47
1 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India. A Government of India Undertaking) Bangalore Plant, Doorvaninagar, Bangalore-560016 TEL: 08028503628 / 08025657990 Ref: ITI/IR&LEGAL/08-2021 Date: 14.08.2021 TENDER DOCUMENT -------------------------------------------------------------------------------------------------------------------------------------------------------- Tender Tittle : Hiring of outsourced Manpower Services for ITI Limited on Contract Basis. Tender Ref. No : ITI/IR&LEGAL/08/2021 -------------------------------------------------------------------------------------------------------------------------- 1. Mode of tendering: Two Bid System e-Tender to be submitted in Two Bid System in as per the following: BID 1: Technical Bid & Earnest Money Deposit. BID 2: Financial Bid The tender to be submitted in M/s ITI limited e-Tender Portal (www.tenderwizard.com/ITILIMITED) for “Bid for Hiring of Outsourced Manpower Services for ITI Limited on Contract Basis” addressed to Additional General Manager-HR(B/R&D), ITI Limited, Bangalore Plant, Dooravaninagar, Bangalore 560016.

TENDER DOCUMENT - ITI Limited Tender Portal

Embed Size (px)

Citation preview

1 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

A Government of India Undertaking) Bangalore Plant, Doorvaninagar,

Bangalore-560016

TEL: 08028503628 / 08025657990

Ref: ITI/IR&LEGAL/08-2021 Date: 14.08.2021

TENDER DOCUMENT

--------------------------------------------------------------------------------------------------------------------------------------------------------

Tender Tittle : Hiring of outsourced Manpower Services for ITI

Limited on Contract Basis.

Tender Ref. No : ITI/IR&LEGAL/08/2021 --------------------------------------------------------------------------------------------------------------------------

1. Mode of tendering: Two Bid System

e-Tender to be submitted in Two Bid System in as per the following:

BID 1: Technical Bid & Earnest Money Deposit.

BID 2: Financial Bid

The tender to be submitted in M/s ITI limited e-Tender Portal

(www.tenderwizard.com/ITILIMITED) for “Bid for Hiring of Outsourced Manpower

Services for ITI Limited on Contract Basis” addressed to Additional General

Manager-HR(B/R&D), ITI Limited, Bangalore Plant, Dooravaninagar, Bangalore

560016.

2 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

Critical Date & Face Sheet:

Date of Tender 14th August, 2021

Earnest Money Deposit(EMD) Value

Rs.1,50,000/-(One Lakh fifty thousand only) in the form of DD/ NEFT/RTGS, account payee ITI Limited.

Bid Submission due date & time 3rd Sept, 2021 @ 4:00PM

Technical Bid opening date & time

4th September, 2021 @10.00 AM

Validity of Bid 90 Days

Tender Inviting Authority AGM-HR(B/R&D), ITI Limited, Bangalore Plant, Dooravaninagar, Bangalore 560016

For any clarification/queries related to tender document, please drop clarification

e-mail ID to [email protected] / [email protected]

For any clarification / queries related to uploading in e-Tender Portal, kindly contact

our e-tender partner Mr. Dhanraj (Antares) email:[email protected];

MOB: 9686115308

3 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

INDEX

S.NO Content Page

No.

1 SCHEDULE OF REQUIREMENT 04

2 INSTRUCTION TO BIDDERS AND GENERAL TERMS

AND CONDITIONS 10

3 ANNEXURE-I (TECHNICAL BID) 25

4 ANNEXURE-II (FINANCIAL BID) 28

5 ANNEXURE-III(SALARY SLIP PERFORMA) 29

6 ANNEXURE-IV(AGREEMENT SPECIMEN) 30

7 ANNEXURE-V (JOB DESCRIPTION) 32

8 ANNEXURE-VI (PROFORMA BANK GUARANTEE) 36

9 ANNEXURE-VII (INDEMINITY BOND) 38

10 ANNEXURE-VIII (FEEDBACK FROM VENDOR) 39

11 ANNEXURE-IX (INTEGRITY PACT) 40

12 ANNEXURE-X (NO RELATIVE CERTIFICATE) 47

4 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

SCHEDULE OF REQUIREMENT

Additional General Manager-HR(B/R&D), ITI Limited, Bangalore Plant,

Dooravaninagar, Bangalore 560016 invites Bids from reputed and financially

sound agencies/bidders for providing outsource manpower deployment in ITI

Limited at Bangalore in a two-bid system taking into account the following

conditions:

1. ITI Limited has initial requirement of manpower as detailed in "Section-C"

(initial requirement of manpower) of the tender document. The

requirement of ITI Limited is only indicative and may further increase or

decrease during the period of contract depending upon the exigency of

work.

2. The remunerations indicated in "Section-C" is excluding ESI and EPF.

The contract will be initially for a period of one year and is likely to

commence from the date of deployment of manpower after completing

pre-deployment formalities listed in the tender document, which may be

extended for a further specific period depending upon the requirement

of manpower, administrative convenience of ITI Limited and performance

of the Agency.

A. LIABILITIES. CONTROL etc OF THE PERSONS DEPLOYED.

1. The successful agency/bidder shall ensure that the individual manpower

deployed in ITI Limited, conforms to the technical specification of

education and skill prescribed in "Section-C" of the Tender Document.

2. The successful agency/bidder shall furnish the following documents in respect of the individual manpower who will be deployed by it in the ITI Limited before the commencement of work:

a) List of persons to be deployed.

b) Bio-data of persons along with the certificates in respect of educational/professional qualifications etc.

5 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

c) Attested copy of matriculation certificate containing date of birth.

d) Certificate of verification of antecedents of person by local police authority.

e) Detailed proof of identity like driving license, bank account details, proof of residence and recent 2 photographs of the personnel to be deployed by the agency in ITI Limited.

3. The successful agency/bidder shall ensure that the personnel deployed are medically fit and a certificate to be provided by the Registered Medical Practitioner.

4. The successful agency/bidder shall be responsible for proper conduct of his/her/their personnel in ITI Limited office premises. In case of any damage/loss/theft etc., to the property of ITI Limited, which is caused by the personnel deployed by the agency, the agency will either be liable to make good the loss (indemnify the company) on the basis of the value of the property as determined by ITI Limited or the same could be recovered from the performance guarantee, monthly payments, due to the agency.

5. The personnel deputed to ITI Limited by the successful agency/bidder should be polite, cordial, positive and efficient while handling the assigned work. In case, the person employed by the successful agency/bidder commit any act of omission/commission that amounts to misconduct/ indiscipline/incompetence, the successful agency will be liable to take disciplinary action against such persons, including their removal from the work, if required by the ITI Limited.

6. The personnel deputed to ITI Limited shall not be changed by the agency in any circumstances unless there is a specific request from ITI Limited in writing.

7. It will be the responsibility of the successful agency/bidder to meet transportation, medical and other requirements in respect of the persons deployed in ITI Limited and ITI Limited will have no liabilities in this regard, including statutory and legal complaint.

8. For all intents and purposes, the successful agency/bidder shall be the 'employer' within the meaning of different labour legislation in respect of manpower so deployed in the ITI Limited. The persons deployed by the agency/bidder in ITI Limited shall not have claims of any employer and employee relationship against ITI Limited.

6 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

The successful agency/bidder shall be solely responsible for the redressal of grievance/resolution of dispute relating to persons deployed. The ITI Limited shall in no way be responsible for settlement of such issues whatsoever.

9. The ITI Limited shall not be responsible for any financial loss or any injury to any person deployed by service providing agency/bidder in the course of their performing the functions/duties or for payment towards any compensation.

10. The persons deployed by the successful agency/bidder neither shall not claim nor shall be entitled to pay, perks and other facilities admissible to regular /confirmed employees of the ITI Limited during the currency or after expiry of the contract.

11. In case of termination of the contract on its expiry or otherwise, the persons deployed by the successful agency/bidder shall not be entitled to and will have no claim for any absorption in the regular/otherwise capacity in the ITI Limited, as these placements are not against any regular vacancies in the company.

12. The Contractor is to ensure maintenance of attendance through Bio-Matric System and Contractor install the BIO-METRIC System at his own cost.

B. LEGAL

1. The successful agency/bidder shall be responsible for compliance of all

statutory provisions relating to Minimum Wages, Provident Fund and Employees State Insurance etc., in respect of the persons deployed by it in the ITI Limited.

2. Apart from the remuneration, will bear and pay the statutory obligation charges towards ESI, EPF and Bonus to the contracting agency, as applicable by the prevailing law from time to time.

