
shall be done so that LOS link is establish with the far end terminal, maximum signal
is received and the SNR is within the acceptable limits.
Installation and integration of the MS/DMW IDU equipment and associated
equipment in the space indicated by BSNL on wall or on the floor or inside the
BTS as per the layout diagram.
DC power shall be extended to the IDU from the source indicated by the
site engineer. The earthing and power cable should be extended from the
common earth point and supply point as per the instruction of engineer
incharge.
E1s from the MW system should be terminated of the DDF.

Page 21 of
48

Signature of Bidder
with seal

S-2/TDM-BSW/GSM 2G/3G BTS Swapping and Redeployment/2015-16

Microwave Redeployment ( Installation and Integrations)

Microwave redeployment includes dismantling of microwave minilink, dish antenna along


with IF Cable and fixture etc. if required from the both ends along with the equipment
and to be installed and integrated at the handover location. All works will be as for
microwave installation and integration as mentioned above.
Transportation of BTS equipment/material

The transportation of BTS/node B along with the associated material is to be carried out by
the successful bidder. The BTS/node Bs are to be lifted from the store location of
Jaipur and Jodhpur and to be transported in all part of Rajasthan (Banswara) for
redeployment. The loading and un loading shall be done using chain pulleys in order to
minimize damage to the equipment.

The BTS/Node Bs and its associated items to be transported from Jaipur/Jodhpur


upto the GSM site where the BTS/Node B is to be installed.

The charges of transportation shall be calculated as per Km as mentioned in SOR item list.
Per BTS/ Node B (including associated material of the BTS/ Node B) loading from store
location and unloading at site location where BTS/Node B is to be installed is
also mentioned in the SOR item list.
The rate shall be payable per BTS/Node B for each loading and un loading separately.
Construction of outdoor BTS/Node B pad

At GBT site successful bidder have to construct outdoor BTS/Node B pad of size
2mx1.5mxx1m (LxBxH).
At GBT site construction of BTS pad size2mx1.5mxx1m (55cm below ground level and
45cm above ground level) will be required for foundation. The footing of foundation will be
done in 30cm thick walls, 2Mx1.5Mx15cm of cement sand and stone grit (20mm size)
above footing base construction of 30cm thick walls (masonry work) 2Mx1.5Mx70M with
cement and sand(1:5). At top of plinth, platform shall be constructed in RCC with 8mm steel
mesh, cement, sand and concrete (1:1:5:3) including shuttering etc. finishing (plastering)
will be done with 20mm thick (1:6) cement and sand material. Steps will be provided
wherever required.

At RTT site successful bidder have to construct outdoor BTs/Node B pad of size
2mx1.5Mx20M (LxBxH) RCC with 8mm steel mesh, cement, sand and stone grit
(1:1:5:3) finishing (plastering) will be done with 20MM thick (1:6) cement and sand
mortar.
Earthing at site

2Mx2Mx3M size of earth pit is to be excavated by the bidder for earthing at the BTS
site.The entire connections of copper/GI earth plate is responsibility of bidder and
extension of GI strip upto the equipment eg. Tower /BTS/DG. The CU/GI earthing
plates, GI strip (50MMx3MM) and pipe of watering will be provided by BSNL.

Page 22 of
48

Signature of Bidder
with seal

S-2/TDM-BSW/GSM 2G/3G BTS Swapping and Redeployment/2015-16

Installation of earthing system-The earthing pit shall be excavated at least 3.0M deep and
600MMx600MMx3.15MM thick CU/GI plate electrodes will be interconnected by GI strip
and alternate layer of salt and charcoal shall be filled till 600MM from the top of electrode.

The brick masonry chamber shall be size of 300MMx300MMx300MM deep with


removable MS lid which will carry the funnel with mesh arrangement connected
with GI pipe class B of 40MM dia for watering. All the earthing plate shall be link
through
50MMx3MM GI strip.

Providing and fixing of 50MMx3MM GI strip in grounds/surface/recess for connectors etc.


as per site requirement (GI strip are to be supplied by vendor wherever required).
Measurement of earth resistance should be less than or equal to 0.5 ohm.
Supply and installation of the external runway (galvanized)

The esxternal runway (300MMx30MMx3MM) size is to be supplied and installed


wherever required beyond 2 meter. Supply and installation of runway up to 2 meter
will be the responsibility of the bidder.
Consumable like cement, nuts, bolds, material using pendulum wherever required, will
be supplied and installed by bidder.
3M height pendulum will be supplied and installed by the bidder as per site requirement.
The pendulum should be fixed on cemented platform which can provide proper support to
cable runway as well as feeder cable.

Supply of DC power cable for BT S

The requisite size of DE power cable is to be supplied by the bidder for power
connection from the DCDB to the BTS. The supplied cable must be of ISI mark.
For 2G BTS- 16 sq mm copper cable (blue/black) is required. 10M cable length has
been assumed for each 2G BTS 04 lengths of 10m required for outdoor 2G BTS and
03 lenghts are required for indoor 2G BTS.
For 3G BTS 25 sq mm copper cable (blue/black) is required wit 02 length for each 3G BTS.

RFI survey for GSM site


The successful bidder has to do the RFI survey for the handed over locations.
RFI survey (ready to installation): The bidder has to visit the site which has been
handed over for installation of the equipment. The lay out plan of the site has to
prepared in the auto pad. The space for all the equipment already installed or to
be installed is to be marked in the lay out plan in consultation and co ordination
with respective of the SSA.
The lay out plan is to be approved by the competent authority of the SSA. The
tentative requirement of item e.g. length of feeder cable, length of DC power
cable,
GSM end microwave antenna height, azimuth of GSM and microwave antenna etc.
are to be mentioned in the lay out plan of the site in consultation and co
ordination with the SSA.
Page 23 of
Signature of Bidder
48
with seal

S-2/TDM-BSW/GSM 2G/3G BTS Swapping and Redeployment/2015-16

Section-V
PROFILE OF T HE BIDDER

Afix & dully


sign a
passport size
photograph

BIDDERS PROFILE
General:
1. Name of the Bidder / firm..

2. Name of the person submitting the tender whose Photograph is affixed


Shri /Smt. (In
case of Proprietary/Partnership forms, the tender has to be signed by
Proprietor/Partner only, as the case may be)
3. Address of the firm (Telegraphic Address).
..

