BHARAT SANCHAR NIGAM LIMITED (A … -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17 - 3 -...
Transcript of BHARAT SANCHAR NIGAM LIMITED (A … -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17 - 3 -...
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 1 - Signature of Tenderer
TENDER FORM FEE: - Rs.500/-(Non refundable) TENDER FORM NO………….
BHARAT SANCHAR NIGAM LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
O/o Telecom District Manager.Telephone.Eexchange Bldg.,Civil Lines Road, GODHRA -389001
GODHRA TELECOM DISTRICT
TENDER DOCUMENT
FOR
Repairing of SMPS Power Plant Modules
In Panchmahal District of GODHRA SSA
Tender No: MM-1/T-284/Repairing of SMPS P.P. Modules/GDH/16-17/ Dtd. At Godhra
The 16-11-2016.
TENDER DOCUMENT DOWNLOAD DATE & TIME : --------------
Tender document download Time & date : From 10:30 Hrs. of 19.11.2016 to
17.00 Hrs. of 05.12.2016.
Time & Date for online bid submission : Up to 15.00 Hrs. on 06.12.2016.
Time & Date of online bid opening : At 15:30 Hrs. of dtd. 06.12.2016.
E.M.D. AMOUNT : - Rs. 11,130/-
NAME & ADDRESS OF THE TENDERER:-
______________________________________
______________________________________
Phone (O) ___________________ (Res) _____
DIVISIONAL ENGINEER (A&P)
O/o TELECOM DISTRICT MANAGER
3RD FLOOR, CIVIL LINE ROAD
GODHRA
T.No. 02672-249300/252555/fax-243231
Email id: [email protected]
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 2 - Signature of Tenderer
TABLE OF CONTENTS
PART- A Technical - Bid
SECTION TITLE PAGE No.
I Notice Inviting Tender 03
II Instructions to Bidders 04 -16
III General (Commercial) Conditions of the Contract 17 – 24
IV Special Conditions of Contract 25 -26
V Schedule of Requirements 27
VI Bid forms 28
VII Bid Security Form 29
VIII Performance Security Guarantee Bond 30 - 31
IX Letter of Authorization for attending Bid Opening. 32
Annexure
Ann-I Form-A 33
Ann-II Declaration 34
Ann-III Relative Clause Certificate 35
Ann-IV Agreement 36 – 39
Annexure-VI (Mandate Form) 40-41
Ann-V Advance Stamp Receipt 42
Master Vendor Form 43-45
Check List 46-47
Registration 48
PART- B Financial - Bid 49
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 3 - Signature of Tenderer
Section-I
Technical Bid
BHARAT SANCHAR NIGAM LIMITED
O/o T. D.M 3RD FLOOR, TELEPHONE
EXCHANGE EXCHANGE GODHRA- 389001
NOTICE INVITING TENDER
No: MM-1/T-284/Repairing of SMPS Power Plants modules/GDH/16-17 For and on behalf of BSNL are invited online tender for Repair of SMPS Power Plant
Modules on Rate Running contract basis in GODHRA SSA,Panchmahal District, in two parts
(i.e. Part ‘A’ Technical Offer and Part ‘B’ Financial Bid) from reputed and capable parties
having the requisite experience in repair of SMPS Power Plant rack & modules as per detailed
below.
1) Tender No. : MM-1/T-284/Repairing of SMPS Power Plant
Modules/GDH/16-17/ 2) Estimated cost : Rs. : --------- 4,45,100 /-
3) Bid Security (EMD): : Rs. ---------- 11,130/-
4) Last date and time for-
Submission of the Tender up to 15.00 hrs on dtd. 06.12.2016
5) Opening of the Tender : on dtd. 06.12.2016 at 15.30 hrs
Bid security should be furnished either in the form of Cash/DD for amount mentioned
above from any Nationalized/Scheduled bank in favor of A.O. (Cash), BSNL, O/o Telecom
District Manager, GODHRA. The cost of the Tender document is Rs. 500/-, payable in ‘Cash’
to A.O. (Cash), BSNL, O/o TDM, GODHRA or in the form of DD from any
Nationalized/Scheduled bank in favour of A.O. (Cash), BSNL, O/o TDM, GODHRA has
decided to use process of e-tendering process for inviting this tender and thus the physical copy
of the tender would not be sold. Tender document should be downloaded from the website:
www.gujarat.bsnl.co.in or www.bsnl.co.in.
The bidder can participate in the e-tender by downloading e-tender from
https://eprocurement.synise.com/bsnl1/gujarat from 19.11.2016 10:30 hrs to 17:00 hrs.
06.12.2016. NOTE: - The Tender Document shall not be available for download after its
closing date & time as mentioned in NIT.
DD of nationalized/Scheduled bank payable to A.O.(Cash) BSNL,TDM GODHRA for cost of
bid document and EMD submitted physically at DE (A&P), O/o TDM, Godhra.
Tender documents to MSME/NSIC bidders shall be issued at free of cost on producing current
Registration certificate. EMD also exempted for MSME/NSIC bidders.
All pages of the tender document must be signed with stamp by Authorized
signatory before on line submission. The TDM BSNL, GODHRA reserves the right
to accept/cancel any / all tender(s) without assigning any reason what so ever and not to accept
the lowest bid. Whole document also be submitted online compulsory.
Telecom District Manager
Godhra
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 4 - Signature of Tenderer
SECTION – II
INSTRUCTIONS TO BIDDERS
INTRODUCTION
1. DEFINITIONS:
(a) "BSNL" means the BHARAT SANCHAR NIGAM LIMITED, O/o Telecom District
Manager, GODHRA Telecom District.
(b) "The Bidder" means the individual or firm who participates in this tender and submits its
bid.
(c) "The Contractor" means the individual or firm repairing the modules of SMPS Power
Plants under the contract.
(d) “The Goods" means all the modules and mother boards which the contractor is required
to repair under the contract.
(e) "The Work Order” means the Order placed by the field units on the contractor signed by
the unit in charge.
(f) "The Contract Rate" means the rate payable to the repairer under the work order for the
full and proper performance of its contractual obligations.
2. ELIGIBLE BIDDERS:
2.1 Bidder should be an Indian company / Individual.
2.2 Bidder should have previous experience of repair of modules of SMPS P.P. at
least three makes of modules amounting Rs.2 (Two) Lacs in one year during last
three years from the tender opening date. (Documentary proof to be attached).
3. COST OF BIDDING:
The bidder shall bear all costs associated with the preparation and submission of the
bid. The BSNL GODHRA, in no case, is responsible or liable for these costs, regardless
of the conduct or outcome of the bidding process.
THE BID DOCUMENTS:
4. DOCUMENTS REQUIRED:
4.1 The modules required to be repaired; bidding procedures and contract terms & conditions
are prescribed in the Bid Documents. The Bid Documents include:
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 5 - Signature of Tenderer
(a) Notice Inviting Tender
(b) Instruction to Bidders
(c) General Conditions of the Contract
(d) Special Conditions of Contracts.
(e) Schedule of Requirements
(f) Technical Specifications
(g) Bid Security Form
(h) Performance Security Bond Form
(i) Letter of authorization to attend bid opening.
(j) Financial Bid - Rate Sheet
(k) Mandate Form
4.2 The Bidder is expected to examine all instructions, forms, terms and specifications in
the Bid Documents. Failure to furnish all information required as per the Bid
Documents or submission of bids not substantially responsive to the Bid Documents in
every respect will be at the bidder's risk and shall result in rejection of the bid.
5. CLARIFICATION OF BID DOCUMENTS:
i) A prospective bidder, requiring any clarification of the Bid Documents shall
notify the BSNL GODHRA in writing or by FAX at the BSNL’s mailing
address indicated in the Invitation for Bids. The BSNL GODHRA shall respond
in writing to any request for clarification of the Bid Documents, which it
receives not later than 21 days prior to the date of opening of the tenders.
Copies of the query (without identifying the source) and clarifications by the
BSNL GODHRA shall be sent to all the prospective bidders who have
download the bid documents.
ii) Any clarification issued by BSNL in response to query raised by prospective
bidders shall form an integral part of bid documents and it may amount to an
amendment of relevant clauses of the bid documents.
iii) No request for post-bid clarification shall be entertained.
6. AMENDMENT OF BID DOCUMENTS:
6.1 At any time, prior to the date of submission of bids, the BSNL GODHRA may, for any
reason, whether at its own initiative or in response to a clarification requested by a
prospective Bidder, modify the bid documents by amendments.
6.2 The amendments shall be notified in writing or by telex or FAX to all
prospective bidders on the address intimated at the time of purchase of bid
document from the BSNL GODHRA and these amendments will be binding on them.
6.3 In order to afford prospective bidders reasonable time in which to take the amendments
into account in preparing their bids, the BSNL GODHRA may, at its discretion, extend
the deadline for the submission of bids suitably.
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 6 - Signature of Tenderer
PREPARATION OF BIDS
7. DOCUMENTS COMPRISING THE BID:
The bid (Technical & Financial) prepared by the bidder shall comprise the following
components:
(a) Documentary evidence established in accordance with Clause 2 and 10 of these
instructions to Bidders that the bidder is eligible to bid and is qualified to perform
the contract if his bid is accepted.
(b) Bid Security furnished in accordance with Clause 12 in the Performa.
(c) A clause by Clause compliance as per clause 11.2
(d) Bid form and rate Sheet completed in accordance with clause 8 & 9 .
(e) Certificate for non participation of near relatives & non blacklist of firm.
8. BID FORM:
The bidder shall complete the Bid Form and the appropriate Rate Schedule furnished in
the Bid Documents, indicating the modules to be repaired, as per PART-B Rate-Sheet
(Financial Bid).
9. BID RATES:
9.1 The bidder shall give the total composite price inclusive of all levies i.e packing,
forwarding, freight & insurance etc., but excluding Octroi/Entry Tax which will be paid
extra as per actual, wherever applicable. The basic unit cost of repair of SMPS P.P.
Modules need to be individually indicated against the type of modules proposed to be
repaired under the contract as per price schedule given in Financial Bid in Indian
Rupees. No foreign exchange will be made available by BSNL GODHRA. .
9.2 Rates indicated in the Rate Sheet shall be entered in the following manner:
(i) The unit rate of modules of different type including all levies i.e. freight,
packing, forwarding , insurance and any other levies / charges already paid or
payable by the contractor shall also be quoted separately item wise.
