bid document - bharat sanchar nigam...

182
BID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality in BSNL network 2

Upload: dinhxuyen

Post on 07-Mar-2018

216 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

BID DOCUMENT

FOR SUPPLY OF Signalling solution with FNMP functionality in BSNL network

2

Page 2: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

SECTION-1BHARAT SANCHAR NIGAM LIMITED

(A Government of India Enterprise)2nd Floor, Bharat Sanchar Bhawan, HC Mathur Lane, Janpath, New Delhi- 110001

... From: To,AGM (MMY) .................................................2nd Floor, MMT Section, .................................................Bharat Sanchar Bhawan, HCM Lane, .................................................Janpath, New Delhi – 110001.

.................................................

No. CA/MMT/SSTP/11.15/NWO-CFA/2015-16/……… Dated:………

Sub: -Tender document of turnkey project for complete new Signaling solution comprising FMNP functionality compliant 16 SSTP nodes ,200 Mn MNP DB, EMS/DR EMS system with planning, Engineering, Supply, Installation, Testing, commissioning, Migration of all network elements to new SSTP system, 2 Yr warranty and 5 Yr Annual Maintenance of BSNL SSTP network, OR Turnkey project for up gradation of designated FMNP functionality compliant 16 existing SSTP nodes, EMS/DREMS, 200 Mn MNP DB capacity with consolidation and migration of all network elements of 24 nodes SSTP system to 16 nodes SSTP system along with shifting of Nagpur SSTP node to PUNE2 Yr warranty and 5 Yr Annual Maintenance of BSNL SSTP network,

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

Page 3: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

S. No.

Section/Annexure Item Page No.

1. Section 1 Detailed NIT 2. Section 2 Tender Information3. Section 3 Part A Scope of work 4. Section 3 Part B Technical Specifications/ Requirements5. Section 3 Part C Schedule of Requirements(SOR)6. Section 3 Part D Tentative Deployment Plan 7. Section 3 Part E Technical specification of UPS8. Section 4 Part A General Instructions to Bidders(GIB) 9. Section 4 Part B Special Instructions to Bidders(SIB)10. Section 4 Part C E-tendering Instructions to Bidders 11. Section 5 Part A General (Commercial) Conditions of Contract

(GCC)12. Section 5 Part B Special (Commercial) Conditions of Contract (SCC)13. Section 6 Undertaking & declaration14. Section 7 Proforma (s)15. Section 8 Bidder’s profile & Questionnaire.16. Section 9 Bid Form & Price Schedule17. Section 10 Security Agreement

If interested, kindly submit your offers by means of online bids only through Electronic Tendering at the portal detailed in ‘Special Instructions to Bidders for E-Tendering’ before 11:30 hours of …../…../2015.

AGM (MMX)Phone Number - (Off) 011-2371 7844

FAX 011-2371 0198 E-Mail: ……………………..

--------------------------------------------------------------------------------------------------Regd. Off.: BSNL, Bharat Sanchar Bhawan, Janpath, New Delhi -110 001. Web:

www.bsnl.co.in

Page 4: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

SECTION – 1 Part A

Detailed NOTICE INVITING E-TENDER (DNIT) BHARAT SANCHAR NIGAM LIMITED

(A Government of India Enterprise)MMT Section, 2nd floor, Bharat Sanchar Bhawan,

Janpath, New Delhi - 110 001…..

1. On line sealed Tender are invited by Chairman and Managing Director, Bharat Sanchar Nigam Limited, on rupee payment basis, from the eligible bidders for SSTP in BSNL for following Items.

S. No.

Name of the Item/ Work Estimated Quantity (Nos.)

Bid Security/ Earnest Money

Deposit Amount

for the tender1 Turnkey project for complete new

Signaling solution comprising FMNP functionality compliant 16 SSTP nodes ,200 Mn MNP DB, EMS/DR EMS system with planning, Engineering, Supply, Installation, Testing, commissioning, Migration of all network elements to new SSTP system, 2 Yr warranty and 5 Yr Annual Maintenance of BSNL SSTP network, ORTurnkey project for up gradation of designated FMNP functionality compliant 16 existing SSTP nodes, EMS/DREMS, 200 Mn MNP DB capacity with consolidation and migration of all network elements of 24 nodes SSTP system to 16 nodes SSTP system along with shifting of Nagpur SSTP node to PUNE 2 Yr warranty and 5 Yr Annual Maintenance of BSNL SSTP network,

16 FMNP compliant SSTP nodes with 200

Mn NPDB & EMS system

INR 2 Cr

Comprehensive AMC cost of the signaling solution with FMNP functionality & EMS for guaranteed 5 Yr support during :

Page 5: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

Year 1

Year 2

Year 3

Year 4

Year 5

Note 1: The quantity /no. / Sites stated above are estimated and BSNL reserves the right to vary the quantity to the extent of -25 % to +25 % of specified quantity at the time of award of the contract i.e. APO without any change in unit price or other terms & conditions.

2. Purchase of Tender Document:

2.1 As this Tender Document shall be following the e-Tendering Process, the Bidders may download the Detailed NIT along with Performa for Non Disclosure Agreement (“NDA”) from the BSNL Web site http:// bsnl.co.in following the “Link for E-tenders by BSNL” in the tender section from ----------------- (1800 Hrs) onwards.

2.2 Tender Document shall be available for downloading only after

i. Payment of INR 10,000/- (inclusive of taxes), which shall be non-refundable in the form of crossed demand draft, drawn on any scheduled bank in favour of ‘Accounts Officer (Cash), BSNL Corporate Office, New Delhi; and

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

iii. Bidder is required to register compulsorily and complete all the required formalities on the E-tender portal https://www.tcil-india-electronictender.com. Thereafter, upon payment of INR ……………./- towards tender document fee to AGM(MMY), 2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi-1, the prospective Bidder will be authorized by MM cell, BSNL Corporate Office, New Delhi, to access/download the tender document from the E-tendering portal only.

2.3 Submission of Integrity Pact signed by Purchaser and Bidder is mandatory.

3. e-Tendering Process

BSNL has decided to use the e-Tendering Process for inviting Bids for this Tender and thus the physical copy of the Tender would not be sold. The special instructions to Bidders for e-Tendering is provided in Section 4-Part B of this Tender.

4. Eligibility Criteria: - The bidder should have4.1 The bidder company shall be registered and incorporated in India under the

Companies Act, 1956.

4.2 The bidder or parent company shall be original Equipment Manufactrer (OEM) of stand alone signalling transfer point(SSTP).

Page 6: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

4.3 The Bidder or its parent company shall have a minimum turnover of Rs. 200 crores each in the last two years (i.e. Financial Year 2012-13 & 2013-14). Bidder shall submit Audited Annual Report along with Bid in this regard.

4.4 The Bidder or parent company or OEM shall have experience of supply and deployment of SSTP system in at least two Telecom Service Providers networks in two different countries after 1st April 2010, with a total customer base of minimum 4 million, with at least 5 nodes and at least total 300 signalling links in each deployment. Certificates in this respect issued by the concerned network operators with contact details of person signing the certificate shall be submitted as part of the Bid document, indicating the make, model and satisfactory performance of network.

4.5 In case the bidder is not meeting the eligibility as per para (ii), (iii) & (iv) above, then bid can be submitted through a legally bound consortium as per format given in tender with the OEM firm meeting eligibility criteria (ii), (iii) & (iv) above. However in such case bidder shall have an experience in installation and commissioning of IT/Networking/ Telecom related projects of a cumulative value of minimum INR 50 Crores after 1st April 2012. Bidder shall submit self certificate for experience in installation and commissioning of IT/Networking/Telecom related projects.

4.6 In case a bid is submitted by bidder in consortium with the OEM of SSTP equipments, the bidder and OEM of SSTP equipments i.e. consortium partner shall be jointly and severally responsible for due performance of the contarct in cluding warranty and AMC period. Both, the bidder as well as OEM of SSTP equipments i.e. Consortium partner shall have to furnish separate Performance Bank Guarantees (PBGs), each for an amount equal to 5% of the value of APO.

4.7 The Bidder firm shall not be a Licensed Telecom Service Provider to provide Basic Services/ Cellular Telephony Services/ Internet Services/ UASL/ NLD/ ILD Services anywhere in India. Self Certificate by the bidder shall be submitted.

4.8 The Bidder firm shall not have controlling equity stake or vice versa, in and of any Basic Services/ Cellular Telephony Services/ Internet Services/ UASL/ NLD/ILD Services operating companies in India. Self Certificate by the bidder shall be submitted

4.9 The bidder must furnish Valid PAN No. & Valid Sales/ Service Tax Registration Certificate No. or exemption certificate No.

4.10 The bidders shall submit necessary documentary proof showing that they meet the eligibility criteria along with their tender bid. All documents submitted will also be self attested by the bidder.

5 GENERAL REQUIREMENT:5.1 The bidder shall provide list of the names of main technology partners and

hardware/software solutions proposed in the bid. The main technology block (OEM) is MPLS-TP based Next Generation Packet Aggregation Network (MNG-PAN) switches. The bidder shall be the OEM of the Quoted PAN-COAU, PAN & OC-PAN switches. Bidder shall submit support certificate as per format in Annexure A for the various technology partners.

6 EMD: 6.1 The bidder shall furnish the bid EMD of INR 2 (two) crore one of the following ways.

i. Demand draft/Banker’s cheque drawn in favour of AO (cash), BSNL CO Payable at Delhi.

ii. Bank Guarantee from a schedules bank drawn in favour of ‘DGM (MMT), BSNL, Delhi which should be valid for 180 days from the tender opening date.

6.2 The MSE units shall be exempted from submission of Bid Security deposit on production of requisite proof in respect of valid certification from MSME for the tendered item.

Page 7: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

7 Online Submission of Tender bid: Upto 11:30Hrs. of tender closing date i.e. ………………….

7.1 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.

8 Online Opening of Tender bids: At 12:00 Hours of this tender closing date i.e. ……………...

9 Place of opening of Tender bids: BSNL has adopted e-tendering process which offers a unique facility for ‘Public Online Tender Opening Event (TOE)’.

BSNL’s Tender opening Officers as well as authorized representatives of bidders can attend the Public Online Tender Opening Event (TOE) from the comfort of their offices.However, if required authorized representatives of bidders (i.e. Supplier organization) can attend the TOE at the Meeting Room, 2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi, where BSNL’s Tender Opening Officers would be conducting Public Online Tender Opening Event (TOE).

10 Tender bids received after due time and date will not be accepted.

11 Incomplete, ambiguous, conditional, unsealed tender bids are liable to be rejected.

12 CMD BSNL 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.

13 Tender document can be downloaded from the website ww w . b s n l . c o . i n following Link “Tender Notice” or from h t t p s : / / w w w . t c il - i nd i a - e l e c t r o n i c t e n d er . c om .

14 The bidder shall furnish a digitally signed copy with no addition/ deletion/ corrections in the downloaded tender document being submitted and it is identical to the tender document appearing on Web-site.

15 In case of any correction/addition/alteration/omission in the tender document, the tender bid shall be treated as non responsive and shall be rejected summarily.

16 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.

17 All computer generated documents should be duly signed/ attested by the bidder/ vendor organization.

Page 8: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

SECTION – 1 (Part B)

NEWS PAPER N.I.T. (NNIT)

NOTICE INVITING TENDER

Tender No. MM/…………./T…………./2015-16 dated ……………..Sealed tenders are invited by. “CMD, BSNL” from the prospective bidders for the following work:

Name of the work Quantity (With Unit)

Estimated cost in Rs.

OPTION-I: Turnkey project for complete new Signaling solution comprising FMNP functionality compliant 16 SSTP nodes ,200 Mn MNP DB, EMSEMS/DR EMSEMS system with planning, Engineering, Supply, Installation, Testing, commissioning, Migration of all network elements to new SSTP system, 2 Yr warranty and 5 Yr Annual Maintenance of BSNL SSTP network, OROPTION-II: Turnkey project for up gradation of designated FMNP functionality compliant 16 existing SSTP nodes, EMSEMS/DREMSEMS, 200 Mn MNP DB capacity with consolidation and migration of all network elements of 24 nodes SSTP system to 16 nodes SSTP system along with shifting of Nagpur SSTP node to PUNE2 Yr warranty and 5 Yr Annual Maintenance of BSNL SSTP network,

16 FMNP compliant SSTP nodes with 200 Mn NPDB & Main & DR EMSEMS system

100 Cr

Last date of receipt of tender is ….............. up to ………… Hrs.

For further detailed information, kindly visit our website www.bsnl.co.in and follow “Link for E-Tenders by BSNL”.

DGM (MM)

Tel. No. ……………… ,FAX No. ………………

BHARAT SANCHAR NIGAM LIMITEDO/o Sr. GM (MM), Bharat Sanchar Bhawan, Janpath, New Delhi-110001

Page 9: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

SECTION- 2Tender Information

1. Type of tender: Single Stage Bidding, Two stage opening using – Two Electronic Envelopes.

Note 1: E-reverse auction shall not be applicable for this tender. Note 2: The bids will be evaluated techno-commercially and financial bids of techno-

commercially compliant bidders only shall be opened.

2. Bid Validity Period / Validity of bid Offer 150 days from the tender opening date

3. The tender offer shall contain two e-envelopes viz. techno-commercial and financial envelope which will contain one set of the following documents only :

a) Techno-commercial e-envelope shall contain Electronic Form-Technical with all relevant bid annexure of following, but not limited to, documents :

i. EMDii. Receipt/Proof of the tender fee. iii. Certificate(s) showing fulfillment of the eligibility criteria(s) stated in

Clause 4 of the Detailed NIT. iv. Power of Attorney & authorization for executing the power of Attorney in

accordance with clause 14.4 of Section 4 Part Av. Integrity Pactvi. Clause by clause compliance as per clause 11.2 of Section-4Avii. Bidder’s Profile & Questionnaire duly filled & signed.viii. Non-Relation Certificate duly filled & signed.ix. Undertaking & declaration duly filled & signedx. Documents stated in clause 10 of Section-4 Part A.xi. Tender/ Bid form- Section 9 Part Axii. Electronic Form- Technical duly filled & signed

Note 2: In case the bidder is unable to upload any of the documents listed above, he may submit the same physically. However EMD & cost of tender document will be submitted in original in physical form.

b) Financial envelope shall contain: i) Electronic Form- financial along with Price Schedule with all relevant bid

annexureii) Bid form – price Schedule (Section 9 part B) duly filled and signed

4. The following documents are required to be submitted offline (i.e. offline submissions) to DM (MMT), BSNL, C.O. 2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi-110001 on or before the date & time of submission of bids in a sealed envelope, failing which the bids shall be rejected.

Page 10: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

The envelope shall bear the tender number, name of work and the phrase: “Do Not Open Before (due date & time of opening of tender).

i) EMD – Bid security (original copy) or valid certification from MSME for the tendered item for claiming exemption.

ii) DD/ Banker’s cheque of Tender fee or valid certification from MSME for the tendered item for claiming exemption.

iii) Power of Attorney in accordance with clause 14.3 of section 4 Part A and authorization for executing the power of Attorney.

iii) Pass-phrases for technical & financial bid parts in separate sealed envelopes.iv) Integrity pact

5. Payment terms: The payment terms have been provided at Clause 20 of Section 5 Part B. All statutory taxes as applicable shall be deducted at source before payment

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

6. Delivery Schedule: The delivery schedule has been provided at Clause 20 of Section 5 Part B.

7. Consignee: The equipment will be supplied to each ultimate consignee which will be intimated at the time of APO/PO.

Page 11: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

SECTION-3 PART-A

SCOPE OF WORK

This tender calls for turnkey up gradation or complete swaping of existing SSTP system with new solution having 16 designated nodes with supply, installation & commissioning of SSTP equipment and associated systems as detailed below:

1. Option I.

Turnkey project for complete new Signaling solution comprising FMNP functionality compliant 16 SSTP nodes ,200 Mn MNP DB, EMS/DR EMS system with planning, Engineering, Supply, Installation, Testing, commissioning, Migration of all network elements to new SSTP system, 2 Years warranty and 5 Years Annual Maintenance of BSNL SSTP network,

Option II.

Turnkey project for up gradation of designated FMNP functionality compliant 16 existing SSTP nodes, EMS/DREMS, 200 Mn MNP DB capacity with consolidation and migration of all network elements of 24 nodes SSTP system to 16 nodes SSTP system along with shifting of Nagpur SSTP node to Pune 2 Years warranty and 5 Years Annual Maintenance of BSNL SSTP network.

2. The supply shall include complete equipment including cabling, accessories, tools, hardware and software, Operations & Management System, etc.

3. The Supplier shall provide documentation and training to BSNL identified staff in support of the solution as listed elsewhere in the document.

4. The successful Bidder shall be responsible for the integration with all the network elements being inducted in the network to ensure smooth interworking either in up gradation of the existing equipments or to swap the complete SSTP system.

5. All the SSTP equipment shall be located preferably at existing SSTP location in BSNL for which the Purchaser shall provide the required DC power supply. The installation of equipment shall include transportation to the installation site, physical installation of racks, supply & installation of cable trays, digital distribution frames, all wiring required for extending CCS7 and other related circuits from BSNL designated points upto the supplied equipment, AC/DC distribution panel with switches, wiring/cabling of AC/DC power supply, etc. Cost of all the installation material/tools including iron work, cables, DDF, DCDB etc shall be borne by the Bidder as a part of installation & commissioning charges.

6. The Bidders shall provide detailed requirement for space( Non Elevated), power and air conditioning load and any other infrastructure requirement to be provided at each location for each of the equipment in the Bid document.