..
4. (i) Tel. No/ Mobile Number .(with STD code)
(O)................(Fax)............(R)
.....
(ii) E MAIL ID FOR CORRESPONDENCE
(mandatory).
5. Registration & incorporation particulars of the
firm i) Proprietorship
ii) Partnership
iii) Private Limited
iv) Public Limited
(Please attach attested copies of documents of registration/incorporation of your firm
with the competent
authority as required by business law)
6. Name of Proprietor/Partners/Directors
........................................
.
7. Bidders Bank, its address and his current account number(Please submit a
cancelled cheque showing a/c no., type of account & account holder
name)

8. PAN No. of the bidder (Please submit a copy of PAN Card) ..

Page 24 of
48

Signature of Bidder
with seal

Section-VI
BID FORM
Name of SSA___
Tender No.
Date :

To

_
_

TDM
Telecom District Banswara
BANSWARA
Dear Sir,
Having examined the terms & conditions of contract and specifications, the receipt of which
is hereby duly acknowledged, we, undersigned, offer to take up the work of Tender for
GSM
2G/3G BTS swapping, redeployment& associated work in Banswara SSA in conformity
with the said conditions of contract and specifications for the rate mentioned in financial
bid.
We undertake, if our Bid is accepted to conduct the said work as specified in the contract
within time schedule prescribed in the tender, from the date of issue of your confirmed work
order.
If our bid is accepted, we will obtain the guarantees of a scheduled bank in a sum equal to
10%
of the contract sum for the due performance of the
contract.
We agree to abide by this bid for a period of 180 days from the date fixed for bid opening and it
shall remain binding upon us and may be accepted at any time before the expiry of that period.
Until a formal work order of contract is awarded and executed, this bid together with your
written acceptance thereof in your notification of award shall constitute a binding contract
between us.
Bid submitted by us is properly sealed and prepared so as to prevent any subsequent
alteration and replacement.
We understand that you are not bound to accept the lowest or any bid, you may
receive.
Dated

this......................... day

of

........................2016
Signature of ............................................
In
capacity

of

....................................................
Duly authorised to sign the bid for and on behalf of
..........................
Witness ..................................
.
Address.................................
Signature
.................................

Section-VII
FORMAT OF LETTER OF AUTHORISATION FOR ATTENDING BID OPENING
Subject: Authorization for attending bid opening on

(date) in

.
Following persons are here by authorized to attend the bid opening for the tender
mentioned above on behalf of
_

(Bidder) in order of preference given below.


Order of Preference
Specimen Signatures

Name

I
II
Alternative
Representative
Signature of bidder

or
Officer authorized to sign the bid
Documents on behalf of the bidder.

Note. 1. Only one representative will be permitted to attend bid opening.


2. Permission for entry to the hall where bids are opened may be refused
in case authorization as prescribed above is not recovered.

Section-VIII
Documents to be submitted by
bidder
LIST OF THE DOCUMENTS TO BE SUBMITTED ALONG WITH QUALIFYING BID
The tendered will have to submit the following documents/ deposits with the Technical Bid.
Any bid not accompanying the below mentioned documents / deposits will be liable to be
rejected:
1. Bid Security/Bid cost in accordance with the tender document(as per NIT)
2. Tender document(s), in original, duly filled in and digitally signed by tendered or his
authorized representative. All corrections and overwriting must be initialled with date by
the tendered or his authorized representative.
3. The copy of EXPERIENCE CERTIFICATE (as per NIT) issued by the
competent authority duly attested
4. Turn Over as per NIT
5. Attested copy of partnership deed/memorandum of articles and association, which may
applicable. An affidavit on stamp paper of Rs. 10/- attested by Notary in case of
proprietorship or any document showing proprietor may be submitted.
6. Bid Form, duly filled in, as per section VI.
7. Tenders profile, duly filled in, as per section V of the tender document.
8. Attested photocopy of Power of Attorney in case person other than the tendered has
signed the tender documents (as per NIT)
9. Certificate of NON-relative certificates in BSNL for partnership case the entire partner, and in
Case of limited Company, all the member of board will issue the same certificate.
10. Self Attested Photo Copy of PAN Card.
11. The bidders have to submit attested copy of EPF & ESI registration & service tax
registration.
12. Labor License after one month of agreement if applicable. Otherwise he has to submit an
affidavit of not applicable on a non judicial stamp of Rs. 10/-only.
13. Self attested photocopy registration of the firm under shops and establishment
act/registrar of firms/Commercial tax department, authentic copy of partnership deed
in cases of partnership firm.
14. Proof of MSME/NSIC Registration

SECTION-IX

AGREEMENT
This agreement made on the
_ day of
_ between BSNL, a
Company registered under the Companies Act, 1956 and having its Registered Office at 148B, Statesman House, Barakhamba Road, New Delhi-110001, through its Office in Rajasthan
Telecom Circle O/o TDM, BANSWARA (Rajasthan) , hereinafter called (which expression shall
unless repugnant to the context and meaning shall deem to mean and include its
successors and assigns) of the one party
And
M/s ___
_, a Company registered under the
Companies Act / a Partnership firm constituted having its place of business/ Registered
Office at
_
.
Herein referred to as Tender for GSM 2G/3G BTS swapping, redeployment&
associated work in Banswara SSA
(which expression shall unless repugnant to the context or meaning thereof shall deem
to mean and include its/his/her/their respective heirs, executors, administrators and
successors/ the partner(s) for the time being of the said firm, the survivor(s) of them and
the executors, administrators and successors of the surviving partners as the case may
be) of the other party.
WHERE AS
BSNL is inter-alia engaged in the business of providing cellular mobile telephone services in
the service area all over the country (except jurisdiction of MTNL) as provided in the
license issued to it by the Department of Telecommunications, Govt. of India.
For the Tender for GSM 2G/3G BTS swapping, redeployment& associated work
in Banswara SSA requires specialized services of agencies, which can carryout
the above functions.
The Contractor has represented to BSNL that it has the requisite skills, knowledge,
experience, expertise, infrastructure and capability. Contractor has trained and
experienced persons have requisite skills, knowledge to perform the functions in
accordance with the terms of this agreement. After evaluation of the agency on the
basis of their presentation and negotiation further and the financial bid submitted by
them under sealed tender and further negotiations. BSNL has agreed to accept the
offer of the GSM 2G/3G BTS swapping, redeployment& associated work in
Banswara SSAon the terms and conditions contained in this agreement.
The parties hereto agreed to record the terms and conditions as
follows:
NOW THEREFORE
FOLLOWS:

THIS

AGREEMENT

WITNESSETH

AS

1.