(ii) The contractor shall quote as per Rate -Sheet given in PART-B Financial Bid for
all the items given in schedule of requirement.
9.3 The rates 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
rate quotation will be treated as non-responsive and rejected.
9.4 The rates quoted by the bidder shall be in sufficient detail to enable the BSNL
GODHRA to arrive at cost of repair of SMPS P.P. Modules.
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 7 - Signature of Tenderer
9.5 "Discount", if any offered by the bidders shall not be considered unless they are
specifically indicated in the rate schedule. Bidders desiring to offer discount shall
therefore modify their offers suitably while quoting and shall quote clearly net rate
taking all such factors like discount, free supply, etc. into account.
9.6 The rates approved by the BSNL for repair will be inclusive of levies like packing,
forwarding, freight and insurance as mentioned in para 9.1 above. and any change in
these shall have no effect on rate during the scheduled contract period .
9.7 Service Tax extra on repairing charges will be paid by BSNL GODHRA as applicable.
10. DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILITY AND QUALIFICA-
TIONS:
10.1 The bidder shall furnish, as part of his bid documents establishing the bidder's
eligibility, the following documents or which ever is required as per terms and
Conditions of Bid Documents duly self attested.
i. Certificate of experience in repair of modules of SMPS P.P. of at least
three make amounting Rs.2 (Two) Lacs in one year during last three years
from the tender opening date..
ii. Articles of Memorandum of Association or partnership deed or
proprietorship deed as the case may be.
iii The attested copy of certificate of Registration of Firm.
iv. Original Solvency Certificate from the banker of the Bidder – Up to
works costing Rs 20 lacs – for Rs. 2 lacs, for works costing more than 20
lacs - Rs 5 lacs. The solvency certificate shall not be older than one year or
Undertaking to produce after award of work in case of successful bidder
from its bankers as evidence that he has financial capability to perform the
contract.
v Attested copy of PAN Card number.
vi Service Tax Registration Certificate.
The bidders who do not confirm to above eligibility conditions would be
summarily rejected in Tech. bid.
Vii If any of the documents, required to be submitted along with the technical bid, is
found wanting, the offer is liable to be rejected at that stage. However, the purchaser at it’s
discretion may call for any clarification regarding the document. The purchaser at it’s discretion
may also ask for the submission of any additional/missing document(s) within a stipulated time
period. In such case(s), the bidder shall have to comply the purchaser’s requirement within the
specified time. In case of non-compliance to such queries, the bid will be out rightly rejected
without entertaining further correspondence in this regard.
DOCUMENTS ESTABLISHING GOODS CONFORMITY TO BID DOCUMENTS
11.1 Pursuant to Clause 7, the bidder shall furnish, as part of his bid, documents establishing
the conformity of his bid to the Bid document of Repair of SMPS P.P. Modules.
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 8 - Signature of Tenderer
The bidder shall furnish:-
(a) A clause-by-clause compliance on the BSNL's Terms and conditions of tender
documents. In case of deviations, the deviations and exceptions to the provision of the
Terms and conditions of tender documents shall be given by the bidder. A bid without
clause-by-clause compliance of Terms and conditions of tender shall not be
considered.
12. BID SECURITY:
12.1 Pursuant to Clause 7 the bidders shall furnish as part of his bid, a bid security for an
amount as given in the NIT. The bidders who are registered with National Small Scale
Industries Corporation UNDER SINGLE POINT REGISTRATION SCHEME are
exempted from payment of bid security up to the amount equal to their monetary limit.
12.2 The bid security is required to protect the BSNL GODHRA against the risk of bidder's
conduct, which would warrant the security's forfeiture, pursuant to para 12.7.
12.3 The bid security shall be in the form of a Cash/ Demand Draft issued by a scheduled
bank/Nationalized bank in favour of A.O.(Cash), BSNL, O/o TDM, GODHRA and
payable at GODHRA.
12.4 A bid not secured in accordance with para 12.1 & 12.3 shall be rejected by the
BSNL GODHRA being non-responsive at the bid opening stage and returned to
the bidder un-opened.
12.5 The bid security of the unsuccessful bidder will be discharged/returned as promptly as
possible as but not later than 30 days after the expiry of the period of bid validity
prescribed by the Purchaser, pursuant to clause 13.
12.6 The successful bidder's bid security will be discharged upon the bidder's acceptance of
the advance purchase order satisfactorily pursuant to clause 27 and furnishing the
performance security.
12.7 The bid security may be forfeited:
(a) if a bidder withdraws his bid during the period of bid validity specified by the bidder
on the Bid form or
(b) in the case of a successful bidder, if the bidder fails
(i) To sign the contract in accordance with clause 28 or
(ii) To furnish performance security in accordance with clause 27.
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 9 - Signature of Tenderer
13. PERIOD OF VALIDITY OF BIDS:
13.1 Bid shall remain valid for 180 days from the date of bid opening prescribed by the
BSNL GODHRA pursuant to clause 19.1 A bid valid for a shorter period shall be
rejected by the BSNL GODHRA as non- responsive. 13.2 In exceptional circumstances, the BSNL GODHRA may request the bidder's consent for
an extension to the period of bid validity. The request and the responses thereto shall be
made in writing. The bid security provided under Clause 12 shall also be suitably
extended. The bidder may refuse the request without forfeiting his bid security. A
bidder accepting the request and granting extension will not be permitted to
modify his bid.
14. FORMAT AND SIGNING OF BID:
14.1 The bidder shall prepare one complete set of bid.
14.2 The original Bid shall be typed or printed, numbered consecutively and shall be signed
by the bidder or a person or persons duly authorized to bind the bidder to the contract.
The letter of authorization shall be indicated by written power of attorney
accompanying the bid.
14.3 The bid shall contain no interlineations, erasures or overwriting except as necessary to
correct errors made by the bidder in which case such corrections shall be signed by the
person or persons signing the bid.
15. Method of SUBMISSION OF BIDS:-
15.1 The tender forms to be submitted as below. The tender should be submitted online
Technical Bid and Financial Bid . No indication of the Prices will be made in the Technical
Bid.
15.2 Tender will be opened online in the presence of Bidders present on the due date of
opening i.e. 15.30 Hrs. on 09.12.2016 Technical Bids of the Tenders received will be
opened on that day. The Time, Date and Venue of the opening of FINANCIAL BIDS will
be intimated only to those Bidders, whose Technical Bid is accepted after evaluation of
details and documents furnished as per check list . No correspondence in this regard will be
entertained. Incomplete Tender or Tender in which both technical Bid and Financial Bid are
found is liable to be rejected. All Columns should be furnished with relevant details and no
column should be left blank. 15.3 Financial Bid of technically responsive bidders only will be opened.
15.4 Bidder shall furnish the documents as per Technical Bid Form - Rates should be
quoted as per the Schedule of Requirement and should be enclosed to Financial Bid Form at
The format for Financial Bid should not be changed in any manner. Addition / deletion /
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 10 - Signature of Tenderer
alteration of the text will automatically render the tender invalid and therefore, will be
summarily rejected.
15.5 The duly filled tenders must be accompanied with EMD. 15.6 EMD & Tender fee must be submitted physically to DIVISIONAL ENGINEER
(A&P), O/o the TDM, GODHRA, 3rd Floor, Telephone Exchange Bldg.Civil Line Road,
GODHRA: 389001 on or before 13.00 Hrs. of 09.12.2016 & also scanned copy uploaded on
line.
15.7 The bidder is requested to examine all instructions, forms, terms and
specification in the Bid documents. Failure to furnish all the information required as per
Bid Documents or submission of the bids not substantially responsive to the Bid
Documents in every respect will be at the bidder’s risk and may result in rejection of the
Bid.
15.8 A prospective bidder requiring any clarification on the Bid document shall notify the
purchaser in writing. The purchaser shall respond in writing to any request for the
clarification of bid document which it receives not later than 7 days prior to the date of
opening of Tender.
15.9 At any time, prior to the date of submission of bid, BSNL may, for any reason
whether at its own initiative or in response to a clarification required by a prospective
bidder, modify the bid documents by amendments.
15.10 The amendments shall be notified in writing to all prospective bidders and these
amendments will be binding on them.
15.11 The bidder shall bear all costs associated with the preparation and submission of the
bid. BSNL in no case be responsible for these costs regardless of the conduct or outcome
of the bidding process.
PART A: Technical Bid.
a) Eligibility to bid-`Form A’ (Annexure-I) duly filled in the original documents.
b) Declaration as per Annexure -II
c) Bid security of an amount as per NIT.
d) All the pages of the technical bid should be numbered properly and sequentially.
e) In the technical bid, price should not be mentioned at any place.
PART B : Financial Bid:
a) The price bid constitutes prices of the repairing of modules of SMPS in original the
prices should be given in figures. No over writing is allowed. The price as shown
should be all inclusive i.e. Duties, taxes, levies etc. The service Tax will be payable
by BSNL GODHRA as applicable.
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 11 - Signature of Tenderer
b) The prices are for free delivery at the Consignees premises. No additional freight and
forwarding charges will be paid.
Any confusion in this regard can be clarified with DE (A&P), by meeting in person or
on phone No. 02672-250933/252555 .
15.3 Signing of Bid
i) Individuals signing the bid or the other documents connected with the contract shall
indicate their full name below their signatures. He/They shall also specify whether
he/they is/are signing as:-
a) A sole proprietor of the firm or his constituted attorney(s).
b) Partner(s) in the firm, in which case he/they must have the authority to
represent the firm, either by virtue of the partnership agreement or by the
power of attorney, for arbitration of dispute(s) concerning the business of the
said partnership firm.
c) Constituted attorney of the firm in case of it being a company.
ii) In case of partnership firm a copy of the partnership deed (agreement) and/or
general power of attorney duly attested by a Notary Public shall accompany.
iii) A person signing the bid form or any document forming the part of the contract on
behalf of another person shall be deemed to be having authority to sign the document.
If however, found to be otherwise the TELECOM DISTRICT MANAGER,
GODHRA may, without prejudice to other civil and criminal remedies, cancel the
contract at the risk and cost of such person and hold him liable for all costs and
damages arising from the cancellation of the contract including any loss which the
TELECOM DISTRICT MANAGER, GODHRA may suffer on account of execution
of contract/intended contract
.
