Você está na página 1de 74

BHARAT SANCHAR NIGAM LIMITED

(A Government of India Enterprise)


OFFICE OF THE CHIEF GENERAL MANAGER TELECOM
M.P. TELECOM CIRCLE, BHOPAL-462027

E-TENDER for
Heavy Duty Printing Solutions for Printing of Telephone/Mobile/Leased
Circuit Bills at BSNL Bhopal, Indore & Jabalpur Print Zone in MP Circle

O/o Chief General Manager, BSNL M.P. Telecom Circle, Bhopal

Rs.2,360/-(including GST) for Bhopal Zone

Rs.2,360/-(including GST) for Indore Zone


Bid Document Cost
Rs.1,180/-(including GST) for Jabalpur Zone

DATE & TIME OF SUBMISSION OF BID - up to 11:00 Hrs. of 1/06/2019


DATE & TIME OF OPENING OF BID - 11:30 Hrs. of 1/06/2019
(Note: Kindly see all clarifications/corrigendum on website & read Bid Document carefully before
submission of bid & ensure that all documents submitted are fully authenticated by the Authorized
Signatory)

Page 1 of 74
SECTION-1
BHARAT SANCHAR NIGAM LIMITED
(A Government of India Enterprise)
3rd floor Room No:312, BSNL Bhawan, Hoshangabad Road , Bhopal (M.P) – 462027
...

From, To,
AGM (NPD-IV) CFA
3rd floor Room No:312, MM Section,
Bhawan, Hoshangabad Road
Bhopal (M.P) – 462027.
.................................................
T.E. NO : MM4-399/TENDER Bill Printing /2019-20/6 DATED: 10 -05-2019

Sub: -Tender documents for Heavy Duty Printing Solutions for printing of Telephone Bills (Landline Mobile and
Leased Circuits) inclusive of STD/ISD/Broadband and other Details (Itemized Bills) at Bhopal, Indore and Jabalpur
Print Zone in MP Circle through E-procurement Tender .

Please find enclosed the tender document in respect of above mentioned tender which contains the following.

S. No. Section Title Page No.


e
1 IA Notice Inviting Tender 3-5
2 IB Tender Information 6--7
3 II Instructions to Bidders 8-
4 IIA Special instructions to Bidder for E - Tendering 17
18-
5 III General(Commercial)Conditions of Contract 21
22-27
6 IV Special Conditions of Contract 28-
7 V Schedule of Requirements 32
33-
8 VI Technical Specifications 35
36
9 VII Bid Form and Bidder’s profile & Questionnaire 37-39
10 VII PART – II Price Bid 40-
11 VIII Bid Security Form 43
44
12 IX-A Performance Security Guarantee Bond 46
13 IX-B Performance Agreement 47-
14 X Letter of Authorization for attending Bid opening 50
51
15 XI Certificate of Experience 52
16 XII Undertaking and Declaration 53-
17 XIII Technical Checklist 62
63-64
18 Model Bill Format 65-67
19 Appendix-1 to Section-II 68-74
If interested, kindly submit your bid offers online on or before date & time specified in Clause 6 of detailed NIT.

AGM (NPD-IV) CFA


Tel.: 0755-2558300, FAX: 2576869

Page 2 of 74
SECTION – 1 Part A
Detailed NOTICE INVITING E-TENDER (DNIT)
BHARAT SANCHAR NIGAM LIMITED
(A Government of India Enterprise)
MM Section, 3rd floor, BSNL Bhawan, Hoshangabad Road, Bhopal (M.P) – 462015
T.E. NO : MM4-399/TENDER Bill Printing /2019-20/6 DATED: 10 -05-2019

Digitally signed bids are invited by the Chief General Manager Telecom, M.P Telecom Circle, BSNL, Bhopal
on behalf of Bharat Sanchar Nigam Limited for Heavy Duty Printing Solutions for printing of Telephone
Bills (Landline Mobile and Leased Circuits) inclusive of STD/ISD/Broadband and other Details
(Itemized Bills) at Bhopal, Indore and Jabalpur Print Zone in MP Circle for a period of two years as
furnished below:
Bid Security/ Last Date
Cost of Bid Earnest Money & Time Date & Time
Sl. Bill Quantity Estimated cost
Name of Print Zone Document Deposit of of opening of
No. ( in Nos.) (in Rs.) (in Rs.) amount for the Submissi bid
Tender (INR) on of bid

3864000 11:00 Hrs. of


1/06/2019
1 Bhopal (approx.)
Rs.98,14,000/- Rs.2360/- Rs.2,45,350/- 1/06/2019
11:30 Hrs.
3577500 11:00 Hrs. of
2 Indore (approx.)
Rs.90,87,000/- Rs.2360/- Rs.2,27,175/- 1/06/2019 Financial bid
opening shall
be intimated
2032500 11:00 Hrs. of
3 Jabalpur (approx.)
Rs.51,62,000/- Rs.1180/- Rs.1,29,050/- 1/06/2019 later on.

 Evaluation of bids will be done print zone-wise.


 Bidder can bid for one print Zone or more print Zone by submitting the required EMD and fulfilling other
eligibility criteria.
1. The NSIC/MSME bidders are exempted from payment of bid security.
a) A proof regarding valid registration with body specified by Ministry of Micro, Small & Medium
Enterprise for the tendered items will have to be attached along with the bid, along with UAM No
as on CPPP.
b) The enlistment certificate issued by NSIC/MSME should be valid on the date of opening of tender.
c) MSME unit is required to submit its monthly delivery schedule.
d) If a vender registered with body specified by Ministry of Micro, Small & Medium Enterprise
claiming concessional benefits is awarded work by BSNL and subsequently fails to obey any of
the contractual obligations; he will be debarred from any further work/ contract by BSNL for one
year from the date of issue of such order.
2. Purchase of Tender Document: Tender document can be obtained by downloading it from the
website www.mp.bsnl.co.in following the link “tenders”. The official copy of tender document for
participating in E-tender shall also be available for downloading from
https://.mpbsnl.procuretiger.com and www.eprocure.gov.in from 10/5/2019 ,17:00 Hrs. onwards.

Page 3 of 74
2.1 The bidders downloading the tender document are required to submit the tender fee amount through
DD/ Banker’s cheque along with their bid, failing which the bid shall be left archived unopened/
rejected.
The DD/ banker’s cheque shall be drawn from any Nationalized/ Scheduled Bank in favor of “AO
(A&B) BSNL O/o CGMT M.P Circle Bhopal”, payable at Bhopal.

2.2 The tender documents shall be issued free of cost to MSME bidders on production of requisite proof in
respect of valid certification from MSME/NSIC for the tendered item.

3 Availability of Tender Document: The tender document shall be available for downloading from
10/05/2019 17:00 hrs. onwards up to 1/6/2019.
3.1 As the tender is invited through E-tendering process, physical copy of tender document would not be
available for sale.
3.2 (For manual tendering) Deleted.
Note: The Tender document shall not be available for download on its submission/closing date.

4. Eligibility Criteria: The bidder should be Indian A s s o c i a t e s Companies/ Partnership


firms/Proprietor ship firms registered to execute the tendered work or authorized by the company
to provide service for printing of telephone bills using advanced laser printing solutions and submit
the bid for the same.
4.1 Copy of registration/authorization shall be enclosed to the bid. The bidders shall be willing to extend
the contract and willingness for extension shall form part of the bid.

4.2 The bidder should have turnover for printing of telephone bills for any telecom service provider to the
tune of 60 % of estimated cost of respective print zone(s) in the last three years (2015-16, 2016-17,
and 2017-18). Necessary documentary proof from Charted Account (CA) with self-attestation by the
bidder should be uploaded/attached along with e-tender.
4.3 The bidder should have an experience of executing one lakh telephone bill printing per year in any one
financial year (for 2015-16, 2016-17 and 2017-18)or similar work executed of the 40% of estimated
cost of respective print zone(s) during last three years (2015-16, 2016-17 and 2017-18). Experience
certificate issued by the Officer not below the rank of “STS Officer of BSNL/ MTNL /DOT/Central Govt.
/State Govt. /PSU. In case of other Operator following details to be supplied:
(1) Name & Address of the Officer (2) Telephone No. (3) E-mail id, who has issued the experience
certificate.

5. EMD: The bidder shall furnish the bid EMD in the form of Bank Guarantee of
a) Rs. 2,45,350/- for Bhopal print zone
b) Rs. 2,27,175/- for Indore print zone
c) Rs. 1,29,05/- for Jabalpur print zone

from a scheduled bank drawn in favor of Accounts Officer (A&B), BSNL,O/o CGMT, M.P. Circle, BHOPAL
which should be valid for 180 days from the tender opening date. (As prescribed format given in the
section –VIII).
The MSME units are exempted from submission of Bid Security deposit on production of requisite
proof in respect of valid certification from MSME/NSIC for the tendered item.
Note: If the bidder is participating for more than one print zone, then the EMD is to be deposited
separately for each print Zone

Page 4 of 74
5-a. Copy of PAN card and GST registration be submitted.

6. Date & Time of Submission of Tender bids: on or before 11:00 hrs. of 1/06/2019 (tender closing date)
Note 4: In case the date of submission/opening of bid is declared to be a holiday, the date of submission /opening
of bid will get shifted automatically to next working day at the same scheduled time. Any change in bid
opening date due to any other unavoidable reason will be intimated to all the bidders separately.
7. Online Opening of Tender Bids: At 11:30 Hours of tender closing date i.e. 1/ 06/2019.

8. Place of opening of Tender bids:


Tender shall be opened in the chamber of AGM (NPD-III) CFA, O/o C.G.M. Telecom M. P. Circle, Bharat
Sanchar Nigam Limited Room No. 312, BSNL Bhawan, Hoshangabad Road, BHOPAL-462015 through
‘Public Online Tender Opening Event (POTOE)’. BSNL’s Tender Opening Officers as well as authorized
representatives of bidders can attend the Public Online Tender Opening Event (TOE) from the comfort of
their offices. Kindly refer clause 8 of Section-II-A of Tender document for further instructions.
(For manual tendering) Deleted.
Note 5: Online Tender system shall not allow submitting bid after due time & date. Therefore, intending bidders
should submit their bid well before the closing time & date of the tender to avoid any complication at the
last moment.

9. Tender received after due time and date will not be accepted.
10. Incomplete, ambiguous, Conditional, unsealed tender bids are liable to be rejected.
11. CGMT M P Telecom Circle, BSNL Bhopal reserves the right to accept or reject any or all tender bids
without assigning any reason. He is not bound to accept the lowest tender.
12. The bidder shall furnish a declaration 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.
12.1 In case of any correction/ addition/ alteration/ omission in the tender document, the bid shall be treated
as non-responsive and shall be rejected summarily.
Note 6: All documents submitted in the bid offer should be preferably in English. In case the certificate viz.
experience, registration etc. is issued in any other language other than English, the bidder shall attach an
English translation of the same duly attested by the bidder & the translator to be true copy in addition to
the relevant certificate.

Note 7: All computer generated documents should be duly signed / attested by the bidder/ vendor organization.
Note 8: Bidder has to produce original certificates/ documents for inspection whenever required by BSNL.

AGM (NPD-IV) CFA


3rd Floor, MM Section,
BSNL Bhawan, Hoshangabad Road,
Bhopal (M.P) – 462015.

Page 5 of 74
SECTION IB
TENDER INFORMATION

1) a) Type of tender: Single Stage bidding- Two stage opening using two electronic Envelopes.
b) E-reverse auction – No

Note: The bids will be evaluated techno-commercially and financial bids of techno
commercially compliant bidders only shall be opened.

2) Bid Validity Period: 180 days from the tender opening date and can be extended Validity of bid Offer
for acceptance by BSNL

a) The tender offer shall contain two electronic envelopes s e p a r a t e l y containing Electronic Form
i.e. 1.Commercial & Technical documents & all relevant bid annexure, 2. Financial documents :

b) Copy of EMD in the form of Bank Guarantee.


c) Copy of payment towards Cost of the tender documents i.e. tender fee.
d) Certificate(s) showing fulfillment of the eligibility criteria(s) stated in Clause 4 of the Detailed NIT
e) Documents stated in clause 10 of Section-II
f) Clause by clause compliance as per clause 11(b) of Section-II
g) Near Relation Certificate in Proforma duly filled & signed.
h) Non-black listing Certificate in Proforma duly filled & signed
i) Tender documents digitally signed for having read it & accepted it.
j) Tender/ Bid form duly filled & signed.
k) Price Schedule
l) All other documents required as per the conditions of tender document.

At the time of opening the bids, initially offline submission envelope of all bidders will
be opened. The Electronic envelope consisting Commercial, Technical bid of only those bidders
will be opened who would have submitted required documents as offline submissions as per
clause 6 of Section II A in a Personnel sealed envelope.
In case where the documents of bid security etc. are not submitted in the manner prescribed above bid of
the bidder shall be rejected. An index showing the detail of document uploaded must also be uploaded.

3) Payment terms: 100% payment will be made on contractors pre-receipted bills on delivery of
telephone bills to the respective SSAs by Zonal without error. For other conditions, please see
clause 7 of Section-III.

Note 1:- All statutory taxes as applicable shall be deducted at source before payment.

4. No. of bidders to be awarded:-


The purchaser intends to limit the number of technically and commercially responsive bidders to One for
each print zone.

Page 6 of 74
5. Distribution of Quantity
(i) The bidders for placement of order will be selected from the list of Technically & Commercially
responsive bidders arranged in increasing order of their evaluated prices starting from lowest.
(ii) Distribution of quantity among the qualified selected bidders shall be as per ratios given below.
Table 1(A) (Without provisions for MSE Units)
No. of Bidders to be Quantity allotted to the respective bidder
approved (Col. 1) (Col. 2)
L1 L2 L3 L4 L5 and so on
One bidder 100% Nil Nil Nil Nil

Page 7 of 74
SECTION II
INSTRUCTIONS TO BIDDERS
A. INTRODUCTION:

1. DEFINITIONS:
(a) “BSNL” means the Bharat Sanchar Nigam Limited, A Govt. of India Enterprise.

(b) “CGMT BHOPAL or “THE PURCHASER” means C h i e f G e n e r a l M a n a g e r Telecom M.P. Circle, Bhopal
acting on behalf of the BSNL.

(c) “The bidder” means the individual or firm who participates in the tender and submits its bid.

(d) “The CONTRACTOR” or “THE SUPPLIER” means the successful bidder, i.e., the service bureau organization
offering services under the contract.

(e) “The Advance Purchase Order” means the intention of the C.G.M.T. Bhopal to place the Purchase order on
the bidder.

(f) “The Purchase Order” means by the order placed by the CGMT, MP Circle, Bhopal on the CONTRACTOR
signed by representative of C G MT , B SN L MP C i r c l e, B h o pa l including all attachments and
appendices thereto and all documents incorporated by reference therein. The purchase order shall be
deemed as “Contract” appearing in the document.

(g) “The Contract Price” means the price payable to the CONTRACTOR under the purchase order for the full
and proper performance of its contractual obligations.