3. The successful agency/bidder shall also be liable for depositing all taxes, statutory obligation, levies, cess etc., on account of services rendered by the bidder to ITI Limited to concerned tax, ESI, EPF authorities from time to time as per extant rules and regulations on the matter. In case, the successful agency/bidder fails to comply with the statutory/taxation liabilities under appropriate law, and as a result thereof; the ITI Limited is put to any loss/obligation, monetary or otherwise, the ITI Limited will deduct the same from the monthly bills and/or the performance security deposit of the agency/bidder, the extent of the loss or obligation in monetary terms.

7 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

4. The successful agency/bidder shall maintain all statutory registers under the law. The agency shall produce the same, on demand to the concerned authority of the ITI Limited or any other authority under law.

5. The tax deduction at source (TDS) shall be made as per the provisions of Income Tax Act and a certificate to this effect shall be provided to the agency by the ITI Limited.

The remuneration of the deployed staff must be credited to their bank account by the successful agency/bidder latest by 7th of every month. A penalty of Rs. 500/- per day shall be imposed on the agency for failure to meet this deadline.

6. The successful. agency/bidder shall present the bills for reimbursement of the remuneration latest by 2nd of every month so that the same can be processed in ITI Limited at the earliest. However, the deadline of payment of remuneration to the persons deployed by the agency shall not be altered by the agency even if payment is not received or delayed from ITI Limited, as the company has to ensure compliances of all statutory obligation by its manpower agency before affecting to the agency.

7. Contractor shall have a valid license obtained from the licensing officer and shall be renewed from time to time

8. Manpower supplied by the contractor shall not claim employment or any other benefits from ITI which are applicable to employees of ITI Limited.

9. Manpower supplied by contractor are the employees of contractor and shall not have any relation with ITI

10. Attendance, wages, appraisal, increments, etc., of manpower will be done by the contractor

11. Contractor shall indemnify ITI for all losses (including legal expenses) arising out of claims made by contractor’s manpower or any third party

8 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

C. TECHNICAL REQUIREMENT' OF MANPOWER TO BE DEPLOYED

The qualification(s) required for personnel to be deployed by successful agency/bidder in ITI Limited is given below. The approximate number of personnel at each level and their maximum age is also indicated below. Being the initial requirement, the number of personal required may vary as the organizations requirements.

Category

of Manpower

Approxi mate No.

of personnel required

Qualification(s)

Job Description

Maximu m Age

Tentative

Remuneration

Requirement at

Highly

Skilled

Worker

70 i) Educational Qualification: Any

Technical graduate (i.e. Engineering) or

Masters (i.e. MCom, M.Sc. etc.) from any

University recognized by Central or state

Government.

ii) Technical Qualification: (a)

Experience / Certificate in MS Office/

Computer Application / Knowledge of

working with MS word, Excel and/ or

webpage data entry iii) Experience: Preferred - experience in data entry and scanning

ANNEXU

RE-

V

30 Years

As per

Minimum

Wages Act

ITI Bangalore

Plant/ ITI

Corporate

Office/ ITI R&D

Skilled

workers

90 (i)Educational Qualification:

Any graduate (BA, B Com,

BSc)/Diploma (3 years in engineering)

from any University/BOARD

recognized by Central or state

Government.

ANNEXU

RE-

V

30 Years

As

Minimum

Wages

Act

per

ii) Technical Qualification:

(a) Experience / Certificate in MS

Office/ Computer Application /

Knowledge of working with MS word,

Excel and/ or webpage data entry

iii) Experience: Preferred - experience

in data entry and scanning

9 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

Semi-skilled 55 (i) Educational Qualification: As per ITI Bangalore

Plant/ ITI

Corporate Office/

ITI R&D

workers i)10+2 examination passed from any Minimum

(Matriculate) Board recognized by Central or state Wages Act

Government. Trade Certificate (ITI

Pass Holder)

ii) A person should have basic

knowledge to read and write in ANNEXURE-

30 Years

English. Experience / Certificate in MS V

Office/ Computer Application /

Knowledge of working with MS word,

Excel and/ or webpage data entry is

preferable.

Unskilled

workers

55 i) A person shall be preferably 8th

passed and have basic knowledge to

read in

English.

ANNEXURE

- V

30 Years

As

Minimum

Wages

Act

per

(*) The Age and educational qualification can be relaxed with the approval of the Unit Head, ITI Limited, in case the candidate possessing relevant experience.

10 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

INSTRUCTION TO BIDDERS AND GENERAL TERMS CONDITIONS

I. GENERAL TERMS:

1. The Two-Bid system tender should be submitted through e-tender as Per Annexure-XXI.

2. The Two-Bid system tender should be submitted through e-tender on or before 04:00 PM at 03rd September 2021.

3. The Tender Documents shall be treated as 'confidential'. 4. Bid shall be submitted with a forwarding letter on letter head of the

bidder/agency duly signed and stamped by authorized signatory on each page to ensure the compliance of scope, services and general terms and conditions of the tender under reference.

5. Technical Bid should be submitted by the bidder strictly as per Bidder eligibility criteria with documentary evidence prescribed.

6. No overwriting, corrections and cutting in the Financial Bid format is permitted. All entries in the bid/tender form should be legible and filled clearly. If the space for furnishing information is insufficient, a separate sheet duly signed by the authorized signatory may be attached.

7. Each page of the tender document should be signed and stamped by authorized signatory.

8. Rates of all personnel should be quoted, otherwise the bid shall be rejected. Rates should be quoted, both in Figures & Words, inclusive of all taxes.

9. ITI Limited also reserves the right to modify/relax any of the terms & conditions of the tender.

10. Pre-Bid inspection/Survey: The bidder may visit ITI Limited to have an understanding of the requirements during working hours of ITI Limited.

11. The selected bidder shall undertake to abide sincerely by all rules, regulations and laws of land for their responsibilities to provide the outsourced manpower and shall agree to keep itself liable and responsible for any such violation directly to their responsibilities for the contract.

12. ITI Limited may renew the contract for a further period on the same terms and conditions depending upon the requirement of manpower, administrative convenience of ITI Limited and performance of the agency.

13. ITI Limited shall not be responsible for postal or any other delays. Bids received in an envelope that is damaged/tom or merely stapled will be summarily rejected.

14. Bids once submitted shall not be allowed to be withdrawn. Any default after acceptance of bid shall be deemed to be non-compliance of the terms of

11 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

contract and would be liable to forfeiture of EMD deposit and cancellation of contract.

15. Bidders/authorized representative duly authorized in writing on letter head are requested to be present at the time of opening of the bids. If the date of tender opening, by any chance happens to be a holiday, the tender will be opened on the next working day at the stipulated time.

16. ITI LIMITED, however, reserves the right to terminate/curtail/cancel the contract at any time after giving one week's notice to the Agency owing to deficiency of service, sub-standard quality of manpower deployed, breach of contract, etc. In such case successful bidder will not be entitled to any kind of compensation.

17. Once the rates are finalized, no increase will be considered in the rates quoted by the agency in any case during the period of contract.

18. ITI LIMITED reserves the right to reject any or all the tenders or accept them in part or to reject lowest tender.

19. DD in favour of ITI Limited, Bangalore Plant shall be submitted for Tender EMD cost, failing of which, the bid will be rejected. Tender EMD can also be submitted by NEFT or RTGS mode of payment. Proof submission to be provided.

20. The successful bidder may also opt for premature cancellation of the contract by giving 45 days’ notice in writing. If contract is cancelled without any notice, ITI LIMITED reserves the right to forfeit the EMD/PBG of the successful bidder.

21. The successful agency/bidder shall not be allowed to transfer, assign, pledge or sub-contract its right and liabilities under the contract to any other agency.

22. The bidder will be bound by the details furnished by him/her/them to the ITI LIMITED while submitting the tender/bid or at subsequent stage. In case such documents furnished by the bidder or successful bidder are found to be false at any stage, it would be deemed to be a breach of terms of contract making him/her/them liable for legal action besides termination of contract.

II ELIGIBILITY OF BIDDERS 1. The bidders should be company, registered under Indian Companies Act

or partnership firm registered under the Indian Partnership Act or Proprietary concern. Self-attested documentary proof should be provided.

2. The bidder should have at least two years' experience of deployment of different categories of manpower in Ministry/Departments of Govt. of India/Central PSUs/ Nationalised Bank/State Govt. Departments/ Autonomous/Statutory Bodies/corporations. The copy of the experience certificate/work order issued by the respective office should be provided.

12 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

3. The bidder should have its own bank account. A self-attested bank account statement for the last six months should be provided.

4. The bidder should have office of the company/firm/agency in the Bangalore, Karnataka. A self-attested documentary proof should be provided.

5. The bidder should furnish signed declaration indicating that they have carefully read the terms and conditions of the Tender and accepted all the provisions of the Tender Document.

6. The bidder should furnish signed declaration indicating that they have not been blacklisted/debarred by the Ministries /Departments of Govt. of India/Central PSUs/ Banks/State Government Departments/Autonomous Bodies/Statutory Bodies/Corporations for the last two years and there is no litigation with any Government Department on account of similar services.