7. The original hardware/software Manufacturer(s) of the proposed equipment/solution shall guarantee support to BSNL for their respective products for a minimum period of seven years from the date of commissioning. The Bidder shall have back-to-back agreement with each of the Manufacturer(s) individually, so that the respective product support for operation, maintenance and upgrades is available to BSNL for 7 years from the date of commissioning for this project. A copy of such agreement shall be made available to BSNL at the time of submission of the bid. All such

Page 12: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

agreements shall be signed by the respective authorized signatories of the concerned companies. Back to back agreement is not required for PCs, printers, modems, UPS subjected to the condition that if the bidder gives an undertaking that if no support is available from manufacturers of PCs, printers, modems, UPS the vendor will replace the equipment free of cost with equivalent or better equipment. However, back to back agreement is required for servers and main equipment like STP, LAN Switch, etc.

8. The Bidder shall provide an undertaking to undertake the annual maintenance as per the provisions of Annexure II, Section 5B in this Tender Document.

9. The Bidders participating in the Tender shall also submit an undertaking to set up necessary infrastructure in all the Circles for project implementation, O&M support and annual maintenance contract within one month of issue of Purchase Order

10. While planning the supply and subsequent rollout of the network, the existing network elements of various technologies in the present network of BSNL, for which bidder shall have to confirm the compliance to IOT (Inter operatoribility Tests) requirement, should be taken into account for seamless inter-working of the Equipment procured against this Tender with the existing equipment.

11. The successful Bidder shall be responsible for Operation & Maintenance (O&M) of the SSTP equipment for a period of at least six months from the date of commissioning of the equipment. BSNL reserve the right to extend the O&M further for a period of six months. The Bidder shall arrange at least 3 technical staff to be available at NOC site (BSNL Premises).. The successful bidder shall associate the BSNL officials during the O&M period.

12. The Supplier shall be required to sign an Annual Maintenance Contract as per the provisions contained in this document.

13.

Page 13: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

14.SECTION-3 PART-B

TECHNICAL SPECIFICATIONS

S.No. Item Description Technical Spec. No.

1.Turnkey project for complete new Signaling solution comprising FMNP functionality compliant 16 SSTP nodes ,200 Mn MNP DB, EMS/DR EMS system with planning, Engineering, Supply, Installation, Testing, commissioning, Migration of all network elements to new SSTP system, 2 Yr warranty and 5 Yr Annual Maintenance of BSNL SSTP network, ORTurnkey project for up gradation of designated FMNP functionality compliant 16 existing SSTP nodes, EMS/DREMS, 200 Mn MNP DB capacity with consolidation and migration of all network elements of 24 nodes SSTP system to 16 nodes SSTP system along with shifting of Nagpur SSTP node to PUNE2 Yr warranty and 5 Yr Annual Maintenance of BSNL SSTP network,

TEC/GR/SW/STP-001/03. November.2011.

Note: The copy of the above said specification with latest amendment may be obtained from TEC, Khurshidlal Bhawan, Janpath, New Delhi – 110001

1. EXISTING SSTP NETWORK ARCHITECTURE

1.1 BSNL existing Standalone Signaling Transfer point (SSTP) comprising of 24 SSTP nodes installed in mated pair configuration at various locations are interconnected to each other through IP MNLS VPN network. The details of existing SSTP system is given at ANNEXURE-I of this section. The proposed tender is for new SSTP solutions with existing and enhanced capabilities or up gradation of existing equipment as per details mentioned hereunder.

Page 14: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality
Page 15: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

Existing SSTP networking diagram

Page 16: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality
Page 17: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

2. PROPOSE SSTP NETWORK REQUIREMENT

2.1 The proposed Signaling solutions as per option I or II shall be supplied and to be commissioned in preferably at the following sixteen existing SSTP locations.

South West North EastBangalore Mumbai Lucknow KolkataHyderabad Ahmadabad Jallandhar CuttackCoimbtore Bhopal Delhi GuwahatiErnakulum Pune * PatnaChennai

BSNL reserves the right to change these cities and the locations at the time of placement of Purchase Order. The SSTP supplied shall be expandable to the Maximum configuration with the addition of cards only. (*in case of upgradation also the site of Nagpur to be shifted to Pune) 2.2 The SSTPs at Delhi, Chennai, Mumbai, & Ernakulum shall be also supplied with International Signaling Gateway functionality with ANSI to ETSI conversion features, with an additional 10% of 64kbps signaling links on ANSI interfaces. The International Gateway functionality shall be as per TEC GR G/TAX-01/03. Feb 2000 with amendments 1 & 2, Volume 2, Section E.

Additional 10% links are to be supplied as channelized E1s as per item 4(iii) of price schedule, however, there shall be no restriction on the number of such signaling links, which can be provided in a single SSTP by addition of hardware only, if required.

2.3 A Central EMS and a Provisioning System shall be supplied and commissioned with Main system at Bangalore with a redundant system at Mumbai for Management, Operation, Administration and provisioning of the complete SSTP network. However, the capability for local Management and provisioning at each of the SSTP locations shall also be provided.

2.4 Each of the TAXs/IP TAXs & MSCs in BSNL Network shall be connected to at least two SSTPs through IP and/or E1 link per SSTP on load balancing and failover manner so that in case of any failure either due to transmission system or any interface card, services are not disrupted.

2.5 The MSCs in the Indian Telecom Network connected to TAXs/IP TAXs of BSNL Network shall be routed through one of the sixteen SSTPs installed as part of this tender in order to enable accounting of all messages including SMS messages routed through BSNL network on a per MSC basis.

2.6 In addition to the TAXs/IP TAXs and MSCs, the other network elements and associated elements of BSNL Landline, GSM & CDMA network viz SMSCs, IN nodes, IMS core & Accounting systems etc in BSNL network shall also be connected on IP and /or TDM connectivity to provide advanced functionality and new services:

2.7 SSTPs shall be interconnected with the BSNL’s IP MPLS VPN network through two L3 LAN switch with minimum two GE interfaces expandable to four. At the MPLS POP, output port of L3 switch SSTP shall be connected with GE interfaces to the PE Router of BSNLMPLS node through transmission link/Dark fiber.

Page 18: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

2.8 SSTPs shall be interconnected with mated SSTP node with HSL links through the SDH network of BSNL for redundancy purposes in addition to interconnecting the SSTPs amongst themselves and to the EMS locations on the IP MPLS networks. /FE links for connectivity on failover of mated pair. Some network elements are also connected with HSL/FE links. However, BSNL reserves the right not to place order for these links

2.9 The EMS shall be connected to the SSTPs and other Network elements using the BSNL’s IP based MPLS VPN network. The EMS shall be connected to L3 switch on GE interface.

2.10 Two number per SSTP nodes of medium Range LAN Switches as per" TEC-GR No: GR/LSW-01/03 SEP 2007 with 24 or higher number of 10/100 Mbps Ethernet ports each shall be supplied. This shall be used for aggregation of Ethernet ports on SSTP equipment. different servers, database and client workstations for connecting to the Ethernet port at SSTP node. 2.11 Layer-3 switch shall be deployed in secure zone in each arm.

2.12 There should be sufficient headroom in the chassis of each Layer-3 switch to cater for the complete requirement of this project, without requiring any additional chassis and with no impact on performance.

2.12 The Layer-3 switches shall be deployed in high availability pairs (Active-Active or Active-Standby mode for optimized performance) across different arms of each site.

2.13 Gigabit Ethernet interface ports shall be supplied as per the actual total number of SSTP equipments/servers.

2.14 For connectivity to PE routers of IP/MPLS core the LAN Switch shall have 1000 Base LH Gigabit Ethernet on single mode 1550 nm fibre interfaces in 1+1 configuration. .

4 CAPACITY, INTERFACE & PERFORMANCE REQUIREMENTS

3.1 Each of the supplied SSTP shall meet the requirements as listed in the TEC GRs No TEC/GR/SW/STP-001/03. November. 2011.

3.2 At each of the SSTP locations the following shall be provided:

3.2.1 The SSTP equipment with Hardware & the Software of requisite capacity and functionality

3.2.2 Interfaces on the SSTP as listed in Table below:

S. No.

Interface Type Minimum Quantity Required

a. 64 kbps Signaling links over Channelized E1s 2000 expandable to 2800

b. SS7 over IP associations over 10/100 mbps Fast Ethernet interfaces, with average signaling handling capacity of 400 MSU/per second per association

30 associations over minimum 2 FE interfaces.

Page 19: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

c. 10/100 mbps Fast Ethernet GE interfaces over IP interface for Central EMS

2 per server

d. High Speed Links – 2 number per SSTP location The SSTP should be capable of supporting at least 20 High Speed links

3.2.3. Two client workstations shall be supplied at each SSTP location. They shall be able to work as local terminals and also as remote clients of the EMS. Normally the workstation shall work in client mode. They shall switchover to local mode in case of loss of connectivity to the EMS. Privilege of these terminals in local/client mode shall be configurable from the Central EMS. The client terminals of EMS shall have the minimum configuration as follows: IS0 9002 certified, CPU   Processor -  2.8 GHz or above with input voltage range 180-250 volts, 2 GB RAM or above, at least 1MB L-2 cache (in-built), at least 256 KB Flash ROM for System BIOS, Power management (plug-n-play) and manageability in a network, and Ethernet interface (10/100/1000 Mbps). with industry standard Operating system like Unix, Windows, remote access through IP etc. with GUI. For each workstation

S.No Itemsi. 100 GB or above Hard Disc

ii. 104 Keys enhanced Keyboardiii. Fast serial Portiv. Enhanced Parallel Port

(Support for ECC/EPP/ECP)v. At least 2 Front USB Portsvi. PS2 Mouse Port

vii. Three buttons optical Mouse with padviii. DVD Writer Combo drive

ix. 17 “ TFT Colour Monitorx. Preloaded latest Windows operating systems, (Software- MS Office

(latest edition) , Antivirus Software)-with Licensed Original version in CD/DVD ROM media with Manuals.

xi. Preloaded Documentation with back-up on CD/DVDxii. Preloaded technology specific software wherever applicable with

backup on CD/DVD..3.2.4 Printers shall be ISO 9002 certified with input voltage range 180-250volts. Dust cov-ers, power cables, connectors etc. shall also be provided by the supplier.S.No Items Requirement

i. Printing speed 24 ppm or above (A4/ letter size paper)ii. Resolution 1200 DPI x 1200 DPI

iii. Automatic Language switching

Yes

iv. Media Sizes Letter, Legal, A4 Executivev. Media Type Plain Paper, Envelopes, Labels etc.vi. Scalable Type Faces 10 True Type, 35 Intelli-font

vii. Connectivity High Speed Parallel Port, IEEE 1284 Compliantviii. Memory 4 MB (Min.)

ix. Paper Tray 2 Nos.x. Input Cap 250 Sheets (Min.) - A4 size paperxi. Software Printing Software drivers for latest Windows OS

and specific software

Page 20: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

xii. Ports USB & Ethernet

It is to clarify that -48 V DC operated inverter is required for operating the workstations/Client PCs. However, at EMS locations, if a UPS is being supplied for powering up some servers with backup for four hours, same supply shall be used for Client workstations. In this situation, separate Inverter is not required.

4 It shall be possible to increase the number of interfaces and IP associations on the SSTP by 100% by addition of only the interface cards for meeting expansion requirements of BSNL network. All other systems in the SSTP and Servers at the EMS locations shall be provided to meet this requirement. All the Common equipment including all Hardware & Software and associated licenses both at the SSTP locations and at the EMS locations, required to meet this requirement shall be supplied.

5 BSNL may exercise the Option of ordering these additional interface cards in any quantity for meeting expansion requirements on one or more occasions with in two years of Placement of P.O. to the successful Bidder.

6 The racks/shelves should be completely wired so that the expansions to the ultimate capacity are possible by adding PCBs/Modules only.

The basic hardware like racks, shelves, motherboards, control modules/cards, internal wiring shall be equipped such that the SSTP can support connectivity of exiting links at the time of supply and is upgradeable to 2000 links and double of other interfaces so that expansion upto the required capacity can be carried out by insertion of cards only. However, the SSTP supplied should be capable of being upgraded to connect 1024 signaling links by addition of extra hardware in order to comply with TEC GR No. GR/STP/01/01.SE P02 clause No. 2.2.2.2. The licenses should be for the ultimate capacity, BSNL shall not pay any software license fees for expansion at a later date.

7 The successful Bidders shall provide the complete details of PCBs/Modules/sub-modules contained in each unit of SSTP equipment along with their quantity & itemized price. The selected Bidders shall be bound to supply the additional Hardware/ Software for expansions as per the need of the Purchaser on the finalized itemized price after applying the applicable duties & taxes for meeting the expansion needs within two years from the date of placement of purchase order.

.8 Each SSTP shall meet the minimum performance requirements as listed below. The performance levels shall be met with all accounting and screening features turned on, and with an average MSU length of 100 bytes:

S. No. Parameter Unit Value

a. MSU throughput MSU/sec 5,00,000b. GTT throughput GTT/sec 2,00,000d. GTT entries Numbers 100,000e. GT length Digits 24f. SCTP associations over IP Numbers 100g. Link-sets Numbers 1,024h. Route-sets Numbers 2,048i. Routes/link-set Numbers 1,024j. Routes/route-set Numbers 4k. Routes Numbers 16,000

Page 21: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

l. Screening Matrix 512 x 512m. Number portability BHCA Transactions per

second1500

BSNL needs all specifications against this clause to be met simultaneously by each STP

9.At each of the EMS locations of Bangalore & Mumbai following shall be provided as part of EMS:

10 The complete Hardware and Software with disaster recovery for EMS to manage at least 30 numbers of network elements of SSTPs.

11. Four numbers of Client Workstations: The client terminals (local & remote) of EMS shall have the minimum configuration detailed above at point 18.2.

12. FUNCTIONAL REQUIREMENTS

12.1 In addition to providing all the functionalities in the TEC GRs Nos. GR/SSTP-01/01.SEP.2002 titled “Stand-Alone Signaling Transfer Points” and GR No. GR/SGW-01/01.JUL 2003 titled “Signaling Gateway”, the functionalities as listed below shall also be provided.

12.2 Basic Signaling Functions: SS7 Signaling Message Handling functions in accordance with ITU-T Q.701 to Q.709 shall be provided.

12.3 SCCP functionality: Shall be provided as per latest ITU-T Recommendations Q.711 to Q.716.

12.4 Signaling Gateway functionality: To carry SS7 signaling information over IP as per TEC GR/SGW-01/01.JUL 2003.SS7 signaling over IP shall be implemented according to SIGTRAN as mentioned in TEC GR for Signaling Gateway No. GR/SGW-01/01.JUL 2003, Clause 2.3(C-35)

The system should be flexible and should be able to be deployed both in a flat and a hierarchal architecture. Exact architecture will be decided during implementation and as & when need arises. (C-36)

12.5 Screening functionality: Screening of MTP, SCCP and MAP messages shall be possible, allowing discard or further processing of messages. Rejected data shall be registered.The monitoring/screening functionality shall be possible on all the signaling links. Please also see Clause 18.8 of Section IV for performance specifications.(C-37)

12.5.1 MTP Screening: shall provide

a. OPC/DPC/SIO screeningb. Incoming Link set/DPC screeningc. Message length screeningd. Network Indicator Screeninge. Screening Network Managements messages by affected Point Code

12.5.2 SCCP Screening: shall provide screening on following parameters

a) SCCP Message type

Page 22: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

b) SCCP Calling Party Address parameters (Routing indicator(RI), Subsystem number (SSN), Translation Type (TT), Numbering Plan, Point code)c) SCCP Called Party Address before GTTd) SCCP Called Party Address after GTTe) GT digitsf) Screening Subsystem Managements messages by affected Point Code.g) The STP shall be capable of analyzing incoming messages and enforcing screening and filtering rules based on combinations of the following criteria: Originating node (e.g. SCCP CgPA GTA) + Destination node (e.g. SCCP CdPA GTA) + Message type (e.g. MAP Operation Code)h) It shall be possible to screen only on origination, only on destination, only on message type, or any combination thereof.

12.5.3 MAP Screening: shall provide screening of MAP operations code relating to SMS traffic providing following capabilities:

a) Block SMS traffic from certain SMSCs of other Operatorsb) Prevent misuse of self-owned SMSC for SMS traffic coming from other

Operators c) Allow Roaming traffic for all services except SMS traffic

12.5.4 Support screening of ISUP message type per OPC & DPC.

12.5.5 All screening violations shall be recorded and reported.

12.5.6 A test mode functionality for screening shall be provided that can be applied per link set. In the test mode, the potential screened out messages are reported but not discarded. They are passed through the network without any impact. It shall be possible to turn on/off/test mode screening per link set.

12.5.7 It shall be possible to specify intelligent actions to take as a result of a received message matching the screening criteria (in addition to discard and report). It should be possible to copy a message and deliver to an offline system for analysis, while allowing the original message to be routed (useful for monitoring questionable behavior before taking an action)

12.5.8 It shall also be possible to redirect a message based on the screening criteria such that it goes to a destination other than the originally intended destination. It shall also be possible to set up specialized routing paths based on the screening rules such that a particular origin/destination pair could be routed to a destination other than the destination specified in the message.

12.6 Accounting functionality: Accounting of MTP, SCCP and MAP messages shall be provided, in accordance with ITU-T Q.751, Q.752, in order to bill and charge connected Operators, Volume of transferred SS7 messages (number of MSUs and total bytes) and traffic type shall be accounted for. The accounted data shall be stored locally as well as possible to be transferred to a Central EMS location for further processing.