APPOINTMENT AND SCOPE OF WORK:


Whereas the contractor has made the offer to duly perform the work under this
contract of the GSM 2G/3G BTS swapping, redeployment& associated work in
Banswara SSA in Rajasthan Telecom Circle, at BANSWARA SSA. After making
himself aware and understanding fully the implications of the terms and conditions
and specifications in the contract and related documents. The NIT, Tender
document, Letter of Intent & any subsequent direction given by BSNL to
Tender for GSM
2G/3G BTS swapping and redeployment in Banswara SSA shall form integral part
of this agreement.
BSNL has agreed to appoint the work for GSM 2G/3G BTS swapping,
redeployment& associated work in Banswara SSA on contract basis. Contractor
has agreed to act as such on the terms and conditions as specified in this
Agreement. BSNL shall from time to time issue guidelines as to the manner
in which the Contractors duties and obligations under the Agreement shall be
performed and the Contractor shall ensure strict compliance of the guidelines.
BSNL at its own discretion, may carryout the certain percentage of work by
themselves.

2.

PERIOD:
The Agreement shall be valid for a period of one year from the date mentioned
hereinabove, unless otherwise terminated by BSNL as provided under this
Agreement. Further extension for One year or part these of on performance shall be
at the sole discretion of BSNL and on the terms and conditions to be decided by
BSNL. The decision of BSNL in this regard shall be final & binding.

3.

FEES AND CHARGES:


I)
II)

Fees and charges for the services rendered are prescribed in enclosed
schedule of rates and Financial Bid to this agreement.
All the payments to the Contractor shall be made after making statutory
deductions, if any under the relevant laws. BSNL shall also have the right
to set off, deduct and recover from the fees and charges and/or from any
other sum payable to the Contractor, any and all amounts which may be or
become payable by the Contractor to BSNL.

4.

AGENCYS REPRESENTATIONS AND WARRANTIES BY AGENCY:


The Contractor hereby represents warrants and confirms
that:-

4.1

It has full capacity, power and authority to enter into this Agreement and during the
continuance of this agreement, will continue to have full capacity, power and authority
to carry out and perform all its duties and obligations as contemplated herein.It has
already taken and will and continue to take all necessary and further actions (including
butwithout limitations the obtaining of necessary approval/consents in all applicable
jurisdictions) to authorize the execution, delivery and performance of this Agreement.

4.2

It has the necessary skill, knowledge, experience, expertise, adequate capital and
competent personnel, system and procedures, infrastructure and capability to

perform its obligations in accordance with the terms of this Agreement and to the
satisfaction of BSNL.

4.3

4.4

The execution of this Agreement and providing services by the Contractor to BSNL,
does not and will not violate, breach and contravene any condition of any
agreement entered with any third party.
Has complied with and obtained necessary permissions/ licenses/ authorizations
under the Central, State and Local authorities and obtained all required permissions/
licenses for carrying out its obligation under this Agreement.

5.

GSM 2G/3G BTS swapping, redeployment& associated work in Banswara


SSACONTRACTORS COVENENTS:
The Contractor hereby agrees, undertakes and confirms as under:-

5.1

That the Contractor shall carry out its obligations and functions under this Agreement
strictly in accordance with all the guidelines, instructions, manuals and procedures
etc. (hereinafter referred to as guidelines) prescribed by BSNL in connection with this
Agreement from time to time.

5.2

The Contractor shall immediately notify BSNL in writing of any event which may
result in or which may give reason to believe that may cause work stoppage,
slowdown, labour dispute, strike, any labour disruption or any other impediments or
disruptions in the due performance of obligation of the Contractor under this
Agreement. Contractor shall forthwith submit the report of the events resulting in
stoppage of work to BSNL. The Contractor agrees that notwithstanding anything
contained in this Agreement in the event of any of the eventualities mentioned
herein above BSNL shall have a right to terminate this Agreement by giving one
month notice to the Contractor.

5.3

The Contractor shall not at any time use or attempt to use BSNLs name or logo for
any purpose including for the purpose of this Agreement unless specifically
authorized by BSNL in writing.

5.4

The Contractor shall ensure that its employees/ personnel shall at all times conduct
themselves within the parameters of laws and shall not commit, abet or permit the
commission of any illegal act while working in the course of this Agreement. In the
even of any illegal act being committed or abetted, Contractor shall be liable for all
consequences thereof and BSNL shall not be liable either directly or indirectly.

5.5

The Contractor shall obtain all the requisite License/ permission/ authorizations from
state/ central Government agencies on labour contract & shall abide by insurance
rules in this regard under all the applicable laws and keep the same valid by renewing
from time to time as required under the various Acts/ Laws.

5.6

The Contractor shall maintain all the registers and records required to be maintained
under the various Labour Enactments and Rules framed there under.

5.7

The Contractor shall ensure that no personnel employed by the Contractor commits
any misconduct or acts in contravention of any of the provisions of this Agreement or
instructions issued by BSNL from time to time or commits any fraud or is involved in
any criminal or civil case. If any personnel commits any misconduct or is involved in
criminal case or is guilty of acting in contravention of any provisions of this Agreement
or any law, the Contractor agrees to indemnify and keep BSNL indemnified from
the consequences of any such act of the personnel as a result which BSNL has
suffered or is likely to suffer any loss.
Page 30 of
Signature of Bidder
48
with seal

5.8

The personnel employed by the Contractor shall not have any claim whatsoever on
BSNL and shall not raise any Industrial dispute, either directly or indirectly, with or
against BSNL, in respect of any of the service condition or otherwise.