(h) “Validation” is a process of testing the equipment w o r k as per the specifications including
requirements for use in BSNL network. Validation is carried out in simulated field environment and
includes stability, reliability and environmental tests.

(i) Print Zone means SSA consists of “As per Annexure” (Section-V).

2. ELIGIBLE BIDDERS:
The eligible bidders should be Indian companies/Partnership firms/proprietary firms registered to
execute the tendered work or authorized by the company to provide service for printing of telephone
bills using advanced laser printing solutions and submit the bid for the same. Copy of
registration/authorization shall be enclosed to the bid. The bidders shall be willing to extend the contract
and willingness for extension shall form part of the bid.

3. COST OF BIDDING:
The bidder shall bear all costs associated with the preparation and submission of the bid. The C G M T
B h o p a l will, in no case, be responsible or liable for these costs, regardless of the conduct or
outcome of the bidding process.

B. THE BID DOCUMENTS:


4. DOCUMENTS REQUIRED:
4.1. The goods/work required to be supplied/done, bidding procedures and contract terms and
conditions are prescribed in the Bid Documents. The bid documents include:
(a) Notice Inviting Tender
(b) Instructions to Bidders
(c) General Conditions of Contract
Page 8 of 74
(d) Special conditions of contract
(e) Schedule of Requirements
(f) Technical Specifications
(g) Bid Form
(h) Bid Security Form
(i) Performance Security Bond Form
(j) Agreement Proforma
(k) Letter of authorization to attend bid opening
(l) The bidder should have an experience of executing one lakh telephone bill printing per year in any one
financial year(for 2015-16, 2016-17 and 2017-18) or similar work executed of the 40% of estimated cost of
respective print zone during last three years (2015-16, 2016-17 and 2017-18). Experience certificate issued by
the Officer not below the rank of “STS Officer of BSNL / MTNL /DOT/Central Govt./State Govt./PSU. In case of
other Operator following details to be supplied:
(1) Name & Address of the Officer. (2) Telephone No. (3) E-mail id

(m) Any other documents as the bidder may wish to submit.


Documents (a) to (m) except (I & j) above are to be enclosed with technical bid. Documents (I & j)
above are to be submitted after awarding and issuing APO. The following documents shall be
enclosed to the finance bid.
(a) Price schedule (financial quote)
(b) Any other document the bidder may wish.
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 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.
5. CLARIFICATION OF BID DOCUMENTS:
A prospective bidder, requiring any clarification on the Bid Documents shall notify the CGMT-BHOPAL in
writing at the CG MT-B HOPAL ’s mailing address indicated in the invitation for the bid. The CGMT, BSNL
MP Circle BHOPAL, shall respond in writing to any request for clarification of bid documents, which it
receives not later than 10 days prior to the date of opening of the Tenders. Copies of the query
(without identifying the source) and clarifications by the CGMT –BHOPAL shall be sent to all the prospective
bidders.
(i) 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.
6. AMENDMENT OF BID DOCUMENTS:
(i) At any time, prior to the date of submission of Bids, the CGMT, BSNL MP Circle, Bhopal may, for
any reason, whether at its own initiative or in response to a clarification requested by a prospective
bidder, modify bid documents by amendments.

(ii) The amendments shall be notified in writing or by FAX to all prospective bidders on the address
intimated at the time of purchase of the bid document from the purchaser and these amendments will
be binding on them.

(iii) In order to afford prospective bidders a reasonable time to take the amendment into account
in preparing their bids, the purchaser may, at its discretion, extend the deadline for the
submission of bids suitably.

Page 9 of 74
C. PREPARATION OF BIDS:

7. DOCUMENTS COMPRISING THE BID:

(i) The bid prepared by the bidder shall comprise the following components: It is two stage bid:
Technical and Financial.
(a) Documentary evidence established in accordance with the clause 2 & 10 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 of Section II.
(c) A Clause by Clause compliance as per clause 11(b).
(d) A bid form completed in accordance with Section VII Part-I.
(e) The bidder should have an experience of executing one lakh telephone bill printing per year in any
one financial year(for 2015-16, 2016-17 and 2017-18). or similar work executed of the 40% of
estimated cost of respective print zone(s) during last three years (2015-16, 2016-17 and 2017-18).
Experience certificate issued by the Officer not below the rank of “STS Officer of BSNL / MTNL
/DOT/Central Govt. /State Govt. /PSU. In case of other Operator following details to be supplied:
(1) Name & Address of the Officer (2) Telephone No. (3) E-mail id

(f) Any other documents/information required as per the bid documents.


Financial bid which shall contain the price bid completed in accordance with clauses
(8) & (9).

8. BID FORM:
The bidder shall complete the bid form and appropriate Price Schedule furnished in the Bid
Documents, indicating the services to be provided, brief description of the services, quantity and
prices as per Section VII Part-II of price bid.

9. BID PRICES

The bidder shall give the total composite price inclusive of all Levies & Taxes, i.e. packing,
forwarding, freight and delivery at the SSA HQ to the nominated officer of the SSA(Excluding GST).
The basic unit price and all other components of the price need to be individually indicated
against the goods it proposes to supply under the contract as per the price schedule given in
Section VII. Prices of incidental services should also be quoted. The offer shall be firm in Indian
Rupees. No Foreign exchange will be made availability by the purchaser.

(i) Prices indicated in the Price Schedule shall be entered in the following manner: The prices
quoted shall include all taxes & freight.

(ii) The supplier shall quote as per price schedule given in Section VII for all the items given in
schedule of requirement.

The price quoted by the bidder shall remain fixed during the entire period of contract and
shall not be subject to variation on any account. A bid submitted with an adjustable price quotation
will be treated as on-responsive and rejected.

The prices quoted by the bidder shall be in sufficient detail to enable the Purchaser to
arrive at the price of equipment/system offered.

“DISCOUNT, if any, offered by the bidders shall not be considered unless specifically
Page 10 of 74
indicated in the price schedule. Bidders desiring to offer discount shall therefore modify their
offers suitably while quoting and shall quote clearly net price taking all such factors like Discount,
free supply, etc., into account.”

10. DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILITY AND QUALIFICATION

The bidder shall furnish, as part of the bid documents establishing the bidder's
eligibility, the following documents and whichever is required as per terms and conditions of Bid
Documents.
(i) Certificate of incorporation/Registration/Gumasta(whichever is applicable).
(ii) Articles and Memorandum of Association or partnership deed as the case may be.
(iii) Details of the firm along with List of Directors on the Board of the Company with their
address (es), contact telephone numbers, DIN, etc.
(iv) Board Resolution in favor of Authorized Signatory.
(v) Audited results of last three financial years (FY 2015-16, 2016-17 and 2017-18)
(vi) The bidder shall furnish documentary evidence from its bankers that he has the financial
capability necessary to perform the contract by submitting solvency certificate to the tune of
40% of the estimated cost of concerned print zone(s).
(vii) The bidder shall furnish documentary evidence about the said Capability from the
bankers, by uploading the same in e- tender module necessary to perform the contract.

The printing of the telephone bill should meet the specifications as mentioned in the
sample attached with the tender document. Proof of the sample must be uploaded in e– tender
module.

11. DOCUMENTS ESTABLISHING GOOD'S CONFORMITY TO BID DOCUMENTS

Pursuant to clause 7, the bidder shall furnish, as part of his bid, documents establishing
the conformity of his bid to the Bid Documents of all goods and services which he proposes to
offer under the contract.
The documentary evidences of the “goods and services” conformity to the Bid Document, may be,
in the form of literature, drawings, data, etc. and the bidder shall furnish:
(a) A detailed description of goods with essential technical and performance characteristics;
(b) A clause-by-clause compliance on the purchaser's Technical Specifications and Commercial
conditions demonstrating substantial responsiveness to the Technical Specifications and
Commercial Conditions. In case of deviations, a statement of the deviations and exception to
provision of the Technical Specifications and Commercial Conditions shall be given by the bidder.
A bid without clause-by-clause compliance of the Technical Specifications (Section VI), Commercial
Conditions (Section III) and Special Conditions (Section IV) shall not be considered.

For the purpose of compliance to be furnished pursuant to the clause 11(b) above, the
bidder shall note that the standards for the workmanship, material and equipment and reference
to the brand names or catalogue number, designated by the CGMT-BHOPAL in its Technical
Specifications are intended to be descriptive only and not restrictive.

12. BID SECURITY


12.1 Pursuant to clause 7, the bidder shall furnish, as part of his bid, a bid security for an amount:
a) Rs. 2,45,350/- for Bhopal print zone
b) Rs. 2,27,175/- for Indore print zone
c) Rs. 1,29,05/- for Jabalpur print zone

Page 11 of 74
12.2 The MSME/NSIC bidders are exempted from payment of bid security.
a) A proof regarding valid registration with body specified by Ministry of Micro, Small & Medium
Enterprise for the tendered items will have to be attached along with the bid.
b) The enlistment certificate issued by MSME/NSIC should be valid on the date of opening of
tender.
c) MSE unit is required to submit its monthly delivery schedule.
d) If a vender registered with body specified by Ministry of Micro, Small & Medium Enterprise
claiming concessional benefits is awarded work by BSNL and subsequently fails to obey any of
the contractual obligations; he will be debarred from any further work/ contract by BSNL for
one year from the date of issue of such order.
12.3 The bid security is required to protect the purchaser against the risk of bidder’s conduct, which
would warrant the forfeiture of bid security pursuant to Para 12.7.
The bid security shall be in the form of a bank guarantee issued by a Scheduled Bank in favor of the
purchaser, valid for a period of 180 days from the date of tender opening.
12.4 A bid not secured in accordance with Para 12.1 & 12.3 shall be rejected by the Purchaser being non-
responsive at the bid opening stage.
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 the bid validity prescribed by the CGMT,
BSNL MP Circle, Bhopal 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 in accordance with clause 27 and furnishing the performance security.
12.7 The bid security may be forfeited:
(a) If the bidder withdraws his bid during the period of bid validity specified by the bidder in the Bid
form; or
In the case of 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.

13. PERIOD OF VALIDITY OF BIDS:

13.1 Bid shall remain valid for 180 days from the date of opening of bids prescribed by the purchaser. A
bid valid for a shorter period shall be rejected by the CGMT-BHOPAL being non-responsive.
13.2 In exceptional circumstances, the purchaser may request the consent of the bidder for an extension
to the period of bid validity. The request and the response 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 the original bid duly filled in properly and should submit the entire bid
document in original duly signed on all the pages with seal.
14.2 The bid shall contain no inter-alienation, 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.
14.3 The duly filled-in bid 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. All pages of the bid except for unamended printed
Page 12 of 74
literature shall be signed by the person or persons signing the bid. The bid submitted shall be
sealed by the personal seal of the bidder properly.
D. SUBMISSION OF BIDS:
15. SEALING AND MARKING OF BIDS

The bids should be submitted online using two envelope methodology. The first envelope -
technical part shall consist the eligibility requirements, technical specification and
compliance to all terms and conditions of the bid document including clarifications, addendum. The
second envelope – Financial part shall contain price schedule, i.e. tender/bid form only.

Venue of Tender Opening: Specified in Clause 8 of DNIT (Section 1).

16. SUBMISSION OF BIDS:

Bids must be submitted online by the bidders as per instructions not later than the specified date &
time indicated in the NIT
The purchaser 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
purchaser and bidders previously subject to the deadline will thereafter be subjected to the
deadline as extended.
The bidder shall submit his bid offer against a set of bid documents purchased by him for all or
some of the systems/equipment/packages as per requirements of the Bid Documents. He may
include alternate offer, if permissible, as per the bid. However, not more than one independent and
complete offer shall be permitted from the bidder.

17. LATE BIDS:


Any bid received by the purchaser after the deadline for submission of bids prescribed by the
purchaser pursuant to clause 16, shall be rejected and returned unopened to the bidder.

18. MODIFICATION AND WITHDRAWAL OF BIDS

The bidder may modify or withdraw his bid after submission provided that the written notice of
the modification or withdrawal is received by the purchaser prior to the deadline prescribed for
submission of bids.

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.

No bid shall be modified subsequent to the deadline for submission of bids.

E. BID OPENING AND EVALUATION

19. OPENING OF BIDS BY PURCHASER

The purchaser shall open bids in the presence of bidders or their authorized representatives who
chose to attend, at 11:30 hrs on the due date. The bidders' representatives, who are present, shall
sign in the tender register. Authorization letter to this effect shall be submitted by the bidders
before they are allowed to participate in bid opening (A format is given in Section X).

Page 13 of 74
A maximum of two representatives of any bidder shall be authorized and permitted to attend the
bid opening.

The bidders’ names, bid prices, modifications, bid withdrawals and such other details as the
purchaser, at its discretion, may consider appropriate will be announced at the time of opening.

The date fixed for opening of bids, if subsequently declared as holiday by the BSNL, the revised
date of schedule will be notified. However, in absence of such notification, the bids will b e 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 purchaser may, at its discretion
ask the bidder for the clarification of its bid. The request for the clarification and the response
shall be in writing. However, no post bid clarification at the initiative of the bidder shall be
entertained.
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 its discretion may call for any
clarification regarding the bid document within a stipulated time period. In case of non-compliance
to such queries, the bid will be out rightly rejected without entertaining further correspondence
in this regard. To assist in the examination, evaluation and comparison of bids, the purchaser
may, at its discretion ask the bidder for the clarification of its bid. The request for the clarification
and the response shall be in writing. However, no post bid clarification at the initiative of the
bidder shall be entertained.

21. It is a two stage bid.


PRELIMINARY EVALUATION (Technical Bids):
21.1 First the technical bid evaluation will be done. Only those bidders, who qualify in the
technical bid evaluation, will only be considering for financial bid opening & will be allowed to
participate/attend the commercial bid.

21.2 Purchaser shall evaluate the technical bids to determine whether they are complete,
whether any computational errors have been made, whether required sureties have
been furnished whether the documents have been properly signed and whether the
bids are generally in order.
21.3 Arithmetical errors shall be rectified on the following basis. If there is a discrepancy
between the unit price and total price that is obtained by multiplying the unit price and
quantity, the unit price shall prevail and the total price shall be corrected by the purchaser.
If there is a discrepancy between words and figures, the amount in words shall prevail. If
the bidder does not accept the corrections of the errors, his bid shall be rejected and bid
security will be forfeited.
21.4 Prior to the detailed evaluation pursuant to clause 22, the purchaser will determine the
substantial responsiveness of each bid to the Bid Document. For purposes of these
clauses, a substantially responsive bid is one which confirms to all the terms and conditions
of the Bid Documents without material deviations. The purchaser's determination of bid's
responsiveness shall be based on the contents of the bid itself without recourse to extrinsic
evidence.

21.5 A bid, determined as substantially non-responsive will be rejected by the purchaser and shall
not subsequent to the bid opening be made responsive by the bidder by correction of
Page 14 of 74
the non - conformity.
21.6 The purchaser may waive any minor infirmity or non-conformity or irregularity in a bid
which does not constitute a material deviation, provided such waiver does not prejudice or
affect the relative ranking of any bidder.

22. EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS (FINANCIAL


BIDS)

The Purchaser shall evaluate in detail and compare the financial bids of those qualified
bidders previously determined to be substantially responsive pursuant to clause 21.

The evaluation and comparison of responsive bids shall be done on the price of the services
offered inclusive of Levies & Taxes i.e. packing, forwarding, freight(excludingGST)as indicated in
price bid in Section VII Part II of the Bid Document and delivery at the SSA HQ to the nominated
officer of the SSA etc. or to a designated party at the print premises.

23. CONTACTING THE PURCHASER


No bidder shall try to influence the Purchaser on any matter relating to its bid, from the time
of the bid opening till the time the contract is awarded.

Any effort by a bidder to modify his bid or influence the purchaser in the purchaser’s
bid evaluation, bid comparison or contract award decision shall result in the rejection of
the bid.

24. AWARD OF CONTRACT / PLACEMENT OF ORDER

The Purchaser shall consider placement of orders for services on those eligible bidders
whose offers have been found technically, commercially and financially acceptable. The
Purchaser reserves the right to counteroffer price(s) against price(s) quoted by any bidder.

25. PURCHASER’S RIGHT TO VARY QUANTITIES and Mode/Point of delivery

BSNL reserves the right to increase or decrease up to 40% of the quantity of goods and services
specified in the schedule of requirements without any change in the unit price or other terms and
conditions at the time of award of contract.
26. PURCHASER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS

The CGMT, BSNL MP Circle, Bhopal 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 action.ISSUE OF ADVANCE PURCHASE
ORDER

The issue of an Advance Purchase Order shall constitute the intention of the Purchaser to
enter into contract with the bidder.

The bidder shall within 14 days of issue of the advance purchase order, give his acceptance
along with performance security and agreement inconformity with section IX(A) provided with
the bid document.

Page 15 of 74
27. SIGNING OF CONTRACT

28.1 The issue of Purchase order shall constitute the award of contract on the bidder.
28.2 Upon the successful bidder furnishing performance security and agreement pursuant to
clause 27, the Purchaser shall discharge the bid security in pursuant to clause12.
28. 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 the forfeiture of the bid
security in which event the Purchaser may make the award to any other bidder at the
discretion of the purchaser or call for new bids.
29. QUALITY ASSURANCE REQUIREMENTS
The CONTRACTOR shall ensure to deliver the Telephone Bills as p e r the specifications
timely and qualitatively.
30. IMPORTANT CONDITIONS

While all the conditions specified in the Bid documents a r e critical and are to be complied,
special attention of bidder is invited to the following clauses of the bid documents. Non –
c o m p l i a n c e of any one of which shall result in outright rejection of the bid.

(i) Clauses12.1,12.3 &13.1ofSectionII: The bids will be rejected at opening stage if Bid
security is not submitted as per Clauses 12.1 &12.3 and bid validity is less than
theperiodprescribedinClause13.1mentionedabove.

(ii) Clause 4 of section 1,Clause 2 &10 of Section II :If the eligibility condition as per
clause 4 of section 1 P a r t - A and clause 2 of Section II is not met and/or documents
prescribed to establish the eligibility as per Clause10 of section II and clause 4 of
section 1 Part-A are not enclosed, the bids will be rejected without further
revaluation.

(iii) Clause11 (b) of Section II: If clause-by-clause compliance and deviation statements
as prescribed are not given, the bid will be rejected at the stage of primary
evaluation. In case of no deviations, a statement to that effect m ust be given.
(iv) Section III Commercial conditions, Section IV Special Conditions of Contract &
Section VI Technical Specifications: Compliance if given using ambiguous words
like “Noted”, “Understood”, “Noted & Understood” shall not be accepted as
complied .Mere “Complied” will also be not sufficient, reference to the enclosed
documents showing compliances must be given.

(v) Section VII Part-II- Price Schedule: Prices a r e not filled in as p r e s c r i b e d in price
schedule.

(vi) Section-II Clause 9 on discount which is reproduced below:


Discount, if any, offered by the bidder shall not be considered unless specifically
i n d i c a t e d in the p r i c e s c h e d u l e . Bidders desiring to offer discount shall
therefore modify their offer suitably while quoting and shall quote clearly net price
taking all such factors like Discount, free supply etc. in to account”.

31. Purchaser reserves the right to disqualify the supplier for a suitable period who habitually
failed to give services in time. Further, the suppliers whose eq u i p m ent do not perform
satisfactory in accordance with the specifications may also be disqualified for a suitable
period as decided by the purchaser.

Page 16 of 74
32. Purchaser reserves the right to blacklist a bidder for a suitable period in case he fails to
honor his bid without sufficient grounds.

33. The bidder should give a certificate on non- judicial stamp paper of worth Rs.100/- that none of
his /her near relative is working in the units as defined below where he is going to apply for
the tender on line. In case of proprietorship the proprietor will give firm certificate. For
partnership firm certificate will be given by all the partners and in case of limited
company by all Directors of the company excluding Government of India/ Financial
institution nominees and independent non-Official part time Directors appointed by Govt. of
India or the Governor of the state. Due to any breach of these conditions by the company o r
firm or any other person th e tender w i l l be canceled and Bid Security will be forfeited at any
stage whenever it is noticed and BSNL will not pay any damage to the company o r firm or the
concerned person.

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

The near relatives for this purpose are defined as:-

(a) Members of a Hindu undivided family.

(b) They are husband and wife.

(c) The one is related to the other in the manner as father, mother, son(s) & Son’s
wife (daughter in law), Daughter(s) and daughter’s husband (son in law), brother(s)
and brother’s wife, sister(s) and sister’s husband (brother in law).

The format of the certificate to be given is

1. “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.

2. This to certify that M/s is never blacklisted or barred for participating in


Tenders by any organizations

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.”

Page 17 of 74
SECTION –II–A
SPECIAL INSTRUCTIONS TO BIDDERS FOR E-TENDERING
General
These Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, as enclosed in Sec 4 Part A
of the Tender Documents.
Submission of Bids only through online process is mandatory for this Tender.

E-Tendering is a new methodology for conducting Public Procurement in a transparent and secured manner.
Now, the Government of India has made e-tendering mandatory. Suppliers/ Vendors will be the biggest
beneficiaries of this new system of procurement. For conducting electronic tendering, BSNL MP Circle has
decided to use the portal https://mpbsnl.procuretiger.com e-Procurement Technologies Limited (ETL) has
an exclusive, most vibrant end to end solution for buying / selling of products and services through
tendering process. It supports A - Z activities of tendering based on proactive work flow concept. Fine details
of tendering like vendors registration, tender announcement and corrigendum, tender form processing,
opening, negotiation and tender awarding are supported in a real time interactive environment. ETL creates
a true dynamic market place for both buyers and vendors to interact with each other and transact business.

1. Tender Bidding Methodology:


Sealed Bid System – ‘Single Stage - Two Envelopes’
In case of two envelope system Financial & Techno-commercial bids shall be submitted by the bidder at the same time.

2. Broad outline of activities from Bidders prospective:


1. Procure a Digital Signing Certificate (DSC)
2. Register on Electronic Tendering System® (ETS)
3. Create Users and assign roles on https://mpbsnl.procuretiger.com
4. View Notice Inviting Tender (NIT) on https://mpbsnl.procuretiger.com
5. Download Official Copy of Tender Documents from https://mpbsnl.procuretiger.com
6. Clarification to Tender Documents on https://mpbsnl.procuretiger.com
 Query to BSNL (Optional)
 View response to queries posted by BSNL, as addenda.
7. Bid-Submission on https://mpbsnl.procuretiger.com
8. Attend Public Online Tender Opening Event (TOE) on https://mpbsnl.procuretiger.com Opening of Techno-commercial Part
9. View/Post-TOE Clarification posted by BSNL on https://mpbsnl.procuretiger.com (Optional)Respond to BSNL’s Post-TOE
queries
10. Attend Public Online Tender Opening Event (TOE) on https://mpbsnl.Procuretiger.com Opening of Financial-Part (Only for
Technical Responsive Bidders)
11. Participate in e-Reverse Auction on https://mpbsnl.Procuretiger.com (if applicable)
For participating in this tender online, the following instructions need to be read carefully. These instructions are
supplemented with more detailed guidelines on the relevant screens of the https://mpbsnl.Procuretiger.com .
Please do below mentioned things to operate this website smoothly in Internet Explorer Browser:
• Please enable ActiveX Controls & Plug-ins. (Tools  Internet Options  Security  Custom Level) - Mandatory

• Please add https://mpbsnl.procuretiger.com in to Trusted Website. (Tools  Internet Option  Security  Trusted Sites
 Sites  Add this URL  Close) - Mandatory

• Please disable or uninstall Third Party Toolbar / Add-ons from Browser.


Important Note :- As per the new Inter-operability guidelines released by Controller of Certifying Authorities (CCA), the Secured
Socket Layer (SSL) certificate for a e-procurement application is generated on a new algorithm, SHA2. Also, the Digital Certificates
that will be applicable for these platforms have to be SHA2 algorithm compliant. For the same, the users have to ensure that they

Page 18 of 74
have Windows XP (SP3) / Windows Vista / Windows 7 installed in their respective PC / Laptop. In case of Windows XP service pack -
3, if you get any issue you can install the SSL patch, which is available at our download section of our e-Tender/e-Auction Portal and
also at our corporate website www.ProcureTiger.com / www.abcProcure.com just below the label of "knowledge section"

3. Digital Certificates
For integrity of data and its authenticity/ non-repudiation of electronic records, and be compliant with IT Act 2000, it is
necessary for each user to have a Digital Certificate (DC). also referred to as Digital Signature Certificate (DSC – Signing &
Encryption Certificate), of Class 2 or above, issued by a Certifying Authority (CA) licensed by Controller of Certifying
Authorities (CCA) [refer http://www.cca.gov.in].

4. Registration
To use the Electronic Tender® portal (https://mpbsnl.Procuretiger.com), vendor needs 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. For further details, please visit the website/portal
( https://mpbsnl.Procuretiger.com ), click on the ‘New Bidder Registration / Register link (on the Home Page), and follow
further instructions as given on the site.

Pay Annual Registration Fee as applicable.

Note: After successful submission of Registration details and Annual Registration Fee (as applicable).Please contact M/s ETL (as
given below), to get your registration accepted/activated.
M/s ETL Contact Us

Site Name https://mpbsnl.procuretiger.com

Sl
PARTICULARS CONTACT PERSON CONTACT NUMBER EMAIL ID

09099090830/
e-Tendering
1 Mr. Himalaya Vaishnav 079 40016866 / 38 / 39 / himalaya@abcprocure.com
Registration Queries
89
079 4001 6837 / 6867 /
6852 / 6883 / 6802 Support@ProcureTgier.com
e-Tendering Process Ms. Vaishali Soni
2
Queries Ms. Birva Chokshi
+91 93745 19729, +91 vaishali@Procuretiger.com
93286 57215
For Digital 09099090830/079
3 Mr. Himalaya Vaishnav himalaya@abcprocure.com
Signature 40016866/38

For Business
4 Ms. Supreet Madaan 079 4001 6849 Supreet@procuretiger.com
Enquiries

Page 19 of 74
BSNL Contact-1

BSNL’s Contact Person Sh Rajendra Bramhe, AGM(NPD-III)CFA


9425603490 / ……………………..
Telephone/ Mobile
[between 10:00 hrs to 17:30 hrs on working days]
agmnpdcfa@gmail.com
E-mail ID

BSNL Contact-II
BSNL’s Contact Person Sh Dhananjay Sengar SDE MM

9425001777 / …………………….
Telephone/ Mobile
[between 10:00 hrs to 17:30 hrs on working days]
sdemmbpl@gmail.com
E-mail ID

5. Bid related Information for this Tender (Sealed Bid)


The entire bid-submission would be online on https://mpbsnl.Procuretiger.com
Broad outline of submissions are as follows:

 Submission of Bid Security/ Earnest Money Deposit (EMD)


 Submission of digitally signed copy of Tender Documents/ Addendum/addenda
 Two Envelopes
 Techno-commercial -Part
 Financial-Part
NOTE: Bidder must ensure that after they submit the tender, they have to do the Final Submission of the same by
clicking on Final Submission.

6. Offline Submissions:
The bidder is requested to submit the following documents offline to Assistant General Manager (NPD-III) CFA, O/o C.G.M.
Telecom M. P. Circle, Bharat Sanchar Nigam Limited Room No. 312, BSNL Bhawan, Hoshangabad Road, BHOPAL-462 015 on
or before the due date & time of submission of bids specified in covering letter of this tender document, in a Sealed Envelope. The
envelope shall bear (the tender name), the tender number and the words ‘DO NOT OPEN BEFORE’ (due date & time).
1. EMD/Bid Security in Original.
2. DD/ Bankers cheque (amount as per DNIT) against payment of tender fee.
3. Power of attorney in accordance with clause 14.3 of Section-II along with attested copy of board resolution.
4. In case bidder happens to be a MSME, the documentary evidence for the same shall be submitted.

After verification of above valid document, technical bid will be opened by TOC.

NOTE: The Bidder has to upload the Scanned copy of all above said original documents as Bid-Annexure during
Online Bid-Submission.

7. Special Note on Security of Bids


Security related functionality has been rigorously implemented in ETL in a multi-dimensional manner. Starting with
'Acceptance of Registration by the Service Provider', provision for security has been made at various stages in Electronic
Tender’s software. Security related aspects as regard Bid Submission are outlined below:
As part of the Electronic Encrypted™ functionality, the contents of Price Bid are securely encrypted.

8. Public Online Tender Opening Event (TOE)


ETL offers a online Tender opening system and result can be shared with the bidders online only if required. If the result is
shared online, bidders can login from the convenience of their own office/home, mark their presence and view the result of
the tender.
NOTE: In case of internet related problem at a bidder’s end, especially during ‘critical events’ such as – a short period before
bid-submission deadline, during online public tender opening event, during e-auction, it is the bidder’s responsibility
to have backup internet connections. In case there is a problem at the e-procurement/ e-auction service-provider’s

Page 20 of 74
end (in the server, leased line, etc) due to which all the bidders face a problem during critical events, and this is
brought to the notice of BSNL by the bidders in time, then BSNL will promptly re-schedule the affected event(s).

9. E-Reverse Auction (not applicable)


10. Other Instructions
For further instructions, the vendor should visit the home-page of the portal https://mpbsnl.Procuretiger.com

The following ‘FOUR KEY INSTRUCTIONS for BIDDERS’ must be assiduously adhered to:

1. Obtain Valid Digital Signing Certificate (DSC or DC) well in advance of your first tender submission deadline on ETL.
2. Register your organization on ETL well in advance of your first tender submission deadline on ETL
3. Get your organization’s concerned executives trained on ETL well in advance of your first tender submission deadline on
ETL
4. Submit your bids well in advance of tender submission deadline on ETL as there could be last minute problems due to
internet timeout, breakdown, etc.
While the first three instructions mentioned above are especially relevant to first-time users of ETL, the fourth instruction
is relevant at all times.

11. Minimum Requirements at Bidders end


 Operating System should be Windows XP Service Pack -3 / Vista / Windows 7.
 System Access with Administrator Rights
 Broadband connectivity.
 Microsoft Internet Explorer 7.0 or above
 Digital Certificate(s) for users.