7. The tenderer/bidders are required to enclose attested photocopies of the documents listed below in this tender document, along with the "Technical Bid", failing which the bids shall be summarily rejected and will not be considered any further.

13 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

SELF ATTESTED DOCUMENTS TO BE SUBMITTED ALONG WITH THE TECHNICAL BID

1. Registration Certificate under the Companies Act, 2013 or partnership firm

registered under Indian Partnership Act or Proprietary concern.

2. Registration Certificate under Contact Labour (Regulation & Abolition) Act, 1972.

3. Copy of PAN number.

4. Copy of the latest IT Returns filed with the Income Tax Department

5. Copy of EPP Registration certificate.

6. Copy of ESI Registration certificate,

7. Copy of the Service Tax Registration certificate.

8. Copy of the Turnover Statement for the last two years.

9. A self-attested bank account statement for the last six months.

10. Unpriced financial bid.

TECHNICAL EVALUATION CRITERIA

The bidder must fulfill the following technical criteria/attach the following required certificates in order to be eligible for financial evaluation and compliance of bid described in the tender document

1. A self-attested Registration Certificate under the Companies Act, 2013 or partnership firm registered under Indian Partnership Act or Proprietary Concern.

2. A self-attested Registration Certificate under Contact Labour (Regulation & Abolition) Act, 1972.

3. A Self attested copy of PAN number. 4. A self-attested copy of the latest IT Returns filed for the financial year 2019-

2020 and 2020-2021 with the Income Tax Department. 5. A self-attested copy of EPF Registration certificate. 6. A self-attested copy of ESI Registration certificate. 7. A self-attested copy of the Service Tax/GST Registration certificate. 8. A self-attested bank account statement for the last six months. 9. The bidder should have at least 2 years experience of deployment of

different category of manpower in Ministry/Department of Govt. of India/Central PSUs/ Banks/State Government Department/Autonomous bodies/Statutory Bodies/Corporations, A copy of the experience certificate/work order issued by the respective offices should be provided.

10. The average annual turnover of the company/firm/agency should not be less than rupees Fifty Lakh during the last two financial years. Copies of self-attested audited profit & loss account/income & expenditure account and balance sheets during the financial year 2019-20 & 2020-2021 should be provided.

14 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

III. AWARD OF BIDDERS

Financial Evaluation Criteria 1. The financial bid of only those bidders/tenderers will be opened whose

Technical Bids are found in order. The financial bid shall be opened at a later stage. The scheduled time and venue for opening the financial bids will be communicated to only those bidders/tenderers whose technical bids are found in order.

2. The evaluation of technical bid will be done by considering the parameters listed in section "Technical Evaluation Criteria" and in Annexure-I (Technical Bid Document).

3. After evaluation of Technical Bids, the Financial bids of only Technical Qualified Bidders will be opened.

4. The bidders score will be determined on the basis of lowest Service/Agency Charges, excluding ESI, EPF as applicable (arrived on the basis of comparison of financial quote of all the bidders).

5. The bidders, who quote unrealistic rate of service charges i.e., 0% shall be debarred for further consideration. The bidder shall quote percentage upto 2 decimal points. If the bidders quote percentage with more than 2 decimal points, then upto two decimal points only be considered without rounding up.

6. In case two or more bidders offer same percentage of service charges, then the bidder having highest turnover will be considered as L1.

7. The rates in the financial bid should be strictly as per Annexure-II.

IV. ISSUE OF LETTER OF INTENT

1. The issue of letter of intent shall constitute the intention of ITI LIMITED to place the work order with the successful agency/bidder.

2. The bidder shall within two weeks of issue of letter of intent should give his/her acceptance along with security deposit/performance guarantee (PG) as mentioned in bid document

3. The bidder shall also have to sign a service level agreement on Rs.200/- non judicial stamp paper in the prescribed format to safeguard the interest of ITI LIMITED.

15 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

DOCUMENTS TO BE SUBMITTED BY THE SUCCESSFUL AGENCY/ BIDDER BEFORE DEPLOYMENT OF MANPOWER

1. List of manpower shortlisted by the agency for deployment containing full details Le., name, father's name, mother's name, date of birth, residential and permanent address.

2. Bio-data of all persons along with the supporting documents in respect of age, qualification, professional qualification and experience etc.

3. Detailed proof of identity like driving licence, bank account details, proof of residence and recent size of photograph of the personnel proposed to be deployed in ITI LIMITED by the agency.

4. Performance Security Deposit equivalent to 3% of the amount of Annual Contract Value in the form of FDR issued by a nationalized bank in favour of “ITI Limited, Bangalore Plant ". Performance Security should remain valid for a period of 60 days beyond the date of completion of all contractual obligations of the bidder, and hence shall be returned after 60 days of completion of contract.

V. VALIDITY OF QUOTATION: Bid validity should be 90 days from the specified date of closing

VI. PAYMENT TERMS 1. The successful bidder shall submit the monthly bills in triplicate enclosing the

certificates as mentioned in succeeding para for payment (a) Acknowledgement of receipt of wages by personnel deployed duly indicating the earnings, deductions towards PF and ESIC (b) Copies of deposit of PF, ESI, Taxes and applicable from time to time. ITI LIMITED may ask for producing the originals of any documents for verification. (c) Bank Statement showing debits from awarding agency's bank account towards payment of wages to its personnel deployed at ITI LIMITED.

2. The TDS shall be made as per the provisions of Income Tax Act, as amended from time to time, and a certificate to this effect shall be provided by ITI LIMITED to the agency-

3. First payment shall be released after furnishing Performance Bank Guarantee/Security Deposit,

4. The successful bidder shall make regular and full payment of remunerations as due to its personnel under service contract with salary slips as per Annexure-III and furnish necessary proof whenever required. The payment of personnel by the agency should be made on or before 7th

every month. 5. The successful bidder will ensure the remittance of remunerations to the

16 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

personnel deployed by them in ITI LIMITED by directly transferring into their respective Bank Accounts.

6. The proof of challan receipt deposited with the PF Commissioner and ESI office for the payment made towards applicable PF, ESIC for the previous month shall be submitted while claiming the bill for the current month. In the absence of the proof the bills will not be processed.

7. Proof of Taxes as applicable from time to time deposited with the concerned Government agencies shall be submitted with the bill.

8. In case ITI LIMITED receives any complaint(s) regarding non-payment of salaries to the personnel deployed with it, the amount to the employee will be recovered from the bills of agency and paid to such personnel

VII. BID SECURITY (EMI)/SECURITY DEPOSIT

EMD of 1,50,000/- (Rupees One Lakh Fifty Thousand only) in the form of Demand Draft in favour of " ITI Limited, Bangalore Plant ' from any commercial bank should be submitted (except those who are registered with the Central Purchase Organization, National Small Industries Corporation or the concerned Ministry or Department) along with "Technical Bid". Demand Draft , NEFT or RTGS made should be dated on/after the date of publication of the tender. EMD of unsuccessful bidders will be refunded after finalization of bids. Successful bidder has to submit Performance Security Deposit equivalent to 10% of the amount of Annual Contract Value in the form of fixed deposit of a nationalized bank in favour of " ITI Limited, Bangalore Plant " which should be valid for a period of 60 days beyond the completion of the contractual obligations by the bidder. In case, the contract is further extended beyond the initial period, the Performance Security will have to be accordingly renewed by the agency. The same will be returned after the completion of contract without interest, after 60 days.

The EMD of successful bidder will be returned only after deposit of performance security.

17 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

VIII. The successful bidder will be required to execute a service level agreement as per Annexure IV with ITI LIMITED within the period specified in the Letter of intent/work order on Rs.200 + Rs 500/- agreement & indemnity clause non-judicial stamp paper.

IX. FORFEITURE OF EMD/SECURITY DEPOSIT/PERFORMANCE GUARANTEE 1. If the successful bidder/agency refuses/fails to accept Letter of Intent

(LOS/Work order issued by ITI LIMITED or the work assigned to the agency/bidder are not done as per the scope of work/schedule of requirement, EMD/Security Deposit will be forfeited and the bidder will not be entertained for any tenders that may be published in future by ITI LIMITED.

2. If the bidder withdraws tender before/after finalization of the tender, EMD will be forfeited.

3. If the contract is terminated by ITI LIMITED due to poor performance/ violation(s) of any clause(s) of the agreement or for any bad act of selected bidder, security deposit/PG will be forfeited.

4. In case of unreasonable price quoted by the bidder for disrupting the tender process, EMD of such bidder will be forfeited.

In case the successful agency fails to enter into the agreement with ITI LIMITED within the specified date mentioned in the letter of intent/work order, the EMD/security deposited by such agency shall stand forfeited without giving any further notice.