5.9

It is further expressly clarified and agreed that in case of death or bodily injury to any
such personnel appointed by the Contractor in the course of carrying out of the
services of this Agreement, BSNL shall not be liable or bound to pay any monetary
compensation or otherwise be responsible in any way, whatsoever.
That the Contractor shall immediately notify BSNL in writing if any of its employee or
any other person engaged by the Contractor has committed any breach of any of the
employment agreement or has committed any act amounting to moral turpitude or has
been arrested by the police or removed from the employment of the Contractor or
committed any act which in the opinion of the Contractor affects the integrity of the
person. BSNL shall have the right to call upon the Contractor to replace any
employee/ agent of the Upkeep and Contractor who In the sole opinion of BSNL is
jeopardizing the interest of BSNL and the Contractor shall forthwith comply with the
demand of BSNL.
That the Contractor shall procure from its employees for the time being and from such
other staff as BSNL may require, an undertaking not to disclose to any third party any
confidential information or knowledge concerning the business of BSNL and take
such steps at the Contractors own expense as BSNL may direct in order to
enforce or retain any breach of the terms of any such undertaking.
That the Contractor specifically convents that the Contractor and / or any of its
employees of any other person employed by the Contractor for the purpose of this
agreement shall not use any illegal or unlawful means in performing its obligations
under this agreement. For any illegal or unlawful means employed by the and
Contractor and / or any of its employees or any other person theContractor shall
alone be responsible and aggress to indemnify and keep indemnified BSNL at all times
against any suits, claim, demands, petitions, actions, proceedings etc filed/initiated
against BSNL by any person for reason whatsoever and against any loss, damage,
claims, costs, charges, expenses.

5.10

5.11

5.12

The Contractor and its personnel shall not claim any lien on the amount collected by
the Contractor even if any amount is due and payable by BSNL to the Contractor.

5.13

The Contractor under takes to execute such other documents as may be required by
BSNL.

6.
6.1

CONFIDENTIALITY AND NON-DISCLOSURE

All details, documents, data, applications, software, systems, papers, statements,


business/customer information and BSNLs practices and trade secrets (hereinafter
referred to as Confidential Information) which may be communicated to the
Contractor and/or its employees shall be treated as absolutely confidential and the
Contractor irrevocably agrees and undertakes and ensures that the Contractor and all
its employees shall keep the same secret and confidential and not disclose the
same, in whole or in the part of any person without the prior written permission of
BSNL nor shall use or allow to be used any information than as may be necessary
for the due performance of the Contractors
obligation hereunder. The
Contractor hereby specifically agrees to indemnify and keep BSNL indemnified safe
and harmless at all times against all or any consequences arising out of any breach
of this
Page 31
of undertaking by
Signature of Bidder
48
with seal

the Contractor and/ or its employees and shall immediately, reimburse and pay to
BSNL on demand all damages, loss, cost, expenses or any changes that BSNL may
suffer, incur or pay in connection therewith.
6.2

Take all necessary action to protect the confidential information against misuse, loss,
destruction, deletion and/ or alteration.

6.3

Not to misuse or permit misuse directly or indirectly, commercially exploit the


confidential information for economic or other benefit.

6.4

Not to make or retain any copies or record of any confidential information submitted
by BSNL other than as may be required for the performance of the Contractors
obligation under this agreement.

6.5

Notify BSNL promptly of any unauthorized or improper use or disclosure of the


information.

6.6

Return all the information, which is in the custody of the Contractor at the end of the
specific assignment.

6.7

The Contractor hereby unconditionally agrees and undertakes that it shall not and
that its personnel shall not disclose or publish the terms and conditions of this
agreement or disclose the information submitted by BSNL under this agreement
to any third party unless such disclosure is required by law.
INDEMNITY:
The Contractor hereby agrees and covenants to indemnify and keep indemnified
BSNL against:-

7.
7.1

i)

All loss & thefts, misappropriations, misuse or damage of or to the documents of any
other security instruments which are in possession of the Contractor or its personnel
or within the control of the Contractor or its personnel.

ii)

Any or all claims, liabilities, damages, losses, cost of thefts, charges, expenses,
proceedings and actions of any nature whatsoever made or instituted against BSNL
and/ or any customer directly or indirectly by reason of.

On behalf of BSNL

for

The parties to this agreement have set their hands on the day mentioned hereinabove.
SIGNED AND DELIVERED by the within named
party i.e. BSNL under the hands of
Shri
_
SIGNED AND DELIVERED by the within named party
i.e. (Name of Company)
Shri

Page 32 of
48

_
_

Signature of Bidder
with seal

SECTION-X
E-tendering Instructions to Bidders
Note :-The instructions given below are NICs e-tender portal(CPPP) -centric and
for e-tendersinvited by BSNL TDM Banswara only. E-Portal address and
the according references/clauses may be suitably modified in this section
as applicable from time to time.
General
These are the special Instructions (for e-Tendering) as supplement Instruction to
Bidders. Submission of Bids only through online process is mandatory for this Tender.
For conducting electronic tendering, BSNL, Rajasthan Telecom Circle, Banswara is using the portal
(https://www.eprocure.gov.in) of NIC, Government of India.
1. Tender Bidding Methodology:
Sealed Bid System Single Stage
Using Two Envelopes,
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 Central Public Procurement Portal (CPPP)
3. Create Users and assign roles on CPPP
4. View Notice Inviting Tender (NIT) on CPPP
5. Download Official Copy of Tender Documents from CPPP
6. Bid-Submission on CPPP : Prepare & arrange all document/paper for submission of
bid online and offline.
7. Submission of offline documents in sealed envelope at DE(PLANNING) O/o
TDM, Banswara, Banswara - on or before due date & time.
8. Please take care to scan documents that total size of documents to be uploaded remains
minimum. If required, documents may be scanned at lower resolutions say at 150 dpi.
However it shall be sole responsibility of bidder that the uploaded documents remain legible.
9. Utmost care may be taken to name the files/documents to be uploaded on CPPP. These
should be no special character or space in the name of file. Only underscores are allowed.
The illustrative examples are as given below.
File name
Solvency Certificate
Solvency Certificate(1)
Solvency_Certificate
SolvencyCertificate

Allowed or
not allowed
in CPPP
not allowed
not allowed
allowed
allowed

Reason for allowed / not allowed


Space in between words / characters not allowed
Special characters not allowed
Under score allowed between words / characters
Upper & lower cases allowed

10. It is advised that all the documents to be submitted ( as per section VIII) are kept
scanned or converted to PDF format in a separate folder on your computer before starting
online

Page 33 of
48

Signature of Bidder
with seal

submission. BOQ Part A (Excel Format) may be downloaded and rates may be filled appropriately.
This file may also be saved in a secret folder on your computer. The names & total size of
documents (Preferably below 50 MB) may be checked.
For participating in this tender online, the following instructions are to be read carefully. These
instructions are supplemented with more detailed guidelines on the relevant screens of the
CPPP.
3. Digital Certificates
For integrity of data and its authenticity/ non-repudiation of electronic records, and be compliant
with IT Act 2000, it is necessary for each 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. Method for submission of bid documents