12. Vendors Training Program


Vendors are requested to contact ETL Officers for any information regarding E-tendering / training.

E-Procurement Technologies Ltd. (Procure Tiger)


A-201/208, Wall Street - II, Opp. Orient Club,
Nr. Gujarat College, Ellis Bridge,
Ahmedabad - 380 006, Gujarat (India)
Tel: +91 79 400 16 879 | 883 | 886 | 823 | 835 | 867 | 891 | 837 | 802 | 865 | 852
Fax: +91 79 400 16 876
E-Mail: Support@ProcureTiger.com

Page 21 of 74
SECTION III
GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT

1. APPLICATION
The general condition shall apply in contracts made by the C G M T ,B SN L M P
C i r c le, B h op al for the procurement of goods/services.

2. STANDARDS
The goods / services supplied under this contract shall conform to the standards prescribed
in the Technical Specifications mentioned in section VI.

3. PATENT RIGHTS
The supplier shall indemnify the C G M T ,BS N L MP C i r c le, B h op al

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
The supplier shall furnish performance security and agreement 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 by the Purchaser. The Performance security should be v a l i d
f o r 2 and h a l f y e a r . The contractual value will be calculated basing on the quantum o f
telephone bill impressions proposed to be released in a year.

The proceeds of the performance security shall be payable to the Purchaser as compensation
for any loss resulting from the supplier’s failure to complete its obligations under the
contract.

The performance security Bond shall be in the form of Bank Guarantee issued by a
scheduled Bank and in the form provided in ‘Section IX’ (A) of this Bid Document.

The performance s ec u r i t y B o n d will be discharged by the Purchaser after completion of


the supplier’s performance obligations including any warranty obligations under the
contract.
The supplier shall furnish an agreement in the form provided at Section IX-(B).
5. AGREEMENT
Submission of tender offer in response to this NIT will be deemed to be the acceptance by the
bidder of all terms and conditions of the tender document.

Page 22 of 74
6. DELIVERY AND DOCUMENTS
Delivery of the telephone bills and documents s h a l l be made b y the supplier in accordance
with the terms specified by the purchaser in its schedule of requirements and special
conditions of contracts, and the telephone bills shall remain at the risk of the supplier until
delivery has been completed. The delivery of the bills shall be to the ultimate consignee as
decided b y the Zonal GM/GMTDs of SSA from time to time. The delivery of the telephone bills
and documents shall be completed within 48 hours from the date of receipt of data in email in
each SSA. If the delivery period of 48 hours falls out of office hours of that day, the delivery is
st
permitted at the 1 hour of opening of the office without any penalty. The bills are to be
delivered to the Concerned AO (TR) of the SSA at the cost of printer duly packed and sorted as
per delivery zone wise if necessary. Otherwise the penalties as specified at clause 11 will be
applicable.

7. PAYMENT TERMS
(a) 100% payment will be made on contractors pre receipted bills on delivery of telephone
bills to the respective SSAs without error/ without any delays. The bills in duplicate pre
receipted along with details of services rendered shall be preferred to the officer to
be nominated by the Zonal GM/GMTDs of SSAs. The payments will be made by the
respective Zonal GM/GMTDs as per the terms and conditions of the Tender.
(b) Income tax and surcharge on IT as p e r the rates a p p l i c a b l e and also the work
contract tax as applicable shall be recovered at source from the claims of all items
mentioned in the price schedule.

8. PRICES
(i) (a) Prices charged b y t h e s u p p l i e r for g o o d s delivered and s e r v i c e s
performed under the contract shall not be higher than the prices quoted by the Supplier in
his Bid.
(b) In the case of revision of Statutory L e v i e s / Taxes during the finalization period of
tender, the Purchaser reserves the right to ask for reduction in the prices.
(ii) (a) Prices o n c e fixed will remain valid during the schedule delivery p er i od . Increase and
decrease of Taxes and other statutory duties will not affect the price during this period.
(b) Any increase in taxes and other statutory duties / levies after agr eem ent and
plac em ent of P .O . shall be to the purchaser account. However benefit of any decrease in
these taxes / duties shall be passed on to the Purchaser by the supplier.

9. CHANGES IN PURCHASE ORDERS


The purchaser may, at any time, by a written order given to a supplier, make changes within
the general scope of the contract in any one or more of the following:

(a) Drawings, designs or specifications, where Goods to be supplied under the contract are
to be specifically manufactured for the Purchaser;
(b) The method of transportation or packing;
(c) The place of delivery to the AO(TR) of concerned SSAs.
(d) The services to be provided by the supplier.

If any such change should not cause the time required for the execution of the contract.

Page 23 of 74
10. SUBCONTRACTS
The Supplier shall notify the Purchaser 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 supplier from any liability or obligation under the Contract.

11. PENALTY/LIQUIDATEDDAMAGES
In the event of failure to complete the print job including other post printing operations, if any,
within the print window timings prescribed(48 hours), the bidder shall be liable to pay the
penalty as follows and such amount of penalty will be deducted from any amount due from BSNL
or en-cashed from security deposit/performance guarantee.

Sl. Delay in completion of job Penalty


1. Upto one day(24 hours or part thereof)beyond 2% of claimed amount of
the stipulated print window timings of 48 hour concerned SSA subject to
minimum of Rs.500/- per day
2. For every day delay beyond print window 5% of claimed amount of
timings + 24 hours or part thereof concerned SSA subject to
minimum of Rs.1000/- per day

The number of hours/days delay in penalty clause shall be counted up to t h e time


of t h e job is r e c e i v e d and the job completion report is signed b y the
consignee of the job. The c om pl e t e d j o b shall b e accepted o n l y b e t w e e n
1 0 . 0 0 h r s and 17.30 h r s on all working days including holidays. If the
delivery period of 48 hours, as the case may be, falls out of office hours of that
st
day, the delivery is permitted at the 1 hour of opening of office without any
penalty.

Note: The quantum of penalty/liquidated damages assessed and levied by the purchaser shall
be final and not challenge-able by the supplier. However the CGM, BSNL, M.P. TELECOM
CIRCLE, BHOPAL/ Zonal GMs/GMTDs of SSA reserves the right to waive the penalty or
reduce it at his discretion, depending up on the merits of reasons for such delay. This
waival clause shall not be invoked, as a matter of routine.

12. Failure of machinery


(a) In the event of machinery failure the bidder shall make alternate arrangement at his
own cost and ensure that the schedules are not getting effected by not more than
one day beyond the stipulated print window timings. BSNL shall not bear such
expenses i n c u r r e d by the contractor in all such eventualities.

(b) In the event of the contractor being not able to extend the service even after expiry of
one day beyond print window timings for any reason or other, a liquidated damage
equal to the amount spent by the Zonal GM/GMTDs, to get the work done through other
sources is payable by the contractor to the Zonal GM/GMTDs in addition to the penalty
leviable under penalty clause above.

(c) The SSA reserves the right to get the bills printed through other source whene ver
delayed printing warrants which cannot be challenged by the vendor.

Page 24 of 74
13 DEFECTS:

The Contractor shall indemnify CGMT, BHOPAL, BSNL MP Circle, Bhopal and keep CGMT,
BHOPAL harmless and indemnified from any quarter what so ever against any losses,
damages, and other losses that the CGM, BSNL, M.P. TELECOM CIRCLE, BHOPAL may be put
in to incur by reasons of any error or defect in execution of the work under this agreement,
caused to life, property, services, installations etc. Such indemnity shall also extend to the
case where the terms of work may not have been rejected owing to the urgency or otherwise.
In the event of any discovery of error or defect due to the fault of contractor or deficiency
in quality at any time during / after printing and supply of telephone bills, the contractor
shall be bound, if called up on to do so, to rectify such error or defect at his own cost and
reprint the bills to the satisfaction of Zonal GMs/GMTDs of SSA and within the time fixed by
the nominated officer of the respective Z o n a l GMs/GMTDs of SSA The decision of
C G MT ,B S NL M P C ir c le, B h op al in the matter shall be final and binding. However if the
error / defect is found to be of respective SSA, the contractor shall be bound to reprint and
supply such bills at the same approved rates or reduced rates and mutual agreed terms.

14 APPLICABILITY OF LAWS

The agreement shall be governed by the Indian laws for the time being in force and the court
at Bhopal will have jurisdiction to entertain any dispute(s) or clause(s) arising out of such
dispute(s).

15 BACKUP ARRANGEMENT

The contractor shall be responsible for making necessary and appropriate level stand by
alternate arrangement to the extent required from time to time as per the load of the work
so as to complete the work within specified hours to avoid any delay in case of any
failure of the equipment or any part or component thereof.

16. FORCE MAJEURE

The performance under this agreement shall be subject to force majeure situations
and circumstances, which are beyond the reasonable control of the contractor and
BSNL. The decision of CGM, BSNL, M.P. TELECOM CIRCLE, BHOPAL, whether or not there is
any such situation shall be final and conclusive. If, at 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 reasons of any war or hostility, acts
of the public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics,
quarantine restrictions, strikes, lockouts or act of God (herein after referred to as
events) provided notice of happenings of any such eventuality is given by either party to
the other within 21 days from the date of occurrence thereof, neither party shall by
reason of such event be entitled to terminate this contract nor shall either party have
any such claim for damages against the other in respect of such non- performance or
delay in performance, and services 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
Purchaser as to whether the services have been so resumed or not shall be final
and conclusive provided further that if the performance in whole or part of any obligation
under this contract is prevented or delayed by reasons of any such event for a
period exceeding 60 days, either party may, at its option, terminate the contract.

Provided, also that if the contract is terminated under this clause, the Purchaser shall be at
liberty to take over from the contractor at a price to be fixed by the purchaser, which shall be

Page 25 of 74
final, all unused, undamaged and acceptable materials, bought out components and stores in
course of manufacturers in possession of the contractor at the time of such termination
of such portion thereof as the purchaser may deem fit ,excepting such materials, bought
out components and stores as the contracts may with the concurrence of the
purchaser .

17. TERMINATION FOR DEFAULT

The Purchaser may, without prejudice to any other remedy for breach of contract, by written
notice of default, sent to the contractor ,terminate this contract in whole or in part
a) I f the contractor fails to perform any other obligation(s) under the contract;
And
b) I f the supplier, in either of the above circumstances, does not remedy his failure
within a period of 15 days (or such longer period as the Purchaser may
authorize in writing) after receipt of the default notice from the purchaser.
c) In the event of CGM, BSNL, M.P. TELECOM CIRCLE, BHOPAL, terminates the contract in
whole or in part, the CGM, BSNL, M.P. TELECOM CIRCLE, BHOPAL may procure, upon such
terms and in such manner, as it deems appropriate, bills similar to those undelivered
and the contractor shall be liable to the CGM, BSNL, M.P. TELECOM CIRCLE, BHOPAL, for
any excess.
d) Cost for such similar bills. However, the contractor shall continue performance of the
contract to the extent not terminated.
18. TERMINATION FOR INSOLVENCY

The Purchaser may at any time terminate t h e Contract by giving written notice to the
contractor, without compensation to the contractor. If the contractor becomes bankrupt, or
otherwise insolvent as declared by the competent court provided that, such termination
will not prejudice or affect any right of action or remedy, which has accrued or will accrue
thereafter to the CGM, BSNL, M.P. TELECOM CIRCLE, BHOPAL.

19. ARBITRATION

In the event of any question, dispute or difference arising under this agreement or in
connection there-with (except as to the matters, the decision to which is specifically
provided under this agreement),the same shall be referred to the sole arbitration of the
CGM, BSNL, M.P. TELECOM CIRCLE, BHOPAL or incase his designation is changed or his
office is abolished, then in such cases to the sole arbitration of the officer for the time
being entrusted (whether in addition of his own duties or otherwise) with the functions of
the CGM, BSNL, M.P. TELECOM CIRCLE, BHOPAL or by whatever designation such an officer
may be called (here in after referred to as the said officer), and if the CGMT, BHOPAL or the
said officer is unable or unwilling to act as such, then to the sole arbitration of some other
person appointed by the CGM, BSNL, M.P. TELECOM CIRCLE, BHOPAL 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 on the ground
that the arbitrator Is a Government Servant or that he has to deal with the matter to which
the agreement relates or that in the course of his duties as a Government Servant he has
expressed his views on all or any of the matters in dispute. The award of the arbitrator
shall be final and binding on both the parties to the agreement. In the event of such an
arbitrator to whom the matter is originally referred, being transferred or vacating his office
or being unable to act for any reason what so ever, the CGM, BSNL, M.P. TELECOM CIRCLE,
B h o p a l or the said officer shall appoint another person to act as an arbitrator in
accordance with terms of the agreement and the person so appointed shall be
entitled to proceed from the stage at which it was left out by his predecessors.
Page 26 of 74
The arbitrator may from time to time with the consent of both the parties enlarge the time
frame for making and publishing the award. Subject to the aforesaid, Arbitration and
Conciliation Act, 1996 and the rules made there under, any modification thereof for the time
being in force shall be deemed to apply to the arbitration proceeding under this clause.

The venue of the arbitration proceeding shall be the office of the CGMT, BSNL ,MP Circle
Bhopal or such other places as the arbitrator may decide.

20. SETOFF

Any sum of money due and payable to the supplier (including security deposit refundable to
him) under this contract may be appropriated by the purchaser or the BSNL or any other
person(s) contracting through the BSNL and set off the same against any claim of the
Purchaser or BSNL or such other person or person(s) for payment of a sum of money
arising out of this contract or under any other contract made by the supplier with the
Purchaser or BSNL or such other person(s) contracting through the BSNL.
21. The bidders, who are given Purchase Orders, must give the details of the supplies made
against all the Purchase Orders every month on the first working day of the following month to
nominated officer of the concerned ZONAL GMs/GMTDs of SSA .

Page 27 of 74
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 and Section III. .

2. (i) The bank guarantee for bid security as prescribed in clauses-12(1) & 12(2) of section II &
Section IIA clause 6 shall be submitted along with the technical bid. The bank guarantee so
submitted shall be as per the format given in Section VIII 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.

(ii) In case where the document of bid security is not submitted in the manner prescribed in
the – tender module, containing the commercial, technical and financial offers SHALL NOT
BE ACCEPTED AND THE BID SHALL BE REJECTED.

3. The date fixed for opening of the bids is, if subsequently declared as holiday as
government of India, the revised schedule will be notified. However, in absence of such
notification, the bids will be opened on next working day, time venue remaining unaltered.

4. The supply will be accepted only after quality assurance tests are carried out by the
nominated officer of the ZONAL GMs/GMTDs of SSA as per prescribed schedule, if required.

5. CGM, BSNL, M.P. TELECOM CIRCLE, BHOPAL reserves the right to increase or decrease the
number of bidders and the volume of printing to be assigned.

6. A. The bidder should have an experience of executing one lakh telephone bill printing per year in
one financial year (for 2015-16, 2016-17 and 2017-18) or similar work executed of the 40% of
estimated cost of respective print zone during last three years (2015-16, 2016-17 and 2017-18).
B . DD / Banker’s cheque of an amount of Rs.2360/- only (Rupees Two thousand Three
hundred Sixty only) towards tender fee should also be enclosed.