Here end user is normally an operator or an organization using the capability of CCS7 network for their specific signaling data transfer needs. (C-39) may be confirmed from regulation cell

Page 23: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

12.6.1 MTP Accounting and Verification-Shall record the traffic volume of transferred SS7 messages (number of messages (MSUs) and bytes). The system shall handle minimum 255 MTP accounts. Each account may comprise of one link set or a group of link sets leading to an operator.

12.6.2 SCCP Accounting and Verification-SCCP Accounting shall enable BSNL to determine what traffic is using the SCCP function in the SSTP. The system shall handle minimum 255 SCCP accounts, in which one or more point codes can be grouped together to identify SCCP gateways of another operator.

12.6.3 The accounting functionality shall comprise all possibilities described in Screening.

The following shall be added in this clause as “Further, it shall be possible to create at least 20 different accounting class combinations for each MTP/SCCP/ MAP account for accounting and billing purposes. The accounting data shall be uploaded to the Central EMS at periodic intervals, which shall be configurable with a minimum period of 30 minutes to 24 hours.”(C-40)

12.7 Multiple SS7 Networks: The SSTP shall be able to operate for upto 32 independent and separate Networks simultaneously. The SSTP should have independent SS7 functions for each of 32 multiple networks or SS7 domains with individual treatment of SCCP/MTP traffic streams in each domain.

12.8 MTP Load Sharing: Across multiple link-sets and multiple links within a single link-set shall be provided.

12.9 SCCP Load Sharing: SCCP traffic up-to 16 primary destinations at equal distribution across the destinations shall be possible.

12.10 MTP Routing Verification: Functionality shall be provided so as to verify the routing of signaling traffic between an originating point and the destination point within the SS7 network. The following shall be provided:

(i) Verification of primary as well as alternate routes.(ii) Detection of MTP routing loops.(iii) Detection of unknown destination points.(iv) Checking bi-directional operation of a signaling relation.(v) Checking bi-directional operation of individual routes. May be deleted

12.11 Number Portability & Routing Applications: All the SSTPs shall have inbuilt number portability capability for mobile as well as fixed network applications.

12.11.1 Routing methods: All common Routing methods shall be provided:

a) Indirect routing: The message is first routed to the recipient network and in case the number is ported, the Number portability is performed.(optional)

b) Partial Direct Routing: Number Portability function is applied for foreign numbers only.(Optional)

c) Direct routing: The originating network always performs the Network Portability function.

12.11.2 Types: All types of porting shall be provided such as mandated by TRAIa) Geographic number portability including FMNP.b) Non-Geographic number portabilityc) Location portability

Page 24: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

12.11.3 Capacity: The number porting capacity shall be expandable to 200 million.. The BHCA shall be 5 million modularly expandable to 50 million.

12.12 Flexible Routing for BSNL”s GSM Network: This should enable flexible number handling for MSISDN (E.164) and IMSI so that HLR allocation is independent of the IMSI or the MSISDN number, resulting in efficient usage of HLR resources.

12.13 Traffic partitioning: SCCP routing in addition to SCCP called party address parameters should be also be based on various flexible options resulting in different GTT translations such as:

12.13.1 OPC dependant GTT 12.13.2 Calling Party Address (SSN/SPC/TT/NP/GT Digits) dependant

GTT12.13.3 Destination SCCP user address

12.14 SMS Offload: MAP messages, which are related to SMS messages shall be possible to be routed via an IP-backbone network to the appropriate SMSC.

12.15 Advanced SMS Traffic Routing: The SSTP shall be capable of interworking with SMSCs so that BSNL is able to provide advanced Routing for SMS messages as described below through the SMSC:

i. Direct routing of SMS messages from mobile to Extended Short Message Entity (ESME).ii. Routing to multiple application ESME Servers based on the SMS application.iii. Routing SMS messages to an external Email Gateway Server.iv. Provision of load-sharing SMS messages to multiple SMSCv. Provision of load-sharing SMS messages to multiple ESME (per each application).vi. Support of SS7-TDM and SS7 over IP protocol to route SMS message to SMSC.vii. Support for SMDPP protocol (version 3.4)/SMPP protocol to route SMS messages to ESME.viii. Support of multiple address types such as Short Code, email address for SMS routing.ix. Capability to buffer SMS messages for handling temporary failure of both ESME servers and IP route. Once, the failure is removed, the STP will automatically send the buffered SMS.x. Authenticating SMS sender for message routed to ESME.xi. Generation of a CDR feed (to a billing system) for all messages routed to an ESME.

12.16 CDMA & GSM SMS interworking; In order to ensure seamless exchange of SMS messages between CDMA and GSM subscribers the SSTP should support both GSM MAP and ANS-41 MAP protocols. The SSTP shall specifically allow inter-working of ANSI-41 and GSM MAP messages. For example, as ANSI-41 originated MAP message can be routed either to a GSM SMSC or ANSI-41 SMSC or vice versa. This shall be optional feature and the price for this feature shall be quoted as optional quantity not to be used for evaluation purposes.

. EQUIPMENT MANAGEMENT SYSTEM (EMS) FUNCTIONAL REQUIREMENTS

Page 25: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

13.1 The SSTP shall be fully managed via a standard Network Management System (EMS). For this purpose and EMS shall be provided to operate, administer and manage the SSTPs (also referred to as Network Elements (NEs) with the main/primary EMS system at Bangalore and a disaster-recovery/backup EMS system at Mumbai.EMS EMS functionality shall be provided preferably in same server

13.2 When the Primary EMS fails, the Backup EMS shall automatically take over the functions of the Primary EMS without loss of data or functionality. It shall be possible to update the secondary EMS by the Primary EMS on line or at configurable intervals in steps of at least 15 minutes.

13.3 All Network elements SSTP nodes and L3 switches shall be accessible from a single console of the EMS.

14.4 The EMS shall follow the TMN architecture as per ITU M.3010 standard.

20.5 The full FCAPS (Fault, Configuration, Accounting, Performance & Security) management capabilities shall be provided by the EMS.

20.6 The north bound interfaces of EMS for the SSTP network shall be ITU Q3 or TMF-CORBA. The interfaces towards/from Network elements shall be SNMP ver2 or better.

20.9 The following minimum management capabilities shall be provided:

20.9.1 Device Management: A GUI-based device management software application with following functionalities shall be provided:

(a) Web-based graphical view with context sensitive on-line help and information about distributed Network Elements. It should use open interfaces to provide familiar, user friendly and easy to handle working environment and also ensure an easy integration of other management systems.

(b) Dynamic status, statistics and comprehensive configuration information for the managed devices.

(c) Real-time physical view of managed network devices shall be provided with drill-down to individual card-level view using different colors to indicate their status and should be reconfigurable just by clicking on them.

(d) Graphical displays of connected network devices from a centralized network management location, giving network managers a complete view of the network without physically checking each device at remote sites shall be provided. It shall provide Centralized Map, Security and Navigation mechanisms for all elements being managed.

(e) Graphical real-time monitoring and tracking of key information and data relating to device performance, traffic and usage, such as utilization percentage, frames transmitted & received and errors shall be provided. It shall have provision for making trend-chart and forecast for certain behavior of N/W devices and traffic including alarms to indicate traffic congestion and provision for automatic re-routing using pre-decided alternate routes.

20.9.2 Network supervision. A Physical Network Map containing all the different network elements, which are being managed should be provided. Colored icons should be used for network elements showing their alarm state, e.g. the red icon displays an alarm of the network element. Graphical maps should represent the topology of the managed network, organized in a hierarchical manner. The map symbols should be dynamic, i.e. their

Page 26: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

appearance on the screen should change according to the status change of the network elements.

5 29.9.3 Configuration management. The following functionalities shall be provided:

i. Menu-driven hierarchy based operations on the Network elements. All necessary commands or operations to configure all SSTPs shall be provided.

ii. Tasks characterized by either single command or scripts that combine a sequence of commands to one compound task.

iii. Maintain an active archive of configuration files for the managed network devices.

iv. Maintain information on multiple configuration files and modifications made.v. Export of configuration files to 3rd party applications for modeling, integrity

checking or generating reports.

6 20.9.4 Software Management. For installation, Upgrade & Correction of the network elements, including:

7 SW installation, the administration of the management interfaces and the registration of the NE on the EMS

8 Downloading of Patch application for SW corrections in the network.9 Configure Periodic Backups for providing fallback data for the managed equipment.17 Disaster recovery of NE.

18 Alarm and Event Handling. All alarms from all network elements being managed, shall be received and logged. It shall be also possible to receive alarms from other EMS systems. The alarms shall be visible in various ways e.g. displayed in alarm lists on the screens of defined operators, printouts may be automatically generated on specific devices or routed to higher level O5 for further treatment. It shall be possible to route all alarms to one central location. The standardized Event Report Management Functions (X.734, X,721) shall be provided. The alarm shall consist of detailed information about network fault occurrences like NEs and link failures.

19 Security and Access Control. The security system shall comprise of Authentication, Access Control and Security Audit and Logs. The Authentication process shall authenticate users, software clients and servers between each other and authentication of the operation system to the network elements. Access control procedures shall allow classification of operators groups with common access rights characteristics with possibilities to restrict and extend the common access rights for single operators. Access rights shall be managed by operators privileged for this task. Restriction of access to network elements and/or to logs shall be possible. All messages between EMS and the NEs shall be logged. It shall be possible to evaluate the Operator, who initiated the message.

20 Performance Management: Performance management module shall support collection, processing & presentation of the performance related data from all the network elements for the purpose of study of subscriber profile, traffic study, planning of capacities, monitoring of network health etc. it shall include

(a) Collection of traffic measurement data(b) Data Storage in a relational database system(c) Generation of Historical Data yielding long-term-statistics(d) Web reports based performance analysis

Page 27: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

(e) Real Time Performance Alarms through Threshold Supervision and forwarding to umbrella management system via SNMP(f) Alarm Threshold Administration(g) Alarm Monitoring SS7 network(h) Logging and browsing of performance alarms(i) Comprehensive and flexible reporting features to facilitate quick and easy investigations of network traffic problems. Various reports shall be possible to be generated such as:

# Date & time of fault on circuit or network elements# Date & time of fault restoration on circuit or network elements# Circuit availability# Reports for evaluation of AMC performance etc.# Any other to be specified by the vendor

(j) Customization of Reports: It shall be possible to customize the reports. The Purchaser shall be free to ask for customization of reports based on the data available in the database from time to time during warranty period & AMC period. The vendor shall enable production of customized reports within a period of 2 to 4 weeks upon receipt of any such request.(k) Correlation with, historical traffic values such as daily, weekly monthly statistics(l) Monitoring at programmed intervals.(m) The EMS shall also be capable of reporting to a pre-specified destination in SSTP and also through PSTN dial-out and internet to telephone, cell phone, fax, mail etc. on detection of pre-selected alarm condition. The Network manager may choose one or more of the messaging methods mentioned here simultaneously. The Supplier shall equip the system with all messaging formats & capabilities for transmission & delivery of messages. Messaging system used for this purpose shall have redundancies to avoid single point of failure.

21 Network Service Management: Shall enable the following:

(a) Accounting: Collect the specified accounting data from the network elements and make a file available for post-processing.(b) Number Portability: Provisioning of number portability data (mass data as well as command line interface).(c) SS7 Management-SS7 network management (MTP routing management, Screening and Accounting, Measurement administration), Immediate overview of the existing configuration, administration (create, modify, delete) of the relevant SS7 routing tables, Audit and repair function, for consistency checks between the different databases.

21.1 The IP addresses for the Network elements, the main EMS at Bangalore & the redundant EMS system at Mumbai shall be assigned by BSNL in consultation with the successful Bidder. The Bidder shall ensure the proper interworking of the complete Network.

21,2 The EMS system shall be capable of inter-working with other EMS systems in BSNL through use of Open APIs and standard interfaces. Details of interfaces and APIs will be supplied as part of Documentation to be supplied, by the Vendor to BSNL for enabling integration of the EMS/billing/Accounting Systems with higher level OSS/Billing system. The Bidder shall provide time bound support in such integration effort of BSNL for the entire period of the Contract (inclusive of AMC).

Page 28: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

The API details and other confidential proprietary information will have to be furnished by the successful bidder only. (C-47)

21.3 The system should block the access from a local or remote terminal after receipt of consecutive 5 wrong logins/passwords and unauthorized commands. This should be resettable by Network Manager.

21.4 The EMS server shall have redundancies for Control module, Disk and Power supply and LAN interface. The power supply shall operate in load sharing and redundant mode.

20.14 The EMS shall have Disaster recovery (DR EMS) which shall be connected over SDH & MPLS IP Network of BSNL on normal & standby paths. The main EMS shall update the disaster Recovery EMS at regular interval and this interval shall be a configurable parameter in steps of at least 15 minutes. During regular updates, only incremental data pertaining to the previous interval will be transferred on interconnecting links. However it shall also be possible to mirror the whole database during slack hours any number of times during the day at prescribed hours through manual commands of Network Manager.

20.15 In case of main EMS becoming non-operational, the control shall pass automatically to the Disaster Recovery EMS. The control shall not comeback automatically to the Main EMS in case of its revival. It shall be possible to update the Main EMS from Disaster recovery EMS under operator command. When the Main EMS becomes operational then the control from the disaster recovery EMS shall be passed to the Main EMS only under the Operator command to do so. It shall also be possible to manually switchover between Main & DR EMS.

In case of Main EMS becoming in-operational, the control shall pass under operator command to the Disaster Recovery EMS. Complete changeover shall take place within 30 minutes without any loss of data or functionality. The bidder shall clearly indicate the technical arrangements for ensuring protection of data and functionality. Automatic changeover is not required. In case of loss of connectivity of any SSTP/DXC etc. at any SSTP location, the management data shall remain stored for a period of at least 24 hours in the NEs. The data stored should be transferred to EMS immediately after restoration of connectivity.(C-48)

20.16 The connectivity of operator terminals at EMS site and terminals at remote sites to the main and disaster recovery EMS shall be provided in such a way that during failure of main EMS, connectivity of the terminals is configurable to be either automatically or manually transferred to the Disaster recovery EMS & vice versa. The facility of automatic or manual transfer shall be selectable by BSNL. However, during complete unavailability of the Main EMS site, the onsite terminals of the Disaster Recovery (DR) EMS shall take over the control and the remote terminals shall also work using the DR EMS. The engineering of the main & DR EMS shall be done in such a way that the connectivity of remote terminals to EMS remains available under all circumstances and no functionality or billing and configuration is lost.

20.17 It shall be possible to define and redefine at any time the disaster Recovery Policy as per the needs of BSNL.

20.18 It shall be possible to test the Disaster Recovery Function live at any time without lose of any data or service being offered and without any limitation.

Page 29: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

20.19 It shall be possible to monitor the health of disaster recovery EMS from Main EMS and vice-versa continuously or under operator command at the choice of the network manager.

20.20 The Supplier shall provide all necessary information relating to integration of the EMS of SSTP with the EMS of third party relating to SSTP or any other Telecom networks and further provide all assistance to ensure successful integration, in a time bound manner prescribed by the Purchaser, free of cost, during the warranty and AMC period.

20.21 Operating system and applications for EMS shall be multi-user with minimum 100 concurrent users.

20.22 The EMS shall have capability of load sharing and hot standby connectivity between EMS hardware and the network.

20.23 Response time for query/command on any operator terminal, local or remote shall be five (5) seconds or better. For update of topological information on the terminals, the response time shall be better than ten (10) seconds under all conditions.

20.24 EMS shall automatically keep a file for every link/interface working on the network in a customized format. Typical information to be kept in the file shall include but shall not be limited to the following.

Date & time of configuration of link/interface on the SSTP Network elements. Date & time of extending local loop/transmission media time slot Test results at the time of commissioning. Date of commissioning. Customized naming of the circuit International naming of the circuit.

Most of this data should be captured from the log activities of the EMS as well as manual entry by authorized operator.

20.25 It shall provide for the presentation of the effective percentage of the utilization of the network elements as per the requirement of the Purchaser.

20.26 All functionality shall be available both through the local consoles at the individual SSTP location and also through the local & remote EMS clients.

20.27 Network manager shall be able to create the operators’ with users I/D and passwords. Network manager shall also be able to control and limit local & remote operators’ authorization, rights and privileges. Network manager is an account in EMS with full control, rights and privileges.

20.28 The operator terminals (local & remote) shall not allow loading of any software without the terminal administrator’s authorization.

20.29 Password Management

i. All the servers/systems shall be addressed using the private IP addresses.ii. The EMS shall record all the login, logout and all operations/commands done on the EMS.

Page 30: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

iii. It shall be possible to define users and user groups with different access rights with at-least 15 user profiles for access to functionality of CEMS.iv. It shall be possible to modify password innumerable number of times.v. Sessions ID shall be logged with the information of operator ID, password, time of login etc.vi. All passwords shall be stored in encrypted form. No operator including the Network Manager shall be able to read the passwords.

21. NETWORK MANAGEMENT SYSTEM (EMS) HARDWARE REQUIREMENTS

21.1 EMS shall comprises of the following servers/hardware:

i. EMS Application Serverii. Database Serveriii. RAS with ISDN dial-in portsiv. LAN Switch &v. Firewallvi. Any other hardware and software required for the proper working of EMS

21.2 The EMS Application Server and Database Server shall be Multi-server based with each server as multi processor with at least 4 processors and expandable to minimum 8 processors, 64 bit, RISC based system with at least 400 MHz clock, 8 GB RAM, 1 GB Cache Memory. The system Disk shall be at least 40 GB with OS mirroring and RDBMS mirroring. 20/40 GB DAT drives shall be provided as backup devices. The system shall support at least 6X DVD for loading of software and configuration. The system shall have Hard disk storage implemented on RAID 0, RAID 1, RAID 0+1 and RAID 5 architecture of Disk Storage which shall be site configurable. The RAID system shall be hardware based and shall have redundant Fibre based RAID controller. The Hard Disk storage shall provide for no single point of failure. The server will operate in high availability cluster mode, on load sharing basis.