X. REJECTION OF THE BID

1. The bidder is expected to examine all instructions, formats, terms and

conditions, and scope of work in the bid document. Failure to furnish complete information or false information/documents shall result in rejection of bid.

2. In respect of interpretation /clarification of this bid document and in respect of any matter relating to this bid documents, the decision of ITI Limited, Bangalore Plant shall be final.

3. The bidder will have to furnish the required documents as specified in the bid document, failing which the bid is liable to be rejected.

4. No prices are to be indicated in the Technical Bid and if the prices are mentioned in the “Technical Bid” it may lead to rejection of the bid.

5. If bids are not submitted as per two bid system, they will be summarily rejected.

6. Bids without proper cost and EMD money will be summarily rejected. 7. The bids received after specified date and time shall not be considered.

18 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

8. The bids received through Fax/email or any other mode other than specified in the tender document shall not be considered.

9. Conditional bids shall not be considered and will be out rightly rejected on the very first instance.

XI SERVICE DELIVERY:

Service Commencement shall be within 15 days from the date of Letter of Intent/Work Order/Contract. If the service conditions as per the Contract are not met, the Contractor will be blacklisted and will not be considered for any future proposals.

XII. LIQUIDATED DAMAGES:

1. The successful agency/bidder shall replace immediately any of its personnel who are found ‘unacceptable to ITI LIMITED because of security risks, incompetence, conflict of interest, improper conduct etc. upon receiving written notice from the ITI LIMITED. The delay in providing a substitute beyond five working days would attract a penalty @1000/- per day on the service providing agency. In case of more than 15 days delay, ITI LIMITED may in its discretion terminate the contract.

2. The successful agency/bidder shall immediately provide a substitute in the event of any persons leaving the job due to his/her personal reasons. The delay in providing a substitute beyond five working days would attract a penalty @1000/- per day on the service providing agency. In case of more than 15 days, ITI LIMITED may in its discretion terminate the contract.

XII CLARIFICATION OF BIDS: To assist in the examination, evaluation and comparison of bids, ITI LIMITED may, at its discretion ask the bidder for any clarification(s) of its bid. The request for clarification and the response shall be by email and no change in the price or substance of the bid shall be sought, offered or permitted. However no post bid clarification at the initiative of the bidder shall be entertained. XIV. CANCELLATION BY DEFAULT ITI LIMITED may, without prejudice to any other remedy for breach of work order, by written notice of default sent to bidder, cancel the work order in whole or part: I. If the bidder/agency fails to provide services within the time period specified in the work order. Il. If the bidders/agency fails to perform any other obligations under the work order.

19 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

XV. BLACKLISTING Company/firm blacklisted by Govt/PSU/Corporate Organization are not eligible to participate in the bidding process. If at any stage of bidding process or during the currency of work order, such information comes to the knowledge of ITI LIMITED, ITI LIMITED shall have right to reject the bid or cancel the work order, as the case may be, without any compensation to the bidder. The bidders have to submit an undertaking to the effect that they have not been blacklisted for the past 3 years by any Govt./PSU/Corporate organization

XVI. JURISDICTION FOR DISPUTE REDRESSAL All disputes or differences whatsoever arising between the parties out of or relating to the meaning and operation of effect of the work order or the breach

thereof shall be subject to Courts at Bangalore

XVII. FORCE MAJEURE If, at any time, during the continuance of the agreement, the performance in whole or in any part by either partly of obligation under the agreement shall be prevented or delayed by reasons of any war, hostile acts of the enemy, civil commotion, subrogate, fire, floods, earthquakes, explosions, epidemics, strikes and quarantine restrictions by acts of God, (herein after referred to as eventualities) then, provided notice of the happening of any such eventualities is given by either party to the other within two days from the date of occurrence thereon, neither party shall, by reason of such eventualities be entitled to terminate this contract agreement nor shall either party have any claim of damages against the other in respect of such non-performance or delay in performance. Performance of the contract agreement shall, however be resumed as soon as practicable after such eventuality has come to an end.

XVIII. AMENDMENTS & WITHDRAWAL OF TENDER DOCUMENTS The competent authority of ITI reserves all the rights for the amendment & withdrawal of the tender documents. The amendment & withdrawal of the tender documents may in this regard will be intimated through proper notice.

XIX. GOVERNING LAWS:

This Tender shall be governed and interpreted by and construed in accordance with

the Indian laws and subject to the clause XX of this Tender. The parties submit to

the exclusive jurisdiction at Bengaluru.

20 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

XX. DISPUTE RESOLUTION

In case any dispute arises out of the contract, both parties shall make best efforts to

settle any/ all dispute amicably, but in case of any dispute/ controversy / claim arising

out of this Tender, which cannot be settled mutually, shall be settled as per the

provisions Indian Arbitration & Conciliation rules, 1996 of India, as amended, by one

or more arbitrators to be appointed by each party. If no consent is arrived at the

choice of a Sole Arbitrator, each party shall appoint one Arbitrator and both such

arbitrators shall appoint a Presiding Arbitrator (Umpire). The venue of arbitration

shall be Bangalore and the language preferred will be English.

SAJAN ABRAHAM AGM-HR(B/R&D)

21 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

XXI: INSTRUCTIONS TO BIDDERS FOR ONLINE BID SUBMISSION

11 Submission of Bids shall be only through online process which is mandatory for this Tender.

1

Tender Bidding Methodology: Sealed Bid System Tender Type: Three bids i.e., EMD, Technical and Financial Bids shall be submitted by the bidder at the same time on the portal.

2 Broad outlines of the activities from Bidders perspective: 2.1 Procure a Digital Signing Certificate (DSC)

2.2 Register on Electronic Tendering System® (ETS) 2.3 Create Users and assign roles on ETS 2.4 View Request for Proposal (Tender) on ETS

2.5 Download Official Copy of Tender Documents from ETS 2.6 Clarification to Tender Documents on ETS 2.7 Query to ITI LTD (Optional) 2.8 View response to queries posted by ITI LTD, as an addendum/corrigendum. 2.9 Bid Submission on ETS

2.10 Attend Public Online Tender Opening Event on ETS Opening of Technical/Financial Part

2.11 View Post-TOE Clarification posted by ITI LTD on ETS (Optional) Respond to ITI LTD’s Post-TOE queries.

3

For participating in this tender online, the following instructions need to be read carefully.

These instructions are supplemented with more detailed guidelines on the relevant screens of the ETS.

Note 1:

It is advised that all the documents to be submitted are kept scanned or converted to PDF format in a separate folder on your computer before starting online submission. This file may also be saved in a secret folder on your computer.

Note 2:

While uploading the documents, it should be ensured that the file name should be the name of the document itself.

4

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

22 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

5

Registration in e-procurement portal: Bidder has to Register first in https://www.tenderwizard.com/ITILIMITED.and then Tender document can be downloaded from the web site: https://www.tenderwizard.com/ITILIMITED and bid has to be submitted in the e- format.

6

ITI LIMITED has decided to use process of e-tendering for inviting this tender and thus the physical copy of the tender would not be sold.

7

Special Note on Security of Bids:

Security related functionality has been rigorously implemented in ETS in a multi- dimensional manner. Starting with 'Acceptance of Registration by the Service Provider', provision for security has been made at various stages in Electronic Tender's software.

Specifically, for Bid Submission, some security related aspects are outlined below: As part of the Electronic Encrypt functionality, the contents of both the ‘Electronic Forms’ and the ‘Main-Bid’ are securely encrypted using a Pass-phrase created by the server itself. The Pass phrase is more difficult to break. This method of bid- encryption does not have thesecurity and data-integrity related vulnerabilities which are inherent in e-tendering systems which use Public-Key of the specified officer of a User organization for bid-encryption. Bid-encryption in ETS is such that the Bids cannot be decrypted before the Public Online TenderOpening Event (TOE), even if there is connivance between the concerned tender opening officers of the User organization and the personnel of e-tendering service provider.

23 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

8

Public Online Tender Opening Event (TOE):

ETS offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. Tender Opening Officers as well as authorized representatives of bidders can attend the Public Online Tender Opening Event (TOE) from the comfort of their offices. For this purpose, representatives of bidders (i.e. Supplier organization) duly authorized are requested to carry a Laptop and Wireless Connectivity to Internet.

Every legal requirement for a transparent and secure ‘Public Online Tender Opening Event (TOE)’ has been implemented on ETS.

As soon as a Bid is decrypted with the corresponding ‘Pass-Phrase’ as submitted online by the bidder himself (during the TOE itself), salient points of the Bids are simultaneously made available for downloading by all participating bidders. The work of taking notes during a manual ‘Tender Opening Event’ is therefore replaced with this superior and convenient form of ‘Public Online Tender Opening Event (TOE)’.