7. The rates for telephone/GSM bill printing including 75 GSM quality paper with
multicolour/ Back&White advertisements and printing of variable data as per the
specifications mentioned in the tender should be quoted in the quotation attached to the
tender form duly signed by the tenderer or his authorized agent who will attach a letter
authorizing him to submit the tender.

8. Any attempt or negotiation director in direct on the part of the tenderer with the authority to
whom he has submitted the tender or with the authority who is competent of in all accept the
tender or to influence by any means will attract the rejection of the tender.

9. The rates quoted with any provisional clause or rider will be liable for rejection of the tender.

10. CGM, BSNL, M.P. TELECOM CIRCLE, BHOPAL may reject any or all of the tenders without
assigning any reasons and the decision of the CGM, BSNL, M.P. TELECOM CIRCLE, BHOPAL, shall
be final and binding. The CGMT, BHOPAL, Telecom District, also reserves the right for "Short
Closure of Tender ", if necessary, without assigning any reasons and the decision of the CGM,
BSNL, M.P. TELECOM CIRCLE, BHOPAL shall be final and binding in this regard.

11. The successful tenderer should pay 5% of the Contractual Value towards the security

Page 28 of 74
deposit either in the form of bank guarantee fr om n at io nal ize d/ S che d uled B an k
valid for a period of two and half year (2½ year) within 14(Fourteen) days from the
date of directing him to pay the security deposit. The security deposit will not earn any
interest and will be refunded only after successful completion of the contract period.
Failure on the part of the successful tenderer to pay the security deposit within the
prescribed time will attract forfeiture of the EMD (Bid security)

12. Any sum due or becomes due by the department can be adjusted against the security
deposit.

13. Failure on the part of the approved tenderers hereinafter called the contractors to carry out
work as per the specifications/terms and conditions of the contract will attract the forfeiture of
the security deposit.

14. The variable data will be given in suitable format preferably in post script formation e-mail by
the Designated Accounts Officer from Zone/SSAs. The variable data includes details like
Customer's Name, address, Account Summary, Summary of Charges, Account level
details, call details, Counterfoil with Bar Codes etc. This variable data has to be printed on
plain 75 GSM quality A4 size paper. The plain paper stationery shall have multi-colour/
Black&White advertisements, information/instructions in colour/ Black&White to the
Customers; issued by designated Nodal Officers of Marketing Sections of Landline
Telephones, CGM, BSNL, M.P. TELECOM CIRCLE, BHOPAL, or ZONAL GMs/GMTDs of SSA. The
contractor is responsible for making necessary changes to the software needed to
accommodate any changes to the variable data, layout design etc. in future.
15. Bill No & amount payable should be printed in the bar code also. The variable data
supplied in Post Script format includes these details.

16. Bill printing should be in advanced laser printing solutions.

17. In respect of all SSAs, first page (reverse) of bill is of 75 GSM A4 size p l a i n paper with
multicolour/ Black&White advertisements, instructions/ information to customers in colour/
Black&White and sufficient space to print subscribers name and address only. The obverse side of
the first sheet (2nd Page) has to accommodate the preformatted information/ advertisement and
third page has the details of tariff charges, discounts, adjustments etc. in addition to
advertisements. The bills are proposed to be delivered duly closed in envelope optionally
as and when decided by the CGM, BSNL, M.P. TELECOM CIRCLE, BHOPAL. Printing of
name and address on reverse side is not required.

18. (a) Printed telephone bills should be handed over to the concerned AO(TR) / the nominated
officer of the SSA within 48 (Forty Eight) hours from the date and time of receipt of the data in e-
mail, by the contractor at his cost duly packed and sorted as per delivery zone-wise. The delivery of
bills may be made with reference to clause-6 and 11 of Section-III.

(b) The contractor should ensure to enclose with the bills any leaflets, newsletters etc.,
given by Zonal GMs/GMTDs of the SSAs or respective SSA at free of cost before handing over
the bills to the concerned A.O.(TR) / nominated officer, as and when required by BSNL.

19. Penalties: Failure to deliver the printed telephone bills within the stipulated period w i l
l att ract penalty as stated at clause 11 of Section III mentioned under
general(Commercial) conditions of the contract.

20. The contractor should ensure that there are no omissions or errors in printing the data on the
bill. If the omissions or errors are found the contractor will reprint the bills and supply at his
own cost. The printed bill should not contain any unnecessary and irrelevant information.

Page 29 of 74
21. The contractor should return the e - m a i l immediately after printing the telephone bills and
he should not part with any data with anybody without the prior permission of the department
and he should maintain strict secrecy. The contractor should not alter or delete the data
supplied for printing.

22. The scope of the tender is to provide print and post print operations service for
Bhopal,Indore and Jabalpur Print Zone for printing of telephone bills and details of Land line
phones on continuous basis for a period of two years. The period of agreement can be
extended beyond two years upto a maximum period of o ne year in two spells of six months
each by C h i e f General Manager Telecom, BSNL MP Circle, Bhopal, on the same terms and
conditions with mutual agreement.

23. The printing logos, bar codes, signatures and Indian language scripts viz., Hindi should be
possible along with English.

24. There should be flexibility in design of layout of the bill.

25. Approximately following number of bills are to be printed per month in three Print Zone:

Sno Name of Print Zone Number of bills


1. Bhopal 1,61,000
2. Indore 1,49,062
3. Jabalpur 84,687

above bills consists of Land line, GSM, Leased Circuits, WIMAX and PCO etc. In case
fortnightly/monthly is introduced by BSNL Headquarters at any time in future the quantum of billing
is likely to be increased for which the printers should be able to meet the requirement. Security
deposit also will be raised accordingly.

26. Deleted

27. The contractor shall be capable of handling increased print load without affecting the print
delivery timings.

28. The contractor shall provide fool-proof and transparent arrangement in the system to ensure
that all the data supplied by the AO (TR) of SSAs is printed. The counter for the number of print
images created by the system is also software/ system controlled and counter initialization
should not be possible by the contractor operator without the prior approval of the nominated
officer of concerned print zone M.P. This point is of utmost importance since the payment to the
contractors monthly claims for the services rendered to SSAs in concerned zone based on the
readings in the counter and fool proof and transparent arrangement shall be made by the
contractor to the full satisfaction of AO(TR)/Nominated Officer of the SSAs in concerned print
zone. The contractor is also responsible for making necessary changes to the software
needed to accommodate any changes to the print image format as and when concerned
print zone puts forth such demand free of cost.

29. The contract can be terminated by CGM, BSNL, M.P. TELECOM CIRCLE, BHOPAL by serving a
notice of 2(Two) months. The contract can also be terminated by the contractor by serving a

Page 30 of 74
notice of 6 (Six) months in writing on CGM, BSNL, M.P. TELECOM CIRCLE, BHOPAL.

30. The contractor shall maintain full confidentiality of the data supplied for creating print
images. Under no circumstances the contractor shall divulge /reveal / share such data for the
purpose other than for creating print images for concerned print Zone in MP. Any violation of
this confidentiality clause may result in instant termination of the contract and the contractor
shall pay liquidated damages of Rs. 1,00,000/- (One lakh) to CGM, BSNL, M.P. TELECOM
CIRCLE, BHOPAL may reserves the right to black list the contractor on all India basis.

31. Successful contractor shall also be under obligation to extend similar services to M.P. Telecom.
At the same agreed rate for any other adhoc/ non - cyclic requirements of M.P. Telecom on
priority basis, as and when such requirements arise and such request is made by CGM, BSNL,
M.P. TELECOM CIRCLE, BHOPAL to the contractor. The print-image/page- Layout will be
developed by the contractor free of cost.
32. Deleted
33. The contractor shall arrange to submit its claims on monthly basis. The bills in triplicate
pre-receipted shall be preferred by the contractor to the Z o n a l G M s / G M T D s o f
S S A s by 5th of every month duly certified by the concerned SSA/Zone for the services
rendered in the preceding calendar month.

34. The contractor shall start rendering service to Bhopal, Indore and Gwalior Print Zone
within 10 days from the date on which the PO/Work order is issued. Failure to commence
operation within that date will result in forfeiture of the security deposit.
35. The CGMT, BHOPAL reserves the right counter offer price against the price quoted by any
bidder.

36. Any clarification issued by CGM, BSNL, M.P. TELECOM CIRCLE, BHOPAL in response to query
raised by prospective bidders shall form an integral part of bid documents and it may
amount to amendment of relevant clauses of the bid documents.

37. Vendors shall write “complied” against each item and clause in the compliance statement.
Any other word like noted, agreed, understood etc., would be treated as not complied.

38. The CGMT, Bhopal reserves the right to release commercial advertisements in the free
space left at appropriate position of each customer’s bill details/ special messages
without effecting the overall number of pages for a particular customer. For this the
contractor s h a l l provide the facility to scan / edit / reduce/enlarge the advertisement
material suitably and readjust print format layout to suitably insert the commercial
advertisement at appropriate slot, in consultation with Marketing cell of Zonal GMs/GMTDs
of SSAs & CGM, BSNL, M.P. TELECOM CIRCLE, BHOPAL, at short notice for every billing cycle
and such changes are required to be done free of cost. This provision shall also apply to
the free printing of commercial advertisements if required in the allotted space on the bills.

39 The Contractor shall print and attach leaflets required in the size of 1/8th or A4 size in Black &
White or in multi-colour/ Black&white for one side/both sides as and when requested by
Marketing Section.

40(a) The contractor shall also be under obligation to extend similar services other than billing to CGM,
BSNL, M.P. TELECOM CIRCLE, BHOPAL at agreed rate for any other adhoc / non-cyclic requirements
like printing of brochures, leaflets and other marketing advertisements etc., at 10days notice,
as and when such requirements arise and such request is made by CGMT, BHOPAL, or Z o n a l
G M s / GMTDs of concerned SSA in Bhopal, Indore & Jabalpur Print Zone.

Page 31 of 74
40(b) The contractor shall have no objection to carry out the work of printing /post printing under the
supervision of the staff of CG MT, BHOPAL, or Z o n a l G M s / GMTDs of concerned SSA in
concerned print zone if required.

41. Deleted

42. Letter of intent shall be issued to successful bidders after evaluation of the tender. The
firm order will be issued after successful bidder deposits security deposit within the
stipulated period and also on submission of the requisite agreement. The contractor shall
start rendering service to concerned print zone in M.P. Circle within 10 d a y s from t h e r e
c e i p t o f PO/Work order.

43. Payment Method After successful printing and delivery of bills with the quality and quantity verified
by the nodal officer of SSA/Zone designated for the purpose, the Contractor may raise bills
with the rates agreed.

44. Deleted

Page 32 of 74
SECTION V
S CH E D UL E O F R EQ UI R EM E NT S

On behalf of the CGMT B.S.N.L, Bhopal Telecom Circle, Bhopal, e – tenders are invited for printing of
Telephone bills of Landline as well as mobile customers for Bhopal, Indore and Jabalpur print zone
for a period of two years (extendable up to one year). The Telephone/mobile bill printing includes
supply of 75 GSM A4 size paper with multi-color/Black&White advertisements,
information/instructions in color/Black&White to Customers and printing of variable data like
Customer's Name, address, Account Summary, Summary of Charges ,Account level details,
Counter foil with Bar Codes etc.

The telephone billing quantities (bills / images) in respect of each SSA are shown below is
approximate and are likely to vary every month.

S.No. SSAs Total Bill images Additional Sheets


BHOPAL ZONE
1 BETUL 5914 5914
2 BHOPAL 72683 72683
3 CHHATARPUR 5941 5941
4 CHHINDWARA 8475 8475
5 DAMOH 3170 3170
6 GUNA 5824 5824
7 GWALIOR 25715 25715
8 HOSHANGABAD 7906 7906
9 MORENA 4296 4296
10 RAISEN 1547 1547
11 BIORA 2024 2024
12 SAGAR 10740 10740
13 SHIVPURI 1873 1873
14 VIDISHA 4888 4888
Total 160996 160996
INDORE ZONE
1 DEWAS 5914 5914
2 DHAR 72683 72683
3 INDORE 5941 5941
4 JHABUA 8475 8475
5 KHANDWA 3170 3170
6 KHARGONE 8511 8511
7 MANDSAUR 12779 12779
8 RATLAM 10538 10538
9 SHAJAPUR 4287 4287
10 UJJAIN 20102 20102
Total 149064 149064

Page 33 of 74
JABALPUR ZONE
1 BALAGHAT 4970 4970
2 JABALPUR 40454 40454
3 MANDLA 2933 2933
4 NARSINGHPUR 5850 5850
5 PANNA 1679 1679
6 REWA 3632 3632
7 SATNA 6337 6337
8 SEONI 4463 4463
9 SHAHDOL 6870 6870
10 SIDHI 7495 7495
Total 84683 84683
G.TOTAL 394743 394743

Approximately following number of bills are to be printed per month in three Print Zone:

Sno Name of Print Zone Number of bills


1. Bhopal 1,61,000
2. Indore 1,49,062
3. Jabalpur 84,687

The process of printing shall be the kind that supports post script formatted variable data
and variable font size and shall be of high speed laser printing technology based. The printer
resolution has to be minimum of 600 x 600 dpi.

1. Printer speed should be sufficiently compatible and of appropriate capability to cope up


with the present and future load of work of print impressions in a fixed time frame of 24Hrs
continuously.

2. The paper quality of stationary used for printing shall be not less than 75 GSM high quality
of A4 size shall bear distinct perforations at appropriate place of detaching the counter
foil at the time of payment at cash counters. The perforations will be required only on the
main bill.
3. The printing technology shall be of capability for support of advanced print languages. There
should be flexibility in the print layout to include optional message or advertisement either
selectively or for all bills of cycle. The CGM, BSNL, M.P. TELECOM CIRCLE, BHOPAL
reserves the right to accommodate commercial advertisement as well.

4. Printing logos, bar codes, signatures and Indian languages scripts etc., should be p o s s i b l e .
The printer resolution for this purpose shall be m i n i m u m 600x600 dpi. The highlighting
feature shall be dynamic.

5. Deleted.

Page 34 of 74
7. There should be flexibility in print layout to include optional messages either selectively or
for all bills of a cycle.
8. Omitted
9. The bidder shall be bound to make proper packing / bundling arrangements etc., as required by the
respective SSA before handing over the bills to them.

10. Printer criteria: The printer should

a) Have ability to support pre/post processing equipment


b) Have auto paper loading
c) Be supporting “Devanagari Script” (Hindi / English) with same speed.
d) Automatically print jammed pages without any loss of information.
e) Supportstheflexibilityinfontincrease/decreasewhenlinkedtodatabase.
f) Should be able to work with the servers and also in stand- alone mode by collecting the data
through electronic media like e-mail.
g) Be flexible to adjust to change in the bill format
h) Be easily interface able with current billing software of CDR /Mobile Billing System.
i) The printer should be capable of printing the barcodes.