Clock speed shall be read as “1.2 GHz” in place of “400 MHz”. (C-48)

21.3 Data base hard disk memory shall be sufficient to store all the information as indicated in this tender document and any other necessary system for at least one month duration. This information shall be auto backed-up (or backed-up by operator action at the choice of the network manager) to secondary memory devices (off line storage devices) before deleting/over-writing any portion of this information on completion of one complete month. Sufficient secondary storage space (secondary hard disk/DVD) shall be supplied. It shall record all the login, logout operations and all operations done on the EMS at least for a period of six months. It shall be possible to take back up of the EMS log on cartridge. The files in which the login, logout and all other operations are recorded should be write protected The EMS shall give alarm on log file usage i.e. @ 75% deferred alarm, 85% maintenance alarm and 95% urgent alarm. This usage level should be configurable by the network manager.

21.4 The data base shall be open so that a centralized EMS at a future date is able to retrieve information from the EMS database using TCP/IP stack and do post processing. The data base structure for all the databases used in the system shall be provided.

The bidder shall supply the ORACLE database in this project. The cost and number of licenses required its licensing basis i.e. Processor or named user shall be

Page 31: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

explicitly mentioned. BSNL reserves the right to procure the licenses at the quoted price or at the BSNL’s rate contract price whichever is lower. (C-50).

21.5 All the components of the EMS should be fault resilient. The database server, which holds the database of the complete network including configuration should be fully duplicated with disk mirroring. LAN interface in each server shall have redundancy using separate cards.

Different servers at EMS locations shall have redundancy of control module, disk, power supply and LAN interfaces. The power supply shall operate in load sharing and redundant mode. LAN interface redundancy shall be provided by equipping ports on separate cards. (C-51)

21.6 It shall be possible to manage the SSTPs from a single location either co-located or remote using the operator access terminal. The EMS shall also be accessible from the remote sites using the remote terminals of the EMS through using IP MPLS VPN of BSNL. The local client terminals at the SSTP locations shall be possible to be connected to the EMS either using the IP MPLS network of BSNL or through the SDH network of BSNL using the SDH links utilized for interconnecting the SSTPs as specified in Clause 17.9 of this section.

21.7 The architecture of Main EMS & DR EMS is as follows:

a) Main EMS Application Server & Database Server (1+1), Firewall(1+1) LAN Switch (1+1), Client PC(4) and Printer (1)

(b) DR : EMS Application Server (1), Database Server (1), Firewall (1) LAN Switch (1+1) Client PC(4) and Printer (1).

The methodology to arrive at dimensioning of all the servers in EMS location shall be provided in the bid document by the bidder.

23. Protection should be available to switch the all EMS connectivity to alternate links/path automatically in case of non-availability of assigned link. Equipment for grooming the remote terminal links including dial up links & equipment needed for the same to establish connectivity with main and disaster recovery EMS shall be provided by the Supplier. All such equipment shall be of high reliability with adequate redundancies in power supply, control systems etc.

Agreed, Clause 18.2.5 is accordingly modified. One card with ISDN BRI modem/ interface may be equipped in the remote workstations for EMS terminal at STP.(C-54)

24 Firewall Existing Checkpoint firewall Model no 12200 may be used for EMS/EMS system for providing security to the various servers at the EMS .

The support of Antivirus by firewall is not required.

25. LAN Switch The two middle range LAN switch provided with least 24 ports supporting 10/100 Mbps at each SSTP nodes .shall be used to inter-connect the various EMS/EMS components-viz servers, SSTP, and client terminals on EMS EMS and disaster recovery of EMS locations. Connectivity to the servers shall be provided only through the Firewall.

27. REDUNDANCY REQUIREMENTS

Page 32: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

27.1 All the Common Equipment in the SSTP systems shall be in fully duplicate hot standby with hot swap feature for in-service maintenance.

27.2 All Servers for any functionality shall operate in a N+1 cluster mode for redundancy purposes.

27.3 All Common interfaces such as Ethernet interfaces etc shall operate in 1+1 redundancy.

27.4 Associated Storage systems at EMS locations shall be based on mirrored RAID 5 hard disks to provide protection against Disk failure.

27.5 All systems shall be configured so that there is no single point of failure in the network, leading to non-availability of services.

27.6 The Main and redundant EMS locations shall be in synchronism to each other and it shall be possible to work from either location without loss of data or consistency. In the case of loss of connectivity to one provisioning site, it should be possible to switch provisioning to another site and continue data updates without loss of data to either side.Since the changeover has to be carried out on operator command, synchronization between Main and DR EMS sites necessary for automatic changeover, is not required to be supported. (C-60)

28. INTERWORKING & INTEROPERABILITY

28.1 Bidders shall also ensure that the supplied equipment interworks and interoperates with the existing PSTN & GSM network of BSNL and other standards based PSTN, GSM, CDMA & IN Networks.

28.2 Bidder shall ensure that the equipment supplied is as per standards stipulated in this document and shall interwork and interoperate with a similar equipment that may be procured by BSNL in future in accordance with the said standards for a period of at least next five years from the date of commissioning of the equipment at no extra cost to BSNL. Necessary support and assistance that may be required for integration including database integration if any, shall be provided at no extra cost to BSNL. However the Bidder shall not be held responsible for conforming to any modifications made in the said standards after the placement of P.O.

29. TOOLS & TESTERS

29.1 The Bidders shall quote

29.1.1 One set of essential tools & testers for each installation location for day-to-day operation.

29.1.2 Two numbers of testers capable of SS7 transport protocol monitoring, simulation and emulation over both SS7 & IP transport, one at each of the Main & Disaster EMS location. The tester should have monitoring and simulation/emulation capabilities for transport protocols of the SS7 stack such as Decoding of Transport Protocols, Decoding of ISUP/TUP Protocols, generation of Call Details Records and Call Statistics, capabilities for Call Tracing, Busy Hour Call Attempt (BHCA) Measurements, Decoding of IN Protocols and IN Call Trace features. It should have Simulations and Emulation Capability of ISUP/TUP Protocols, In Protocols, IN Call/Transaction Generator, SSP Network Element Emulation and SCP Network Element Emulation features. The testers should support testing of signaling protocols over both SDH transport as well as IP transport.

Page 33: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

29.1.3 The details of tools & tester, its make and name of the manufacturer, purpose of use, etc. including cost of individual items shall be furnished.

29.2 The Purchaser reserves the right to procure either complete set of tools and testing equipment or any of the constituent items.

29.3 There should be provision for dedicated auto-tests or on-request-tests in the equipment supplied under this tender for health-check during installation, troubleshooting, routine maintenance and optimization etc. All such functionalities shall be included in the Technical bid.

30. SOFTWARE REQUIREMENTS

30.1 Software version of the equipment being supplied must be latest & indicated in the schedule of requirements as well as in order documentation.

30.2 Certified and licensed copies of the application software required for each location as applicable shall be supplied with back-up copy. No freeware software shall be supplied as solution. All software quoted as part of solution shall be licensed for unlimited period.

30.3 For the third party applications software, if any, the Bidder should have arrangement with the original software Supplier for maintenance/upgrade to meet the obligations under this tender at his own cost.

30.4 The Bidder shall supply new versions of software as and when released by him along with associated hardware necessary for ensuring trouble free/bug free/fault fee performance & maintenance of the systems/equipment supplied to the Purchaser, free of cost continuously for a period of SEVEN years from the date of commissioning of the network as a part of the order against this tender.

30.5 All the latest Software Updates, upgrades and/or patches (including incidental hardware upgrades such as DRAM and Flash memory etc) for ensuring trouble free/bug free/fault free performance & maintenance of the supplied systems/equipment shall be supplied and implemented by the Supplier at each site during the entire period of Warranty and AMC at no extra cost to the Purchaser.

30.6 If the Supplier under this tender happens to be the Supplier for additional SSTP system/equipment either this tender or through a separate Tender, the Supplier shall also upgrade the existing wire-line SSTP system/equipment to the latest software version at no extra cost to the Purchaser.

30.7 The Supplier shall be responsible for the Acceptance Testing of the SSTP system/equipment through the authority designated by BSNL for all functions of all systems after the implementation of latest Software Updates, Upgrades and/or Patches in each system.

31. DOCUMENTATION REQUIREMENTS

31.1 The Supplier is required to provide the relevant documentation and training manuals of the proposed systems as listed in the TEC GRs.

31.2 All documentation and training manuals provided by the Bidder shall be written in English and expressed in a clear and easily understandable manner. It shall include practical examples with comprehensive indexes to facilitate quick reference.

Page 34: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

31.3 If additional copies are required, the cost of additional copies shall be clearly stated.

31.4 All documentation and training manuals provided shall be of the latest version.

31.5 BSNL reserves the right to reproduce at no cost whatsoever, any documentation or training manuals provided by the Bidder, for internal use.

31.6 The Supplier shall provide any revised editions, supplementary materials or new publications relevant to the proposed systems and documentation on enhancements, at no cost to BSNL.

32. VALIDATION CUM ACCEPTANCE TESTING

32.1 The network/equipment shall be subjected to on-site validation in at least two locations where the SSTP and the EMS (Main/DR) systems have been installed and at least one SSTP location where the EMS systems have not been installed. At least 4 IP TAXs, 4 TDM TAXs, 4 GSM MSCs, 2 CDMA and 4 fixed line Exchanges (NGN, NT & CDOT technology switches) parented to the IP TAXs or TDM TAXs of BSNL shall be connected to the SSTP for validation tests.

32.2 The Validation tests shall be carried out by a team designated by BSNL. The Bidder shall arrange for the completion of validation of the complete equipment at the designated locations within 120 days of date of placement of the purchase order. The Validation test shall include tests for capacity & scalability on the equipment and functional tests on equipment in accordance with the requirements listed in the TEC GR and this Bid document. They shall include capacity, performance & functional tests on individual equipment/network, 100% traffic trials etc. BSNL reserves the right to seek for validation tests being conducted in the presence of its designated team at the Manufacturer’s testing premises in respect of these parameters.

The validation shall be completed within a 150 days of placement of purchase order.

32.3 The Bidder shall submit a Validation test schedule, as part of the Bid document. The Purchaser shall have the right to make modifications or additions to any test configuration or techniques of measurement or number of tests as considered necessary by it. Decision of the Purchaser shall be final in this regard.

32.5 The validation test schedule shall also include acceptance testing items listed in the TEC GRs such as check on ironwork, cabling and wiring key functional test on individual equipment/network, etc.

32.6 The Bidder shall provide, at its own cost, the software programs and testers required for carrying out the validation tests as per the schedule at no extra cost to the Purchaser.

32.7 Any deficiency found during validation in performance of the system as per the requirement shall be rectified by the Bidder immediately at all the locations at no extra cost to the Purchaser. Any components or modules failing during the validation tests shall be replaced at no extra cost to the Purchaser at all the locations by the Bidder.

Page 35: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

32.8 Acceptance tests shall be carried out by BSNL designated team at all the locations. After all the Acceptance Tests have been carried out successfully carried out all the locations to the satisfaction of the Purchaser, the Testing Authority as designated by the Purchaser shall certify the equipment at each of the tested locations as fit for commissioning.

Page 36: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

SECTION-3 Part C

SCHEDULE OF REQUIREMENTS (SoR) OPTION-I

S. No. Item Description 

Total Nos.

NOC/ DR-NOC sites

Sites with IGF

other sites

1 SSTP system supporting FMNP & MNP DB of 200 Mn Subs

16 set 2 set 4 set 10 set

A Hardware (with each module, component etc.)B Software (with each module, component etc.)2 International Gateway functionality (IGF) 4 set - 4 set -A Hardware (with each module, component etc.)B Software(with each module, component etc.)3 LAN Switch with Layer -3 functionality 32 4 8 20A Hardware (with each module, component etc.)B Software(with each module, component etc.)

3.1 Optical Interface card for LAN switch with minimum 2 GigE ports (including SFP module for ZX single mode 1550 nm)

64 8 18 40

A Hardware (with each module, component etc.)B Software(with each module, component etc.)

3.2 Electrical Interface card for LAN switch with minimum 24 GigE ports

64 8 18 40

A Hardware (with each module, component etc.)B Software (with each module, component etc.)4 Element Management System (eMS) 2 Set 2 setA Hardware (with each module, component etc.)B Software (with each module, component etc.)5 Workstation 22 8 4 10A Hardware (with each module, component etc.)B Software (with each module, component etc.)6 Printer (Laser Jet) 16 2 4 107 UPS in N+N configuration with each UPS

having battery back of 3 Hours16 set 2 set 4 set 10 set

8 Any other item for successful implementation including integration/interworking

16 set 2 set 4 set 10 set

A Hardware (with each module, component etc.)B Software (with each module, component etc.)9 Services Charges for Installation,

commissioning, consolidation & migration 16 2 4 10

10 Operation & Maintenance 16 2 4 10O&M Charge for six months

11 Annual Maintenance ContractA 1st Year for all equipments including

Battery 16 2 4 10

Page 37: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

B 2nd Year for all equipments including Battery

16 2 4 10

C 3rd Year for all equipments excluding Battery

16 2 4 10

D 4th Year for all equipments excluding Battery

16 2 4 10

E 5th Year for all equipments excluding Battery

16 2 4 10

12 Documentation 16 2 4 10A Hard copyB Softcopy13 Optional Item

13.1 SSTP system supporting FMNP for additional capacity of MNP DB for 25 Mn Subs

16 2 4 10

A Hardware (with each module, component etc.)B Software (with each module, component etc.)

Note- 1. The Bidders shall provide along with the techno-commercial Bid, detailed un-priced

Bill of Material as per the price schedule including card level Bill of Materials (“BoM”) for each of the network elements in the SoR with complete details of each Module/unit/card/software/license of NGN Core. The card level BoM for all the network elements, but with itemized prices shall form part of the financial Bid. The Bidder shall ensure that the Bid is complete and comprehensive as regards detailed card level BoM.

Page 38: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

SECTION-4 Part A

GENERAL INSTRUCTIONS TO BIDDERS (GIB)

1. DEFINITIONS (a) "The Purchaser" means the Bharat Sanchar Nigam Ltd. (BSNL), New Delhi(b) "The Bidder" means the individual or firm who participates in this tender and

submits its bid.(c) "The Supplier" or “The Vendor” means the individual or firm supplying the goods

under the contract.(d) "The Goods" means all the equipment, machinery, and/or other materials

which the Supplier is required to supply to the Purchaser under the contract.(e) "The Advance Purchase Order" or “Letter of Intent” means the intention of

Purchaser to place the Purchase Order on the bidder.(f) "The Purchase Order" means the order placed by the Purchaser on the Supplier

signed by the Purchaser 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 Supplier under the purchase order for the full and proper performance of its contractual obligations.

(h) "Validation" is a process of testing the equipment as per the Generic Requirements in the specifications for use in BSNL network. Validation is carried out in simulated field environment and includes stability, reliability and environmental tests.

(i) "Telecom Service Provider" means any Telecom operator in India, who is licensed by the Department of Telecommunications (DOT), Government of India to provide telecom services to the general public or to the other DOT licensed Telecom operators. "Telecom Service Provider" also refers to any Telecom operator in other countries providing telecom services to general public of that country or to other telecom operators of the same country.

(j) “Successful Bidder(s)” means the bidder(s) to whom work in this tender is awarded.

2. ELIGIBILITY CONDITIONS:Kindly refer to clause 4 of Section – 1 i.e. detailed NIT.

3. COST OF BIDDINGThe bidder shall bear all costs associated with the preparation and submission of the bid. The Purchaser will, in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

4. DOCUMENTS REQUIRED 4.1 The goods required to be supplied; bidding procedures and contract terms and

conditions are prescribed in the Bid Documents. The contents of the Bid documents are specified in the covering letter.

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

Page 39: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

Documents in every respect will be at the bidder’s risk and may result in rejection of the bid.

5. CLARIFICATION OF BID DOCUMENTS5.1 A prospective bidder, requiring any clarification on the Bid Documents shall notify

the Purchaser in writing i.e. by Email as well as by FAX to the Purchaser as indicated in the DNIT i.e. Section-1. The Purchaser shall respond in writing to any request for the clarification of the Bid Documents, which it receives 21 days prior to the date of opening of the Tenders. Copies of the query (without identifying the source) and clarifications by the Purchaser shall be sent to all prospective bidders and shall also be uploaded on ETS portal, as addendum, for all the prospective bidders who have downloaded the official copy of tender documents from ETS portal.

5.2 The format in which the clarifications are to be sent via E-mail (soft copy in Excel format), on e-tender portal and FAX is as under:

S. No. Section Clause Page no. Brief Description of the clause

Bidder query

5.3 Any clarification issued by BSNL in response to query raised by prospective bidders shall form an integral part of bid documents and it shall amount to an amendment of relevant clauses of the bid documents.

6. AMENDMENT OF BID DOCUMENTS6.1 At any time, prior to the date of submission of Bids, the Purchaser 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.

6.2 The amendments shall be notified in writing through E-tender portal 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.

6.3 In order to afford prospective bidders a reasonable time (min 7 days) 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.

7. DOCUMENTS COMPRISING THE BIDThe bid prepared by the bidder shall ensure availability of the following components:

a. Documentary evidence establishing that the bidder is eligible to bid and is qualified to perform the contract if its bid is accepted in accordance with the clause 2 & 10.

b. Bid Security furnished in accordance with clause 12.c. A Clause by Clause compliance as per clause 11.2 (c)d. A Bid form and price schedule completed in accordance with clause 8 & 9.