ETS has a unique facility of ‘Online Comparison Chart’ which is dynamically updated as each online bid is opened. The format of the chart is based on inputs provided by the User for each Tender. The information in the Comparison Chart is based on the data submitted by the Bidders in electronic forms. A detailed Technical and/ or Financial Comparison Chart enhance Transparency. Detailed instructions are given on relevant screens.

ETS has a unique facility of a detailed report titled ‘Minutes of Online Tender Opening Event (TOE)’ covering all important activities of ‘Online Tender Opening Event (TOE)’. This is available to all participating bidders for ‘Viewing/ Downloading’.

9 Other Instructions:

For further instructions, the vendor should visit the home page of the portal i.e. https://www.tenderwizard.com/ITILIMITED.

Important Note:

It is strongly recommended that all authorized users of Supplier organizations should thoroughly peruse the information provided under the relevant links, and take appropriate action. This will prevent hiccups, and minimize teething problems during the use of ETS. If require any clarification on vendor registration, Digital Signature and submission of quote, etc.. please contact our e-tendering partner Mr. Dhanraj (Antares); Mob: 9686115308; e-mail ID: [email protected]

24 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

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

10.1 Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your tender submission deadline on ETS.

10.2 Register your organization on ETS well in advance of your tender submission deadline on ETS.

10.3 Get your organization’s concerned executives trained on ETS well in advance of your tender submission deadline on ETS.

10.4

Submit your bids well in advance of tender submission deadline on ETS to avoid any unforeseen last-minute problems due to internet timeout, breakdown, etc. While the first three instructions mentioned above are especially relevant to first-time users of ETS, the fourth instruction is relevant at all times.

11

Minimum Requirements at Bidders end: Computer System with good configuration and OS preferably supporting Windows, Word, Excel & PDF, High Speed Broadband connectivity, Internet Browser and Digital Certificate(s).

25 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

ANNEXURE-I

TECHNICAL BID DOCUMENT

1 Name of Agency/Firm

2 Profile of the Agency Firm

3 Name of Proprietor/Director of the agency

4 Full address of registered office

5 Telephone Number

6 Fax No.

7 Mobile No.

8 Email Address

9 Correspondence address of office

10 Full address of branch

11 Banker of Agency with its full address (Attach self-

attested copy of Bank A/c for the last six months

issued by the banker and telephone no. of

banker.)

12 Registration No. of the Agency (as per (a) in

Technical Evaluation Criteria

26 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

13 PAN/TIN No. of the agency (Attach attested copy

of PAN/TIN Card of the Agency

14 Service Tax Registration No (Attach attested copy of

the Registration Certificate )

15 EPF Registration No. (Attach self-attested copy of

the Registration Certificate)

16 ESI Registration No. (Attach self-attested copy of

the Registration Certificate)

17 Financial turnover of the agency for the financial year

2019-20, 2020-21 (copy of the IT returns filed in

respect thereof and a copy of the turnover statement

for the above two financial years separately, duly

certified by the Chartered Accountant, to be attached

in the following

format):

Financial

Year

Amount (Rs.

In

lacs)

Remarks

If

any

2019-20

2020-21

18 Details of major contracts with Central

Government/State Government/PSU/Reputed

Private Firms handled by the tendering

agency/bidder for providing manpower during the

two years (in the following format (attested copies

of last years’ experience certificate /work award

may be enclosed)

27 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

19 EMD details

20 Unpriced financial bid

21 Signed copy of the Tender document

(If the space provided is insufficient, a separate sheet may be attached)

Declaration

I son/daughter/wife of Shri/Smt.

Proprietor/Director/Authorized signatory of the agency mentioned above is

competent to sign this declaration and execute this tender document.

I have carefully read and understood all the terms and conditions laid down in

the tender and undertake to abide by them.

The information/documents furnished along with the above bid/application are

true and authentic to the best of my knowledge and belief. Am well aware of

the fact that furnishing of any false information/fabricated document would lead

to rejection of may tender/bid at any stage besides liabilities towards

prosecution under appropriate law.

(signature of the authorized person) Name Date Place

Official seal

28 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

ANNEXURE-II

FINANCIAL BID DOCUMENT

ITI LIMITED has worked out the requirement (in Section ‘C’ of the tender document)

to be deployed in its office at ITI Limited, Bangalore Plant, Dooravaninagar,

Bangalore 560016..

The successful bidder is required to pay the remuneration, as fixed by ITI LIMITED, on

monthly basis to each of the personnel, after deduction of employee share of

contribution towards ESI, EPF etc., wherever applicable, deployed in ITI LIMITED during

the contract period.

ITI LIMITED will bear the expenses towards employer contribution in respect of

ESI, EPF and taxes, as per Rules applicable from time to time.

The agency is required to submit the financial bid in the following format only:

Description of services Rates of Services/Agency charges in percentage

(%) (upto two decimal point only) to be charged on

total remuneration excluding ESI, EPF and taxes as

applicable from time to time.

Providing manpower of various categories

based on the requirement of tender

document on the monthly remuneration fixed

by the ITI LIMITED.

The bidders who quote unrealistic rate of service charges i.e.‘0’% shall be debarred

for further consideration. If the bidders quote percentage with more than two decimal

points, then upto two decimal points only be considered without rounding up.

The bidders are required to quote only service/agency charge which represents

administrative/ management charges/overheads/other costs.

Signature & Seal of the bidder with date

29 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

ANNEXURE-III

PROFORMA OF MONTHLY SALARY SLIP TO BE ISSUED BY

CONTRACTOR TO ITS EMPLOYEES

Pay slip for the month of

Employee Number

Designation

ESI Number

EPF Number

Bank Account Number

Monthly wages

Deduction towards ESI

Deduction towards EPF

Total Deduction

Net Pay in Hand

30 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

ANNEXURE-IV SPECIMEN SERVICE LEVEL AGREEMENT FOR PROVIDING OUTSOURCED STAFF SERVICES

SERVICE LEVEL AGREEMENT (SLA) ENTERED INTO ON BY AND

BETWEEN:

ITI Limited, Bangalore Plant, Dooravaninagar, Bangalore 560016, (hereinafter

referred to as the “ITI LIMITED” of the one part).

AND

M/s registered under

having its registered office at (hereinafter

referred to as the “CONTRACTOR” which expression shall unless repugnant to the

context or meaning thereof be deemed to include its successors and permitted

assigns) of the other part.

The ITI LIMITED and the CONTRACTOR are individually referred to as a “Party” and

collectively referred to as “Parties”.

That WHEREAS the CONTRACTOR will deploy outsourced manpower at the

aforesaid location under ITI LIMITED Bangalore in accordance with Tender No

date at the rates quoted by the Contractor vide their financial bid in response

to Tender No. date as per all the terms and conditions given in the aforesaid tender

which shall become part and parcel of this agreement. And WHEREAS the expenses

and all charges shall be borne by CONTRACTOR and shall be paid by ITI LIMITED

on verification of bill submitted by Contractor. And whereas CONTRACTOR shall pay

the salary to its personnel deployed at ITI LIMITED as per the structure agreed by

ITI LIMITED.

31 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

And whereas CONTRACTOR shall abide by all the rules & regulations and directions

of ITI LIMITED and also indemnify ITI LIMITED, against all the risks, losses, claims,

damages, on account of supply of manpower.

The performance Security Bank Guarantee would be encased by ITI Limited in case

CONTRACTOR fails to provide manpower and/or breaches terms and conditions of

the aforesaid documents.

This agreement is made for period of one year from to

.In Witness there of the above mentioned parties have

put their Signature on this day of .