16. SUBMISSION OF BIDS:
16.1 Bids must be received by the BSNL GODHRA at the address specified under para
15.2 Not later than 15:00 Hrs. on due date.
16.2 The BSNL GODHRA may, at its discretion, extend this deadline for the submission of
bids by amending the Bid Documents in accordance with clause 6 in which case all
rights and obligations of the BSNL GODHRA and bidders previously subject to the
deadline will thereafter be subjected to the deadline as extended.
16.3 The bidder shall submit his bid offer against a set of bid documents purchased by him.
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 12 - Signature of Tenderer
17. LATE BIDS:
Any bid received by the BSNL GODHRA after the deadline for submission of bids
prescribed by the BSNL GODHRA pursuant to Clause 16, shall be rejected and
returned unopened to the bidder.
18. MODIFICATION AND WITHDRAWAL OF BIDS:
18.1 The bidder may modify or withdraw his bid after submission provided that the written
notice of the modification or withdrawal is received by the BSNL GODHRA prior to
the deadline prescribed for submission of bids.
18.2 The bidder's modification or withdrawal notice shall be prepared, sealed, marked and
dispatched as required in the case of bid submission in accordance with the provision of
clause 15. A withdrawal notice may also be sent by Fax but followed by a signed
confirmation copy by post not later than the deadline for submission of bids.
18.3 Subject to clause 20, no bid shall be modified subsequent to the deadline for submission
of bids.
BID OPENING AND EVALUATION
19. OPENING OF BIDS BY BSNL GODHRA:
19.1 The BSNL GODHRA shall open the Technical Bids only in the presence of bidders or
his authorized representatives who choose to attend, at time and date as mentioned in
NIT. The bidder's representatives, who are present; shall sign in an attendance register.
Authority letter to this effect shall be submitted by the bidder before they are allowed to
participate in bid opening.
19.2 A maximum of two representatives for any bidder shall be authorized and permitted to
attend the bid opening.
19.3 The Bidder's names, Bid rates, modifications, bid withdrawals and such other details
as the Purchaser, at its discretion, may consider appropriate will be announced at
the time of opening.
19.4 The date fixed for opening of Technical Bids, if subsequently declared as holiday by
the BSNL , the revised date of schedule will be notified. However, in absence of
such notification, the Technical Bids will be opened on next working day, time and
venue remaining unaltered.
20. CLARIFICATION OF BIDS :
To assist in the examination, evaluation and comparison of bids the BSNL GODHRA
may, at its discretion ask the bidder for the clarification of its bid. The request for
clarification and the response shall be in writing. However, no post bid clarification at
the initiative of the bidder, shall be entertained.
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 13 - Signature of Tenderer
21. PRELIMINARY EVALUATION:
21.1 BSNL GODHRA shall evaluate the bids to determine whether they are complete,
whether any computational error have been made, whether required sureties have been
furnished, whether the documents have been properly signed and whether the bids are
generally in order.
21.2 Arithmetical errors shall be rectified on the following basis. If there is a discrepancy
between the unit rate and total rate that is obtained by multiplying the unit rate and
quantity, the unit rate shall prevail and the total rate shall be corrected by BSNL
GODHRA. If there is a 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.
21.3 Prior to the detailed evaluation, pursuant to clause 22, the BSNL GODHRA will
determine the substantial responsiveness of each bid to the Bid documents. For
purposes of these clauses, a substantially responsive bid is one which conforms, to all
the terms and conditions of the Bid Documents without material deviations. BSNL
GODHRA determination of bid's responsiveness shall be based on the contents of the
bid itself without recourse to extrinsic evidence.
21.4 A bid determined as substantially non-responsive will be rejected by the BSNL
GODHRA and financial bid there of will be returned unopened to the tenderer
21.5 The BSNL GODHRA may waive any minor infirmity or non-conformity or irregularity
in a bid which does not constitute a material deviation, provided such waiver does not
prejudice or affect the relative ranking of any bidder.
22. EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS:
22.1 The BSNL GODHRA shall evaluate in detail and compare the bids previously
determined to be substantially responsive pursuant to clause 21.
22.2 The evaluation and comparison of responsive bids shall be done on the rate of the
repair of modules inclusive of all Taxes & levies i.e. Sales Tax & Excise Duty, packing,
forwarding, freight and insurance etc. as indicated in col. 4 of the Rate Schedule in
Financial Bid of the Bid Document but exclusive of octroi/entry/service tax which will
be paid extra as per actual, wherever applicable.
22.3 Evaluation will be done on overall package basis. This will be arrived at multiplying
rates quoted with quantities in tender & summing up all such items. The contractor has
to quote for all the items.
23. CONTACTING BSNL GODHRA.
23.1 Subject to Clause 20, no bidder shall try to influence the BSNL GODHRA on any
matter relating to its bid, from the time of the bid opening till the time the contract is
awarded.
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 14 - Signature of Tenderer
23.2 Any effort by a bidder to modify his bid or influence the BSNL GODHRA in the
Purchaser's bid evaluation, bid comparison or contract award decisions shall
result in the rejection of the bid.
AWARD OF CONTRACT:
24. PLACEMENT OF ORDER :
BSNL GODHRA shall consider placement of orders for repair of modules on those
bidders whose offers have been found technically commercially, financially acceptable.
The BSNL GODHRA reserves the right to counter offer rate (s) against rate (s)
quoted by any bidder. The work will be awarded to L1 agency..
25. BSNL 'S RIGHT TO VARY QUANTITIES AND VALIDITY OF CONTRACT:
(a) BSNL will have the right to increase or decrease up to 25% of the quantity of
modules and validity of contract for another one year without any change in the
unit rate or other terms and conditions at the time of award of contract.
(b) In exceptional situation where the requirement is of an emergent nature and it is
necessary to ensure continued supplies from the existing venders, the BSNL
GODHRA reserves the right to place repeat order up to 50% of the quantities of
modules and services contained in the running tender /contract within a period of
twelve months from the earliest date of acceptance of W.O. at the same rate or a
rate negotiated (downwardly) with the existing venders considering the
reasonability of rates based on prevailing market conditions .
26. BSNL'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS: The BSNL GODHRA reserves the right to accept or reject any bid, and to annul the
bidding process and reject all bids, at any time prior to award of contract without
assigning any reason whatsoever and without thereby incurring any liability to the
affected bidder or bidders on the grounds of the Purchaser's action.
27. ISSUE OF ADVANCE WORK ORDER:
27.1 The issue of an Advance Work Order shall constitute the intention of BSNL GODHRA
to enter into the contract with the bidder.
27.2 The bidder shall within 14 days of issue of an advance work order, give his acceptance
along with performance security in conformity with section IX provided with the bid
documents.
28. SIGNING OF CONTRACT:
28.1 The issue of Work Order shall constitute the award of contract on the bidder.
28.2 Upon the successful bidder furnishing of performance security pursuant to clause 27,
BSNL GODHRA shall discharge its bid security, pursuant to clause 12.
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 15 - Signature of Tenderer
29. ANNULMENT OF AWARD:
Failure of the successful bidder to comply with the requirement of Clause 28 shall
constitute sufficient ground for the annulment of the award and forfeiture of the bid
security in which event the BSNL GODHRA may make the award to any other bidder
at the discretion of BSNL GODHRA or call for new bids.
30. IMPORTANT CONDITIONS:
While all the conditions specified in the Bid Documents are critical and are to be
complied Special attention of bidder is invited to the following clauses of the bid
document, non- compliance of any one of which shall result in out right
rejection of the bid. (i) Clause 15.1 of Section II - The bids will be recorded, if bids are not properly
down loaded.
(ii) Clause 12.1, 12.3 & 13.1 of Section II - The bids will be rejected at opening
stage if bid security is not submitted as per Clauses 12.1 & 12.3 & bid
validity is less than the period prescribed in Clause 13.1 mentioned above.
(iii) Clause 2 & 10 of Section II - If the eligibility condition as per clause 2,
Section II is not met and/or documents prescribed to establish the
eligibility as per Clause 10 section II are not enclosed, the bids will be
rejected without further evaluation.
(iv) Clause 11.2 (a) of Section II - If clause by clause compliance and declaration
as per Annexure-II the bids will be rejected at the stage of primary
evaluation.
(v) Section –III Commercial conditions, Section –IV Special Conditions and
Section –VI Bid Form: Compliance if given using ambiguous words like
“Noted: Understood". "Noted & understood” shall not be accepted as
compliance. Mere Complied” will also be not sufficient, reference to the
enclosed documents showing compliances must be given.
(vi)PART-B: Rate Sheet - Rates are not filled in as prescribed in rate sheet.
31. BSNL GODHRA reserves the right to disqualify the contractor for a suitable period
who habitually failed to repair the equipment in time. Further, the contractor whose
repaired modules do not perform satisfactory in the field in accordance with the
specifications may also be disqualified for a suitable period as decided by the purchaser.
32. BSNL GODHRA reserves the right to blacklist a bidder for a suitable period in case he
fails to honors his bid without sufficient grounds.
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 16 - Signature of Tenderer
33. RELATIVE CLAUSE :
No sub-contracting is permissible by BSNL. The near relatives of all BSNL
employees {Non- executive employees & executive employees also called Group-A
& Group-B officers } either directly recruited or on deputation are prohibited from
participation in this tender. The near relatives for this purpose are defined as:
(a) Members of a Hindu Undevided Family,
(b) They are husband and wife,
(c) The one is related to the other in the manner as father, mother son(s), and son’s
Wife (daughter-in-law), Daughter(s) & daughter’s husband (son-in-law),
brother(s)& brother’s wife, sister(s) & sister’s husband( brother-in-law).
The tenderer(s) should give a certificate to the effect that none of his/her such relative is
working in BSNL as defined above. In case of proprietorship firm the 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 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 noticed. The BSNL will not pay any damages to the company or firm or concerned
person. The company or firm or the person will also be debarred for further
participation in the concerned unit.
The format of the certificate to be given as per Annexure –III at page no.34
34 The bidder will verify the genuineness and correctness of all documents and certificates
including experience/performance certificate, issued either by the bidder or any other
firm/associates before submitting them in the bid. The onus of proving genuineness of the
submitted documents would rest with the bidder.
If any document/paper/certificate submitted by the participant bidder is found to be
false/fabricated/tempered/manipulated at any stage during bid evaluation or award of contract, then
the bid security (EMD/BG) of the bidder would be forfeited and bidder will be disqualified from the
tender. Action would also be taken for banning of business dealing with the defaulting firm. In case
contract already awarded to the bidder, then PBG would be forfeited and the contract would be
rescind/annulled and BSNL would be at liberty to procure the ordered goods and services from any
other source at the risk and cost of the defaulting bidder. Action would also be taken for banning
business dealing with the defaulting firm.