8. BID FORMThe bidder shall complete the bid form and appropriate Price schedule furnished in the Bid documents, indicating the goods to be supplied, brief description of the goods, quantity and prices as per section-9.

Page 40: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

9. BID PRICES9.1 The bidder shall give the total composite price inclusive of all Levies & Taxes i.e.

Sales Tax & Excise, custom duty, packing, forwarding, freight and insurance etc. but excluding Octroi /Entry Tax which will be paid extra as per actual, wherever applicable. 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 9. Prices of incidental services should also be quoted. The offer shall be firm in Indian Rupees. No Foreign exchange will be made available by the purchaser.

9.2 Prices indicated in the Price Schedule shall be entered in the following manner:

(i) The Basic Unit price (Ex-Factory Price) of the goods, Excise duty, custom duty , Sales Tax, Freight, Forwarding, Packing, Insurance and any other Levies/Charges already paid or payable by the supplier shall be quoted separately item wise.

(ii) The supplier shall quote as per price schedule given in section 9 for all the items given in schedule of requirement.

9.3 A bid submitted with an adjustable price quotation will be treated as non - responsive and rejected.

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

9.5 “DISCOUNT, if any, offered by the bidders shall not be considered unless specifically 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”.

9.6 The price approved by BSNL for procurement will be inclusive of levies and taxes, packing, forwarding, freight and insurance as mentioned in clause 9.1 subject to other terms and condition as stipulated in clause 22.2 of Section 4 Part A. and clause 11 of Sec-5 Part A of Bid-document. Unloading charges at the consignee end shall be borne by the supplier and no separate charges shall be paid for transportation to individual sites for installation.

9.7 The freight by sea for transportation of equipment/Stores from the nearest port in the main land to Andaman & Nicobar Islands will be reimbursed to the supplier at the concessional rates levied by Ministry of Water and Surface Transport on production of proof.

10. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION10.1 The bidder shall furnish, as part of the bid documents establishing the bidder's

eligibility, the following documents or whichever is required as per terms and conditions of Bid Documents.

a) Valid MSE Certificate, if applicable. In case the ownership of such MSE Entrepreneurs happens to be from SC/ST category, proof in this regard also need to be submitted.

b) Type Approval Certificate given by Telecom Engineering Centre (TEC)/ TSEC issued by the Quality Assurance Circle of BSNL or proof of having applied for TSEC (copy of Form QF 103 be attached).

c) Inspection Certificate issued by BSNL (QA) for execution of educational/ Commercial Order.

d) Additional documents to establish the eligibility and qualification of bidder as specified in Section-I and Section-4 Part B.

Page 41: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

e) Power of Attorney as per clause 14.3 (a) and (d) and authorization for executing the power of Attorney as per clause 14.3 (b) or (c).

f) Documentary proof of applicable rate of ED/ CD/ Sales Tax/ VAT /Service Tax.g) Undertaking duly signed by front bidder and its technology/ consortium partner

stating that both of them shall be liable for due performance of the contract jointly and severally.

h) Certificates from all Directors of the bidder stating that none of their near relatives are working in BSNL in accordance with clause 34.

i) Certificate of incorporation.j) Article or Memorandum of Association or partnership deed or proprietorship

deed as the case may be.k) List of all Directors including their name(s), Director Identification Number(s)

(DIN) and address (es) along with contact telephone numbers of office and residence.

l) Registration certificate from State Director of Industries or from Secretariat for Industrial Assistance (SIA), Ministry of Industries, Government of India.

m) Approval from Reserve Bank of India/ SIA in case of foreign collaboration.

Note 1: Documents at S. No 10.1(g)), (k), (l), (m) are applicable in case of tenders with estimated cost more than Rs 1 Crore.

10.2 Documentary evidence for financial and technical capability

a) The bidder shall furnish audited Annual Report and /or a certificate from its bankers to assess its solvency/financial capability.

b) The bidder shall furnish documentary evidence about technical and production capability necessary to perform the contract.

10.3 In order to enable the Purchaser to assess the proven-ness of the system offered, the bidder shall provide documentary evidence regarding the system being offered by him.

10.4 The offered product has to be type approved. For this purpose, the supplier shall submit a sample type for evaluation. The sample would be evaluated for its ability to meet the technical specifications, manufacturability, reliability, testability, ease of installation, maintainability etc. Necessary documents to substantiate these attributes will have to be submitted at the time of application for approval by the supplier for obtaining type approval. Or In case goods offered have already been type approved/ validated by the Purchaser, documentary evidence to this effect shall be submitted by the bidder.

10.5 A signed undertaking from Authorized Signatory of the bidder that shall certify that all components/ parts/ assembly/ software used in the Desktops and Servers like Hard disk, Monitors, Memory etc. shall be original, new components/ parts/ assembly/ software and that no refurbished/ duplicate/ second hand components/ parts/ assembly/ software are being used or shall be used.

10.6 For supply of any software i.e. operating system or any applications software the bidder should submit a Certificate Of Authenticity (COA), signed by Authorized Signatory stating that all Software supplied are authentic and legal copy is/ are being supplied.

Page 42: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

10.7 Documentary evidence/ Declaration to the effect that the type of software to be utilized in the system/ equipment i.e. Packaged/ Canned OR Customized shall be furnished by the bidder. In case of Packaged/ Canned, the portion of value which represents consideration paid or payable for transfer of right to use such goods subject to provisions laid down in Central Excise/Custom Notifications”.

11. DOCUMENTS ESTABLISHING GOOD’S CONFORMITY TO BID DOCUMENTS

11.1 Pursuant to clause 7, the bidder shall furnish, as part of his bid, documents establishing the conformity of his bid to the Bid Documents of all goods and services which he proposes to supply under the contract.

11.2 The documentary evidences of the “goods and services” conformity to the Bid Documents, 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 list, giving full particulars including available sources and current prices of all spare parts, special tools, etc., necessary for the proper and continuous functioning of the goods for a period of three years following commencement of use of the goods by the purchaser, and

(c) 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 the provision of the Technical Specifications and Commercial Conditions shall be given by the bidder. A bid without clause-by-clause compliance of the Scope of Work, Technical Specifications, SOR (Section-3 Part A, B & C), General (Commercial) Conditions & Special (Commercial) Conditions, General Conditions of AMC (Section- 5 Part A, B & C) shall not be considered.

11.3 For the purpose of compliance to be furnished pursuant to the clause 11.2(c) 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 Purchaser in its Technical specifications are intended to be descriptive only and not restrictive.

12. BID SECURITY/EMD 12.1 The bidder shall furnish, as part of its bid, a bid security as mentioned in Section-

1(NIT).

12.2 The MSE 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 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

Page 43: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

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.

12.4 A bid not secured in accordance with Para 12.1 & 12.2 shall be rejected by the Purchaser being non-responsive at the bid opening stage and archived unopened on e-tender portal for e-tenders and returned to the bidder unopened(for manual bidding process)

12.5 The bid security of the unsuccessful bidder will be discharged/ returned as promptly as possible and within 30 days of finalization of the tender or expiry of the period of the bid validity period prescribed by the purchaser pursuant to clause 13.

12.6 The successful bidder's bid security will be discharged upon the bidder's acceptance of the advance purchase order satisfactorily in accordance with clause 27 and furnishing the performance security, except in case of L-1 bidder, whose EMBG/EMD shall be released only after the finalization of ordering of complete tendered quantity in pursuance to clause no. 24.4 & 27.3 of this section.

12.7 The bid security may be forfeited:

a. If the bidder withdraws or amends its bid or impairs or derogates from the bid in any respect during the period of bid validity specified by the bidder in the bid form or extended subsequently; or

b. In the case of successful bidder, if the bidder fails to sign the contract in accordance with clause 28;

Note – the bidder shall mean individual company firm or the front bidder and its technology / consortium partner as applicable.

13. PERIOD OF VALIDITY OF BIDS 13.1 Bid shall remain valid for period specified in clause 2 of Tender information (Section

-2) from the date of opening of bids prescribed by the purchaser. A bid valid for a shorter period shall be rejected by the purchaser 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 submit his bid, online (in case of e-tendering) & through sealed

envelopes physically (in case of tenders with manual bidding process), complying all eligibility conditions, other terms and conditions of tender document to be read along with the clarifications and amendments issued in this respect. All the documents must be authenticated, using Digital Signature (in case of e-tendering) & by hand signatures (for manual bidding process), by the authorized person. The letter of authorization shall be indicated by written power-of-attorney accompanying the bid.

Note:-The Purchaser may ask the bidder(s) to supply, besides original bid,

Page 44: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

additional copy of bids as required by him.14.2 The bid shall contain no interlineations, erasures or overwriting except as

necessary to correct errors made by the bidder in which case such corrections shall be signed by the person or persons signing the bid. All pages of the original bid, except for un-amended printed literatures, shall be digitally signed by the person or persons signing the bid.

14.3 Power of Attorney

a. The power of Attorney should be submitted and executed on the non-judicial stamp paper of appropriate value as prevailing in the concerned states(s) and the same be attested by a Notary public or registered before Sub-registrar of the state(s) concerned.

b. The power of Attorney be executed by a person who has been authorized by the Board of Directors of the bidder in this regard, on behalf of the Company/ institution/ Body corporate.

c. In case of the bidder being a firm, the said Power of Attorney should be executed by all the partner(s) in favour of the said Attorney.

15. SEALING AND MARKING OF BIDS: 15.1 The bid should be submitted as per Clause 3 of tender information.

15.1.1 The bids may be called undera) Single stage bidding & Single envelope system ORb) Single Stage Bidding & Two Envelope System

The details of sealing & marking of bids in each case is given below:

15.1.2 In Single stage bidding & single envelope system, the bidder shall submit all the documents specified for Techno-commercial bid & Financial bid in a single envelope. The cover shall contain the ‘Original Copy’ of the bids subject to clause 14.2. The envelope should be sealed by the personal seal of the bidder.

15.1.3 In Single stage bidding & two envelopes system, the bidder shall submit his bid in

two envelopes; The First envelope will be named as Techno-commercial bid. This envelope will contain documents of bidder’s satisfying the eligibility / Technical & commercial conditions as per clause 2 & 10 with Bid Security as per Clause 12. Second envelope will be named as Financial bid containing Price Schedules as per Section 9 Part B(I&II).

The cover of first envelope shall contain the ‘Original Copy’ of the Techno-commercial bid, subject to clause 14.2, duly marked ' TECHNO-COMMERCIAL BID '. The cover of second envelope shall contain the ‘Original Copy’ of the financial bid, subject to clause 14.2, duly marked ' FINANCIAL BID '. Both the envelopes should be sealed separately and further kept in a single main envelope under the personal seal of the bidder.

15.2 a) The envelopes shall be addressed to the purchaser inviting the tender.i) In case of tenders invited by MMT section of BSNL CO, the Purchaser Address shall be: DGM (MMT), Bharat Sanchar Nigam Limited (Corporate Office),

Page 45: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi-110001.ii) In case of tenders invited from other section of BSNL CO./ Circles/ SSA of

BSNL, the Purchaser Address shall be specified by the purchaser inviting the tender of concerned Circle/ SSA.

b) The envelope shall bear the name of the tender, the tender number and the words 'DO NOT OPEN BEFORE' (due date & time).

c) The inner and outer envelopes shall indicate the name and complete postal address of the bidder to enable the purchaser to return the bid unopened in case it is declared to be received 'late'.

d) Tender should be deposited in the tender box provided by tendering authority or sent by registered post or delivered in person on above mentioned address (address is given in Clause 15.2 (a) above). The responsibility for ensuring that the tenders are delivered in time would vest with the bidder.

e) Bids delivered in person on the day of tender opening shall be delivered upto specified time & date as stated in NIT to Section Officer (MMT) [in case of tenders invited by MMT section of BSNL C.O.] / concerned officer to be specified by tendering authority [In case of tenders invited from other units of BSNL CO./ Circles/ SSA of BSNL] at the venue (address is given in clause 15.2 (a) above). The purchaser shall not be responsible if the bids are delivered elsewhere.

f) Venue of Tender Opening: (i) In case of Tenders invited by MMT section of BSNL, C.O., tenders will be

opened in Meeting Room, 2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi-110001 at specified time & date as stated in NIT.

(ii) In case of tenders invited from other units of BSNL CO./ Circles / SSA of BSNL, the details of Venue shall be specified by the purchaser inviting the tender of concerned Circle/ SSA .

If due to administrative reasons, the venue of Bid opening is changed, it will be displayed prominently on Meeting Room, 2nd Floor, Bharat Sanchar Bhawan and notice board on 2nd Floor, Bharat Sanchar Bhawan) [in case of tenders invited by MMT section of BSNL C.O.] & at a place notified by other section of BSNL CO./ Circle/SSA[In case of tenders invited from other sections of BSNL CO./ Circles/ SSA of BSNL].

15.3 If both the envelopes are not sealed and marked as required at para 15.1 and 15.2, the bid shall be rejected.

16. SUBMISSION OF BIDS

16.1 Bids must be submitted online by the bidders as per instructions in Section 4 Part B not later than the specified date & time indicated in the covering letter.

16.2 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.

Page 46: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

16.3 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 requirement 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

No bid shall be accepted online by the Electronic Tender System® (ETS) after the specified deadline for submission of bids prescribed by the purchaser.

18. MODIFICATION AND WITHDRAWAL OF BIDS

18.1 The bidder may modify, revise or withdraw his bid after submission prior to deadline prescribed for submission of bid.

18.2 The bidder’s modification, revision or withdrawal shall have to be online and digitally authenticated as per clause 15.

18.3 No bid shall be allowed for modification subsequent to the deadline for submission of bids.

E. BID OPENING AND EVALUATION19. OPENING OF BIDS BY PURCHASER 19.1 The purchaser shall open bids online (in case of e-Tenders) or physically (in case of

manual bidding process) in the presence of the authorized representatives of bidders online (in case of e-Tenders) or physically present (in case of e-Tenders as well as manual bidding process) who chose to attend, at time & date specified in Clause 7 of D NIT(Section-1) on due date.

The bidder's representatives, who are present, shall sign in an attendance register. Authority letter to this effect shall be submitted by the authorized representatives of bidders before they are allowed to participate in bid opening.

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

19.3 Name of envelopes to be opened & information to be read out by Bid Opening Committee(i) In Single stage bidding & single envelope system; techno-commercial bid &

financial Bid will be opened on the date of tender opening given in NIT. (ii) In Single stage bidding & two envelopes system; the bids will be opened in 2

stages i.e. the techno-commercial bid shall be opened on the date of tender opening given in NIT. The financial bid will not be opened on the Date of opening of techno commercial bids in this case & sealed financial bids will be handed over to DGM (MMT), BSNL, CO./ Other section in BSNL, CO./ ‘MM’ cell in circle/ SSA offices (as applicable) for retention. Thereafter the CET will evaluate Techno-commercial bids & the report of CET will be approved by competent authority. The financial bids of those bidders who are approved to be techno-commercially compliant by the competent authority, will be opened by TOC in front of techno commercially eligible bidders/ authorized representatives by sending them a suitable notice.

Page 47: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

(iii) The following information should be read out at the time of Techno-commercial bid opening:- a) Name of the Bidder b) Name of the itemc) EMD amount & validity and acceptabilityd) Information in respect of eligibility of the bidder.e) Details of bid modification/ withdrawal, if applicable.

(iv) The following information should be read out at the time of Financial bid opening:- a) Name of the Bidder b) Name of the item c) Quantities/prices quoted in the bid d) Discount, if offerede) Taxes & levies

19.4 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 be opened on next working day, time and venue remaining unaltered.

20.0 CLARIFICATION OF BIDS20.1 To assist in the examination, evaluation and comparison of bids, the purchaser may,

at its discretion ask the bidder for the clarification of its bid. The request for the clarification and the response shall be in writing. However, no post bid clarification at the initiative of the bidder shall be entertained.

20.2 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.

21.0 PRELIMINARY EVALUATION 21.1 Purchaser shall evaluate the 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.

21.2 Arithmetical errors shall be rectified on the following basis. Based on the quoted percentage of duties and taxes, Freight etc. the amounts quoted thereof shall be worked out and rounded off to 2 decimal points. In case the unit price quoted in column 12 does not tally with its breakup quoted in col. 4, 6, 8, 10 & 11, the same shall be corrected by summing up the breakups. 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.

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

Page 48: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

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 the non-conformity.

21.6 The Purchaser may waive any minor infirmity or non-conformity or irregularity in a bid which doesn't constitute a material deviation, provided such waiver doesn't prejudice or affect the relative ranking of any bidder.

22 EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS22.1 The Purchaser shall evaluate in detail and compare the bids previously determined

to be substantially responsive pursuant to clause 21.22.2 The evaluation and comparison of responsive bids shall be done on the basis of

Net cost to BSNL on the prices of the goods offered inclusive of Duties and taxes (but excluding CENVAT-able Duties & Taxes), Sales Tax, Packing, Forwarding, Freight and Insurance charges etc. as arrived in Col. 17 of the price schedule in the Section-.9 Part B (I&II)of the Bid-document after arithmetical correction in the manner laid down in clause 21.2 above.As stipulated in clause 9.1, Octroi/ Entry Taxes are not to be included in the composite price and hence the same will not be considered for the purpose of evaluation and comparison of responsive bids. However, Octroi/ Entry Taxes will be paid extra. as per actual wherever applicable on production of proof of payment/relevant invoices/documents.(a) “Duties & Taxes for which the firm has to furnish Cenvatable Challans/

Invoices will be indicated separately in the PO/APO.(b) Vendors should furnish the correct E.D./Customs tariff Head in the price

Schedule. If the credit for the Duties and Taxes under CENVAT Credit Rules, 2004 is found to be not admissible at any stage subsequently owing to wrong furnishing of Tariff Head, then the vendors will be liable to refund such non-admissible amount, if already paid, along with penalty if charged by the concerned authority.