Signed for and on behalf of

ITI Limited

Signed for and on behalf of CONTRACTOR Name: Designation Office Seal

Signature of the bidder with Seal

32 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

ANNEXURE-V

Job Description

Highly skilled

Preparation of tender documents and submission of tenders on-line, Interaction

with the various departments to get the necessary inputs/documents for

preparation of bids, Maintenance of tender files and updating the status of the

tenders, Testing, Project follow up, Assembly co- ordination, PR raising, PO follow

up, Material receiving and testing, TSEC evaluation and IA of Wi-Fi and Wi-Fi

tenders, Mechanical Prototyping for All R&D Products, Design of system drawings

& mechanical drawings and release to records for all the R&D projects, Wiring,

Assembly, Soldering and reworking of PCBs level, System level, Chassis level,

System Integration and testing, field trials for 1GE IPE for C-DAC, ADRIN, MHA,

NTRO, 16-CESR,Production support and field-trial of MCEU Package-C, 1GE

IPE for ADRIN, MHA, Hardware testing of LBR card, system integrated testing and

Replicator testing and production support for the same for MCEU of NFS for

Package -D, Testing of LCT & EMS software for MCEU for NFS for Package-C

& D and production support for the same, Testing of EKMS and TRNG hardware

cards and product ionization of the same and production support for testing for

MCEU. Testing of Ananda/NGN BEU, TESD/SESD and field support, Importing,

editing & exporting of the Gerber data, make data compatible for CNC Drilling

machine, Routing machine and Jump scoring machine. Netlist preparation for

Flying Probe Testing. Generating the data for Photo plotting of the films, Cleaning

of separator sheets, Cutting of prepreg and copper foil, making the book for

Multilayer Boards

33 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

. loading and unloading of PCBs, Repair of ARC & ARI Field returned cards,

Routine maintenance of fault removal of OLT, ONT and Associate power

equipment, Handling of faulty Cards / Modules

Skilled Receive Shop Orders and Stores Requisition, Receive Shop Order and Record

card and enter in follow up register, Load the Shop order , Planning, Coil winding,

termination, material collection and dispatches, development of testing program for

the new coil winding machines received in coil winding. Baking, Oven, Curing,

Lacquering, Core Adjustment, Apply Araldite, QA Testing, Final inspection,

Importing, editing & exporting of the Gerber data, make data compatible for CNC

Drilling machine, Routing machine and Jump scoring machine. Netlist preparation

for Flying Probe Testing. Generating the data for Photo plotting of the films,

According to the cards requirement size, cut the copper clad laminates, backup

sheets & entry sheets and Making panels edges smooth, Stacking & Pinning of

panels, Operation of CNC Drilling Machine, Depinning of card, Making CNC Drill

Programme, Editing Programmes, Drill Bit management, Inspection of drilled

boards, Plating operation like Electroless plating & Electro Plating of Single Side,

Double Side and MLBs. Catering PCBs to all the Projects, Storage R&D PCB

& Chemical Lab, making of art work, Engineering works, Circuit printing using

Collimated UV Light Exposing machine. Handling Chemical & Mechanical

scrubbing machine, operation of Dry Film Laminator & operation, Making

SCREEN, Solder coating, Exposing PCBs under UV Lamp, Curing the PCBs

and solder mask developing, Legend Marking, Pre-cleaning, Hot Air Levelling

and Post Cleaning of PCBs, Final inspection & touch-up work of Single Sided,

Double Sided and Multi layer PCBs

34 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

, Catering Single sided, Double sided and Mulit layer PCBs to R&D Project

Engineers Testing of Finished PCBs for outside agencies, Shop order receiving

from planning, execution of shop order, Wiring, degreasing, Rubbing, Acid

Pickling, plating of Mechanical fabricated ferrous and non ferrous components

as per drawing i.e. VaT (Acid tin plating, alkaline zinc plating, alkaline zinc-nickel

plating, alkaline copper plating, bright nickel plating and acid hard gold plating)

and Barrel plating(Tin plating and Nickel plating), Chemical analysis, Raising

PRs, Lacquering of PCBs & metallic component , Alodine and anodizing of non

ferrous component as per drawing, bonder zing of ferrous components, painting

and powder coating as per drawing. Recording Final Inspection details and

delivery of Finished components. Disposal of chemicals and storage container

as per pollution control board norms. periodic maintenance of plating vat,

Stacking & Pinning of panels, Operation of CNC Drilling Machine, Depinning of

card, Making CNC Drill Programme, Editing Programmes, Drill Bit

management, Inspection of drilled boards, Testing of Assembled BOARDS, The

incumbent is required to have inclination to installation & commissioning of

Telecom and Auxiliary equipment, testing and maintenance of electronic

& communication equipment. The job also requires extensive travelling and

interaction with customers. He has the caliber to inspect and monitor the project

activities including buildings and towers., Able to perform clerical work

35 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

Semi Skilled Cleaning of separator sheets, Cutting of prepreg and copper foil, making the

book for Multilayer Boards. loading and unloading of PCBs, TH assy , Relay

assy & meter box assembly, .Repair / Maintenance of lighting, general electrical

utilities, Sewage treatment plants, Water pump houses, Substation

maintenance, L T panel operation and maintenance, DG set operation and

maintenance, UPS / battery bank maintenance, 11 K V switching panels and

transformer distribution networks, Repair and maintenance of

machinery/equipment’s of production / non-production lines, Maintenance of Air

Compressors, Water Supply, pneumatic distribution lines, Sewage treatment

plants, water supply pump houses, Effluent treatment plants, Lift maintenance,

welding works, providing Support to Planning Dept for MCEU Production

Urgency.

Unskilled Supporting to Sales and Customer support departments, Lab Attendants in

R&D. Movement of Testing Equipment’s / Peripherals / Chassis in R&D Labs as

well as for GM(P and R&D ) office, Movement of materials from stores, Trolley

movement ,Files movement , For pass out of Materials , Cleaning of machines,

Clean up worksites from hazardous or obsolete material ,Assist welders,

carpenters, painters or other tradespeople on-site, Handle and transport

material and equipment Use power tools and machinery, Follow instructions

from supervisors to perform manual labor tasks as well as

perform administrative office related work(i.e handling files, cleaning office

space, putting circulars & information to notice board etc

36 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

ANNEXURE – VI BANK GUARANTEE PROFORMA 1. As agreed under the relevant terms and conditions of Letter of Intent / Purchase Order Ref ……… Dated

…..… between M/s ITI Ltd., (with address) (hereinafter called the Purchaser) and M/s…………………………(hereinafter called the Supplier) for supply of ………………..(herein after called the said Purchase Order), the supplier hereby agrees to furnish a Security Deposit against supply performances by way of an irrevocable Bank Guarantee for Rs…….(Rupees……………………………….only). We………..[Indicate the name of Bank] (Herein after referred to as` THE BANK’) at the request of the supplier do hereby undertake to pay to the purchaser, an amount not exceeding Rs……..(Rupees………………only) against any loss or damage caused to or suffered or would be caused to or suffered by the Purchaser, by reasons of breach by the said Supplier of any of the terms or conditions contained in the said Letter of Intent.

2. We. …………[Indicate the name of the Bank] do hereby undertake to pay the amount due and payable

under this Guarantee without any demur, merely on a demand from the purchaser stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the purchaser, by reason of breach by the said Supplier of any of the terms or conditions contained in the said Letter of Intent or by reason of the Supplier’s failure to perform the said Letter of Intent. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee shall be restricted to an amount not exceeding Rs…….(Rupees …………only).

3. The Bank further agrees that the Purchaser shall be the sole judge as to whether the said supplier has

committed any breach or breaches of any of the terms and conditions of the contract and the extent of loss, damage, costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the Purchaser on account thereof, and the decision of the Purchaser that the said Supplier has committed such breach or breaches and as to the amount or amounts of loss, damage costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the Purchaser from time to time shall be conclusive, final and binding on the Bank.

4. We undertake to pay to the Purchaser, any money so demanded notwithstanding any dispute or

disputes raised by the Supplier in any suit or proceedings pending before any Court or Tribunal relating thereto our liability under this present being absolute and unequivocal.

5. It shall not be necessary for the Purchaser to proceed against the Supplier before proceeding against

the Bank and the Guarantee herein contained 94 shall be enforceable against the Bank not withstanding any security, which the Purchaser may have obtained or obtains from the Supplier.

6. We……….[Indicate the name of Bank] further agree with the Purchaser, that the Purchaser shall have

the fullest liberty without our consent and without effecting in any manner our obligation hereunder to vary any of the terms and conditions of the said Letter of Intent or to extend time of performance by the said Supplier from time to time or to postpone for any time of from to time any of the powers exercisable by the Purchaser against the said Supplier and to forbear or enforce any of the terms and conditions relating to the said Letter of Intent and we shall not relieved from our liability by reasons of any such variation, or extension being granted to said Supplier or for any forbearance, act or omission on the part of the Purchaser or any indulgence by the Purchaser, to the said Supplier or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so

37 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

relieving us. 7. This Guarantee will not be discharged due to the change in the constitution of the Bank or the Supplier.