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 17 - Signature of Tenderer
SECTION - III
GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT :
1. APPLICATION:
The General Conditions shall apply in contracts made by the BSNL GODHRA for the
repair of SMPS P.P. Modules.
2. STANDARDS :
The modules repaired under this contract shall confirm to the standards of SMPS P.P.
3. PATENT RIGHTS:
The contractor shall indemnify the BSNL GODHRA against all third-party claims
of infringement of patent, trademark or industrial design rights arising from use of the
goods or any part thereof in Indian Telecom Network.
4. PERFORMANCE SECURITY:
(Amendment letter No. 3-7/2004-MMT dated 25.09.2006: All suppliers (including small
scale units who are registered with the National Small Scale Industries Corporation under
Single point registration scheme) shall furnish performance security to the purchaser for an
amount equal to 5% of the value of purchase order within 14 days from the date of issue of
advance purchase order/letter of intent by the purchaser.)
MSME bidder also furnish performance security to the purchaser for an amount equal to
5% of the value of purchase order.
4.1 The contractor shall furnish performance security to the BSNL GODHRA for an
amount equal to 10% of the value of Estimated cost within 14 days from the date of
issue of Advance Work Order by BSNL , valid for a period of 18(Eighteen) months.
4.2 The proceeds of the performance security shall be payable to the BSNL GODHRA as
compensation for any loss resulting from the Contractor's failure to complete its
obligations under the Contract.
4.3 The Performance Security Bond shall be in the form of Cash/ Bank Guarantee issued by
a Nationalized Bank/Scheduled Bank and in the form provided in the Bid Document,
Financial Bid.
4.4 The Performance Security Bond will be discharged by the BSNL GODHRA after
completion of the Contractor’s performance obligations including any Warranty
obligations under the Contract.
4.5 The period of contract is for One year and can be extended for further one year by the
approval of TDM, GODHRA in steps of Three months each with an option of extension for
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 18 - Signature of Tenderer
first three months unilaterally by BSNL at the same rates, terms & conditions & further extension with mutual consent of both sides at the same rates, terms and conditions.
5. INSPECTION AND TESTS:
5.1 The BSNL GODHRA or his representative shall have the right to inspect and test the
repaired module as per prescribed test schedules for their conformity to the
specifications. Where the BSNL GODHRA decides to conduct such tests on the
premises of the Contractor or its subcontractor(s), all reasonable facilities and
assistance like Testing Instruments and other test gadgets including access to
drawings and production data shall be furnished to the inspectors at no charge to the
Purchaser.
5.2 Should any inspected or tested repaired module fail to conform to the Specifications
the BSNL GODHRA may reject them and the Contractor shall either replace
the rejected repaired module or make all alterations necessary to meet Specification
requirements free of cost to the Purchaser.
5.3 Notwithstanding the pre-repair tests and inspections prescribed in clause 5.1 & 5.2
above, the module and accessories on receipt in the BSNL’s premises will also be
tested during and after installation before "take over" and if any equipment or part
thereof is found defective, the same shall be replaced free of all cost to the BSNL
GODHRA .
5.4 If any module or any part thereof, before it is taken over under clause 5.5 is found
defective or fails to fulfill the requirements of the contract, the inspector shall give
the Contractor notice setting forth details of such defects or failure and the
Contractor shall make the defective module good, or alter the same to make it comply
with the requirements of the contract forthwith and in any case within a period not
exceeding one month of the initial report. The replacements shall be made by the
Contractor free of all charges at site, should it fail to do so within this time, the BSNL
GODHRA reserves the discretion to reject and replace at the cost of the Contractor
the whole or any portion of the module as the case may be, which is defective or
fails to fulfill the requirements of the contract. The cost of any such replacement made
by the BSNL GODHRA shall be deducted from the amount payable to the Contractor.
5.5 When the performance tests called for have been successfully carried out, the inspector/
ultimate Consignee will forthwith issue a Taking over Certificate. The
inspector/ultimate consignee shall not delay the issue of any "Taking Over Certificate
“ contemplated by this clause on account of minor defects in the module which
do not materially affect the commercial use thereof provided that the Contractor
shall undertake to make good the same in a time period not exceeding two months.
The taking Over Certificate shall be issued by the ultimate consignee within six weeks
of successful completion of tests.
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 19 - Signature of Tenderer
5.6 Nothing in clause 5 shall, in any way; release the Contractor from any Warranty or
other obligations under this contract.
6. DELIVERY AND DOCUMENTS:
6.1 Delivery of the module and documents shall be made by the Contractor in
accordance with the terms specified by the BSNL GODHRA in its Schedule of
Requirements and special conditions of contract and the module shall remain at the
risk of the Contractor until delivery has been completed. The delivery of the module
shall be to the ultimate consignee as given in the work order.
6.2 The delivery of the module and documents shall be completed within 15 days from the
date of issue of work order.
6.3 All Technical assistance for installation, commissioning and monitoring of the module
shall be provided by the bidders at no extra cost.
7. INCIDENTAL SERVICES:
7.1 The contractor may be required to provide any or all of the following services:
(a) Performance or supervision of on-site repair and/or start-up of the module.
(b) Furnishing of tools required for repair and/or maintenance of modules.
(c) Performance of supervision or maintenance and/or repair of the module, for a period of
time agreed by the parties provided that this service shall not relieve the contractor of any
Warranty obligations under this Contract.
8. SPARES:-
All the spares should be provided by the contractor including major components.
9. WARRANTY:
9.1 The contractor shall warrant that repaired module shall be free from all defects and faults in
materials used, workmanship. This warranty shall survive inspection or payment for /
and acceptance of module , but shall expire (except in respect of complaints notified
prior to such date), 06 (Six) months after the modules have been put in to use in P.P.
9.2 If it becomes necessary for the contractor to replace or renew any defective portion(s) of
the module under this clause, the provisions of the clause 10.1 shall apply to the
portion/portions module so replaced or renewed or until the end of the above mentioned
period of Six months, whichever may be later. If any defect is not remedied by the
contractor within a reasonable time, the BSNL GODHRA may proceed to get the defects
remedied from other contractor etc., at the contractor's risk and expenses, but without
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 20 - Signature of Tenderer
prejudice to any other rights which the BSNL GODHRA may have against the
contractor in respect of such defects.
9.3 Replacement under warranty clause shall be made by the contractor free of all charges
at site including freight, insurance and other incidental charges.
10. PAYMENT TERMS:
10.1 The contractor will submit the bill to the SDE I/C in triplicate which should be typed or
written in ink on monthly basis. The original copy of the bill must be pre-receipted
over revenue stamp, if the amount exceeds Rs. Five Thousand. The bill should be
submitted along with the original work order and service call report.. The bill should
contain Service Tax number, Registration number and should be machine numbered.
Service Call report may be accompanied with the bill.
10.2 The bill duly certified by the controlling officer SDE and duly countersigned by DE
concerned may be submitted to A.O.(CASH) BSNL, GODHRA for further processing
for payment. LD charge if any will be deducted by the DE concern and the net amount
may be passed for payment with the counter signature of DE concern.
15.4 BSNL,GODHRA will not be liable for any interest on any bill outstanding for
payment.
Implementation of E Payment in BSNL vide letter No.TAC/1-22/BANK/GEN
CORR/E PAYMENT/07-08/110 Dated 02.11.2008.
To make E-Payment a mandate duly filled in and signed by authorized signatory
of the beneficiary duly verified by their bank and an undertaking are to be
obtained from the vendors/franchise in the prescribed Form as per Annexure-VI.
11. RATES:
11.1 (i) prices charged by the supplier of goods delivered and services performed under the
contract shall not be higher than the prices quoted by the supplier in his bid. (ii) (a) Prices will be fixed at the time of issue of purchase order as per taxes and statutory duties
applicable at that time.
(b) In case of reduction of taxes and other statutory duties during the scheduled delivery
period, purchaser shall take the benefit of decrease in these taxes/duties for the supplies
made from the date of enactment of revised duties/taxes.
(c) In case of increase in duties/taxes during the scheduled delivery period, the purchaser shall
revise the prices as per new duties /taxes for the supplies, to be made during the
remaining delivery period as per terms and conditions of the purchase order.
(iii) Any increase in taxes and others statutory duties/levies after the expiry of scheduled
delivery date shall be to the supplier account. However, benefit of any decrease in these
taxes/duties shall be passed on to the purchaser by the supplier.
(iv) Rate Running Contract (RRC) is valid for one year from the date of issue of Final
Acceptance of Tender (FAT). The contract can further be extended at the discretion of
Telecom District Manager, GODHRA for further one year in steps of 6 months at a time at
the same rate, terms & conditions.
12. CHANGES IN WORK ORDERS:
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 21 - Signature of Tenderer
12.1 The BSNL GODHRA may, at any time, by a written order given to the contractor, make
changes within the general scope of the contract in any one or more of the following :-
(a) The method of transportation or packing:
(b) The place of delivery; or
(c) The services to be provided by the contractor.
13. SUBCONTRACTS:
The contractor shall notify the BSNL GODHRA in writing of all subcontracts awarded
under this contract if not already specified in his bid. Such notification, in his original
bid or later shall not relieve the contractor from any liability or obligation under the
Contract.
14. DELAYS IN THE CONTRACTOR’S PERFORMANCE:
14.1 Delivery of the module shall be made by the contractor in accordance with the time
schedule specified by the BSNL GODHRA in its work Order. In case the repair is
not completed in the stipulated delivery period, as indicated in the work Order,
BSNL GODHRA reserves the right either to short close/ cancel this work order
and/or recover liquidated damage charges. The cancellation/ short closing of the
order shall be at the risk and responsibility of the contractor and BSNL GODHRA
reserves the right to get repaired balance unrepaired modules at the risk and cost of the
defaulting vendors.
14.2 Delay by the contractor in the performance of its delivery obligations shall render the
contractor liable to any or all of the following sanctions, forfeiture of its performance
security imposition of liquidated damages and/or termination of the contract for default.
14.3 If at any time during the Contract period, the contractor encounter conditions
impending timely delivery of the repaired module, the contractor shall promptly
notify to the BSNL GODHRA in writing the fact of BSNL GODHRA shall evaluate
the situation and may at its discretion extend the period of delivery of the modules
subject to the LD charges.