(c) In case the Duties & Taxes which are non CENVAT-able as per the quotes indicated in the price schedule by the vendors and subsequently at any stage it is found that Credit for such Duties & Taxes is admissible as per CENVAT Credit Rules, 2004, then the vendors will be liable to refund the amount equivalent to such Duties & Taxes if already paid to them. However, the purchaser may allow the supplier to submit necessary documents in this regard which may enable the purchaser to avail the CENVAT credit provided such credit is still available for the amount so paid as per CENVAT Credit Rules 2004.

(d) The purchaser reserves the right to ask the bidders to submit documentary proof confirming the correct Tariff Head from the E.D./Customs authority where the Tariff Head furnished against the particular tendered item by different bidders differs from each other or the same is found apparently not

Page 49: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

furnished in accordance with E.D./ Customs Tariff notifications.(e) “If the supplier fails to furnish necessary supporting documents i.e. Excise/

Customs invoices etc. in respect of the Duties/taxes which are Cenvatable, the amount pertaining to such Duties/ Taxes will be deducted from the payment due to the firm.”

23.0 CONTACTING THE PURCHASER23.1 Subject to Clause 20, 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.

23.2 Any effort by a bidder to modify its 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.

24.0 PLACEMENT OF ORDER24.1. The Purchaser shall consider placement of orders for commercial supplies only on

those eligible bidders whose offers have been found technically, commercially and financially acceptable and whose goods have been type approved/ validated by the purchaser. The Purchaser reserves the right to counter offer price(s) against price(s) quoted by any bidder.

24.2 The ordering price of any bidder shall not exceed the lowest evaluated package price.

24.3. The purchaser reserves the right for the placement of order of entire tendered quantity on the bidder with the lowest evaluated price.

25. PURCHASER'S RIGHT TO VARY QUANTITIES25.1 BSNL reserves the right to increase or decrease up to 25% 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.

25.2 BSNL also reserves the right for placement of additional order or up to 50% of the additional quantities of goods and services contained in the running tender/ contract within a period of twelve months from the date of acceptance of first APO in the tender at the same rate or a rate negotiated (downwardly) with the existing venders considering the reasonability of rates based on prevailing market conditions and the impact of reduction in duties and taxes etc and supplies to be obtained within delivery period scheduled afresh.

25.3 In exceptional situation where the requirement is of an emergent nature and it is necessary to ensure continued supplies from the existing venders, the purchaser reserves the right to place repeat order up to 100% of the quantities of goods and services contained in the running tender /contract within a period of twelve months from the date of acceptance of first APO in the tender at the same rate or a rate negotiated (downwardly) with the existing venders considering the reasonability of rates based on prevailing market conditions and the impact of reduction in duties and taxes etc. Exceptional situation and emergent nature should be spelt out clearly detailing the justification as well as benefits accrued out of it and loss incurred in case this provision is not invoked and approved by the authority competent to accord administrative and financial approval for the procurement calculated on the basis of total procurement i.e. initial and proposed add-on quantity.

Page 50: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

26. PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDSThe Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids, at any time prior to award of contract without assigning any reason whatsoever and without thereby incurring any liability to the affected bidder or bidders on the grounds of purchaser’s action.

27. ISSUE OF ADVANCE PURCHASE ORDER27.1. L-1 bidder may be issued Advanced Purchase Order (APO) 27.2 The issue of an Advance Purchase Order shall constitute the intention of the

Purchaser to enter into contract with the bidder.27.3 The bidder shall within 14 days of issue of the advance purchase order, give its

acceptance along with performance security in conformity with the proforma provided with the bid document at Section-7C.

28. SIGNING OF CONTRACT28.1 The issue of Purchase order shall constitute the award of contract on the bidder.28.2 Upon the successful bidder furnishing performance security pursuant to clause 27,

the Purchaser shall discharge the bid security in pursuant to clause 12, except in case of L-1 bidder, whose EMBG/ EMD shall be released only after finalization of ordering of complete tendered quantity in pursuance to clause no. 24.4 & 27.3 of this section..

29. ANNULMENT OF AWARDFailure of the successful bidder to comply with the requirement of clause 27 & 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.

30. QUALITY ASSURANCE REQUIREMENTS The supplier shall have Quality Management System supported and evidenced by

the following:a) A Quality Policy.b) A management representative with authority and responsibility for fulfilling

QA requirements and for interfacing with purchaser in the matters of Quality. c) Procedure for controlling design/ production engineering, materials, choice

of components/vendors, manufacturing and packaging process for supplying quality products.

d) System of Inward Good Inspection.e) System to calibrate and maintain required measuring and test equipment.f) System for tracing the cause for non-conformance (traceability) and

segregating product which don't conform to specifications.g) Configuration management and change-control mechanism.h) A quality plan for the product. i) Periodical internal quality audits.j) A 'Quality Manual' detailing the above Or infrastructure assessment

certificate and Type Approval Certificate (TAC)/ Technical Specifications

Page 51: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

Evaluation Certificate (TSEC) issued by "QA Circle" shall be furnished.31. REJECTION OF BIDS 31.1 While all the conditions specified in the Bid documents are critical and are to be

complied, special attention of bidder is invited to the following clauses of the bid documents. Non-compliance of any one of these shall result in outright rejection of the bid.a) Clauses 12.1, 12.2 & 13.1 of Section- 4 Part A: The bids will be rejected at

opening stage if Bid security is not submitted as per Clauses 12.1 & 12.2 and bid validity is less than the period prescribed in Clause 13.1 mentioned above.

b) Clause 2 & 10 of Section-4Part A: If the eligibility condition as per clause 2 of Section 4 Part A is not met and/ or documents prescribed to establish the eligibility as per Clause 10 of section 4 Part A are not enclosed, the bids will be rejected without further evaluation.

c) Clause 11.2 (c) of Section-4 Part A: If clause-by-clause compliance as well as deviation statements as prescribed are not given, the bid will be rejected at the stage of primary evaluation.

d) While giving compliance to Section-5 Part A, General Commercial conditions, Section-4 Part B, Special Instructions to Bidders, Section-5B Special (Commercial) Conditions of Contract and Section-3 Technical Specifications 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.

e) Section-9 Price Schedule: Prices are not filled in as prescribed in price schedule.

f) Section-4 Part A clause 9.5 on discount which is reproduced below:- "Discount, if any, offered by the bidder shall not be considered unless specifically indicated in the price schedule. 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. into account".

31.2 Before outright rejection of the Bid by Bid-opening team for non-compliance of any of the provisions mentioned in clause 31.1(a), 31.1(b) of Section-4PartA, the bidder company is given opportunity to explain their position, however if the person representing the company is not satisfied with the decision of the Bid opening team, he/they can submit the representation to the Bid opening team immediately but in no case after closing of the tender process with full justification quoting specifically the violation of tender condition if any.

31.3 Bid opening team will not return the bids submitted by the bidders on the date of tender opening even if it is liable for rejection and will preserve the bids in sealed cover as submitted by taking the signatures of some of the desirous representatives of the participating bidder/companies present on the occasion.

31.4 The in-charge of Bid opening team will mention the number of bids with the name of the company found unsuitable for further processing on the date of tender opening and number of representations received in Bid opening Minutes and if Bid opening team is satisfied with the argument of the bidder/company mentioned in their representation and feel that there is prima-facie fact for consideration, the in-charge

Page 52: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

of the bid opening team will submit the case for review to Officer competent to approve the tender as early as possible preferably on next working day and decision to this effect should be communicated to the bidder company within a week positively. Bids found liable for rejection and kept preserved on the date of tender opening will be returned to the bidders after issue of P.O. against the instant tender.

31.5 If the reviewing officer finds it fit to open the bid of the petitioner, this should be done by giving three (working) days notice to all the participating bidders to give opportunity to participants desirous to be present on the occasion.

32. Purchaser’s right to disqualify Purchaser reserve the right to disqualify the supplier for a period ( not less than

one year & not more than two year) who habitually failed to supply the equipment in time. Further, the suppliers whose equipment does not perform satisfactory in the field in accordance to the specifications may also be disqualified for a suitable period (not less than one year & not more than two year) as decided by the purchaser.

33. PURCHASER’S RIGHT TO BAN BUSINESS DEALINGS Purchaser reserves the right to bar the bidder from participating in future

tenders/EOI/RFPs of BSNL for a period of two years in case he fails to honour its bid without sufficient grounds.

34. NEAR-RELATIONSHIP CERTIFICATE34.1. The bidder should give a certificate that none of his/ her near relative, as defined

below, is working in the units where he is going to apply for the tender. In case of proprietorship firm certificate will be given by the proprietor. For partnership firm certificate will be given by all the partners and in case of limited company by all the Directors of the company excluding Government of India/ Financial institution nominees and independent non-Official part time Directors appointed by Govt. of India or the Governor of the state and full time Directors of PSUs both state and central. Due to any breach of these conditions by the company or firm or any other person the tender will be cancelled and Bid Security will be forfeited at any stage whenever it is noticed and BSNL will not pay any damage to the company or firm or the concerned person.

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

34.3 The near relatives for this purpose are defined as:-(a) Members of a Hindu undivided family.(b) They are husband and wife.(c) The one is related to the other in the manner as father, mother, son(s) &

Son's wife (daughter in law), Daughter(s) and daughter's husband (son in law), brother(s) and brother's wife, sister(s) and sister's husband (brother in law).

34.4. The format of the certificate is given in Section 6 (B).

35. VERIFICATION OF DOCUMENTS AND CERTIFICATES The bidder will ensure that all the documents and certificates, including experience/ performance and self certificates submitted by him are correct and genuine before

Page 53: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

enclosing them in the bid. The onus of proving genuineness of the submitted documents would rest with the bidder. As per the requirement of the tender’s conditions, if any document paper/certificate submitted by the participant bidder is found to be false/ fabricated/tempered/ manipulated at any stage during the evaluation or award of contract, then the bid security (EMBG) of the bidder would be forfeited and the bidder would be disqualified from the tender. Action would also be taken for banning of business dealing with the defaulting firm. In case contract has already awarded to the bidder, then PBG would be forfeited and the contract would be rescind/ annulled and BSNL would be at the liberty to procure the ordered goods and services from any other source at the risk and cost of the defaulting bidder. Action would also be taken for banning business dealing with the defaulting firmThe bidder will ensure that all the documents and certificates, including experience/ performance and self certificates submitted by him are correct and genuine before enclosing them in the bid. The onus of proving genuineness of the submitted documents would rest with the bidder. If any document/ paper/ certificate submitted by the participant bidder is found / discovered to be false / fabricated / tempered / manipulated either during bid evaluation or during award of contract or thereafter, then the Purchaser will take action as per Clause-1 of Appendix-1 of this section.

Note for Tender opening Committee: At the time of tender opening, the TOC will check/ verify that the documents conforming to eligibility part are submitted by the participant bidder duly authenticated by the authorized signatory to obviate any possibility of doubt and dispute and maintain veracity of the documents / papers/ certificates.The documents/ papers to be submitted in respective bid part have been explicitly stated in clause- 7 of Section-4 Part A. This opened bid part which is already signed by the authorized representative of the bidder company during bid submission will be signed by the tender opening committee on hard copy and preserve it along with the bids received online in case of e-tendering. These papers will be treated as authentic one, in case of any dispute

36. Security Clause as per latest guidelines and requirementMandatory Licensing requirements with regards to security related concerns issued by the Government of India from time-to-time shall be strictly followed and appropriate clauses shall be added in all bid documents. Necessary guidelines in this regard shall be issued separately.

37. Reservation/ Procurement from MSE units: Not applicable for this tender.

Appendix-1 to Section 4 Part A

S. No.

Defaults of the bidder / vendor. Action to be taken

A B C1(a) Submitting fake / forged i)  Rejection of tender bid of respective

Page 54: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

Vendor. ii)  Banning of business for 3 years which implies barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL for 3 years from date of issue of banning order. iii)  Termination/ Short Closure of PO/WO, if issued. This implies non-acceptance of further supplies / work & services except to make the already received material work/ complete work in hand.

a) Bank Instruments with the bid to meet terms & condition of tender in respect of tender fee and/ or EMD;

b) Certificate for claiming exemption in respect of tender fee and/ or EMD;

and detection of default at any stage from receipt of bids till award of APO/ issue of PO/WO.Note 1:- However, in this case the performance guarantee if alright will not be

forfeited.Note 2:- Payment for already received supplies/ completed work shall be made as

per terms & conditions of PO/ WO.

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

 

(i)    If detection of default is prior to award of APO

i) Rejection of Bid & ii) Forfeiture of EMD.

(ii)  If detection of default after issue of APO but before receipt of PG/ SD (DD,BG etc.)

i) Cancellation of APO , ii) Rejection of Bid & iii) Forfeiture of EMD.

1(b) contd.

(iii)  If detection of default after receipt of PG/ SD (DD,BG etc.) .

i) Cancellation of APO ii) Rejection of Bid & iii) Forfeiture of PG/ SD. However on realization of PG/ SD amount, EMD, if not already released shall be returned.

(iv)  If detection of default after issue of PO/ WO

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

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

Note 4:- No further supplies are to be accepted except that required to make the already supplied items work.

Page 55: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

2 If vendor or his representative uses violent/ coercive means viz. Physical / Verbal means to threatens BSNL Executive / employees and/ or obstruct him from functioning in discharge of his duties & responsibilities for the following : Banning of business for 3 years which

implies Barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL for 3 years from date of issue of banning order.

a) Obstructing functioning of tender opening executives of BSNL in receipt/ opening of tender bids from prospective Bidders, suppliers/ Contractors.

b) Obstructing/ Threatening other prospective bidders i.e. suppliers/ Contractors from entering the tender venue and/ or submitting their tender bid freely.

3 Non-receipt of acceptance of APO/ AWO and SD/ PG by L-1 bidder within time period specified in APO/ AWO.

Forfeiture of EMD.

4.1 Failure to supply and/ or Commission the equipment and /or execution of the work at all even in extended delivery schedules, if granted against PO/ WO.

i)  Termination of PO/ WO. ii)  Under take purchase/ work at the risk & cost of defaulting vendor. iii)  Recover the excess charges if incurred from the PG/ SD and outstanding bills of the defaulting Vendor.  

4.2 Failure to supply and/ or Commission the equipment and /or execution of the Work in full even in extended delivery schedules, if granted against PO/ WO.

i)   Short Closure of PO/ WO to the quantity already received by and/ or commissioned in BSNL and/ or in pipeline provided the same is usable and/or the Vendor promises to make it usable. ii)   Under take purchase/ work for balance quantity at the risk & cost of defaulting vendor. iii)  Recover the excess charges if incurred from the PG/ SD and outstanding bills of the defaulting Vendor.  

5.1 The supplied equipment does not perform satisfactory in the field in accordance with the specifications mentioned in the PO/ WO/Contract.

i)  If the material is not at all acceptable, then return the non-acceptable material (or its part) & recover its cost, if paid, from the o/s bills/ PG/ SD. OR ii) If the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty

Page 56: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

from outstanding dues of vendor including PG/ SD.

5.2 Major quality problems (as established by a joint team / committee of User unit(s) and QA Circle) / performance problems and non-rectification of defects (based on reports of field units and QA circle).

i)  If the material is not at all acceptable, then return the non-acceptable material (or its part) & recover its cost, if paid, from the o/s bills/ PG/ SD; OR ii)  If the material is inducted in network & it is not possible to return it and/ or material is acceptable with degraded performance, the purchaser may determine the price for degraded equipment (Financial penalty = Price – price determined for degraded equipment) himself and/ or through a committee. Undertake recovery of financial penalty from outstanding dues of vendor including PG/ SD; and iii) Withdrawal of TSEC/ IA issued by QA Circle.

6 Submission of claims to BSNL against a contract

i)  Recovery of over payment from the outstanding dues of Vendor including EMD/ PG & SD etc. and by invoking ‘Set off’ clause 21 of Section 5 Part A or by any other legal tenable manner. ii)  Banning of Business for 3 years from date of issue of banning order or till the date of recovery of over payment in full, whichever is later.

(a) for amount already paid by BSNL .(b) for Quantity in excess of that supplied by Vendor to BSNL.

c) for unit rate and/ or amount higher than that approved by BSNL for that purchase.Note 5:- The claims may be submitted with or without collusion of BSNL

Executive/ employees.Note 6:- This penalty will be imposed irrespective of the fact that payment is

disbursed by BSNL or not.7 Network Security/ Safety/ Privacy:- If the

vendor tampers with the hardware, software/ firmware or in any other way that

i) Termination of PO/ WO. ii) Banning of business for 3 years which implies barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL for 3 years from date of issue of banning order. iii) Recovery of any loss incurred on this account from the Vendor from its PG/ SD/ O/s bills etc. iv) Legal action will be initiated by BSNL against the Vendor if required.

a)  Adversely affects the normal working of BSNL equipment(s) and/ or any other TSP through BSNL.

b) Disrupts/ Sabotages functioning of the BSNL network equipments such as exchanges, BTS, BSC/ MSC, Control equipment including IN etc., transmission equipments but not limited to these elements and/ or any other TSP through BSNL.

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/

Page 57: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

endangers the security of India.8 If the vendor is declared bankrupt or

insolvent or its financial position has become unsound and in case of a limited company, if it is wound up or it is liquidated.

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

9 In the event of the vendor, its proprietor, Director(s), partner(s) is / are convicted by a Court of Law following prosecution for offences involving moral turpitude in relation to the business dealings.