In this tender the bidder has to participate in e-tender online. Some documents are to be
submitted physically offline.
4.1. Offline submission:
The bidder shall submit the following documents offline to DE(PLANNING) Office of TDM, BSNL, ,
Banswara on or before the date & time of submission of bids specified in NIT, in a Sealed
Envelope. The envelope shall bear (BID cost and BID security, NIT No. -------. the tender
name/number and the words DO NOT OPEN BEFORE (due date & time).
1. EMD-Bid Security (Original copy). Bid security is to be paid in the form of crossed demand draft
issued by Nationalized/Scheduled bank drawn in favour of AO(Cash), HQ, BSNL O/o TDM
Banswara, payable at Banswara
2. DD/ Bankers cheque - drawn in favor of AO(Cash), BSNL O/o TDM Banswara, payable at
Banswara against payment of tender fee.
3. Power of attorney required if any for participation in the tendering process. (Original ink signed
copy).
Note: The Bidder has to upload the Scanned copy of all above said documents during Online BidSubmission also.

4.2

Online submission:

DOCUMENTS
ESTABLISHING
QUAL IFICAT IONS:

BIDDERS

ELIGIBILITY

AND

The bidder shall furnish following documents, as part of his bid documents
establishing the bidders eligibility,
st

S.No. Contents of 1 Envelope (Techno-Commercial Bid ) (As applicable) (To


be submitted on line)
1

Scanned copy of DD/Bankers Cheque for Tender form cost

Scanned copy of DD/Bankers Cheque for Bid Security(EMD)

Scanned copy of Experience Certificate and Annual Financial Turnover as


required in NIT

The self-attested Scanned copy of PAN Card & Service Tax Registration

scanned copy of EPF and ESI Registration

Page 34 of
48

Signature of Bidder
with seal

Undertaking and Declaration duly filled in as per section XI

Scanned Copy of Original Bid Form, duly filled in, as per section VI and Bidders
profile as sec-V

Original Bid Document digitally signed

Original Power of Attorney in case person other than the Tenderer has
signed the tender document (if applicable)

10

Scanned Copy of List of all Board of Directors of the company (if applicable)

11

Scanned copy of Near relative certificates as per tender document

12

Scanned copy of Proof of MSME/NSIC Registration


The self attested copy duly signed by the contractor of (a) The registration of
the firm & Authenticated copy of partnership deed in case of
partnership firm.(b) Articles of associations duly registered with registrar of
company affairs, in case of Limited / Pvt. Limited company.(c) In case of
proprietary firm, Proprietor certificate/affidavit from the proprietor of the
firm that he is the sole proprietor of the firm

13

Contents of 2
1

nd

Envelope (Financial Bid/ BoQ) (To be submitted online)

Original Price Schedule (BOQ)

Note:
(i)
(ii)

If some document is not applicable for the bidder then he has to upload
scanned copy of paper mentioning The document <name> called vide
clause
is not applicable on us.
If document asked for contains more than one page then all those
pages may be uploaded in one PDF file.

5. Registration
To use
the Central Public Procurement Portal(https://www.eprocure.gov .in). Vendor need
to register on the portal. The vendor should visit the home-page of the portal
(www.eprocure.gov.in) and go to the eprocure link then select Bidders Manual Kit.

Page 35 of
48

Signature of Bidder
with seal

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

Helpdesk

Telephone

1800-233-7315

E-mail ID

cppp-nic@nic.in
[Please mark CC: support-nic@ncode.in]

BSNL Contact-1
Telephone
During

E-mail ID

Rakesh Kumar Jain


02962240100, 02962241400
[between 11:00 hrs to 17:00 hrs on working days]

jto mmbsw@gmail. co m

6. Price schedule / BOQ


Utmost care may kindly be taken to upload price schedule / BOQ. Any change in the format
of price schedule / BOQ file shall render it unfit for bidding. Following steps may be followed:
1. Down load price schedule / BOQ part A in XLS format and price schedule / BOQ part B in
PDF format.
2. Fill rates in down loaded price schedule / BOQ as specified in XLS format only in white
back ground cells. Dont fill in grey back ground cells.
3. BOQ file part A is password protected XLS file. Dont unprotect the file. Price has to be
filled in the same file and the same has to be uploaded.
4. Save filled copy of downloaded price schedule / BOQ file in your computer and
remember its name & location for uploading correct file (duly filled in) when required.
5. Download price schedule / BOQ part B in PDF format. Get it printed, fill up required
information. Scan it and save in your computer for uploading it while submitting the
bid.
7. Other Instructions
For further instructions, the vendor should visit the home-page of the portal
(www.eprocure.gov .in), and go to the Bidders Manual Kit. The compatible support software (PDF
Converter, Java, etc) for online bid submission may be downloaded from CPP Portal.
The help information provided through CPPP User-Guidance Center is available in three
categories Users intending to Register / First-Time Users, Logged-in users of Buyer
organizations, and Logged-in users of Supplier organizations. Various links are provided under
each of the three categories.
Important Note: It is strongly recommended that all authorized users of Supplier organizations
should thoroughly peruse the information provided under the relevant links, and take appropriate
action. This will prevent hiccups, and minimize teething problems during the use of CPPP. The
following FOUR KEY INSTRUCTIONS for BIDDERS must be assiduously adhered to:
1. Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first
tender submission deadline on CPPP.
2. Register your organization on CPPP well in advance of your first tender submission deadline
on
CPPP.
3. Get your organizations concerned executives trained on CPPP using online training module
well in advance of your tender submission deadline on CPPP.
4. Submit your bids well in advance of tender submission deadline on CPPP ((BSNL should not
Page
be responsible
36 of
any problem arising out of internet connectivity issues). Signature of Bidder

48

with seal

8. Minimum Requirements at Bidders


end

Page 37 of
48

Signature of Bidder
with seal

Computer System with good configuration (Min P IV, 1 GB RAM, Windows


XP)
2 Mbps Broadband connectivity with UPS.
Microsoft Internet Explorer 6.0 or above
Digital Certificate(s) for users.
Special Note:- (1) Tender Inviting Authority,
(2) DDO
(3) Address/Venue of Tender Opening
(1) Name & Email-ID for BSNL Contact person
All above four points and other relevant section & clause nos. in instructions above must be changed in
your tender according to your SSAs Tender. Help Link for e-tender creation/publishing press Ctrl+Click
to execute or go to http://eprocure.gov.in/help/help for dept. user

Page 38 of
48

Signature of Bidder
with seal

Chapter XI
UNDER TAKING AND DECLARATION
For under standing the terms & conditions of tenders and specification of
works. (a)

Certified that:-

(1)
I/We---------------------------------------------------------------------have read understood and agree
with all the terms and conditions, specifications included in the tender documents & offer to
execute the work at the rates quoted by us in the tender form.
2. If I/We fail to enter into the agreement & commence the work in time, the EMD/SD
deposited by us will stand forfeited to the
BSNL. (b)

The tenderer hereby covenants and declares

that:
1. All the information, Documents, Photo copies of the documents/Certificates
enclosed along
with the tender offer are correct.
2.