8. We ………..[Indicate the name of Bank] undertake not to revoke this Guarantee during its currency except

with the previous written consent of the Purchaser, in writing. 9. Notwithstanding anything contained in the foregoing clauses, our liability under this guarantee is restricted to Rs. ……………(Amount in words also) and our guarantee shall remain in force until ………….(Date of Validity). Unless a demand is made against us to enforce a claim under this guarantee within three months from the date, all your rights under this guarantee shall be forfeited and we shall be relieved and discharged from all liability hereunder. for…………………..[Indicate the name of Bank]

DATE: PLACE:

38 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

ANNEXURE-VII INDEMNITY BOND This deed of Indemnity bond is executed on this day of by a company registered under the Companies Act, having its registered office at represented herein by its (herein after referred to as the “OBLIGOR”) (which expression shall mean and include its heirs, successors, assignees executors or any one claiming through or under it). IN FAVOUR OF M/s ITI Limited a company registered under the companies Act having its registered under the companies Act having its registered office at Regd.&Corporate Office, ITI Bhavan, Dooravaninagar, Bangalore – 560016 (herein after referred as the “OBLIGEE”) (which expression shall mean and include its successors, assignees or anyone claiming through or under it). Whereas the Obligee herein had placed a Purchase Order for supply of. ………WHEREAS the “OBLIGEE” has to supply the required ……………to code …………………….The cost of the …………………..to be supplied by the Obligee to the Obligor is about Rs. ………. Whereas the Obligee has requested the Obligor to furnish a Bank Guarantee for a said sum of Rs……………….(Rupees…………………………………… …………………………………..only) Whereas the Obligor has expressed his inability to furnish the Bank Guarantee for the said sum of Rs……………….whereas the Obligor has requested the Obligee to take an Indemnity Bond in lieu of Bank Guarantee and the Obligee has agreed to take an Indemnity Bond instead of Bank Guarantee with the following conditions and the Obligor has agreed to fulfill the conditions given below: i) Tools with jigs and fixtures will be available for the personnel of the Obligee to inspect as and when desired. ii) The Obligor agreed to insure the tools supplied by the Obligee as its Obligors cost of Rs……………….making Obligee as beneficiary with all losses covered and the Obligor will keep the tools under trust. iii) The Obligor undertakes not to use the tools supplied by the Obligee for the manufacture of Castings for any other customer. WHEREAS in the event of breach of undertaking under this bond, the Obligor agrees to pay Rs……………………….(Rupees……………………………only) within one month of receipt of demand / claim from the Obligee. NOW THIS DEED OF INDEMNITY WITNESSES AS FOLLOWS: In consideration of the Obligee agreeing to receive the said sum of Rs……………..,the Obligor hereby agrees and undertakes to indemnify and keep indemnified the Obligee against any loss or damage to the tool that may be sustained by the Obligee as a result of misuse, mishandling or improper storage of the tool while in the custody of the Obligor or breach of any undertakings furnished under this bond. The Obligor hereby further agrees and undertakes to indemnify and keep indemnified the Obligee against all the costs and expenses that the Obligee may incur as a consequence of the Obligee’s being put to the necessity of initiating proceeding against the Obligor upon the Obligor failing to pay the said sum of Rs……………within one month of lodging the demand / claim by the Obligee. IN WITNESS WHEREOF, the Obligor represented herein by Managing Director has signed this deed of Indemnity on the day, month and the year first mentioned above. Witness Obligor 1. 2.

39 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

ANNEXURE-VIII Feedback from Vendor

Vendor Name: ______________________________________________________ Email id: __________________________ Phone No.: _________________

Sl. No. Question Answer

1 Whether you are registered MSME vendor YES/NO

2 If yes, Registration No.

3 Whether you are SC/ST MSME YES/NO

4 Whether you are women MSME YES/NO

5 What is the percentage of Local content in percent

40 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

ANNEXURE – IX INTEGRITY PACT PURCHASE ORDER No. THIS Integrity Pact is made on…………………day of ……………….20 . BETWEEN: ITI Limited having its Registered & Corporate Office at ITI Bhavan, Dooravaninagar, Bangalore – 560 016 under the administrative control of Ministry of Communications, Government of India (hereinafter called the Principal), which term shall unless excluded by or is repugnant to the context, be deemed to include its Chairman & Managing Director, Directors, Officers or any of them specified by the Chairman & Managing Director in this behalf and shall also include its successors and assigns) ON THE ONE PART AND: ……………………………………………….. represented by ………………………………….. Chief Executive Officer (hereinafter called the Contractor(s), which term shall unless excluded by or is repugnant to the context be deemed to include its heirs, representatives, successors and assigns of the bidder/contract ON THE SECOND PART. Preamble WHEREAS the Principal intends to award, under laid down organizational procedures, contract for ………………………………………………. of ITI Limited. The Principal, values full compliance with all relevant laws of the land, regulations, economic use of resources and of fairness/ transparency in its relations with its Bidder(s)/ Contractor(s). In order to achieve these goals, the Principal has appointed an Independent External Monitor (IEM), who will monitor the tender process and the execution of the contract for compliance with the principles as mentioned herein this agreement. WHEREAS, to meet the purpose aforesaid, both the parties have agreed to enter into this Integrity Pact the terms and conditions of which shall also be read as integral part and parcel of the Tender Documents and contract between the parties. NOW THEREFORE, IN CONSIDERATION OF MUTUAL COVENANTS STIPULATED IN THIS PACT THE PARTIES HEREBY AGREE AS FOLLOWS AND THIS PACT WITHNESSETH AS UNDER: SECTION 1 – COMMITMENTS OF THE PRINCIPAL 1.1 The Principal commits itself to take all measures necessary to prevent corruption and

to observe the following principles:

a. No employee of the Principal, personally or through family members, will in connection with the tender for or the execution of the contract, demand, take a

41 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

promise for or accept, for self or third person, any material or immaterial benefit which the personal is not legally entitled to.

b. The Principal will, during the tender process treat all bidder(s) with equity and

reason. The Principal will in particular, before and during the tender process, provide to all bidder(s) the same information and will not provide to any bidder(s) confidential/additional information through which the bidder(s) could obtain an advantage in relation to the tender process or the contract execution.

c. The Principal will exclude from the process all known prejudiced persons.

1.2 If the Principal obtains information on the conduct of any of its employee, which is a

criminal offence under IPC/PC Actor if there be a substantive suspicion in this regard, the Principal will inform the Chief Vigilance Officer and in addition can initiate disciplinary action as per its internal laid down Rules/ Regulations.

SECTION 2 – COMMITMENTS OF THE BIDDER/CONTRACTOR 2.1 The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent

corruption. He commits himself observe the following principles during the participation in the tender process and during the execution of the contract.

a. The bidder(s)/contractor(s) will not, directly or through any other person or firm

offer, promise or give to any of the Principal’s employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract.

b. The bidder(s)/contractor(s) will not enter with other bidders/contractors into any

undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelization in the bidding process.

c. The bidder(s)/contractor(s) will not commit any offence under IPC/PC Act, further

the bidder(s)/contractor(s) will not use improperly, for purposes of competition of personal gain, or pass onto others, any information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

d. The Bidder(s)/Contractor(s) of foreign original shall disclose the name and address

of the agents/representatives in India, if any. Similarly, the Bidder(s)/Contractor(s) of Indian Nationality shall furnish the name and address of the foreign principals, if any.

42 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

e. The Bidder(s)/Contractor(s) will, when presenting the bid, disclose any and all payments made, are committed to or intend to make to agents, brokers or any other intermediaries in connection with the award of the contract.

f. The Bidder(s)/Contractor(s) will not bring any outside influence and Govt

bodies directly or indirectly on the bidding process in furtherance to his bid.

g. The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or to be an accessory to such offences.

SECTION 3 – DISQUALIFICATION FROM TENDER PROCESS & EXCLUSION FROM FUTURE CONTRACTS 3.1 If the Bidder(s)/Contractor(s), during tender process or before the award of the contract

or during execution has committed a transgression in violation of Section 2, above or in any other form such as to put his reliability or credibility in question the Principal is entitled to disqualify Bidder(s)/ Contractor(s) from the tender process.

3.2 If the Bidder(s)/Contractor(s), has committed a transgression through a violation of

Section 2 of the above, such as to put his reliability or credibility into question, the Principal shall be entitled exclude including blacklisting for future tender/contract award process. The imposition and duration of the exclusion will be determined by the severity of the transgression. The severity will be determined by the Principal taking into consideration the full facts and circumstances of each case, particularly taking into account the number of transgression, the position of the transgressor within the company hierarchy of the Bidder(s)/Contractor(s) and the amount of the damage. The exclusion will be imposed for a period of minimum one year.

3.3 The Bidder(s)/Contractor(s) with its free consent and without any influence agrees and

undertakes to respect and uphold the Principal’s absolute right to resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground including the lack of any hearing before the decision to resort to such exclusion is taken. The undertaking is given freely and after obtaining independent legal advice.

3.4 A transgression is considered to have occurred if the Principal after due consideration

of the available evidence concludes that on the basis of facts available there are no material doubts.

3.5 The decision of the Principal to the effect that breach of the provisions of this Integrity

Pact has been committed by the Bidder(s)/ Contractor(s) shall be final and binding on the Bidder(s)/ Contractor(s), however the Bidder(s)/ Contractor(s) can approach IEM(s) appointed for the purpose of this Pact.

3.6 On occurrence of any sanctions/ disqualifications etc arising out from violation of

integrity pact Bidder(s)/ Contractor(s) shall not entitled for any compensation on this account.