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

Page 58: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

10 

If the vendor does not return/ refuses to return BSNL’s dues:

i) Take action to appoint Arbitrator to adjudicate the dispute.

a) inspite of order of Arbitrator. i) Termination of contract, if any. ii) Banning of business for 3 years which implies barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL from date of issue of banning order or till the date by which vendor clears the BSNL’s dues, whichever is later. iii) Take legal recourse i.e. filing recovery suite in appropriate court.

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/ Independent External Monitor (IEM) / Income Tax/ Sales Tax/ Excise / Custom Departments recommends such a course

Take Action as per the directions of CBI or concerned department.

12 The following cases may also be considered for Banning of business:

i) Banning of business for 3 years which implies Barring further dealing with the vendor for procurement of Goods & Services including participation in future tenders invited by BSNL for 3 years from date of issue of banning order.

(a) If there is strong justification for believing that the proprietor, manager, MD, Director, partner, employee or representative of the vendor/ supplier has been guilty of malpractices such as bribery, corruption, fraud, substitution of tenders, interpolation, misrepresentation with respect to the contract in question.(b) If the vendor/ supplier fails to execute a contract or fails to execute it satisfactorily beyond the provisions of Para 4.1 & 4.2.

(c) If the vendor/ supplier fails to submit required documents/ information, where required.

(d) Any other ground which in the opinion of BSNL is just and proper to order for banning of business dealing with a vendor/ supplier.

Page 59: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

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 60: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

SECTION-4 Part B

SPECIAL INSTRUCTIONS TO BIDDERS

The Special Instructions to Bidders shall supplement the 'Instructions to Bidders' and in case of any conflict with those in Section-4 Part A i.e. GENERAL INSTRUCTIONS TO BIDDERS (GIB), the provisions herein shall prevail.

1. Eligibility Conditions : As per Para 4 of DNIT (Section-1).

4.7. The original hardware/software Manufacturer(s) of the proposed equipment/solution shall guarantee support to BSNL for their respective products for a minimum period of seven years. The Bidder shall have back-to-back agreement with each of the Manufacturer(s) individually, so that the respective product support for operation, maintenance and upgrades is available to BSNL for 7 years for this project. A copy of such agreement shall be made available to BSNL at the time of submission of the bid. All such agreements shall be signed by the respective authorized signatories of the concerned companies. Back to back agreement is not required for PCs, printers, modems, UPS subjected to the condition that if the bidder gives an undertaking that if no support is available from manufacturers of PCs, printers, modems, UPS the vendor will replace the equipment free of cost with equivalent or better equipment. However, back to back agreement is required for servers and main equipment like STP, STM-I, RAS, LAN Switch, Firewall etc. C-1

4.8 The Bidder shall provide an undertaketing to undertake the annual maintenance as per the provisions of Annexure II, Part B of Section 5 in this Tender Document

4.9 The Bidders participating in the Tender shall also submit an undertaking to set up necessary infrastructure in all the Circles for project implementation, O&M support and annual maintenance contract within one month of issue of Purchase Order

2. Bid SecurityThe bank guarantee/DD for bid security or Micro & Small Enterprise (MSE) registration certificate for claiming exemption from submission of bid security, as prescribed in clauses 12.1 & 12.2 of Section-4 A of the bid document should be submitted by the bidder in a separate cover. The bank guarantee/DD so submitted shall be as per the format given in Section-7 B 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.

3. Distribution of Quantity

3.1 The quantity envisaged in the tender document shall be allotted L1 Bidder only.

4. Security Clause: International Security Standard Certification4.1 The Vendor shall have contemporary relevant Security standard certification and

shall comply with the provisions of security standards certification with respect to

Page 61: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

Telecom & IT equipment hardware and software and those related to information & communication security management, such as ISO 15408 standards as applicable to IT and IT related products, ISO 27001 for Information Security Management System, standards used by other relevant standard formulation bodies for Telecom/IT equipment, ITU standard etc or equivalent acceptable international standards or certification. Based on the requisite testing to be conducted at their labs, Vendors will certify their own equipments as required under this clause. IT related elements in the telecom networks of the concerned OEMs, which are already ISO 15408 certified will be accepted as certified. Vendor will submit a relevant Self certificate based on test reports in this regard.

4.2 The successful Bidder shall execute an agreement, in the form as contained in section 10 of the Tender Document before issuance of any APO by the Purchaser, subject to the guidelines issued by DOT as amended from time to time.

5. Operation and Management

5.1 Bidder after successful installation and commissioning of Network bidder shall be responsible for its operations and management for a period of six months from the date of successful installation and commissioning. The Operation & Management of Network shall include interalia all activities and processes which are equipment specific; and overall operations, like performance management, security management, configuration management, network and systems administration, data-base administration, fault management.

5.2 The Operation & Management shall be carried out from NOC locations.

5.3 The Operation & Management shall include but not be limited to the following:i. Network Operations & Management - Full operations and management of all

nodes covering all hardware, software, configuration and integration including framing policies and guidelines for operations and management under this contract for all nodes.

ii. System! Applications Administrationiii. Database Administrationiv. Help desk support to field unitsv. Regular testing of all the Network services from customers' point of viewvi. Security Managementvii. Imparting on-the-job training to BSNL officersviii. Submission of Performance Reports to BSNL

5.4 Any other activity or equipment, which is not explicitly covered in this document but is essential, as part of the operations and management of ISP network shall also be performed by the successful bidder. In case of any dispute in this regard, decision of BSNL shall prevail.

6. Indemnity Bond 6.1 The Successful Bidder shall have to execute a bond to indemnify the BSNL from all

statutory/legal liabilities towards all the personnel either employed by itself or in the rolls of its sub-vendors, who have been deployed for execution of various works against this project, that may arise due to various labour and other laws as specified by central/state from time to time. Further the engagement and employment of any personnel and payment of wages to them as per the existing provisions of various labour laws and regulations is the sole responsibility of the

Page 62: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

Bidder and any breach of such laws or regulation shall be deemed to be breach of this Contract.

Section- 4 Part CE-tendering Instructions to Bidders

1. General1.1 The Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, as

given in these Tender Documents. Submission of Online Bids is mandatory for this Tender.

1.2 E-Tendering is a new methodology for conducting Public Procurement in a secured manner. Suppliers/ Vendors will be the biggest beneficiaries of this new system of procurement. For conducting electronic tendering, BSNL has decided to use the portal (https://www.tcil-india-electronictender.com) of M/s TCIL, a Government of India Undertaking.

1.3 Benefits to Suppliers are outlined on the Home-page of the portal.

2. Instructions2.1 Tender Bidding Methodology: – ‘Single Stage Bidding, Two stage opening

using – Two Electronic Envelopes’.

3. Broad outline of activities from Bidders’ prospective:3.1 Procure a Digital Signing Certificate (DSC)

3.2 Register on Electronic Tendering System® (ETS)

3.3 Create Users and assign roles on ETS

3.4 View Notice Inviting Tender (NIT) on ETS

3.5 Submit Tender fee and NDA offline to BSNL

3.6 Download Official Copy of Tender Documents from ETS

3.7 Attend training on e-tendering to be arranged by BSNL(optional)

3.8 Clarification to Tender Documents on ETS

3.9 Query to BSNL (Optional)

3.10 View response to queries/clarifications posted by BSNL as addenda

3.11 Bid-Submission on ETS

3.12 Attend Public Online Tender Opening Event (TOE) on ETS

3.13 Opening of Technical-Part

3.14 View Post-TOE Clarification posted by BSNL on ETS

3.15 Respond to BSNL’s Post-TOE queries

3.16 Attend Public Online Tender Opening Event (TOE) on ETS

3.17 Opening of Financial-Part (Only for Technical Responsive Bidders)

4. Other Instructions For participating in this Tender online, the following instructions are to be read carefully. These instructions are supplemented with more detailed guidelines on the relevant screens of the ETS.

5. Digital Certificates

Page 63: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

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

6. RegistrationTo use the Electronic Tender® portal (https://www.tcil-india-electronictender.com) vendors need to register on the portal. Registration of each organization is to be done by one of its senior persons who will be the main person coordinating for the e-tendering activities. In ETS terminology, this person will be referred to as the Super User (SU) of that organization. For further details, please visit the website/portal, and click on the ‘Supplier Organization’ link under ‘Registration’ (on the Home Page), and follow further instructions as given on the web site. Pay Annual Registration Fee as applicable.[Note: After successful submission of Registration details and Annual Registration Fee (Rs 6000/- plus service tax as applicable, payable etc TCIL), please contact TCIL Helpdesk (as given below), to get your registration accepted/activated].

TCIL Helpdesk/ ETS HelpdeskTelephone (011) 2624 1071 / 2624 1072

[between 9:30 hrs to 18:00 hrs on working days]Mobile Nos. 98683 93717 / 98683 93775E-mail ID [email protected]

[Please mark CC: [email protected]]

BSNL Contact-1BSNL’s Contact PersonTelephone/ Mobile (011) 2371 7844

[between 9:30 hrs to 18:00 hrs on working days]E-mail ID

7. Some Bidding related Information for this Tender (Sealed Bid)(a) Procurement of Official Copy of Tender Document/ addendum

After the process of registration on ETS portal, , those Bidders who have already procured Tender document offline from MM Cell, BSNL C.O, New Delhi or have downloaded it from BSNL website, would download the official copy of the same Tender Document/ addendum online from the e-tendering portal.

(b) Online Submission of BidsThe entire bid-submission would be online on ETS. Broad outline of submissions are as follows:i) Submission of information about Bid Security/ Earnest Money Deposit (EMD) being submitted ‘offline’ on or before the date & time of submission of bids.ii) Submission of digitally signed copy of Tender Documents/ Addenda

(c) Submission of Two Electronic Envelopesi) Technical-Part

Electronic Forms-Mandatory Main-Bid-Mandatory

Page 64: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

Bid-Annexures (Optional)ii) Financial-Part

Electronic Forms-Mandatory Main-Bid-Mandatory Bid-Annexures (Optional)

(Financial price schedule should be uploaded as Main Bid in this part and it should not be uploaded again in the Bid annexures. If a bidder does so then price schedule as per ‘Main Bid’ only, shall be taken into consideration during financial evaluation.

NOTE: Bidder must ensure that after above submissions & all other functional steps of the ETS portal the status of bid submission must become – “Complete”. It should be noted that only when ‘Status pertaining overall bid submission’ becomes ‘Complete’ then only the bid of a bidder appears in the Electronic Tender Box on ETS portal and can be opened by tender opening committee of BSNL. Even if a bidder submits some parts (as per ETS portal) of the online bid are submitted these will not be transferred to Electronic tender Box until all the steps are completed and ‘Status pertaining overall bid submission’ becomes ‘Complete’. After status pertaining ‘Status pertaining overall bid submission’ becomes ‘Complete’ may generate a receipt for ‘Confirmation of final bid submission’ on ETS portal.

Bidders should refer to User Manual for SO (Supplier Organisation) in USER GUIDANCE link of ETS portal and follow all Do’s and Don’ts and other essential settings & guidelines.Bidders must ensure that all documents uploaded on e-tender portal as files or zipped folders, contain valid files and are not corrupt or damaged due to any processing at bidder PC system like zipping etc. It shall be the responsibility of bidder himself for proper extractability of uploaded zipped files. Any error/ virus creeping into files/folder from client end PC system cannot be monitored by e-tender software/ server and will be bidder’s responsibility only.In case the files are non-extractable or illegible otherwise, then the bidder’s authorized representative shall be given one chance by Tender Opening Committee to open & demonstrate the contents of bid data downloaded from the e-tender portal in his presence.

If, even after above chance, the bidder is unable to open & demonstrate the contents of bid data downloaded from the e-tender portal in his presence then no fresh bid in any form, soft or hard copies, shall be accepted by tendering authority and his bid shall be summarily rejected and treated as non-responsive.

8. Offline Submissions:

The Bidder is requested to submit the following original documents offline to DM (MMT), BSNL Corporate Office, 2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi – 110001 on or before the Bid Closing Date specified in covering letter of this Tender Document, in a sealed envelope. The envelope shall bear (the Tender/Project name), the tender number and the words ‘DO NOT OPEN BEFORE’ (due date & time). (a) Bid Security.

(b) Tender Fee

Page 65: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

(c) Power of attorney in accordance with clause 14 of Section-4 Part A.

[Note: The Bidder has to upload the Scanned copy of all above said original documents as Bid-Annexure during Online Bid-Submission].(d) Pass-phrases for technical & financial bid parts in separate sealed

envelopes.

9. Special Note on Security of Bids9.1 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.

9.2 As part of the Electronic Encrypter™ functionality, the contents of both the ‘Electronic Forms’ and the ‘Main-Bid’ are securely encrypted using a Pass-Phrase created by the Bidder himself. Unlike a ‘password’, a Pass-Phrase can be a multi-word sentence with spaces between words (eg I love this World). A Pass-Phrase is easier to remember, and more difficult to break. It is recommended that a separate Pass-Phrase be created for each Bid-Part. This method of bid-encryption does not have the security and data-integrity related vulnerabilities which are inherent in e-tendering systems which use Public-Key of the specified officer of a Buyer organization for bid-encryption. Bid-encryption in ETS is such that the Bids cannot be decrypted before the Public Online Tender Opening Event (TOE), even if there is connivance between the concerned tender-opening officers of the Buyer organization and the personnel of e-tendering service provider.

9.3 Typically, ‘Pass-Phrase’ of the Bid-Part to be opened during a particular Public Online Tender Opening Event (TOE) is furnished online by each Bidder during the TOE itself, when demanded by the concerned Tender Opening Officer.

9.4 It is important for the bidder to keep a safe record of his Pass-phrases. It is the RESPONSIBILITY of the bidder to provide the CORRECT PASS-PHRASE for decrypting his bid part. In case the bidder is unable to provide the correct pass-phrase during the TOE, it will not be possible to open his bid and as his bid will be REJECTED (i.e. Archived Un-opened). Before rejection in such a situation, the bidder will be given opportunity to himself enter the pass-phrase from his own office or from BSNL’s office if his representative is physically present there.

9.5 There is an additional protection with SSL Encryption during transit from the client-end computer of a Supplier organization to the e-tendering server/ portal.

10. Public Online Tender Opening Event (TOE) 10.1 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. Alternatively, duly authorized representatives of Bidders (i.e. Supplier organization) are requested to carry a Laptop with Wireless Internet Connectivity, if they wish to come to BSNL office for the Public Online TOE.

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

10.3 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 prospective Bidders. The tedium of taking notes during a manual ‘Tender Opening Event’ is therefore

Page 66: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

replaced with this superior and convenient form of ‘Public Online Tender Opening Event (TOE)’.

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

10.5 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 prospective Bidders for ‘Viewing/ Downloading’.

10.6 There are many more facilities and features on ETS. For a particular tender, the screens viewed by a Supplier will depend upon the options selected/programmed by the Purchaser for the relevant tender.

IMPORTANT NOTE: In case of internet related problem at a bidder’s end, especially during ‘critical events’ such as – a short period before bid-submission deadline, during 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 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).

11. Other Instructions11.1 For further instructions, the vendor should visit the home-page of the portal

(https://www.tcil-india-electronictender.com) and go to the User-Guidance Center

11.2 The help information provided through ‘ETS User-Guidance Center’ is available in three categories – Users intending to Register / First-Time Users, Logged-in users of Buyer organizations, and Logged-in users of Supplier organizations. Various links are provided under each of the three categories.

11.3 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.

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

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

(b) Register your organization on ETS well in advance of your first tender submission deadline on ETS.

(c) Get your organization’s concerned executives trained on ETS well in advance of your first tender submission deadline on ETS

(d) Submit your Bids well in advance of tender submission deadline on ETS (There could be last minute problems due to internet timeout, breakdown, et al).

Page 67: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

(e) While the first three instructions mentioned above are especially relevant to first-time users of ETS, the fourth instruction is relevant at all times.

12. Minimum Requirements at Bidders end12.1 Computer System with good configuration (Min PIV, 1 GB RAM, Windows XP)

12.2 Broadband connectivity

12.3 Microsoft Internet Explorer 6.0 or above

12.4 Digital Certificate(s)

13. Training Program 13.1 One day training (10:00 to 17:00) would be provided as per the following table.

Training is optional but is advisable for first time users .

13.2 The prospective Bidders are requested to carry a Laptop and Wireless Connectivity to Internet.Tentative Dates Date of uploading of Tender document + 7

daysVenue Meeting Room, 2nd Floor, BSNL Corporate

Office, Bharat Sanchar Bhawan, Janpath, New Delhi – 110001

Vendors Training Charges(Per Participant) per training day

Rs. 2,500/- (plus Service Tax as applicable)

Mode of Payment of Fees DD drawn in favour of M/s TCIL, New Delhi & payable at New Delhi

Page 68: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

SECTION-5 Part A

GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT

1. APPLICATIONThe General Conditions of Contracts provide the terms and conditions applicable to the Supplier for the supply of Goods and the provision of Services.

2. STANDARDSThe Goods and Services supplied under the Contract shall conform to the standards prescribed in the Technical Specifications mentioned in Section-3.

3. PATENT RIGHTS The Supplier shall indemnify the Purchaser against all third-party claims of infringement of patent, trademark or industrial design rights arising from use of the Goods and/or Services or any part thereof in Indian Telecom Network.

4. PERFORMANCE SECURITY

4.1 All suppliers (including MSEs who are registered with the designated MSME bodies, like National Small Scale Industries Corporation etc. shall furnish performance security to the purchaser for an amount equal to 5% of the value of Advance purchase order within 14 days from the date of issue of Advance Purchase Order by the Purchaser.

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

4.3 The performance security Bond shall be in the form of Bank Guarantee issued by a scheduled Bank and in the proforma provided in 'Section-7B of this Bid Document.