If anything is found false and/or incorrect and/or reveals any suppression of fact at any
time, BSNL reserves the right to debar our tender offer/cancel the LOA/Purchase/work
order if issued and forfeit the EMD/SD/Bill amount pending with BSNL, In addition, BSNL
may debar the contractor from participation in its future tenders.

Date----------------Signature of Tenderer
Place--------------Name of Tenderer------------Along with date & Seal

Page 39 of
48

Signature of Bidder
with seal

Chapter XII
Guidelines for taking action against the contractor/bidder who default.
Sr.
Defaults of the bidder / contractor
Action to be taken
No.
A
B
C
Rejection of tender bid of respective
1(a) Submitting fake / forged
i) contractor.
Banning on participation for 3 years which
ii) implies
barring further dealing with the contractor in
a) Bank Instruments with the bid to meet terms & the process of
tender for which fake/forged documents have
condition of tender in respect of tender fee and/ been
submitted including banning on participation in
future
or EMD;
tenders invited by Banswara Telecom District for
3 years from
b) Certificate for claiming exemption in respect of

the date of issue of banning order.

iii) Termination/ Short Closure of WO, if issued.


This
Tender fee and/ or EMD;
implies non-acceptance of further work &
services except
and detection of default at any stage from receipt to make payment of already completed works.
of
Bids till award of work.
Note 1:- However, in this case, the performance guarantee if already available for some other
tender will not be
forfeited.
Note 2:- Payment for already completed works shall be made as per terms & conditions of the
tender.
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
to
(i) Ifbid
detection
of default is prior to receipt of
i) Rejection of Bid &
SD/PG
ii) Forfeiture of EMD.
(ii) If detection of default after receipt of PG/ SD
(DD, BG etc.)
(iii) If detection of default after issuance of WO

i) Cancellation of WO if any,
ii) Rejection of Bid &
iii) Forfeiture of EMD/SD.
i) Termination/ Short Closure of WO or
cancellation of
WO which ever is applicable.
ii) Rejection of Bid &
iii) Forfeiture of PG/ SD.

Note 3:- However, settle all the bills of satisfactory completed works if pending works do not affect
the telecom
services.
Note 4:- No further WO shall be issued.

Page 40 of
48

Signature of Bidder
with seal

S-2/TDM-BSW/GSM 2G/3G BTS Swapping and Redeployment/2015-16

2.1

If bidder /contractor or his representative uses


Banning on participation for 3 years which implies
Barring
further dealing with the bidder / contractor
means to threatens BSNL Executive / employees including
banning on participation in future tenders invited
and/ or obstruct him from functioning in discharge by
Banswara
of his duties & responsibilities for the following : Telecom District for 3 years from the date of
issue of
a) Obstructing functioning of tender opening
Executives of BSNL in receipt/ opening of tender banning order.
bids from prospective bidders/ Contractors.
b) Obstructing/ Threatening other prospective
bidders i.e. suppliers/ Contractors from entering
the tender venue and/ or submitting their tender
bid
violent/ coercive means viz. Physical / Verbal

2.2

violent/ coercive means viz. Physical / Verbal means comprising DE /SDE /JE and if found guilty then
action to threatens BSNL Executive / employees and/ or may be initiated against the contractor like
termination of obstruct him from performing his duties during
contract including forfeiting BG/PG etc.
execution of the work.
Non acceptance of LOI and non submission of SD/ Forfeiture of EMD.
PG by L-1 bidder within the specified time period.

4.1

Failure to start the work even in the extended work i) Termination of WO.
Schedules, if granted against WO.
ii) Under take 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 execute the Work in full even in the


and extended schedules, if granted against WO.

5.1

5.2
the

i) Short Closure of WO to the work already completed


Make it usable.
ii) Under take the work of balance quantity at the risk &
cost of defaulting contractor.
iii) Recover the excess charges if incurred from the PG/
SD
and outstanding bills of the defaulting Vendor.
Contractor does not perform satisfactory in the field Action should be taken as per the provisions
available in the in accordance with the specifications mentioned in tender substandard work
the PO/ WO/Contract.
For Undertake recovery of financial penalty from
outstanding dues of vendor including PG/ SD
Major quality problems (as established by a joint Action should be taken as per the provisions available in
team / committee of User unit(s) and QA Circle) / tender substandard work
performance problems and non-rectification of
Undertake recovery of financial penalty from
outstanding defects (based on reports of field units and QA
dues of vendor including PG/ SD.
Circle).
a) Disrupts/ Sabotages functioning of the BSNL iv) Legal action will be initiated by BSNL against
the network equipments such as exchanges, BTS, Vendor if required.
BSC/ MSC, Control equipment including IN

Page 40 of
48

Signature of Bidder
with seal

S-2/TDM-BSW/GSM 2G/3G BTS Swapping and Redeployment/2015-16

etc., transmission equipments but not limited


to these elements and/ or any other TSP
through BSNL.

Page 41 of
48

Signature of Bidder
with seal

b) Tampers with the billing related data/ invoicing/


account of the Customer/ User(s) of BSNL and/
or any other TSP(s).
c) Hacks the account of BSNL Customer for
unauthorized use i.e. to threaten others/
spread

improper news etc.


d) Undertakes any action that affects/ endangers
the security of India.
If the vendor is declared bankrupt or insolvent or its i) Termination/ Short Closure of the PO/ WO.
Financial position has become unsound and in
case of
ii) Settle bills for the quantity received in correct
a limited company, if it is wound up or it is
quantity
liquidated.

and quality if pending items do not affect working


or
Use of supplied items.
iii) Undertake recovery of financial penalty from
outstanding dues of vendor including PG/ SD.