14.4 If the modules are not repaired in the extended delivery period, the work order shall be
short-closed and action/penalty will be applicable.
15. PENALTIES & LIQUIDATED DAMAGES
15.1 The date of delivery of the stores stipulated in the acceptance of tender should be
deemed to be as per work order issued by field.
15.2 If the contractor fails to repair module or deliver the repaired modules after collection
within 15 days, the BSNL GODHRA shall be entitled to recover Rs.100/- per module
per day. Penalty applicable be limited to maximum 20% of value of that work
order. Beyond delay of 15 days, BSNL GODHRA will be authorized to get repair
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 22 - Signature of Tenderer
modules at market rate and cost will be recovered from the contractor’s SD in
addition to penalty. 15.3 After collection of module from site by the contractor, no module will be declared
Repair Not possible (RNP).
15.4 In case modules are damaged while repairing, the contractor shall be responsible to pay
the originals cost of the equipment (s) or make the damage goods by replacement. If the
contractor fails to make goods the damages caused, penalty of Rs.2000/- per module
will be imposed and recovered from the successive bills of the contractor. This is in
addition to recovery of original cost.
15.5 In case of complete failure of power plant except burnt cases, the contractor should
repair the power plant within 24 hours of report. The penalty will be imposed at the rate
Rs.2000/- per day for emergency failure beyond 24 hours of reporting.
15.6 The contractor will collect the module from the collection center within THREE days
from the date of intimation under proper receipt to the in charge of collection center.
However under emergent condition the collection of modules to be done on the same
day.
16. FORCE MAJEURE:
16.1 If any time, during the continuance of this contract, the performance in whole or in part
by either party of any obligation under this contract is prevented or delayed by reason
of any war, or hostility, acts of the public enemy, civil commotion sabotage, fires,
floods, explosions, epidemics, quarantine restrictions, strikes, lockouts or act of God
(Herein after referred to as an events) provided notice of happenings, of any such
eventuality is given by either party to the other within 21 days from the date of
occurrence thereof, neither party shall by reason of such event be entitled to terminate
this contract nor shall either party have any claim for damages against the other in
respect of such non-performance or delay in performance, and deliveries under the
contract shall be resumed as soon as practicable after such an event come to an end or
cease to exist, and the decision of the BSNL GODHRA as to whether the deliveries
have been so resumed or not shall be final and conclusive. Further that if the
performance, in whole or part of any obligation under this contract is prevented or
delayed by reason of any such event for a period exceeding 60 days either party may, at
his option terminate the contract.
17. TERMINATION FOR DEFAULT:
17.1 The BSNL GODHRA may, without prejudice to any other remedy for breach of
contract, by written notice of default, sent to the contractor, terminate this Contract in
whole or in part
a) If the contractor fails to deliver any or the entire module within the time period(s)
specified in the Contract or any extension thereof granted by the BSNL
GODHRA pursuant to Clause 14.
b) If the contractor fails to perform any other obligation(s) under Contract: and
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 23 - Signature of Tenderer
c) If the contractor, in either of the above circumstances, does not remedy his failure
within a period of 15 days (or such longer period as BSNL GODHRA may
authorize in writing) after receipt of the default notice from the BSNL GODHRA.
17.2 In the event the BSNL GODHRA terminates the contract in whole or in part,
pursuant to para 17.1 the BSNL GODHRA may get repaired, upon such terms and in
such manner as it deems appropriate, module form other sources and the contractor
shall be liable to the BSNL GODHRA for any excess cost for such similar module.
However, the contractor shall continue the performance of the contract to the extent
not terminated.
18. TERMINATION FOR INSOLVENCY
The BSNL GODHRA 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 GODHRA .
19. ARBITRATION: I. 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 CGMT, Gujarat circle, AM,
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
CGMT, Gujarat circle, AM or by whatever designation such officers may be called (hereinafter
referred to as the said officer) and if the CGMT, Gujarat circle, AM or the said officer is unable
or unwilling to act as such to the sole arbitration or some other person appointed by the CGMT,
Gujarat circle, AM, 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 the matter to
which the agreement relates or that in the course of his duties as BSNL servant he has
expressed views on all or any of the matter under dispute. The award of the arbitrator shall be
final and binding on the parties. In the event of such arbitrator to whom the matter is originally
referred, being transferred or vacating his office or being unable to act for any reasons
whatsoever such CGMT, Gujarat circle, AM 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.
II. 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.
III. The venue of the arbitration proceeding shall be the office of the TDM Godhra or such other
places as the arbitrator may decide. The following procedure shall be followed:
a) In case parties are unable to reach a settlement by themselves, the dispute should be
submitted or arbitration in accordance with contract agreement.
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 24 - Signature of Tenderer
b) There should not be a joint submission with the contractor to the sole Arbitrator.
c) Each party should submit its own claim severally and may oppose the claim put forward by
the other party.
d) The onus of establishing his claims will be left to the contractor.
e) Once a claim has been included in the submission by the contractor, a reiteration or
modification thereof will be opposed.
f) The “points of defense” will be based on actual conditions of the contract.
g) Claims in the nature of ex-gratia payments shall not be entertained by the Arbitrator as these
are not contractual.
h) The question whether these conditions are equitable shall not receive any consideration in the
preparation of “points of defense”
i) 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.
Amendment 18.
(i) Any dispute of the tender / bid document/evaluation of bids/issue of APO shall be
subject to the jurisdiction of the competent court at the place from where the NIT /tender
have been issued.
(ii) Where a contractor has not agreed to arbitration, the dispute /claims arising out of the
Contract/PO entered with him shall be subject to the jurisdiction of the competent Court
at the place from where Contract /PO has been issued. sr.
“This Contract /PO are subject to jurisdiction of Court at GODHRA only.”
20. SET OFF:
Any sum of money due and payable to the contractor (including security deposit
refundable to him) under this contract may be appropriated by the BSNL GODHRA
or the BSNL or any other person or persons contracting through the BSNL and set off
the same against any claim of the BSNL GODHRA or BSNL or such other person or
persons for payment of a sum of money arising out of this contract or under any other
contract made by the Contractor with BSNL GODHRA or BSNL or such other person
or persons contracting through BSNL
21. The bidders, who are given work Orders, must give the details of the supplies made
against all the work Orders every month on the first working day of the following
month to DE (A&P) , O/o TDM GODHRA .
*****
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 25 - Signature of Tenderer
SECTION IV
SPECIAL CONDITIONS OF CONTRACT
1. The special conditions of contract shall supplement the “ Instructions to the Bidders ‘ as
contained in Section II “General (Commercial ) conditions of the contract” as contained
in Section III and wherever there is a conflict, the provisions herein shall prevail over
those in section II & III.
2. (i) NSIC certificate for claiming exemption against bid security, as prescribed in clauses
12.1 & 12.3 of Section II of the bid document shall be submitted along with the bids on
line.. The bank guarantee so submitted shall be as per the format given in Financial Bid
on prescribed judicial paper with stamps of proper value and should contain full address
of the issuing branch of the bank with its telephone number and FAX number.This
should be superscribed as “BID SECURITY FOR TENDER No. MM-1/T-
284/Repairing of SMPS P.P. Modules/GDH/6-17.
(ii) In case where the document of bid security etc. are not submitted in the manner
prescribed under clause 2 (i) above, SHALL NOT BE OPENED AND THE BID
SHALL BE REJECTED.
3. The small scale industries registered with National small scale industries Corporation
(NSIC) for the tendered item under single point registration scheme and desirous of
claiming concessions available to such units inclusive of bid security should submit
their latest NSIC certificates and documents in respect of their monetary limit and
financial capacity duly certified by NSIC.
4. (i) The repaired modules will be accepted only after performance test are carried out by
the concerned SDE of BSNL as per prescribed schedule and modules passing the test
successfully.
(ii) The SDE of BSNL while clearing the module will strictly adhere to the package
discipline as described in Work Order. Supplies made in full, as per Work Order. Of all
the modules during delivery period only will be deemed to have been supplied within
the scheduled delivery period.
5. SPARES: The entire spare required for repair of SMPS P.P. Modules are to be
supplied by the contractor.
6. Repair of faulty module and setting up of Repair Facilities:
The clause regarding repair of faulty module and setting up of Repair Facilities may be
included considering the following aspects:
i) The contractor shall establish adequate repair facilities for repair of faulty module in
India within a period one month from the date of advance work order. The number
and location of repair facilities should be such as to meet the requirement of repairs
and turn around time provided in the special conditions in section IV. The
performance Security Deposit shall not be released until BSNL GODHRA is
satisfied that sufficient repair facilities have been established in addition to the
fulfillment of other conditions of the contract. BSNL GODHRA reserves the right to
blacklist to the contractor who does not meet the repair obligation as per the
conditions of contract.
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 26 - Signature of Tenderer
ii) The contractor shall quote rates for repair of each card / module in PART-B
Financial Bid (Rate-sheet) .
iii) The contractor/agency has to open a repair center facility in GODHRA SSA
along with requisite member of experienced technicians/service engineers so as to
minimize downtime/turn around time. The agency should have contact mobile No.
for booking of faults. The undertaking in this regard should be submitted along with
bid document.
7. Collection and Delivery of Faulty / repaired modules.
7.1 The collection center will intimate the contractor the quantity of faulty modules
on phone followed by written work order.
7.2 The contractor will collect the module from the collection center with in THREE
days from the date of intimation under proper receipt to the incharge of
collection center. However under emergent condition the collection of modules
to be done on the same day.
7.3 Packing, transportation and delivery of faulty as well as repaired modules is the
responsibility of the contractor.
7.4 The contractor shall repair the module and return to the collection center within
Twenty One days of its collection. However under emergent condition as
decided by the incharge of collection center the collection and repair shall be
made within the time period given in the work order. Copy of the delivery
challan duly signed by the incharge of collection center must be submitted along
with the bill.
7.5 Repaired modules will be tested by the SDE concern within TWO days on
receipt of repaired modules; if it is found O.K. then a certificate of this may be
issued to the contractor. Otherwise same shall be returned to the contractor for
necessary action and the delivery time will be counted from the date of original
delivery.
7.6 The date of receipt of all the modules mentioned in the work order duly tested
OK will be reckoned as the completion of Work Order.
7.7 Repaired modules are warranted for 06 months from the date of successfully
taken over. During this time, the contractor has to rectify the module free of
cost.