Page 35 of 74
SECTION-VI
TECHNICALSPECIFICATIONS
SPECIFICATIONS FOR PRINTING OF TELEPHONE BILLS
Sl. Item Information(to be filled by
No the bid
1 Printer make & model
2 Printer Technology(Laser)
3 Print field resolution in dpi(Dots in per Sq.
inch) Minimum 600X600dpi
4 Maximum printings peed for A4cutsheetperminute.

5 Operating mode (duplex and simplex printing)


6 Printer language supported by the system
7 Whether printing system is capable of printing
BARCODE, Signature, Bill Number and Hindi and English scripts.

8 Whether printing system can print logo, graphics


and photographs in shades of gray
Or any other color/multi-color on line.

9 a) Whether printing system is flexible to change print layout


(bill format &basic template) or to give optional
messages selectively, in the bill
b) Specify the minimum time required to incorporate changes
in
the bill format /basic template in the bill.(Should be less than
10 10
Method used for post printing
operation (manual/automated)
11 Elaborate the post–printing set up
a)Type/make of equipment (if
automated) b)Manpower(if manual)
c) Throughput capacity in terms of No. of finished envelopes
per hour
12 Printing paper make and GSM
(Minimum 75GSM) (attach sample)
13 Attach sample of Bill format as per the model supplied.

14 Supply of window envelope of size 4.5”X 9 . 5 ” with 70


GSM
Paper with BSNL logo printed on it. Printing of dynamic
messages/advertisements on the back side of envelope in
single color duly pasted by using chemical based gum.

NOTE: Model Bill Format and other relevant det a il s about printing c r i t e r i a a n d p r i n t e r m a k e &
m o d e l are e closed (which is not exhaustive).

Page 36 of 74
SECTION-VII
PART-I
BIDFORM

To From,
Asst. General Manager(NPD-IV) CFA, ……………………………………….
Bharat Sanchar Nigam Limited, ……………………………………….
O/o C.G.M. Telecom. ……………………………………….
BSNL Bhawan, BHOPAL-460 027
<complete address of the Bidder>

Bidder’s Reference No:……………....………………… …Dated…………………….


Ref: Your Tender Enquiry
.

Dear Sir,

1. Having examined the conditions of contract and specifications including


addenda Nos......................the receipt of which is hereby duly
acknowledged, we, undersigned, offer to supply and deliver Telephone Print Services in
conformity with the said drawings, conditions of contract and specifications for the sum
shown in the schedule of prices attached herewith and made part of this Bid.
2. We undertake, if our Bid is accepted, to commence deliveries within stipulated time to
complete delivery of all the items specified in the contract within stipulated time
from the date of issue of your advance purchase order(APO)
3. If our Bid is accepted, we will obtain the performance guarantee Nationalized or
Scheduled Bank for a sum @5% of the contract value for the due performance of the contract as
per Tender clauses.
4. We agree to abide by this Bid for a period of 180 days from the date fixed for Bid opening and it
shall remain binding upon us and may be accepted at any time before the expiration of that
period.
5. Until a formal Purchase 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 with the personal seal of the bidder 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 ........................2019

Name and Signature -----------------------In the


capacity of----------------------
Duly authorized to sign the bid for and on
behalf of..............................................

witness.........................................Ad
dress...................................... Signatures:__ _
__ __ _ _

Page 37 of 74
Bidder’s profile & Questionnaire.
Tenderer / Bidder’s Profile & Questionnaire
(To be filled in and submitted by the bidder)

Passport size Photo


of authorized
signatory
A) Tenderer’s Profile

1. Name of the Individual/ Firm:


………………………………………………………………….
Existing Vendor Code . (As SAP) in MP Telecom Circle
(If Avl.)

2. Present Correspondence Address …………………………..……………………………...


…………..………………………………………………………………………………………
……………..……………………………………………………………………………………….
1 NAME OF COMPANY
2 Mobile No
3 Fax No
4 E mail Id

3. Address of place of Works/ Manufacture………………………………………………...


………………………………………………………………………………………………
………………………………………………………………………………………………
Telephone No. ..……………………….. Mobile No……………………………………..

4. State the Type of Firm:


S. No (Tick the correct choice):
1 Sole proprietorship
2 partnership firm
3 Private limited company.

5. Name of the sole proprietor/ partners/ Director(s) of Pvt. Ltd Co.:


S. No. Name Father’s Name Designation DIN No. Mobile
NO
1.

2.

3.

4.

5.

Page 38 of 74
6. Name of the person authorized to enter into and execute contract/ agreement and the capacity in
which he is authorized (in case of partnership/ private Ltd company):
Name :……………………………………………………………………………………Mobile No
………………………..………………………………………………………
E Mail Id: …………………..@ ………………….
7. Permanent Account No. :
8. Details of the Bidder’s Bank
for effecting e-payments:
(a) Beneficiary Bank Name:………………………………

(b) Beneficiary branch Name:…………………………….

(c) IFSC code of beneficiary Branch……………………..

(d) Beneficiary account No.:……………………………….

(e) Branch Serial No. (MICR No.):………………………...

9. Whether the firm has Office/ works (i.e. manufacture of the tendered item) in Bhopal ? If so state
its Address
……………………………………………………………………………………………

Mobile No ……………………………E Mail Id ………………………………………


10. GSTIN Registration Number(s) of all units/business place of the bidders vide which he
intends to execute the contract . If awarded:
GSTIN 1 …………………………………………………………..
GSTIN 2 …………………………………………………………...
GSTIN 3 ………………………………………………………….and so on .

B) Questionnaire
1. Do you think any other detail/ material is required to complete the work specified in the
specification? Yes/ No.
1.1 If Yes, Give details
………………………………………………………………………………………
2. Do you think any other item of work need be included in tender form to complete the work
specified in the specification? Yes/ No.
2.1 If Yes, Give details
………………………………………………………………………………………

3. Suggestion for improvement of the tender document.


……………………………………………………………………………………….
……………………………………………………………………………………….
Place………………….
Signature of contractor ………………………
Date …………………. Name of Contractor ………………………

Page 39 of 74
SECTION VII
PART – II
SCHEDULE A

PRICE BID FOR PRINTING OF TELEPHONE BILLS & DELIVERY AT THERESPECTIVE SSAs of Bhopal
PRINT ZONE*

Please Refer to the Specifications and Rea d the Tender Conditions carefully before filling up this form.
Sl.No. Item No. Quoted rate per impression inclusive of all taxes and levies excluding GST
and delivery at the respective SSA including, printing and stuffing

In words In figures
1(a) Cost of laser printing A4 page
(both sides) on paper of 75
GSM with resolution of 600 x
600 dpi.

Rates for Multicolour printing -

Rates for Black & white printing -


1(b) Per page cost of printing
additional sheet of A4 size
(Single side) on 70 GSM white
paper with resolution 600 x 600
dpi.

Rates for MultiColour printing -

Rates for Black & white printing -

1(c) Cost of folding & stapling


(without envelope) and bills
handed over to concern AO
(TR).

1(d) Staffing into window envelope


(size 4.5”x9.5”) per bill
including envelope of 70 GSM
with gelatin window and bill
handing over to concern AO
(TR). { If required }

Type of taxes included in the above quoted rate and it % is mentioned as below:-

I have gone through the terms and conditions and enclosed a bank guarantee towards the bid
security (EMD) and I am quoting the rates for the items which shall be valid for 180 days from the
date of opening of the tender for evaluation.

Page 40 of 74
SECTION VII
PART – II
SCHEDULE B

PRICE BID FOR PRINTING OF TELEPHONE BILLS & DELIVERY AT THERESPECTIVE SSAs of Indore
PRINT ZONE*

Please Refer to the Specifications and Rea d the Tender Conditions carefully before filling up this form.
Sl.No. Item No. Quoted rate per impression inclusive of all taxes and levies excluding GST
and delivery at the respective SSA including, printing and stuffing

In words In figures
1(a) Cost of laser printing A4 page
(both sides) on paper of 75
GSM with resolution of 600 x
600 dpi.

Rates for Multicolour printing -

Rates for Black & white printing -


1(b) Per page cost of printing
additional sheet of A4 size
(Single side) on 70 GSM white
paper with resolution 600 x 600
dpi.

Rates for MultiColour printing -

Rates for Black & white printing -

1(c) Cost of folding & stapling


(without envelope) and bills
handed over to concern AO
(TR).

1(d) Staffing into window envelope


(size 4.5”x9.5”) per bill
including envelope of 70 GSM
with gelatin window and bill
handing over to concern AO
(TR). { If required }

Type of taxes included in the above quoted rate and it % is mentioned as below:-

I have gone through the terms and conditions and enclosed a bank guarantee towards the bid
security (EMD) and I am quoting the rates for the items which shall be valid for 180 days from the
date of opening of the tender for evaluation.

Page 41 of 74
SECTION VII
PART – II
SCHEDULE C

PRICE BID FOR PRINTING OF TELEPHONE BILLS & DELIVERY AT THERESPECTIVE SSAs of Jabalpur
PRINT ZONE*

Please Refer to the Specifications and Rea d the Tender Conditions carefully before filling up this form.
Sl.No. Item No. Quoted rate per impression inclusive of all taxes and levies excluding GST
and delivery at the respective SSA including, printing and stuffing

In words In figures
1(a) Cost of laser printing A4 page
(both sides) on paper of 75
GSM with resolution of 600 x
600 dpi.

Rates for Multicolour printing -

Rates for Black & white printing -


1(b) Per page cost of printing
additional sheet of A4 size
(Single side) on 70 GSM white
paper resolution 600 x 600 dpi.

Rates for MultiColour printing -

Rates for Black & white printing -

1(c) Cost of folding & stapling


(without envelope) and bills
handed over to concern AO
(TR).

1(d) Staffing into window envelope


(size 4.5”x9.5”) per bill
including envelope of 70 GSM
with gelatin window and bill
handing over to concern AO
(TR). { If required }

Type of taxes included in the above quoted rate and it % is mentioned as below:-

I have gone through the terms and conditions and enclosed a bank guarantee towards the bid
security (EMD) and I am quoting the rates for the items which shall be valid for 180 days from the
date of opening of the tender for evaluation.

Page 42 of 74
NOTE

1. The tender evaluation will be based on printing operations only including the
stationery cost.

2. Tender will be evaluated on the basis of overall quote of items 1(a), 1(b), 1(c).

3. For Item Nos.1 (a), 1(b), 1(c) & 1(d) the rate quoted will be per impression only.

4. Omitted.

5(a). The bidder should make the arrangement for provision of window in such a way that the
address of the customer should be clearly visible after closure.

5(b). Sending of telephone bills of Bhopal, Indore and Jabalpur Print Zone in window envelope is
the discretion power of Zonal GMs/GMTDs This will be required as and when it is decided
by the Zonal GMs/GMTDs. Prior notice of 15 days will be given to the tenderer to procure the
window envelopes.

6. The variable print data of CFA/CM is not editable and shall be in Post script format.

7. Over all quote of bid will be calculated as specified below.

Tender evaluation is based on effective rate quoted (ER) calculated using quotes from 1(a) to 1(c) as shown
below.
ER=1(a)X …………+1(b)X…………..+1(c)X ……………..

Page 43 of 74
SECTION-VIII
BID SECURITY FORM

Where as..................................(hereinafter called“ the Bidder”) has submitted its bid


dated............for the supply of TELEPHONEBILLPRINTING SOLUTION TO CGMT, BSNL MP
Circle, Bhopal vide Tender No.___________________________know all men by these presents that WE
....................... OF....................having our registered office at.................(herein after called “the Bank”)are
bound unto THE Chief GENERAL MANAGER M P TELECOM Circle ,BHOPAL(herein after called“ the
Purchaser”) in the sum of-------------for which payment will and truly to be
Made o f the said Purchaser, the Bank binds itself, its successors and as signs by these
present.

THE CONDITIONS of the obligation are:

1. If the Bidder withdraws his bid during the period of bid validity specified by the
Bidder on the Bid form or

2. If the Bidder, having been notified of the acceptance of his 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 the Performance Security, in accordance with the instructions to Bidders.

We undertake to pay to the Purchaser up to the above amount upon receipt to fits 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
owning to the occurrence of one or both of the two conditions, specifying the occurred
condition or conditions.

This guarantee will remain in force as specified in clauses 12 and 28.2 of section II
of the Bid Document up to 180 days from the date of tender opening and including
THIRTY(30) days after the Period of bid validity and any demand in respect thereof
should reach the Bank not later than the specified date/dates.

Signature of the Bank Authority.


Name
Signed in Capacity of

Name & Signature of witness Full address of Branch


Address of witness Tel No. of Branch
Fax No. of Branch

Page 44 of 74
SECTION– IX (A)
PERFORMANCE SECURITY
GUARANTEE BOND
In consideration of the CGMT, MP Telecom. Circle, Bhopal (hereinafter called 'BSNL”)
having agreed to exempt __ __ __ _ ___ _ (hereinafter called 'the said
contractor(s)) from the demand under the terms and conditions of an
agreement/Advance Purchase Order No._ __ __ _ ___
dated __ __ _ _made between BSNL and the said Contractor for the supply of __
_ __ __ __ (herein after 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 the bank guarantee for __ __ _ __ __ __ _
___ __ __ _ ___we (name of the bank)
__ __ _ ___ __ __ _ ___ _( hereinafter referred to as “bank”) at the request of
__ __ __ _ ___ __ __ _ _(contractor(s)) do hereby undertake to pay to the
BSNL an amount not exceeding _ __ __ _ ___
against any loss or damage caused to or suffered or would be caused to or suffered by
BSNL 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 demure, merely on a demand
from the BSNL 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
contractors(s)’ failure to perform the said Agreement. Any such demand made o n the
bank shall be conclusive as regards the amount due and payable by the Bank under
this guarantee where the decision of BSNL in these co u n t s s h a l l be final and binding on
the bank. However, our liability under this guarantee shall be restricted to an amount
not exceeding .

3. We under take to pay to the BSNL any money so demanded notwithstanding any d i s p u t e
or d i s p u t e s raised by t h e contractor(s)/supplier(s) in any s u i t or
proceeding pending before any court or tribunal relating thereto our liability under
this present b e i n g absolute and un equivocal. The payment so made by us under this
bond shall be valid discharge of our liability for payment there under and the
contractor(s)/supplier(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
enforce able till all the dues of the BSNL under or by virtue of the said Agreement have
been fully paid and its claims satisfied or discharged or till
(Office/Department) BSNL certifies that the terms and
conditions of the said Agreement h a v e been fully or properly carriedout 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 One and a half
year(as specified in P.O) from the date hereof, we shall be discharged from all
liabilities under this guarantee thereafter.

Page 45 of 74
5. We(name of the bank) further agree with the
BSNL that the BSNL shall have the fullest liberty without our consent and
without affecting in any manner our obligations here under to vary any 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 against the
said Contractor(s) and to for bear 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 or any
indulgence by the BSNL 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)/supplier(s).

7. We (name of the bank) lastly undertaken t o revoke this guarantee during its
currency except with the previous consent of the BSNL in writing.