43 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

3.7 subject to full satisfaction of the Principal, the exclusion of the Bidder(s)/ Contractor(s) could be revoked by the Principal if the Bidder(s)/ Contractor(s) can prove that he has restored/ recouped the damage caused by him and has installed a suitable corruption preventative system in his organization.

SECTION 4 – PREVIOUS TRANSGRESSION 4.1 The Bidder(s)/ Contractor(s) declares that no previous transgression occurred in the

last 3 years immediately before signing of this Integrity Pact with any other company in any country conforming to the anti-corruption/ transparency International (TI) approach or with any other Public Sector Enterprises/ Undertaking in India of any Government Department in India that could justify his exclusion from the tender process.

4.2 If the Bidder(s)/ Contractor(s) makes incorrect statement on this subject, he can be

disqualified from the tender process or action for his exclusion can be taken as mentioned under Section-3 of the above for transgressions of Section-2 of the above and shall be liable for compensation for damages as per Section- 5 of this Pact.

SECTION 5 – COMPENSATION FOR DAMAGE 5.1 If the Principal has disqualified the Bidder(s)/Contractor(s) from the tender process

prior to the award according to Section 3 the Principal is entitled to forfeit the Earnest Money Deposit/Bid Security/ or demand and recover the damages equitant to Earnest Money Deposit/Bid Security apart from any other legal that may have accrued to the Principal.

5.2 In addition to 5.1 above the Principal shall be entitled to take recourse to the relevant

provision of the contract related to termination of Contract due to Contractor default. In such case, the Principal shall be entitled to forfeit the Performance Bank Guarantee of the Contractor or demand and recover liquidate and all damages as per the provisions of the contract agreement against termination.

SECTION 6 – EQUAL TREATMENT OF ALL BIDDERS/CONTRACTORS 6.1 The Principal will enter into Integrity Pact on all identical terms with all bidders and

contractors for identical cases. 6.2 The Bidder(s)/Contractor(s) undertakes to get this Pact signed by its sub-

contractor(s)/sub-vendor(s)/associate(s), if any, and to submit the same to the Principal along with the tender document/contract before signing the contract. The Bidder(s)/Contractor(s) shall be responsible for any violation(s) of the provisions laid down in the Integrity Pact Agreement by any of its sub-contractors/sub-vendors/associates.

6.3 The Principal will disqualify from the tender process all bidders who do not sign this

44 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

Integrity Pact or violate its provisions. SECTION 7 – CRIMINAL CHARGES AGAINST VIOLATING BIDDER(S)/ CONTRACTOR(S) 7.1 If the Principal receives any information of conduct of a Bidder(s)/Contractor(s) or sub-

contractor/sub-vendor/associates of the Bidder(s)/Contractor(s) which constitutes corruption or if the Principal has substantive suspicion in this regard, the Principal will inform the same to the Chief Vigilance Officer of the Principal for appropriate action.

SECTION 8 – INDEPENDENT EXTERNAL MONITOR(S) 8.1 The Principal appoints competent and credible Independent External Monitor(s) for this

Pact. The task of the Monitor is to review independently and objectively, whether and to what extend the parties comply with the obligations under this pact.

8.2 The Monitor is not subject to any instructions by the representatives of the parties and

performs his functions neutrally and independently. He will report to the Chairman and Managing Director of the Principal.

8.3 The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without

restriction to all product documentation of the Principal including that provided by the Bidder(s)/Contractor(s). The Bidder(s)/Contractor(s) will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The Monitor is under contractual obligation to treat the information and documents Bidder(s)/Contractor(s) with confidentiality.

8 .4 The Principal will provide to the Monitor sufficient information about all meetings

among the parties related to the project provided such meeting could have an impact on the contractual relations between the Principal and the Bidder(s)/Contractor(s). As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the Management of the Principal and request the Management to discontinue or take corrective action, or to take other relevant action. The monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in specific manner, refrain from action or tolerate action.

8.5 The Monitor will submit a written report to the Chairman & Managing Director of the

Principal within a reasonable time from the date of reference or intimation to him by the principal and, should the occasion arise, submit proposals for correcting problematic situations.

8.6 If the Monitor has reported to the Chairman & Managing Director of the Principal a

substantiated suspicion of an offence under relevant IPC/PC Act, and the Chairman & Managing Director of the Principal has not, within the reasonable time taken visible action to proceed against such offence or reported it to the Chief Vigilance Officer, the Monitor may also transmit this information directly to the Central Vigilance Commissioner.

45 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

8.7 The word ‘Monitor’ would include both singular and plural.

8.8 Details of the Independent External Monitor appointed by the Principal at present is

furnished below: -

Shri Javeed Ahmad IPS (Retd) M-1101, Shalimar Gallant Apartment Vigyanpuri Mahanagar Lucknow – 226 006

Any changes to the same as required / desired by statutory authorities is applicable. SECTION 9 – FACILITATION OF INVESTIGATION 9.1 In case of any allegation of violation of any provisions of this Pact or payment of

commission, the Principal or its agencies shall be entitled to examine all the documents including the Books of Accounts of the Bidder(s)/Contractor(s) and the Bidder(s)/Contractor(s) shall provide necessary information and documents in English and shall extend all help to the Principal for the purpose of verification of the documents.

SECTION 10 – LAW AND JURISDICTION 10.1 The Pact is subject to the Law as applicable in Indian Territory. The place of

performance and jurisdiction shall the seat of the Principal. 10.2 The actions stipulated in this Pact are without prejudice to any other legal action that

may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.

SECTION 11 – PACT DURATION 11.1 This Pact begins when both the parties have legally signed it. It expires after 12 months

on completion of the warranty/guarantee period of the project / work awarded, to the fullest satisfaction of the Principal.

11.2 If the Bidder(s)/Contractor(s) is unsuccessful, the Pact will automatically become

invalid after three months on evidence of failure on the part of the Bidder(s)/Contractor(s).

11.3 If any claim is lodged/made during the validity of the Pact, the same shall be binding

and continue to be valid despite the lapse of the Pact unless it is discharged/determined by the Chairman and Managing Director of the Principal.

SECTION 12 – OTHER PROVISIONS

46 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

12.1 This pact is subject to Indian Law, place of performance and jurisdiction is the Registered & Corporate Office of the Principal at Bengaluru.

12.2 Changes and supplements as well as termination notices need to be made in writing by

both the parties. Side agreements have not been made. 12.3 If the Bidder(s)/Contractor(s) or a partnership, the pact must be signed by all

consortium members and partners. 12.4 Should one or several provisions of this pact turn out to be invalid, the remainder of

this pact remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

12.5 Any disputes/ difference arising between the parties with regard to term of this Pact,

any action taken by the Principal in accordance with this Pact or interpretation thereof shall not be subject to any Arbitration.

12.5 The action stipulates in this Integrity Pact are without prejudice to any other legal action

that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.

In witness whereof the parties have signed and executed this Pact at the place and date first done mentioned in the presence of the witnesses: For PRINCIPAL For BIDDER(S)/CONTRACTOR(S) …………………………………………….. ………………………………………………… (Name & Designation) (Name & Designation) Witness Witness 1) …………………………………… 1)……………………………………………... 2) ……………………………………. 2)……………………………………………....

47 | P a g e Office Address: ITI Limited, Bangalore Plant and R&D, Dooravaninagar, Bangalore-560016, Karnataka, India.

ANNEXURE – X No Near Relative Certificate Date:

To, DEPUTY GENERAL MANAGER INTERGRATED MATERIALS MANAGEMENT DEPARTMENT BANGALORE PLANT ITI LIMITED BANGALORE - 560016 Sub: No near relative certificate Tender Reference No: ITI/IR&LEGAL/08/2021 Name of Tender/Work: HIRING OF OUTSOURCED MANPOWER SERVICES FOR ITI LIMITED ON CONTRACT BASIS Dear Sir,

1. I/We have downloaded/obtained the tender document(s) for the above mentioned Tender/Work from the website(s) namely: www.eprocure.gov.in or www.itiltd.in as per your advertisement given in the above-mentioned website(s)

2. I/We do hereby declare that we are not relative of any Director of ITI Limited or any of his relative is a partner

3. In our firm, there is no Partner who is director of ITI Limited or any of his relative is a partner 4. We declare that none of our relative is working / worked as an “EMPLOYEE” in ITI Limited across nation 5. We declare that none of our family relative or business relative from any another source, not participating

this advertisement 6. I/We have not engaged any person(s) of doubtful antecedent and if any such person (s) found by

management I/We am/are agreeing for punishment as deemed fit by management

Yours Faithfully,

(Signature of the Bidder with Official Seal)

Digitally signedbySathyanarayanaPrasadDate: 2021.08.1410:29:56 ISTReason: PDFAuthenticated