7.8 The contractor has to repair module on site OR have to make arrangement to
collect the module from exchange.
7.9 Delivery time will be counted from the date of issue of Work Order.
7.10 The contractor is required to arrange for at least one BSNL Land Line
Telephone connection on award of contractor.
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 27 - Signature of Tenderer
SECTION V
SCHEDULE OF REQUIREMENTS
1. The following make SMPS Power Plants are working in
GODHRA SSA.
Sl
No.
Make
1 I T I
2 HFCL
3 Amar Raja
4 Sab knife
5 Dyna
6 Exicom
7 Delta
The contractor has to repair modules/rack of every make/company. The above list is
tentative, but not exhaustive.
2. Collection Centers.
SDE Incharge of the exchanges in urban area & SDCC Head quarter in rural area
(For all exchanges in that SDCA)
3. Total no. of repair work of faulty modules shall be approximately 310 during the
period of contract as follows.
a) 25 AMP SMPS Modules : - Nos. -----168
b) 50 AMP SMPS Modules : - Nos. ---- 19
c) 100 AMP SMPS Modules : - Nos. ----- 105
d) Control cards : - Nos. ----- 18
4. Components of Standard/reputed make only are used for repairing.
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 28 - Signature of Tenderer
SECTION VI
PART- I
BID FORM
Tender No:..MM-1/T-284/Repairing of SMPS PP Modules/GDH/16-17 Dtd. At Godhra
the 16-11-2016
(Name & Address of the work)
Dear Sir,
1. Having examined the conditions of contract and specifications including addenda
Nos.... the receipt of which is hereby duly acknowledged, we, undersigned, offered to
repair and deliver .............in conformity with said drawings, conditions of contract and
specifications for a sum in accordance with the schedule of rate s attached herewith and
made part of this Bid.
2. We undertake, if our Bid is accepted, to commence repair of modules within (3) days and to
complete delivery of all the repaired modules specified in the contract within (21) days
calculated from the date of issue of your work order.
3. If our Bid is accepted, we will obtain the guarantees of a Nationalized Bank/ Scheduled
Bank for a sum not exceeding Rs.50,000/- (Rs. Fifty Thousand only) for the due
performance of the Contract.
4. We agree to abide by this Bid for a period of 150 days from the date fixed for Bid opening
and it shall remain binding upon us and may be accepted at any time before the expiration
of that period.
5. Until a format work Order of Contract is prepared and executed, this Bid together with
your written acceptance thereof in your notification of award shall constitute a binding
contract between us.
6. Bid submitted by us is properly sealed and prepared so as to prevent any subsequent
alteration and replacement.
7. We understand that you are not bound to accept the lowest or any bid, you may receive.
Dated this ..........day of ..........2016.
Name & Signature ………………………
in capacity of …………………………….
Duly authorized to sign the bid for and on behalf of........
Witness ....................
Address ..............…..
Signature ...........…….
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 29 - Signature of Tenderer
SECTION -VII BID SECURITY (EMD) FORM
(In case of Bank Guarantee)
Whereas......(hereinafter called "the Bidder") has submitted its bid
dated..................... for the work of ......................................................... Tender No:
MM-1/T-284/Repairing of SMPS PP Modules/GDH/16-
17……………………………………………………………………
KNOW ALL MEN by these Presents that WE.....................
OF....................................... having our registered office at
........................................... (hereinafter called the "the Bank") are bound unto
............................... (hereinafter called "the Purchaser") in the sum of
....................................... for which payment will and truly to be made of the said
Purchaser, the Bank binds itself, its successors and assigns by these presents.
THE CONDITIONS of the obligation are :
1. If the Bidder withdraws its bid during the period of bid validity
specified in clause 10 of Section-II ; or
2. If the Bidder, having been notified of the acceptance of its bid by the
Purchaser during the Period of Bid validity.
(a) fails or refuses to execute the Contract, if required
or
(b) fails or refuses to furnish performance security in
accordance with the instructions to Bidders.
We undertake to pay to the Purchaser up to the above amount upon receipt
of its first written demand without the Purchaser having to substantiate its
demand, provided that in its demand, the Purchaser will note that the amount
claimed by it is due to it owing to the occurrence of one or both of two conditions
specifying the occurred condition or conditions.
This guarantee will remain in force up to and including Thirty (30) days
after the Period of bid validity, and any demand in respect thereof should reach
the Bank not later than the above date.
Signature of the Bank
Signature of the Witness
Name of Witness
Address of Witnes
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 30 - Signature of Tenderer
SECTION VIII
PERFORMANCE SECURITY GUARANTEE (BOND FORM) 1. In consideration of the Telecom District Manager, GODHRA (hereinafter called " BSNL ")
having agreed to exempt __________________________ (hereinafter called 'the said
Contractor (s)') from the demand, under the terms and conditions of an agreement/(APO) No.
__________________ Dated ________________ made between
____________________________ and _____________________________ for the repair of
_____________________________________ (hereinafter called 'the said Agreement'), of
security deposit for the due fulfillment by the said Contractor (s) of the terms and conditions
contained in the said Agreement on production of a bank guarantee for
_________________________________________________ we, (Name of the bank)
___________________________________________ (hereinafter referred to as "the Bank") at
the request of ____________________________________________ (contractor(s) do hereby
undertake to pay to the BSNL GODHRA an amount not exceeding ___________________
against any loss or damage caused to or suffered or would be caused to or suffered by the
BSNL GODHRA by reason of any breach by the said Contractor(s) of any of the terms or
conditions contained in the said agreement.
2. We (Name of the bank) _____________________ do hereby undertake to pay the
amounts due and payable under this guarantee without any demur, merely on a demand from
the BSNL GODHRA stating that the amount claimed is due by way of loss or damage caused
to or would be caused to or suffered by the BSNL GODHRA by reason of breach by the said
contractor(s)’ of any of the terms or conditions contained in the said agreement or by reason
of the contractor(s)’ failure to perform the said Agreement. Any such demand made on the
bank shall be conclusive as regards the amount due and payable by the Bank under this
guarantee where the decision of the BSNL GODHRA in these counts shall be final and
binding on the bank. However, our Liability under this guarantee shall be restricted to an
amount not exceeding ______________________.
2 . We undertake to pay to the BSNL GODHRA any money so demanded notwithstanding
any dispute or disputes raised by the contractor(s)/ contractor(s) in any suit or proceeding
pending before any court or tribunal relating thereto our liability under this present being
absolute and unequivocal. The payment so made by us under this bond shall be valid
discharge of our liability for payment there under and the contractor(s)/ contractor(s) shall
have no claim against us for making such payment.
4. We (name of the bank) _____________________ further agree that the guarantee
herein contained shall remain in full force and effect during the period that would be taken
for the performance of the said agreement and that it shall continue to be enforceable till all
the dues of the BSNL GODHRA under or by virtue of the said Agreement have been fully
paid and its claims satisfied or discharged or till BSNL GODHRA certifies that the terms and
conditions of the said Agreement have been fully or properly carried out by the said
contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this
guarantee is made on us in writing on or before the expiry of Thirty Months(as specified in
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 31 - Signature of Tenderer
the A.P.O.) from the date hereof, we shall be discharged from all liabilities under this
guarantee thereafter.
5 We (Name of the bank) __________________ further agree with the BSNL GODHRA
that the BSNL GODHRA shall have the fullest liberty without our consent and without
affecting in any manner our obligations hereunder to very and of the terms and conditions of
the said Agreement or to extend time of performance by the said contractor(s) from time to
time or to postpone for any time or from time to time any of the powers exercisable by the
BSNL GODHRA against and said Contractor(s) and to forbear or enforce any of the terms
and conditions relating to the said agreement and we shall not be relieved from our liability
by reason of any such variation, or extension being granted to the said Contractor(s) or for
any forbearance, act or omission on the part of the BSNL GODHRA or any indulgence by the
BSNL GODHRA to the said contractor(s) or by any such matter or thing whatsoever which
under the law relating to sureties would, but for this provision, have effect of so relieving us.
6 This guarantee will not be discharged due to the change in the constitution of the Bank or the
contractor(s)/ contractor(s).
7 We (name of the bank) ______________________ lastly undertake not to revoke this
guarantee during its currency except with the previous consent of the BSNL GODHRA in
writing.
Dated the ________________ day of _____________
For ________________________________________
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 32 - Signature of Tenderer
SECTION IX
LETTER OF AUTHORISATION FOR ATTENDING BID OPENING
Subject: Authorization for attending bid opening on
________________________________________ (date)
________________________________________
Following persons are hereby authorized to attend the bid opening for the tender
mentioned above on behalf of _________________________________________ (Bidder) in
order of preference given below.
Order of Preference Name Specimen Signatures
I
II
Alternate
Representative
Signatures of bidder
or
Officer authorized to sign the bid
documents on behalf of the bidder.
Note: 1. Maximum of two representatives will be permitted to attend bid
opening. In cases where it is restricted to one, first preference will be
allowed. Alternate representative will be permitted when regular
representatives are not able to attend.
2. Permission for entry to the hall where bids are opened, may be refused
in case authorization as prescribed above is not recovered.
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 33 - Signature of Tenderer
Annexure-I
FORM -A
IItem to be inquired Details Remarks
1 The Tenderer
- Name of Firm
- Mailing Address
- Telephone No
- Fax No
- Name of Proprietor
PAN Card No.
Service Tax Registration No.
Yes/No Page no of bid
2 Constitution of the Partnership Firm
Name of Partners (if any)
1.
2.
3.
3 Letter of authorization of signing the
bid (yes/no), if yes page no, else
reason
4 Experience Certificates
5 BID Security particulars
Amount
DD/BG No, Date, Validity if BG
given
Draw on Bank
- Pre receipt for return of bid security
(yes/no)
6 Name of organizations in which you
have done the repair work of
modules with total Value :
1.
2.
3.
Rs……………..
Rs……………..
Rs……………..
TOTAL Rs.:
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 34 - Signature of Tenderer
Annexure –II
Declaration
1. Name of the Tenderer:
2. Full address of the Tenderer:
3. Name of actual signatory to the Tender:
4. Total Nos. of pages of Tender offer & its enclosures:
5. Quotation of Price as per PART-B Financial Bid:
I have carefully read the tender conditions detailed in the Tender and all its
Annexure and I have understood the tender conditions in full and abide by the
same.
I shall abide by the decision of the Telecom District Manager, GODHRA
Telecom District, GODHRA or the arbitrator appointed by him on any matter of
dispute or clarification on any aspect in the implementation of the contract.