If the vendor does not return/ refuses to return


BSNLs dues including materials etc:

i) Take action to appoint Arbitrator to adjudicate the


dispute.

a) In spite of order of Arbitrator.

i) Termination of contract, if any.


ii) Banning of business for 3 years which implies
barring further dealing with the contractor including
participation in future tenders invited by BANSWARA
TD from date
of issue of
banning order or till the date by which vendor clears the
BSNLs dues, whichever is later.
iii) Take legal recourse i.e. filing recovery suite
in appropriate court.

b) In spite 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 BANSWARA TD from date of issue of
banning order or till the date
by which vendor clears the BSNLs dues, whichever is
later.

If the Central Bureau of Investigation/ Independent Take Action as per the directions of CBI or concerned
External Monitor (IEM) / Income Tax/ Sales Tax/ department.

Excise / Custom Departments recommends such a


course
10

The following cases may also be considered for


Banning of business:

(a) If there is strong justification for believing that


the proprietor, manager, MD, Director, partner,
employee or representative of the contractor has
been guilty of malpractices such as bribery,
corruption, fraud, substitution of tenders,
interpolation, misrepresentation with respect to
the contract in
(b) If the vendor/ supplier fails to execute a
contract

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 BANSWARA TD for 3 years from date of
issue of banning order.

or fails to execute it satisfactorily.


length 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.

Note 5: The above penalties will be imposed provided it does not clash with
the provision of the tender.
Note 6:-In case of clash between these guidelines & provisions of invited
tender, the provision in the tender shall prevailover these guidelines.
Note 7: Banning of Business dealing order shall not have any effect on the
existing/ ongoing works which will continuealong with settlement of Bills.

Section-XIII
Detail of Work with Quantit y
Tender No.:-TDM-BSW/e-Tender/Swapping and Redeployment of
2G/3G BTS/BSWSSA/2016-17/30 Dtd: 18.05.2016

Sr
Description of work
.
No
. 1 Swapping of 2202/2206 BTS with

2964/2974
Swapping BTS
of
existing
BTS
(2202/2206)
by
BTS
(2964/2974),
including
Installation
of
a anchor, Fastener and commissioning of
2964/2974 BTS cabinet, remove of old
2202/2206 jumper and commissioning of L
type
jumpers,
earthing
and
power
2 Transportation of BTS (Including all
material)
(a) Transportation from Jaipur/Jodhpur to
2.1
BTS sites at
Banswara SSA.
2.2 (b) Transportation of old 2202/2206 BTS
from GSM
site
Banswara
to TDM charge
Banswara
Store
Loading
/Unloading
per

Quanti
ty

Basic
Schedu
led
Rate in
Rupees

7594

22600

20

1000

20

33

2831

2831

33

2100

Unit

Per
Cabine
t

Per
KMs.
Per
KMs

BTS including associated


material of the BTS
3.1 (a) Loading/unloading of 2964/2974/ Node
B for
Jaipur/
Jodhpur and concern
site at Banswara
(b) Loading/unloading
of recovered
3.2 2202/2206 BTS
from concern GSM site Banswara to TDM
4 Banswara
RFI Survey:

a
5

Preparation of layout of site in auto cad,


providing antenna height and azimuth for
1800/ dual band antenna, coverage plot
prediction
andofall
related
work
Installation
2G
/ 3G (Node-B)

Per
BTS
Per
KMs.

Per
Site

Installation of anchor, Fastener and


a commissioning of
2G / 3G (Node-B) cabinet jumper,
Alarm Cable, Earthing and Power
6 Supply of GSM antenna mount (GI)
as per site requirement
7 Antenna Installation
7.1 Installation of 3 Antenna mount and 3 no.
Of antenna as per requirement.
8 Feeder Cable Installation:
8.1 Installation of 6 Feeder Cable length
including whether proofing at site
9 Supply of DC Power Cable:

9.1

(a) 16 sq mm single core copper cable


(Black/Blue)
b
(b) 25 sq mm single core copper cable
BTS Pad
10 (Black/Blue)
(a) Outdoor BTS Foundation at GBT site
1.0 (1500mm X
2000 mm X1000 mm). The trench shell be
1
minimum
10. (b) Outdoor BTS Foundation at RTT site
(1500mm X
2
mm X 200 mm)
11 2000
Runway:

25
75

6694

4250

Per
Cabine
t
Per
Mount

25

7554

Per
Site

25

5952

Per
Site

200

12
1
25
2

530

20

13600

Per
Mtrs
Per
Mtrs

Per
Site

8189

11. tray) with accessories from BTS to tower


1
beyond 2 meters as per site requirement

144

29
5

11. (b) Supply of GI Runway (300 mm cable


tray) with accessories as per site
2

144

52
1

11.
3

57

1246

Per
Pcs

8040

300

10
2

Per
Site
Per
Mtrs

(a) Installation of GI Runway (300 mm cable

requirement
(c) Supply and fixing of 3 meter height
pendulum for supporting cable runway
from BTS to tower as per site requirement.

Per
Site
Per
Mtrs
Per
Mtrs

12 Earthing:12.
1
12.
2

(a) Provision of GI Earthing System (For


Equipment) at
Site Service only
(b) Supply of GI Strip of size 50 X 3 mm BTS
Equipment
Earthing System

13 Microwave redeployment
Redeployment of DMW / MW including

13. dismantling,
packing,
transportation,
1
installation at new location (1+1/1+0)
(0.6 M antenna)
14 Digital
Microwave installation
14.
1

Installation and integration of DMW/MW at


new location including transportation
((1+0)/(1+1)(0 - 0.6 m antenna)-

13900

11000

Reference rate
Sl

Schedule of Works

No

GSM 2G/3G BTS swapping,


redeployment & associated
work in Banswara SSA

With duties and Taxes except


Service
Tax (In Rs.)

2495224.00

Per
hop
Per
ho
p

Section-XIV

Financial Bid(BOQ)
Percentage BoQ
Tender Inviting Authority: TDM ,BSNL BANSWARA
Name of Work: Tender for GSM 2G/3G BTS swapping, redeployment & associated work in Banswara City
Contract No: TDM-BSW/e-Tender/Swapping and Redeployment of 2G/3G BTS/BSWSSA/2016-17/30
Dtd: 18.05.2016
Bidder
Name :
PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after
filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed
to enter the Bidder Name and Values only )
NUM
BER
#`
Sl.
No.