Dated the day of

For_
(indicate the name o f bank)

Page 46 of 74
SECTION – IX (B)
PERFORMANCE AGREEMENT

To be executed at the time of entering into agreement before execution of purchase order.
However, each page of this form may be signed by the Contractor for acknowledging that the
contractor has seen the terms and conditions of the agreement.

To be executed on non-judicial stamp worthRs.100/-and continuation sheets on ledger


papers and two copies on ordinary paper to be submitted neatly type- written sheets on one
side of the paper in single line spacing.
------------------------------------------------------------------------------------------------------------
AGREEMENT
This agreement is made on the day of _____________ 2014 between M/s.
__________________________________________________ herein referred as the contractor carrying on business under the name and
style of M/s ______________________________________ of one part
And
The Bharat Sanchar Nigam Limited acting through the CGM, M.P. Telecom Circle, Bhopal hereinafter
referred to as the Bharat Sanchar Nigam Limited of the other part

Whereas the said contractor has agreed with the Bharat Sanchar Nigam Limited for printing of telephone
bills in Bhopal, Indore and Jabalpur Print Zone.

And whereas it was one of the terms and conditions of the contract that the contractor should
as security for due fulfillment of the said contract submit bank guarantee for Rs to
the C.G.M. M.P. Telecom. Circle, Bhopal and he acts accordingly prior to signing thereof submitted
bank guarantee for Rs. In words R u p e e s _ __ __ _ only)
vide B.G. No. Dated _ from __________________ Bank.

Now this indenture witnesses that in consideration of the promise, it is mutually agreed and
declared between parties here to as follows.

1. The contractor agrees to undertake to print telephone bills as per the requirement
and as per the terms and conditions laid down in the Tender no. And
APOLr. No. Dated _ ___ _.

2. This contract shall be effective from today dt. to dt. Effective for a period of
one and half year from the date of bill printing starts.

3. The contractor s h a l l execute the orders p l a c e d by the C.G.M. M.P. Telecom. Circle, Bhopal with
great promptness and satisfaction to the department.

Page 47 of 74
4.a) The following approved prices should also include charges for delivery of the printed
telephone bills at the respective District to the nominated officer without error. Income Tax /
Surcharge on IT as per the rate applicable and any other taxes applicable shall be recovered
at source from the claims.

Quoted rate per impression (page)


S.No. ITEM Inclusive of all Taxes and Levies &
Delivery at the respective SSA
In figures In words

4.b) The printed bills shall be free from errors or mistakes and shall conform to the
specifications into to. If any omissions or errors are found the contractor w i l l reprint the
bills and supply at his own cost.

4. c) The printing logos, barcodes, signatures and Indian language scripts (English or Hindi) should
be possible along with English.

4. d) There should be flexibility in design of layout of the bill.

4. e) 100% of the payment will be made on contractor’s pre-receipted bills on delivery of the
telephone bills without errors every month at the respective SSA unit.

4.f) In the event of failure to complete the print job including other post printing operations, if any
within the print-window timings prescribed (48 hrs), the bidder shall be liable to pay the
penalty as follows and such amount of penalty will be deducted from any amount due from
BSNL or en-cashed from security deposit / performance guarantee.

Sl. No. Delay in completion of job Penalty

1 Upto one day (24 hours or part thereof)beyond 2% of claimed amount of concerned
the stipulated print window timings of 48 hours SSA subject to minimum of Rs.500/-

2 For every day delay beyond print window timings + 5% of claimed amount of concerned
2 4 hours or part thereof SSA subject to minimum of Rs.1000/-

4. g) Any sum due or becomes due to the Department can be adjusted against the Security
Deposit.

4. h) Failure on the part of the contractor to carry out the work as per specifications / terms and
conditions of the contract will attract the forfeiture of the Security Deposit.

Page 48 of 74
4.i) Printed Telephone bills should be handed over to the concerned AO(TR) within 48 h r s
from the date of receipt of data in CDs/DVDs by the contractor at his cost duly packed and
sorted as per delivery zone wise if necessary.

5. Purchaser reserves the right to disqualify the supplier for a suitable period who
habitually failed to give services in time. Further, the suppliers whose equipment do not
p e r f o r m s a t i s f a c t o r y in accordance w i t h the specifications may a l s o be
disqualified for a suitable period as decided by the purchaser.

6. Purchaser reserves the right to blacklist a bidder for a suitable period in case he fails
to honor his bid without sufficient grounds.

7. The SSAs reserves the right to get the bills printed through other source whenever
delayed printing warrants which cannot be challenged by the vendor.

8. Minimum 75 GSM A4 size white paper should be used f o r printing the Telephone bills.

9. The vendor undertakes to enclose with the bills any leaflet, newsletters etc., given by
C.G.M. M.P. Telecom. Circle, Bhopal at free of cost before handing over bills as and when required.

10. Deleted

11. The contractor shall be capable of handling increased print load without affecting the
print delivery timings.

12. The contractor shall also be under obligation to extend similar services other than billing to
CGMT, BHOPAL and other SSAs at agreed rate for any other ad hoc / non cyclic requirements
like printing of brochures, leaflets and other marketing advertisements etc., at
10days notice, as and when such requirements arise and such request is made by C.G.M. M.P.
Telecom. Circle, Bhopal. The print-image/page- Layout will be developed by the contractor free
of cost.

13. De l e t ed

14. The C.G.M. M.P. Telecom. Circle, Bhopal are having the right to release commercial
advertisements in the free space left at appropriate position of each customer’s bill details
/ special messages without effecting the over all number of pages for a particular
customer. For this the contractor shall provide the facility to scan / edit / reduce / enlarge
the advertisement material suitably and readjust print format layout to suitably insert the
commercial advertisement at appropriate slot, in consultation with C.G.M. M.P.
Telecom. Circle, Bhopal, at short notice for every billing cycle and such changes are required
to be done free of cost. This provision shall also apply to the free printing of commercial
advertisement if required in the allotted space on the bills.

15. The contractors shall have no objection to carry out the work of printing / post printing
under the supervision of the staff of C.G.M. M.P. Telecom. Circle, Bhopal if required.

16.That all disputes arising out of this contract shall be referred to the arbitration of the
C.G.M. M.P. Telecom. Circle, Bhopal or some o t h e r officer appointed by him. The award of
arbitrator shall be final and binding on the parties to this contract and provisions of the
Indian Arbitration Act, 1940 and any statutory modifications / enactment’s thereto and the
rules made there under from time to time shall apply to such arbitration.

Page 49 of 74
17. That all the terms and conditions of the tender shall also form part of the
agreement.

18. That the contractor acknowledged that he has h i m s e l f fully acquainted with all the
conditions and he shall not plead ignorance of any of the conditions.

In witnesses where off, the contractor has set his hand and the Bharat Sanchar Nigam Limited of India
caused the C.G.M. M.P. Telecom. Circle, Bhopal, for and on behalf to set his hand, the day and the year
first above written.

SIGNATURE OF THE CONTRACTOR

Witness
1. ____

2.

Page 50 of 74
SECTION X
LETTER OF AUTHORISATION FOR ATTENDING BID OPENING
(To reach AGM (Computers) before date of bid opening)
To

AGM (NPD-IV) CFA


O/o CGMT,
BHOPAL,
Hoshangabad Road,
BSNLBhawan, Bhopal 462-015.
Phone .0755-2558300. FAX .0755-2576869.
E – Mail Id: agmnpdcfa@gmail.com

Subject: Authorization for attending bid opening in the Tender for Printing of
Telephone/Mobile Bills in BHOPAL, Indore and Jabalpur PRINT ZONE vide _ T.E. No.
MM4-399/Tender Bill Printing /2019-20/6 Dated 10.05.2019

Following persons are here by authorized to attend the bid opening for the
tender mentioned above on behalf of (Bidder) in order of preference given
below.

Order of Preference 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 b i d 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.

Page 51 of 74
SECTION XI
CERTIFICATE OF EXPERIENCE FOR SUCCESSFULLY CARRYINGOUT SIMILAR
WORKS OF COMPARABLE QUANTITY IN REPUTED ORGANISATIONS

Page 52 of 74
SECTION XII-A
UNDERTAKING & DECLARATION

6(A) - For understanding the terms & condition of Tender & Specifications. of goods.
T.E. NO : MM4-399/TENDER Bill Printing /2019-20/6 DATED: 10 -05-2019

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 supply at the rates quoted by us in
the tender form.

2. If I/ We fail to enter into the agreement & commence the supply in time, the EMD/ SD deposited
by us will stand forfeited to the BSNL.

b) The tenderer hereby covenants and declares that:

1. All the information, Documents, Photo copies of the Documents/ Certificates enclosed along with
the Tender offer are correct.

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

Date: …………… …………………………………

Signature of Tenderer

Place: ……………

Name of Tenderer ……………………………….


Along with date & Seal

Page 53 of 74
SECTION XII-B
NEAR-RELATIONSHIP CERTIFICATE:
T.E. NO : MM4-399/TENDER Bill Printing /2019-20/6 DATED: 10-05-2019

(Format of the Certificate to be given as per the clause 34.4 of Section-4 Part-A by the bidder in respect of
status of employment of his/ her near relation in BSNL)

The format of the certificate to be given is

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

Signature
With date and seal

Note : This declaration should be given by all Director/Partner individually

Page 54 of 74
SECTION XII- C
MANDATE FORM
(Authorization letter for payment of supplier’s contractors bills through E-payment Scheme)
Name of the Scheme and the periodicity of payment.

T.E. NO : MM4-399/TENDER Bill Printing /2019-20/6 DATED: 10 -05-2019

1 Investor/Customer’s Name
Particulars of Bank account
2 Name of the Bank
3 Code No. of Bank
4 Name of the Branch
5 Code No. of Branch
6 Address
7 Telephone No
8 9-Digit Code number of the bank
and branch :(Appearing on the
MICR cheque issued by the bank)
9 Type of account (S.B., Current or Cash
Credit) with Code (10/11/13)
10 Ledger and Ledger folio number
11 Account number
(as appearing on the cheque book)
12 IFSC Code

(In lieu of the bank certificate to be obtained as under, please attach a blank cancelled cheque or
photocopy of a cheque or front page of your savings bank passbook issued by your bank for
verification of the above particulars)
I hereby declare that the particulars given above are correct and complete. If the transaction
is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold
the user institution responsible I have read the option invitation letter and agree to discharge the
responsibility expected of me as a participant under the scheme.
Signature of the Investor/Customer
Date
Certified that the particulars furnished above are correct as per our records.

Bank’s Stamp

Date:
(…………………………)
Signature of the authorised official of the Bank.

Page 55 of 74
SECTION XII- D

CLAUSE-BY-CLAUSE COMPLIANCE STATEMENT

T.E. NO : MM4-399/TENDER Bill Printing /2019-20/6 DATED: 10 -05-2019

S.NO CLAUSES COMPLIANCE

(A) (B) (C)


All clauses of Technical Specifications
1
of section -VI
2 All clauses of Schedule of requirements of Section-V
All clauses of GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT of
3
Section-III
All clauses of Special (Commercial) Conditions of Contract (SCC) of
4
Section- IV
The clause-by-clause compliance statement should be given as per clause 11.2 (B) of section-II.
The bidder should mention ‘ FULLY COMPLIED’ in the column ‘ C’ above, otherwise a statement of
deviation may be submitted as per clause 31.IV of section-II.

Signature
With date and seal

SECTION XII-E

No DEVIATION STATEMENT

T.E. NO : MM4-399/TENDER Bill Printing /2019-20/6 DATED: 10-05-2019

S.NO CLAUSES COMPLIANCE

(A) (B) (C)


All clauses of Technical Specifications
1
of section -VI
2 All clauses of Schedule of requirements of Section-V
All clauses of GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT of
3
Section-III
All clauses of Special (Commercial) Conditions of Contract (SCC) of
4
Section- IV
The” no deviation statement” should be given as per clause 11.2 (B) of section-II and clause
31(iv) of section –II.
The bidder should mention ‘ NO DEVIATION in the column ‘ C’ above, otherwise a statement
of deviation may be submitted as per clause 31.IV of section-II

Signature
With date and seal

Page 56 of 74
XII-F
Vendor Master Form
(If bidder is already existing vendor in MP Telecom Circle, no need to fill up this form only declaration should submit
as given

Page 57 of 74
Page 58 of 74
Note : If Bidder is already existing vender in MP Telecom Circle , please submit the declaration as below :

Declaration for Master Vendor form


T.E. NO : MM4-399/TENDER Bill Printing /2019-20/6 DATED: 10 -05-2019

I/we ……………………………………………………………..
Here by declare that we are Existing vendor in MP Telecom Circle, and our vendor code is as below :
Name of Vendor Vendor Code in MP Circle GSTIN NO

Signature of Tenderer

Name of the Tenderer


(Capacity in which signing)

Page 59 of 74
SECTION-XII-G
PAYMENT INSULATION UNDERTAKING
T.E. NO : MM4-399/TENDER Bill Printing /2019-20/6 DATED: 10 -05-2019

I/We……………………………………………………………… undertake that I/We have sufficient capital resources to


carry out operations and will make due payment to our firms labour / employees assigned to execution of
the this tender of BSNL MP Circle Bhopal as per laws every month insulating it from payments from BSNL.
I/We also under take to perform in faithful & efficient manner the work of this tender without linking it
to payments from BSNL.

Signature of Tenderer

Name of the Tenderer


(Capacity in which signing)

SECTION-XII(H)
RIGHT TO ACCEPT OR REJECT ANY OR ALL THE BID

T.E. NO : MM4-399/TENDER Bill Printing /2019-20/6 DATED: 10 -05-2019

The Chief General Manager Telecom BSNL MP Circle reserves the right to accept or reject one, more than
one or all the tenders in part or wholly without assigning any reason. He also reserves the right to
terminate the contract at any time giving one months’ notice in writing without assigning any reason.
Tender can be short closed before due time by BSNL due to any technology change/administrative or
business reason/umbrella contract finalized and implemented by higher authority or office without any
kind of claim by contractor.

Signature
With date and seal

Page 60 of 74
Section XII ( I)

DECLARATION -I
NO DEBAR/ BLACKLISTED DECLARATION

I /We………………………………………………………………………... hereby declare that my/our firm has/have not


been debarred for taking part in tender anywhere in any unit of BHARAT SANCHAR NIGA LIMITED. I/We
also declared that my/our firm is not under process of debarring by any unit of BSNL. I/We am/are aware
that any suppression of facts in this regard/breach of this condition/clause would result in immediate
termination of contract/cancellation of the existing contract/contracts and also forfeiting of my/our
security deposit held.

Signature of Tenderer

Name of the Tenderer


(Capacity in which signing)

DECLARATION -II
NO DEBAR/ BLACKLISTED DECLARATION-GST regarding

I /We………………………………………………………………………... hereby declare that our firm/company is not black


listed by GST authority.L. I/We am/are aware that any suppression of facts in this regard/breach of this
condition/clause would result in immediate termination of contract/cancellation of the existing
contract/contracts and also forfeiting of my/our security deposit held.