Signature:
Name & address of the company (With seal)
Station:
Date:
To,
TELECOM DISTRICT MANAGER , GODHRA
Enclosures :-
(List of Documents to be submitted along with Tender)
1) “ FINANCIAL BID ” as per PART-B
2) Solvency Certificate/Annual report.
3) Attested copy of the Power of ATTORNEY, if any.
4) Attested copy of the Partnership deeds / Memorandum of Understanding, if any.
5) EMD in form of Cash or DD issued in favour of Accounts Officer
(Cash), BSNL, GODHRA for an amount as per NIT.
6) Profile of the Tenderer.
7) Credentials regarding experience in carrying out similar services to other PSU/
Corporate Sector / Govt. Departments / Telecom companies.
8) List of important customers with documentary proof.
9) Registration Certificate of the Firm.
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 35 - Signature of Tenderer
ANNEXURE-III
UNDERTAKING & DECLARATION 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) DECLARATION REGARDING INTERNET DOWNLOADED BID SUBMISSION (Strike off if not applicable) I / We declare that no addition / deletion / corrections have been made in the downloaded tender document being submitted and it is identical to the tender document appearing on the website
c) CERTIFICATE REGARDING FIRM HAS NOT BLACK LISTED BY ANY SSA/CIRCLE OF BHARAT SANCHAR NIGAM LIMITED / MTNL as per Clause No. 13, Section – 1(Part A) I,……………………………………………………….……S/o……………………………………… r/o…………………………………………………..……hereby certify that we or our firm ……………………………………………………………………… has not been BLACK LISTED by any SSA/Circle of MTNL/BSNL 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.
CERTIFICATE IN RESPECT OF RELATIVES & BLACK LISTING OF FIRM
“I ……………………………………….…………….. S/o…….……
………….……………………………………………………… r/o…………..
…………………………………… hereby certify that none of my relative(s) as
defined in the tender document is/are employed in BSNL unit as per details given in
tender document. Furthermore, my firm is not black listed by BSNL any where in
India. In case at any stage, it is found that the information given by me is false/
incorrect, BSNL shall have the absolute right to take any action as deemed fit/without
any prior intimation to me.”
Date: …………… …… ……………………… Signature of Tenderer
Place: …………… Name of Tenderer Along with Date & Seal
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 36 - Signature of Tenderer
Annexure-IV
AGREEMENT
1. This agreement is made on day of between BSNL, GODHRA Telecom District and M/S
for Repairing of SMPS P.P. MODULES
in GODHRA Telecom District in accordance with tender no. MM-1/T-284/Repairing of SMPS P.P.
MODULES/GDH/16-17 accepted by both side.
Agreement made between BHARAT SANCHAR NIGAM LIMITED through Telecom District
Manager, GODHRA, a Government of India Enterprise or any officer duly authorized by him in Bharat
Sanchar Nigam Limited, hereinafter referred to as BSNL , GODHRA (which expression shall unless it
be repugnant to the context or meaning thereof be deemed to include his successors and assigned on the
ONE PART AND M/S under
name and style as above a Private Limited Company, under the Companied Act 1956, hereinafter
referred to as the "Contractor" (which expression shall unless it be repugnant to the context or meaning
thereof be deemed to include its successors and assigns) on the OTHER PART.
WHEREAS BSNL, GODHRA approved M/S , for Repairing of
SMPS P.P. MODULES with approved rate as per terms & conditions of tender no. MM-1/T-
284/Repairing of SMPS P.P. MODULES/GDH/16-17, within GODHRA Telecom District.
NOW THIS AGREEMENT WITNESSES as follows:
2. Scope of Work:
2.1 As per terms & conditions of tender at the site / place desired by the officer of BSNL,
GODHRA Telecom District with specification and approved rates. The contractor is hereby
binded to as per demand in respect of repairing of SMPS P.P. MODULES Instruments. etc.
2.2 Validity of Tender:
This agreement for RRC is valid for one year from the date of issue of Final Acceptance Tender
(FAT) . The RRC can further be extended at the discretion of TDMGODHRA for another one
year at the same rate, terms & conditions.
2.3 PAYMENT TERMS:
(i)The Contractor shall submit bills in triplicate to the Consignee with advance stamp receipt ,
the bills should contain:
1. A copy of work Order, the bills along with Delivery Challan to be certified, passed by
competent authority and there after forwarded to AO (Plg) section for payment.
3. SECURITY DEPOSIT:
The Contractor has deposited S.D of Rs…………….. in the form of Bank Guarantee/ D.D.
of………………………………….
4. WORK ORDER:
The W.O. shall be issued by Officer I/C, GODHRA. The contractor shall be binded with all the terms
and conditions mentioned in the tender MM -1/T- 284/ REPAIRING OF SMPS
P.P.MODULE/GDH/16-17
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 37 - Signature of Tenderer
and its annexure along with all amendments /correspondence made in this regard. Undertaking to
comply with the orders issued by the field officers of GODHRA Telecom District in full.
5. The Contractor shall not transfer or sublet the contract without prior consent in writing of
the Telecom District Manager , GODHRA .
6. No one connected with or in the employment of BSNL, GODHRA shall be admitted by the contractor as
a partner or have any interest in this contract.
7. TERMINATION CLAUSE :In the event of the contractor being adjudged insolvent or in the
event of his failing to comply with any of the terms and conditions mentioned herein and the tender
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17 the Telecom District Managerwill have powers to terminate the contract after giving two weeks notice.
8. The TDM GODHRA shall be at liberty to terminate this agreement at any time by giving one
month's notice in writing without assigning any reason(s). The BSNL,GODHRA shall not be
responsible for any loss, damage etc. as a result of the termination of the contract. Entering into
partnership without written consent of Telecom District Manager, GODHRA with another
party/parties for carrying out this contract after the tender offer is accepted or after the contract is
finalized, will invalidate the contract and can be terminated without notice on this account by
Telecom District Manager, GODHRA.
9. If the contractor dies before or during performance of this contract the Telecom District Manager,
GODHRA Telecom District, GODHRA or any person authorized by him may at his option either
immediately terminate this agreement or allow the surviving partner and/or the heirs and legal
representatives of the contractor to perform and complete the contract within the stipulated time.
10. In the event of the termination of the agreement as mentioned in para 7 and 8 here of the contractor
or his heirs legal and representative shall have no claim for compensation or otherwise for any loss
sustained by the contractor by reason of his having purchased or procured any accessories or entered
into an agreement or made any advances on account or with a view to supply the prescribed
materials to the GODHRA Telecom District as per the agreement.
11.FORCE MAJURE:
The contractor shall not be held responsible for the delay in Repairing of SMPS P.P. MODULES
Inst. under the terms and conditions of this agreement for reasons beyond his control i.e. Civil war,
Strike, Riots and Natural Calamities
.
12. Any sum of money due or payable to the Contractor including Security Deposit may be appropriated
by the BSNL, GODHRA and set off against any claim of the BSNL for the payment of money
arising out of or under any other contract made by the contractor with the BSNL.
13. RATE:
The contractor shall be paid at the rates specified in annexure-I and approved by this office.
14. Rates in respect of Repairing of SMPS P.P. MODULES Inst. etc. , quoted in both figures and words
in the Annexure , will hold good for the entire period of “ One Year ” from the date of conclusion of
the agreement as well as for further one year in addition, if the period is extended by the Telecom
District Manager, GODHRA Telecom District, GODHRA and no revision of rates due to market
fluctuations or increase in Government taxes or for whatsoever reason(s) will be allowed during the
entire period of agreement.
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 38 - Signature of Tenderer
15. BLACKLISTING /FORFIETURE OF SECURITY DEPOSIT:
If the contractor failed to repair within time limit, fails to complete the work order or the material
used is of poor quality and not as per tender specification, the TDM GODHRA and its authorized
person shall reject such material of poor condition the expenditure shall be recovered from bills of
the contractor. TDM GODHRA shall have full right to forfeit the bill amount and may also blacklist
the firm for 3 years after giving 14 days notice.
16. Delay and Poor Quality Materials:
For any breach of the contract including not carrying out the repairing of SMPS P.P. MODULES
work as per tender conditions at accepted rates within stipulated time limit BSNL GODHRA will
forfeit the amount of bills and black list the Contractor as mentioned in Para no.15 mentioned
above.
17. PENALTY: As per tender terms & conditions.
18. IMPORTANT CLAUSE:
If the approved Contractor fails to carrying out the repairing of SMPS P.P. MODULES work at the
accepted rate with standard quality and make, his contract as a whole will be terminated and his
bills will not be paid in addition he will be black listed and debarred from participating and
acceptance of any of the future tender in process of finalization for period up to 3 years from
GODHRA Telecom District OR may be from whole Gujarat Circle.
19. DISPUTES/ ARBITRATION CLAUSE:
(a) In the event of any question dispute of difference arising under this agreement or in connection
therewith (except as to matters the decision of which is specifically provided under this agreement) the
same shall be refereed to the sole Arbitration of
(i) concerned member of the BSNL Board (hereinafter referred to as the said Officer) or any person
nominated by him in the case of contracts entered into by the Heads of Circle/ Districts and
(ii) to the sole arbitration of the Head of 'Circles Districts viz. Telecom District Manager Districts
Telecom circles, Project Circles, Maintenance regions, Telecommunication Stores Technical and
District Manager Telecom (hereinafter referred to as the "said officer") or any person nominated by
him in the case of contracts entered into by Divisional Engineers Telegraphs/ Telecom or officer or
Equivalent Rank.
There will be no objection for any such appointment that the arbitration is a Government
Servant if however, the Arbitrator is a Government Servant he will be one who had an opportunity to
deal with the matter to which the agreement relates or that the course of his duties as BSNL Servant he
has expressed views on all or any of the matters in dispute or in differences the award of the arbitrator
shall be final and binding on the parties. It is a term of the agreement that in the event of such Arbitrator
shall be final to whom the matter is originally referred to being transferred his officer dying resigning
or refusing work or neglecting whatsoever "the said Officer" shall appoint another person to act
Arbitration in place of outgoing Arbitrator in accordance with the terms of this agreement and the
person so appointed shall be entitled to proceed with the reference from the stage at which it was left
out by his predecessor.
(b) The arbitrator may from time to time with the consent of all the parties enlarge the time for
making and publishing the award.