1
1
1.01

2
2.01
2.02
3

TEXT #

NUMB
ER #

TEXT
#

NUMBE
R

NUMBER #

Item Description

Quant
ity

Units

Estimate
d Rate

TOTAL
AMOUNT
Without
Taxes

2
Swapping of 2202/2206 BTS with
2964/2974 BTS
Swapping of existing BTS
(2202/2206) by BTS (2964/2974),
including Installation of anchor,
Fastener and commissioning of
2964/2974 BTS cabinet, remove of
old 2202/2206 jumper and
commissioning of L type jumpers,
earthing and power connection etc.
Transportation of BTS (Including
all material)
(a) Transportation from
Jaipur/Jodhpur to BTS sites at
Banswara SSA.
(b) Transportation of old 2202/2206
BTS from GSM site Banswara to
TDM Banswara Store
Loading /Unloading charge per

53

TEXT #
TOTAL AMOUNT
In Words

55

7594.00

60752.00 INR Sixty Thousand


Seven Hundred &
Fifty Two Only

22600. Per
00 KMs.

20.00

1000.0 Per
0 KMs

20.00

452000.00 INR Four Lakh Fifty


Two Thousand
Only
20000.00 INR Twenty
Thousand Only

8.000 Per
Cabin
et

3.01

3.02

4
4.01

5
5.01

5.02

6
6.01

7
7.01
8

BTS including associated


material of the BTS
(a) Loading/unloading of
2964/2974/ Node B for Jaipur/
Jodhpur and concern site at
Banswara
(b) Loading/unloading of recovered
2202/2206 BTS from concern GSM
site Banswara to TDM Banswara
Store
RFI Survey:

33.00 Per
BTS
8.00 Per
KMs.

2831.00

2831.00

33.00 Per
Site

2100.00

Installation of anchor, Fastener and


commissioning of 2G / 3G (Node-B)
cabinet jumper, Alarm Cable,
Earthing and Power connection etc.
Supply of GSM antenna mount (GI)
as per site requirement

25.00 Per
Cabin
et

6694.00

75.00 Per
Moun
t

4250.00

25.00 Per
Site

7554.00

188850.00 INR One Lakh


Eighty Eight
Thousand Eight
Hundred & Fifty Only

25.00 Per
Site

5952.00

148800.00 INR One Lakh Forty


Eight Thousand Eight
Hundred Only
24200.00 INR Twenty Four
Thousand Two
Hundred Only
133560.00 INR One Lakh Thirty
Three Thousand Five
Hundred & Sixty
Only

Installation of 3 Antenna mount and


3 no. Of antenna as per
requirement.
Feeder Cable Installation:
Installation of 6 Feeder Cable length
including whether proofing at site
Supply of DC Power Cable:

200.00 Per
Mtrs

121.00

8.02

(b) 25 sq mm single core copper


cable (Black/Blue)

530.00 Per
Mtrs

252.00

20.00 Per
Site

13600.00

5.00 Per
Site

8189.00

9.02

167350.00 INR One Lakh Sixty


Seven Thousand
Three Hundred &
Fifty Only
318750.00 INR Three Lakh
Eighteen Thousand
Seven Hundred &
Fifty Only

Antenna Installation

(a) 16 sq mm single core copper


cable (Black/Blue)

9.01

69300.00 INR Sixty Nine


Thousand Three
Hundred Only

Preparation of layout of site in auto


cad, providing antenna height and
azimuth for 1800/ dual band
antenna, coverage plot prediction
and all related work
Installation of 2G / 3G (Node-B)

8.01

93423.00 INR Ninety Three


Thousand Four
Hundred & Twenty
Three Only
22648.00 INR Twenty Two
Thousand Six
Hundred & Forty
Eight Only

BTS Pad
(a) Outdoor BTS Foundation at GBT
site (1500mm X 2000 mm X1000
mm). The trench shell be minimum
750 mm
(b) Outdoor BTS Foundation at RTT
site (1500mm X 2000 mm X 200

272000.00 INR Two Lakh


Seventy Two
Thousand Only
40945.00 INR Forty Thousand
Nine Hundred &

mm)
10
10.01

Forty Five Only

Runway:
(a) Installation of GI Runway (300
mm cable tray) with accessories
from BTS to tower beyond 2 meters
as per site requirement
(b) Supply of GI Runway (300 mm
cable tray) with accessories as per
site requirement
(c) Supply and fixing of 3 meter
height pendulum for supporting
cable runway from BTS to tower as
per site requirement.
Earthing:-

144.00 Per
Mtrs

295.00

144.00 Per
Mtrs

521.00

57.00 Per
Pcs

1246.00

11.01

(a) Provision of GI Earthing System


(For Equipment) at Site Service only

8.00 Per
Site

8040.00

11.02

(b) Supply of GI Strip of size 50 X 3


mm BTS Equipment Earthing
System
Microwave redeployment

300.00 Per
Mtrs

102.00

Redeployment of DMW / MW
including dismantling, packing,
transportation, installation at new
location (1+1/1+0) (0.6 M antenna)
Digital Microwave installation

8.00 Per
hop

13900.00

8.00 Per
hop

11000.00

10.02
10.03

11

12
12.01

13
13.01

Installation and integration of


DMW/MW at new location including
transportation ((1+0)/(1+1)(0 - 0.6 m
antenna)Total in Figures

42480.00 INR Forty Two


Thousand Four
Hundred & Eighty
Only
75024.00 INR Seventy Five
Thousand &Twenty
Four Only
71022.00 INR Seventy One
Thousand &Twenty
Two Only

64320.00 INR Sixty Four


Thousand Three
Hundred & Twenty
Only
30600.00 INR Thirty Thousand
Six Hundred Only

111200.00 INR One Lakh


Eleven Thousand
Two Hundred Only

88000.00 INR Eighty Eight


Thousand Only

2495224.00

Quoted Rate in Figures

0.00
Select

Quoted Rate in Words

INR Zero Only

Note- 1. L-1 bidder will be decided on the Total cost basis.


1. All the prices inclusive all the levies and Taxes except service tax.
2. Service tax will be paid extra if applicable.

INR Twenty Four


Lakh Ninety Five
Thousand Two
Hundred & Twenty
Four Only
INR Zero Only

You might also like