Signature of Tenderer

Name of the Tenderer


(Capacity in which signing)

Page 61 of 74
Section XII ( J )
DECLARATION
(No addition /deletion/ correction in bid form)

T.E. NO : MM4-399/TENDER Bill Printing /2019-20/6 DATED: 10-05-2019

I we …………………………………………………… here by 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.”

Signature of Tenderer

Name of the Tenderer


(Capacity in which signing)

Page 62 of 74
Section-XIII
TECHNICAL CHECK LIST
T.E. NO : MM4-399/TENDER Bill Printing /2019-20/6 DATED: 10 -05-2019

S.
N Online/
O Name of Document Tender Clause Off Line Remark
Tender Fees
Bhopal Print Zone Rs.2360/-
Indore Print Zone Rs.2360/- Online/
1 Jabalpur Print Zone Rs.1180/- Sect-1Part A DNIT Offline
Bid Security (EMD)
Bhopal Print Zone Rs.2,45,350/-
Indore Print Zone Rs.2,27,175/- Online/
2 Jabalpur Print Zone Rs.1,29,050/- Section-1Part A Clause 5 Offline
Online/
3 MSE/NSIC Certificate along with UAM No as on CPPP. ( If Applicable) Section 1Part A clause 1.(a) Offline

4 Registration of firm/ Certificate of incorporation/Gumasta Clause10.i of Section II Online

5 Article of memorandum / Partnership deed Clause10.ii of Section II Online


List of All Director with their address (es), contract telephone numbers,
6 DIN etc. Clause10.iii of Section II Online
Audited results of last three financial years(FY 2015-16, 2016-17 & 2017-
7 18) Clause10.v of Section II Online
Solvency certificate 40% of the estimated cost of concerned print zone(s), Clause10.vi and vii of
8 about the said Capability from the bankers, to perform the contract. Section II Online
Turnover to the tune of 60 % of estimated cost of respective print zone(s) in Clause4.2 of Section I Part
9 the last three years (2015-16, 2016-17, and 2017-18). A Online
Experience Certificate of executing one lakh telephone bill printing per year
in any one financial year (for 2015-16, 2016-17 and 2017-18) or similar
work executed of the 40% of estimated cost of respective print zone(s) Clause4.3 of Section I Part
10 during last three years (2015-16, 2016-17 and 2017-18) A Online
Clause 5.a of Section 1
11 Copy of PAN Card Part-A Online

Clause 14.3 of Section II Online


12 Power of attorney along with copy of board resolution and clause-10.iv Section II /Offline
13 Under Taking and Declaration SECTION XII-A Online
14 No near relationship certificate Section XII-B Online
15 Mandate Form Section XII-C Online
16 Clause by Clause compliance Section XII-D Online
17 No Deviation Statement. Section XII-E Online
Vendor Master Form/ Declaration of existing Vendor along with vendor Section XII-F
18 code) Online
19 Payment insulation undertaking Section XII-G Online

Page 63 of 74
20 Right to accept or Reject any or all Bid Section XII-H Online
21 Declaration Not Debar/ Black listed Section XII-I Online
COPY OF GSTIN REGISTRAION & A self declaration along with the Clause 5.a of Section 1
22 evidence that the bidder is not black listed by GST authority. Part-A and Section XII-I Online
23 No Addition/deletion/ Correction Certificate Section XII-J Online
24 Bid form and Bidder’s Profile& Questionnaires Section VII Part-I Online
25 Duly filled Technical specifications for printing of bills Section VI Online
26 Duly filled copy of check list Section XIII Online
Online
Note :
1. . All the declaration should be submit preferable on the letter head of company.

Page 64 of 74
Bill Format

Page 65 of 74
Page 66 of 74
Page 67 of 74
Appendix-1 to Section II

S. Defaults of the bidder / vendor. Action to be taken


No.
A B C
1(a) Submitting fake / forged i) Rejection of tender bid of respective
Vendor.
a) Bank Instruments with the bid to meet ii) Banning of business for 3 years which
terms & condition of tender in respect of implies barring further dealing with the
tender fee and/ or EMD; vendor for procurement of Goods & Services
including participation in future tenders
b) Certificate for claiming exemption in invited by BSNL for 3 years from date of
respect of tender fee and/ or EMD; issue of banning order.
iii) Termination/ Short Closure of PO/WO, if
and detection of default at any stage issued. This implies non-acceptance of further
from receipt of bids till award of APO/ supplies / work & services except to make the
issue of PO/WO. already received material work/ complete
work in hand.

Note 1:- However, in this case the performance guarantee if alright will not be
forfeited.
Note 2:- Payment for already received supplies/ completed work shall be made as per
terms & conditions of PO/ WO.

1(b) Submitting fake / forged documents


towards meeting eligibility criteria such
as experience capability, supply proof,
registration with Sales Tax, Income Tax
departments etc and as supporting
documents towards other terms &
conditions with the bid to meet terms &
condition of tender :

(i) If detection of default is prior to i) Rejection of Bid &


award of APO ii) Forfeiture of EMD.
(ii) If detection of default after issue of i) Cancellation of APO ,
APO but before receipt of PG/ SD ii) Rejection of Bid &
(DD,BG etc.) iii) Forfeiture of EMD.

Page 68 of 74
S. Defaults of the bidder / vendor. Action to be taken
No.
A B C
(iii) If detection of default after receipt i) Cancellation of APO
1(b) of PG/ SD (DD,BG etc.) . ii) Rejection of Bid &
contd iii) Forfeiture of PG/ SD.
. However on realization of PG/ SD amount,
EMD, if not already released shall be
returned.

(iv) If detection of default after issue of i) Termination/ Short Closure of PO/WO and
PO/ WO Cancellation of APO
ii) Rejection of Bid &
iii) Forfeiture of PG/ SD.
However on realization of PG/ SD amount,
EMD, if not released shall be returned.

Note 3:- However, settle bills for the material received in correct quantity and quality if
pending items do not affect working or use of supplied items.

Note 4:- No further supplies are to be accepted except that required to make the already
supplied items work.
2 If vendor or his representative uses
violent/ coercive means viz. Physical /
Verbal means to threatens BSNL
Executive / employees and/ or obstruct
him from functioning in discharge of his
duties & responsibilities for the
following : Banning of business for 3 years which implies
Barring further dealing with the vendor for
procurement of Goods & Services including
a) Obstructing functioning of tender participation in future tenders invited by
opening executives of BSNL in receipt/ BSNL for 3 years from date of issue of
opening of tender bids from prospective banning order.
Bidders, suppliers/ Contractors.

b) Obstructing/ Threatening other


prospective bidders i.e. suppliers/
Contractors from entering the tender
venue and/ or submitting their tender bid
freely.

3 Non-receipt of acceptance of APO/ Forfeiture of EMD.


AWO and SD/ PG by L-1 bidder within
time period specified in APO/ AWO.

Page 69 of 74
S. Defaults of the bidder / vendor. Action to be taken
No.
A B C
4.1 Failure to supply and/ or Commission i) Termination of PO/ WO.
the equipment and /or execution of the ii) Under take purchase/ work at the risk
work at all even in extended delivery & cost of defaulting vendor.
schedules, if granted against PO/ WO. iii) Recover the excess charges if incurred
from the PG/ SD and outstanding bills of the
defaulting Vendor.

4.2 Failure to supply and/ or Commission i) Short Closure of PO/ WO to the quantity
the equipment and /or execution of the already received by and/ or commissioned in
Work in full even in extended delivery BSNL and/ or in pipeline provided the same is
schedules, if granted against PO/ WO. usable and/or the Vendor promises to make it
usable.
ii) Under take purchase/ work for balance
quantity at the risk & cost of defaulting
vendor.
iii) Recover the excess charges if incurred
from the PG/ SD and outstanding bills of the
defaulting Vendor.

5.1 The supplied equipment does not i) If the material is not at all acceptable, then
perform satisfactory in the field in return the non-acceptable material (or its part)
accordance with the specifications & recover its cost, if paid, from the o/s bills/
mentioned in the PO/ WO/Contract. PG/ SD.
OR
ii) If the material is inducted in network & it
is not possible to return it and/ or material is
acceptable with degraded performance, the
purchaser may determine the price for
degraded equipment (Financial penalty =
Price – price determined for degraded
equipment) himself and/ or through a
committee.
Undertake recovery of financial penalty from
outstanding dues of vendor including PG/ SD.

Page 70 of 74
S. No. Defaults of the bidder / vendor. Action to be taken
A B C
5.2 Major quality problems (as established by a joint i) If the material is not at all acceptable, then return
team / committee of User unit(s) and QA Circle) / the non-acceptable material (or its part) & recover its
performance problems and non-rectification of cost, if paid, from the o/s bills/ PG/ SD;
defects (based on reports of field units and QA OR
circle). ii) If the material is inducted in network & it is not
possible to return it and/ or material is acceptable
with degraded performance, the purchaser may
determine the price for degraded equipment
(Financial penalty = Price – price determined for
degraded equipment) himself and/ or through a
committee.
Undertake recovery of financial penalty from
outstanding dues of vendor including PG/ SD;
and
iii) Withdrawal of TSEC/ IA issued by QA Circle.

6 Submission of claims to BSNL against a contract i) Recovery of over payment from the outstanding
dues of Vendor including EMD/ PG & SD etc. and
(a) for amount already paid by BSNL . by invoking ‘Set off’ clause 21 of Section 5 Part A
(b) for Quantity in excess of that supplied by or by any other legal tenable manner.
Vendor to BSNL. ii) Banning of Business for 3 years from date of
issue of banning order or till the date of recovery of
c) for unit rate and/ or amount higher than that over payment in full, whichever is later.
approved by BSNL for that purchase.

Note 5:- The claims may be submitted with or without collusion of BSNL Executive/ employees.

Note 6:- This penalty will be imposed irrespective of the fact that payment is disbursed by BSNL or not.
7 Network Security/ Safety/ Privacy:- If the i) Termination of PO/ WO.
vendor tampers with the hardware, ii) Banning of business for 3 years which implies barring
software/ firmware or in any other way that further dealing with the vendor for procurement of Goods &
Services including participation in future tenders invited by
BSNL for 3 years from date of issue of banning order.
a) Adversely affects the normal working iii) Recovery of any loss incurred on this account from the
of BSNL equipment(s) and/ or any Vendor from its PG/ SD/ O/s bills etc.
other TSP through BSNL.

Page 71 of 74
S. No. Defaults of the bidder / vendor. Action to be taken
A B C
7 b) Disrupts/ Sabotages functioning of the ( Continued from page 178)
con- BSNL network equipments such as iv) Legal action will be initiated by BSNL against the
td. exchanges, BTS, BSC/ MSC, Control Vendor if required.
equipment including IN etc.,
transmission equipments but not
limited to these elements and/ or any
other TSP through BSNL.
c) tampers with the billing related data/
invoicing/ account of the Customer/
User(s) of BSNL and/ or any other
TSP(s).
d) hacks the account of BSNL Customer
for unauthorized use i.e. to threaten
others/ spread improper news etc.

e) undertakes any action that affects/


endangers the security of India.

8 If the vendor is declared bankrupt or i) Termination/ Short Closure of the PO/ WO.
insolvent or its financial position has ii) Settle bills for the quantity received in correct quantity
become unsound and in case of a limited and quality if pending items do not affect working or use of
company, if it is wound up or it is supplied items.
liquidated. iii) No further supplies are to be accepted except that
required to make the already supplied items work.
iv) In case of turnkey projects, If the material is
commissioned and is usable without any degradation of
performance, then settle bills for the acceptable equipment/
material (or its part).
v) In case of turnkey projects, if the material is inducted in
network & it is not possible to return it and/ or material is
acceptable with degraded performance, the purchaser may
determine the price for degraded equipment (Financial
penalty = Price – price determined for degraded equipment)
himself and/ or through a committee.

Page 72 of 74
S. Defaults of the bidder / vendor. Action to be taken
No.
A B C
8
Undertake recovery of financial penalty from
con-
outstanding dues of vendor including PG/ SD.
td.
9 In the event of the vendor, its proprietor, i) Termination/ Short Closure of the PO/ WO.
Director(s), partner(s) is / are convicted ii) Settle bills for the material received in
by a Court of Law following prosecution correct quantity and quality if pending items
for offences involving moral turpitude in do not affect working or use of supplied
relation to the business dealings. items.
iii) No further supplies are to be accepted
except that required to make the already
supplied items work.
iv) In case of turnkey projects, If the material
is commissioned and is usable without any
degradation of performance, then settle bills
for the acceptable equipment/ material (or its
part).
v) In case of turnkey projects, If the material
is inducted in network & it is not possible to
return it and/ or material is acceptable with
degraded performance, the purchaser may
determine the price for degraded equipment
(Financial penalty = Price – price determined
for degraded equipment) himself and/ or
through a committee.
Undertake recovery of financial penalty from
outstanding dues of vendor including PG/ SD.
10 If the vendor does not return/ refuses to i) Take action to appoint Arbitrator to
return BSNL’s dues: adjudicate the dispute.

a) inspite of order of Arbitrator. i) Termination of contract, if any.


ii) Banning of business for 3 years which
implies barring further dealing with the
vendor for procurement of Goods & Services
including participation in future tenders
invited by BSNL from date of issue of
banning order or till the date by which vendor
clears the BSNL’s dues, whichever is later.

Page 73 of 74
S. Defaults of the bidder / vendor. Action to be taken
No.
A B C
10 iii) Take legal recourse i.e. filing recovery
con- suite in appropriate court.
td. b) inspite of Court Orders. i) Termination of contract, if any.
ii) Banning of business for 3 years which
implies barring further dealing with the
vendor for procurement of Goods & Services
including participation in future tenders
invited by BSNL from date of issue of
banning order or till the date by which vendor
clears the BSNL’s dues, whichever is later.
11 If the Central Bureau of Investigation/ Take Action as per the directions of CBI or
Independent External Monitor (IEM) / concerned department.
Income Tax/ Sales Tax/ Excise / Custom
Departments recommends such a course
12 The following cases may also be
considered for Banning of business:

(a) If there is strong justification for


believing that the proprietor, manager,
MD, Director, partner, employee or
representative of the vendor/ supplier
has been guilty of malpractices such as i) Banning of business for 3 years which
bribery, corruption, fraud, substitution of implies Barring further dealing with the
tenders, interpolation, misrepresentation vendor for procurement of Goods & Services
with respect to the contract in question. including participation in future tenders
(b) If the vendor/ supplier fails to invited by BSNL for 3 years from date of
execute a contract or fails to execute it issue of banning order.
satisfactorily beyond the provisions of
Para 4.1 & 4.2.
(c) If the vendor/ supplier fails to
submit required documents/ information,
where required.

(d) Any other ground which in the


opinion of BSNL is just and proper to
order for banning of business dealing
with a vendor/ supplier.

Note 7: The above penalties will be imposed provided it does not clash with the provision of the
respective tender.
Note 8:-In case of clash between these guidelines & provision of invited tender, the provision in
the respective tender shall prevail over these guidelines.
Note 9: Banning of Business dealing order shall not have any effect on the existing/ ongoing
works/ AMC / CAMC which will continue along with settlement of Bills.

Page 74 of 74

Você também pode gostar