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 39 - Signature of Tenderer
(c) Subject to the aforesaid provisions, the Arbitration Act 1949 and the Rules made thereunder and
any modification thereof for the time being in force shall be deemed to apply the Arbitration proceeding
under this clause.
(d) Upon every and any reference as aforesaid the assessment of costs and of incidental expenses in
the proceeding for the award shall be at the discretion of the Arbitrator.
Telecom District Manager of the said officer shall appoint another person to act as Arbitrator in
accordance with the agreement and the person appointed shall be entitled with reference from the stage
at which it was left out by his Predecessor.
Any notice requiring to be served upon the contractor under any provisions here shall be deemed
sufficient, if addressed to their usual or last known address and it shall be the responsibility of the
contractor to keep the office properly informed of any change of his address.
In witness whereof the parties to its agreement have therein set their respective hands and seals
this day and first above written.
TDM, GODHRA reserve the right to extend the tender for further period of one year.
For & on behalf of For & on behalf of
BSNL, TDM,
GODHRA.
Witness: Witness: 1. 1.
2. 2.
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 40 - Signature of Tenderer
ANNEXURE-VI
BHARAT SANCHAR NIGAM LIMITED
(A Government of India Enterprise)
MANDATE FORM
(Authorization Letter for Payment of suppliers, Contractors Bills through
E-Payment Scheme.)
PRO-FORMA
1. Name of the Company/firm :
2. Address :
3. Particulars of Bank Account :
- Name of the Bank.
- Branch Name.
- Type of Account. SB Account/ Current Account
- Ledger No./Folio No.
- Name of the Account Holder.
- Account Number as appearing
On the Cheque Book/Pass Book.
- Branch Code.
- Address.
- Telephone No. of the Branch.
- Whether SEFT system available Yes./No.
- Whether RTGS enabled branch Yes/No.
- If RTGS enabled, give IFSC Code
- 9 Digit code number of the Bank and Branch
As appearing on the MICR Cheque issued by the bank.
Date of Effect :
Abbreviation/Acronym used above are as under:
1. SEFT – Special Electronic Funds Transfer
2. RTGS – Real Time Gross Settlement
3. MICR – Magnetic Ink Character Recognition
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 41 - Signature of Tenderer
I/We, hereby, express my willingness to receive payment of the bills through Electronic
fund Transfer Scheme. I/We do authorize Accounts Officer (Cash) O/o TDM BSNL
Civil Line Road, GODHRA to arrange to credit the payment of my bills through
Electronic Payment System to my account number as given above. I am ready to bear
any charges levied by any Bank in this regard.
I/We, hereby, undertake that till a change is adjusted by me us the payment shall
continue to be made in the aforementioned account.
I/We, do hereby, declare that the particular given above are correct and complete to the
best of my/our knowledge. If the transaction is delayed or not effected at all for
incomplete information, I would not hold BSNL, responsible. Any dispute, if arises,
will be subject to GODHRA jurisdiction.
Date : Name and Signature
of the Authorized Signatory with Seal
Encl: Please attach a self-attested photocopy of Cheque or a cancelled cheque.
………………………………………………………………………………………
( Verification to be done by the Bank of Vendor.)
Certified that the particulars furnished above are correct as per our records.
Bank Seal Name and Signature of the
Date : Authorised officer ( from the bank)
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 42 - Signature of Tenderer
ANNEXURE – V
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
ADVANCE RECEIPT
Received Rs. /-
(Rupees………………………………………………………………………………… only)
as refund of EMD paid in cash vide Cash Receipt No ...............................................
against Tender No. MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
Date ..... Signature of Tenderer.
Place..... ( On Rs.1 Revenue Stamp)
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 43 - Signature of Tenderer
MASTER VENDOR FORM
(The detail listed will be used for making all payments against POs / Wos, refunds of EMDs / SDs, intimation of payment by
Emails, issue of TDS certificates, C Forms for CST purchases etc
( * ) Minimum Required Fields to be filled by the Company / Vendor. Please Attach copies of the supporting documents.
Title* : Mr. Ms, M/s Dr.
Name* :
Address* :
Town/District* :
City* :
State* :
Postal/Pin code* :
Contact Details:
Telephone Number : Fax No. :
Email ID :
(Mandatory for E-Tendering)
Name of Contact Person : Mobile No. :
Alternate Contact Person : Mobile No. :
Tax Information
PAN :
Service Tax reg. no. :
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 44 - Signature of Tenderer
LST (Local VAT reg. no.) : CST Reg. No. :
Tax Registration no. :
(For Foreign Vendors)
Income Tax Exemption details
IT exemption no. :
IT exemption date :
IT exemption date from : IT exemption date to :
Excise details :
Excise reg. no. :
Excise Range :
Excise Division :
Excise Commissionerate :
Payment Transaction/Bank Details:
Bank Country :
Bank Name :
Bank Address :
Bank A/C No. :
Bank IFSC :
Account holder's Name :
Type of Account : Saving (10)
Current
(11)
SWIFT Code :
(for Foreign Vendors)
IBAN :
(for Foreign Vendors)
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 45 - Signature of Tenderer
(Enclose a blank cheque / a photocopy of the Cheque to verify A/C No. & Bank details)
Industry Status :
Micro/ SSI Status : Yes No
1..
I/We hereby authorise BSNL to make all payments to us by cheque /direct credit to our bank account details which
Are specifided above.
2.. I/We hereby authorise BSNL to deduct bank charges applicable for direct bank payments.
Note 1.. If PAN is not provided, TDS @ 20% will be deducted wherever applicable.
2.. If Excise Registration/Service Tax Registration/VAT Registration Number is not provided, then the taxes will not be
paid wherever applicable.
3.. If Bank Particulars are not provided, the payment will be made by Cheque only.
4.. If the relevent documents for Micro/SSI status are not provided, then the relevent exemption will not be given.
Company / Vendor Authorized Signatory / Designation Date: Company Seal
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
( For Office Use )
Vendor Account Group : Payment Method :
TDS Type - Invoice : :
Checked by : Authorized by (Finance) SAP Vendor Master Created on SAP Vendor Code
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 46 - Signature of Tenderer
CHECK LIST FOR THE BIDDERS
Have you ensured uploading of scanned & self attested copies of following documents along
with Tender document.?
Sr
No
PARTICULARS YES / NO
1 Have you study the complete tender document and agree with all
conditions of tender document?
2 Have you gone through the scope of work?
3 Have you submitted a DD of Rs /- against the tender form fee .&
EMD physically?.
4 Have you uploaded the DD of E.M.D & Tender document fee.
5 Have you uploaded the complete set of tender document duly signed &
stamp by you or your authorized representative
6 Have you uploaded copy of registration of applicant For Individual –
self attested copy of PAN
7-A For the Proprietorship firm - self attested copy of
Registration of firm OR shop act licence OR service
tax registration OR sale tax registration OR
registration by Government of India / Gujarat OR
any registration with government department.
7-B For the partnership firm - self attested copy of Registration of firm,
partnership deed & no objection certificate from other partners.
7-C For the Limited company – self attested copy of Memorandum &
Articles of Association and certificate of incorporation.
7-D Have you uploaded bid form duly filled.
8 Have you uploaded declaration that your firm is not black listed.
9 Have you uploaded declaration that any of your near relative not
working in BSNL?
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 47 - Signature of Tenderer
10 Have you uploaded the self attested copy of Service tax registration,
EPF registration and ESI registration OR
11 have you uploaded the undertaking regarding Service tax registration,
EPF registration and ESI registration OR
12-A have you uploaded the declaration regarding non-applicability of the
Service tax registration, EPF registration and ESI registration.
12-B have you uploaded Self attested copy of certificate for experience .as
per terms and condition of tender document.
12-C Have you uploaded the self attested copy of PAN card ?
13 Are all the scan copies of documents/certificate dully self attested?
14 Have you uploaded original power of attorney ? (If applicable).
15 Have you submitted & uploaded self attested copy of a latest and valid
NSIC/MSME certificate (if applicable)
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 48 - Signature of Tenderer
For Registration:
To use the Electronic Tender portal
https://eprocurement.synise.com/bsnl1/gujarat Vendor need to register on the portal
( if not registered earlier). Registration of each organization is to be done by one of its
senior persons who will be the main person coordinating for the e-tendering activities.
In E-procurement terminology, this person will be referred to as the Super User (SU) of
that organization. For further details, please visit the website/portal
https://eprocurement.synise.com/bsnl1/gujarat (on the Home Page), and follow
further instructions as given on the site.
Note: After successful submission of Registration details and Annual Registration Fee
(as applicable). Please contact e-Procurement Technologies Ltd. Helpdesk (as
given below), to get your registration accepted/activated.
M/s Synise Helpdesk Contact Details
Contact Person: Indrajeet, Ashok
Email : [email protected]
Telephone Nos: +91 020-30277517, 516, 522
Mobile nos.: 7774013248, 7774013247
[between 10:00 hrs. to 18:00 hrs on working days Monday To
Saturday ]
BSNL Contact:
BSNL Contact - 1
BSNL's Contact Person Shri Jitendra Sharma
Telephone/ Mobile 02672-250933
[between 10:30 hrs to 17:00 hrs on working days]
E-mail ID [email protected]
BSNL Contact - 2
BSNL's Contact Person Shri. Anant R. Shah
Telephone/ Mobile 02672-252555
[between 10:30 hrs to 17:00 hrs on working days]
E-mail ID [email protected]
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
- 49 - Signature of Tenderer
PART-B
Financial Bid (Rate-Sheet)
MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/16-17
RATE SCHEDULE FOR REPAIR OF RACK/ MODULES OF SMPS POWER PLANT
Sl.
No. ITEM
DESCRIPTION
Proposed
Quantity
(Nos.)
Repair Charges per
module inclusive of
freight /
forwarding/packing
& any other service
except octroi &
Service Tax
(in Figure)
Unit Rate
in Words.
1 2 3 4 5
1 25 A Module
168
2 50 A Module
19
3 100 A Module
105
4 Control Panel 18
Note : 1) Octroi shall be reimbursed as per actual wherever applicable.
2) The service Tax extra as applicable will be paid by BSNL, GODHRA.
3) The rate are inclusive of Transportation, Freight, Loading, Unloading,
Packing/Forwarding and free delivery at consignee address.
4) Evaluation will be done on over all package basis. Rates to be quoted for all
items.
5) The quantities proposed in tender is tentative and it may increase or decrease as
per the requirement.
Signature of Tenderer