4.4 The performance security Bond will be discharged by the Purchaser after completion of the supplier's performance obligations including any warranty obligations under the contract.

5. INSPECTION AND TESTS5.1 The Purchaser or its representative shall have the right to inspect and test the

goods as per prescribed test schedules for their conformity to the specifications. Where the Purchaser decides to conduct such tests on the premises of the supplier or its subcontractor(s), all reasonable facilities and assistance like Testing instruments and other test gadgets including access to drawings and production data shall be furnished to the inspectors at no charge to the purchaser.

5.2 Should any inspected or tested goods fail to conform to the specifications the purchaser may reject them and the supplier shall either replace the rejected goods or make all alterations necessary to meet Specification / requirements free of cost to the purchaser.

5.3 Notwithstanding the pre-supply tests and inspections prescribed in clause 5.1 & 5.2

Page 69: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

above, the equipment and accessories on receipt in the Purchaser's premises will also be tested during and after installation before "take over" and if any equipment or part thereof is found defective, the same shall be replaced free of all cost to the purchaser as laid down in clause 5.4 below.

5.4 If any equipment or any part thereof, before it is taken over under clause 5.5, is found defective or fails to fulfill the requirements of the contract, the inspector shall give the Supplier notice setting forth details of such defects or failure and the supplier shall make the defective equipment good, or alter the same to make it comply with the requirements of the contract forthwith and in any case within a period not exceeding three months of the initial report. These replacements shall be made by the supplier free of all charges at site. Should it fail to do so within this time, the purchaser reserves the discretion to reject and replace at the cost of the supplier the whole or any portion of equipment as the case may be, which is defective or fails to fulfill the requirements of the contract. The cost of any such replacement made by the purchaser shall be deducted from the amount payable to the supplier.

5.5 When the performance tests called for have been successfully carried out, the inspector / ultimate consignee will forthwith issue a Taking Over Certificate. The inspector /ultimate consignee shall not delay the issue of any "taking Over Certificate" contemplated by this clause on account of minor defects in the equipment which do not materially affect the commercial use thereof provided that the supplier shall undertake to make good the same in a time period not exceeding six months. The Taking Over Certificate shall be issued by the ultimate consignee within six weeks of successful completion of tests. In this case, BCPC (Bills Copy Payable Challan) shall be equivalent to "Taking Over Certificate", issuance of which shall certify receipt of goods in safe and sound condition. However, they shall not discharge the supplier of their warranty obligation. BCPC in respect of last consignment against the purchase order will be equivalent to "Taking Over Certificate".

5.6 Nothing in clause 5 shall in any way release the Supplier from any warranty or other obligations under this contract.

6. DELIVERY AND DOCUMENTS6.1 Delivery of the goods and documents shall be made by the supplier in accordance

with the terms specified by the purchaser in its schedule of requirements and special conditions of contracts, and the goods shall remain at the risk of the supplier until delivery has been completed. The delivery of the equipment shall be to the ultimate consignee as given in the purchase order.

6.2 The delivery of the goods and documents shall be completed within time frame stated in note 7 of Clause 6 of Section-2 (Tender information).

6.3 All Technical assistance for installation, commissioning and monitoring of the equipment shall be provided by the Supplier at no extra cost during laboratory evaluation, validation/ type approval and field trial, if any.

6.4 The extension of delivery period against the purchase order, if any, should be granted subject to the condition that BSNL shall have the absolute right to revise the price(s) and also to levy penalty for the delayed supplies.

Page 70: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

7. TRAINING7.1 The bidder shall provide training for installation and maintenance staff of the

purchaser free of cost where required.7.2 The bidder shall specify in its bid the number of trainees, quantum of proposed

training, pre-training qualifications required of the trainees and duration of the proposed training.

7.3 The bidder shall provide all training material and documents.7.4 Conduct of training of the purchaser's personnel shall be at the suppliers' plant

and/or on-site in assembly start-up operation, maintenance and/or repair of the supplied goods.

8. INCIDENTAL SERVICESThe supplier may be required to provide any or all of the following services:(a) Performance or supervision of on-site assembly and/or start-up of the

supplied Goods; (b) Furnishing of tools required for assembly and/or maintenance of supplied

Goods;(c ) Performance of supervision or maintenance and/or repair of the supplied

Goods, for a period of time agreed by the parties provided that this service shall not relieve the supplier of any warranty obligations under this contract.

9. SPARES 9.1 The supplier shall be required to provide a list of the following material and

notifications pertaining to spare parts manufactured or distributed by the supplier of spares including cost and quantity considered for arriving at the price of spares in Sec-4 Part A clause 9.(a) Such spare parts as the purchaser may elect to purchase from the supplier

provided that such purchase shall not relieve the supplier of any warranty obligation under the contract.

(b) In the event of termination of production of the spare parts, the supplier shall:(i) give advance notification to the purchaser pending termination (not

less than 2 years), in sufficient time to enable the purchaser to procure life time spare; and

(ii) following such advance intimation of termination, furnish at no cost to the purchaser, the blue prints, drawings and specifications of spare parts, if and when requested.

9.2 .Over a period of three years starting from the date of final acceptance, the supplier shall supply, at its own cost, all necessary spares which have not been included in the offer as part of the requirement. These spares should be supplied within a maximum period of 30 days from the notification by the purchaser of its need.

10. WARRANTY10.1 The supplier shall warrant that the stores to be supplied shall be new and free from

all defects and faults in materials used, workmanship and manufacture and shall be of the highest grade and consistent with the established and generally accepted standards for materials of the type ordered and shall perform in full conformity with

Page 71: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

the specifications and drawings. The supplier shall be responsible for any defect that may develop under the conditions provided by the contract and under proper use, arising from faulty material, design or workmanship such as corrosion of the equipment, inadequate quantity of material to meet equipment requirements, inadequate contact protection, deficiencies in circuit design and/ or otherwise and shall remedy such defects at its own cost when called upon to do so by the Purchaser who shall state in writing in what respect the stores are faulty. This warranty shall survive inspection or payment for/ and acceptance of goods, but shall expire (except in respect of complaints notified prior to such date) twelve months after the stores have been taken over under clause 5.5 above.

10.2 If it becomes necessary for the Supplier to replace or renew any defective portion(s) of the equipment under this clause, the provisions of the clause 10.1 shall apply to the portion(s) of the equipment so replaced or renewed or until the end of the above mentioned period of twelve months, whichever may be later. If any defect is not remedied by the supplier within a reasonable time, the Purchaser may proceed to get the defects remedied from other supplier etc., at the supplier's risk and expenses, but without prejudice to any other rights which the purchaser may have against the supplier in respect of such defects.

10.3 Replacement under warranty clause shall be made by the supplier free of all charges at site including freight, insurance and other incidental charges.

11. PAYMENT TERMS11.1 Payment of specified percentage of the price as stated in clause 5 of Section -2

(Tender Information) shall be made on receipt of goods by consignee. For claiming this payment the following documents are to be submitted to the paying authority.(a) Invoice clearly indicating break up details of composite price i.e. Basic, E.D.,

Sales Tax, any other Duties and Taxes, Freight/Packing Charges, Service Tax etc.

(b) Acknowledged Delivery Challan in original.(c) Excise gate pass / invoice or equivalent document, if applicable.(d) Inspection Certificate of QA(Payable copy in original)(e) The sea freight receipt as per the rates approved by the Ministry of Water and

Surface Transport, if applicable.(f) Proof of payment of Octroi/ entry tax etc., if applicable.

Note :- If the supplier fails to furnish necessary supporting documents i.e. excise/Customs invoices etc. in respect of the Duties/taxes which are CENVAT-able, the amount pertaining to such Duties/Taxes will be deducted from the payment due to the firm.

11.2 The balance payment shall be released within 6 months from the date of supply of the equipment in case there are no damage/shortages. In those cases where such shortages/damages are intimated to the supplier in writing, the balance payment shall be released only after the cases are settled in accordance with the provision of the P.O.

11.3. Form C and also a certificate stating that the tendered item (stores) are meant for the use of BSNL shall be provided by the purchaser on the request of the bidder as and when asked for.

Page 72: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

11.4. No payment will be made for goods rejected at the site on testing.11.5. The bidder has to give the mandate for receiving payment costing Rs.5 lakhs and

above electronically and the charges, if any, levied by bank has to be borne by the bidder/ contractor/supplier. The bidder company is required to give the following information for this purpose:-(a) Beneficiary Bank Name:(b) Beneficiary branch Name:(c) IFSC code of beneficiary Branch(d) Beneficiary account No.:(e) Branch Serial No. (MICR No.):

12. PRICES12.1 Prices charged by the supplier for goods delivered and services performed under

the contract shall not be higher than the prices quoted by the Supplier in its Bid except for variation caused by change in taxes/ duties as specified in Clause-12.2 mentioned below.

12.2 For changes in taxes/ duties during the scheduled delivery period, the unit price shall be regulated as under: (a) Prices will be fixed at the time of issue of purchase order as per taxes and

statutory duties applicable at that time(b) In case of reduction of taxes and other statutory duties during the scheduled

delivery period, purchaser shall take the benefit of decrease in these taxes/ duties for the supplies made from the date of enactment of revised duties/taxes.

(c) In case of increase in duties/taxes during the scheduled delivery period, the purchaser shall revise the prices as per new duties/ taxes for the supplies, to be made during the remaining delivery period as per terms and conditions of the purchase order.

12.3 Any increase in taxes and other statutory duties/ levies, after the expiry of the delivery date shall be to the supplier's account. However, benefit of any decrease in these taxes/duties shall be passed on to the Purchaser by the supplier. The total price is to be adjusted (by reducing the basic price) with increased duties and taxes as per price mentioned in PO.

13. CHANGES IN PURCHASE ORDERS13.1 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; or (d) the services to be provided by the supplier.

13.2 If any such change causes an increase or decrease in the cost of, or the time required for the execution of the contract an equitable adjustment shall be made in the contract price or delivery schedule, or both, and the contract shall accordingly be amended. Any proposal by the supplier for adjustment under this clause must be made within thirty days from the date of the receipt of the change in order.

Page 73: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

14. SUB CONTRACTSThe Supplier shall notify the Purchaser in writing of all subcontracts awarded under this contract if not already specified in its bid. Such notification, in its original bid or later shall not relieve the supplier from any liability or obligation under the Contract.

15. DELAYS IN THE SUPPLIER'S PERFORMANCE15.1 Delivery of the Goods and performance of the services shall be made by the

Supplier in accordance with the time schedule specified by the purchaser in its purchase order. In case the supply is not completed in the stipulated delivery period, as indicated in the Purchase Order, purchaser reserves the right to short-close/ cancel this purchase order and/ or recover liquidated damage charges. The cancellation/ short-closing of the order shall be at the risk and responsibility of the supplier and purchaser reserves the right to purchase balance unsupplied item at the risk and cost of the defaulting vendors.

15.2 Delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to any or all of the following sanctions: (a) forfeiture of its performance security, (b) imposition of liquidated damages, and/ or (c) Short closure of the contract in part or full and/ or termination of the contract

for default. 15.3 If at any time during the performance of the contract, the supplier encounters

condition impending timely delivery of the goods and performance of service, the supplier shall:(a) Promptly notify to the Purchaser in writing the fact of the delay, its likely

duration and its cause(s). As soon as practicable after receipt of the supplier's notice, the purchaser shall evaluate the situation and may at its discretion extend the period for performance of the contract (by not more than 20 weeks or as per provisions of clause 16.2 Section-5A as per provision given below :

(b) The vendor has to submit their request for extension along with the undertaking as per clause 24 Section-5A (Fall Clause) and a copy of QA inspection certificate at least two weeks before the expiry of delivery period. The vendor shall also submit unconditional acceptance of the conditions for delivery period extension i.e. applicability of liquidated damages, prices to be provisional and to be regulated as per clauses 12.3 and 24 of section-5A and submission of additional BG, wherever applicable. The decision regarding extension shall be communicated within two weeks of the receipt of request and after receipt of the unconditional acceptance and the undertaking mentioned above.

(c) In case extension is being granted beyond 20 weeks then the vendor shall submit additional BG while seeking extension. For piecemeal items the amount of additional BG shall be 5% of the value of balance quantity of items to be supplied for which extension in delivery period has been sought. In case of infrastructure/turnkey projects other than as stated above, 1% of the total project value shall be the value for additional BG. The additional BG shall be valid for six months beyond extension of. delivery period sought and shall be discharged after the full ordered quantity has been supplied to the ultimate consignee within the last extended delivery period on submission of

Page 74: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

inspection certificate from QA and consignee receipt without prejudice to the other remedies available to the purchaser.

(d) If the vendor fails to deliver the full ordered quantity even during extended delivery period then the PO shall be short-closed and the Performance Bank Guarantee as well as additional BG shall be forfeited.

(e) Format of (i) letters conveying conditions of DP extension and (ii) DP extension letter are at Section 7 Part A & Part B. .

15.4 If the supplies are not completed in the extended delivery period, the purchase order shall be short-closed and both the Performance securities shall be forfeited.

16. LIQUIDATED DAMAGES16.1 The date of delivery of the stores stipulated in the acceptance of the tender should

be deemed to be the essence of the contract and delivery must be completed not later than the dates specified therein. Extension will not be given except in exceptional circumstances. Should, however, deliveries be made after expiry of the contracted delivery period, without prior concurrence of the purchaser and be accepted by the consignee, such delivery will not deprive the purchaser of its right to recover liquidated damage under clause 16.2 below. However, when supply is made within 21 days of the contracted original delivery period, the consignee may accept the stores and in such cases the provision of clause 16.2 will not apply. Further, DP extension for this grace period of 21 days shall not be necessary.

16.2 While granting extension of delivery period as per clause 15.3, the liquidated damages shall be levied as follows:(a) Should the supplier fails to deliver the store or any consignment thereof within

the period prescribed and agreed for delivery, the purchaser, without prejudice to other remedies available to the purchaser shall be entitled to recover, as agreed liquidated damages for breach of contract, a sum equivalent to 0.5% of the value of the delayed supply and/ or undelivered material/ supply for each week of delay or part thereof for a period up to 10 (TEN) weeks, and thereafter at the rate of 0.7% of the value of the delayed supply and/ or undelivered material/ supply for each week of delay or part thereof for another TEN weeks of delay.

(b) DP extension beyond 20 weeks would not be generally allowed. The extension beyond 20 weeks may be decided in most exceptional circumstances on case to case basis, by the CGM concerned in case of tenders floated by Circles and by the Functional Director concerned in case tenders floated by Corporate Office, stating reasons and justifications for grant of extension of delivery period beyond 20 weeks.

(c) In the case of package supply/ turnkey projects when the delayed portion of the supply materially hampers installation and commissioning of the systems, LD charges shall be levied as above on the total value of the concerned package of the Purchase Order.

(d) Quantum of liquidated damages assessed and levied by the purchaser and decision of the purchaser thereon shall be final and binding on the supplier, further the same shall not be challenged by the supplier either before Arbitration tribunal or before the court. The same shall stand specifically excluded from the purview of the arbitration clause, as such shall not be referable to arbitration. However, when supply is made to the ultimate

Page 75: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

consignee within 21 days of QA clearance in the extended delivery period and the goods were dispatched within this delivery period, the consignee may accept the stores and in such cases the LD shall be levied up to the date of dispatch after QA clearance only.

(e) The total value of the liquidated damages as per above sub-clauses shall be limited to a maximum of 12% (Twelve percent) i.e. LD shall be levied up to 20 weeks only as per provision at Para (a).

16.3 In cases where the scheduled delivery period is distributed month-wise or is in installments, the liquidated damages shall be imposed for delay in each scheduled month/ installment. Liquidated damages shall be calculated separately for quantities to be supplied in every month/ installment and the corresponding delay. If the supplier supplies full quantity before the expiry of the scheduled delivery period of the last month/ installment but there is delay in month-wise/ installment-wise supply, then also liquidated damages shall be levied on the supplies against the earlier months/ installments that have been delayed. Twenty (20) weeks for the purpose of additional BG and grant of DP extension shall be counted from the last month/ installment.

16.4 Wherever Clause of grace period of 21 days exists in the Purchase Order as well as in the Tender document against which the Purchase Order has been released, applicability of the grace period shall be subject to:(a) The Store has been offered to ‘QA’ by the Supplier for Inspection/Testing

within the contracted original delivery period.(b) 'QA’ has cleared the equipment for dispatch within the contracted original

delivery period.(c) The Supplier has carried out dispatch/ dispatched the equipment with in

contracted original delivery period. For claiming benefit of grace period, the supplier shall have to satisfy the Paying Authority by furnishing documents of dispatch confirming that it has actually dispatched the equipment within contracted original delivery period.

(d) The Store has been received by the ultimate consignee with in 21 days of the expiry of contracted original delivery period.

(e) The grace period of 21 days shall be allowed only in those cases which fulfill all the conditions given in Para (a) to (d) above. During grace period no LD charges shall be levied.

Note : 1. In case of turnkey projects, the additional BG and LD clauses related to delay in Installation & commissioning activities, shall be fine-tuned to meet the requirements of the project and shall be included in the special conditions Section-5 Part B of the concerned bid document) after approval of the Management. In these cases, the tender approving authority as per delegation of financial powers shall be competent authority to decide applicability of LD on the Installation and commissioning portion in case delay is on part of BSNL. However, for supply of equipment in such projects, the terms and conditions shall be the same as mentioned in clauses 15.3 and 16.2 of Section-5 Part A.

17. FORCE MAJEURE17.1 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,

Page 76: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

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

17.2 Provided, also that if the contract is terminated under this clause, the Purchaser shall be at liberty to take over from the Supplier at a price to be fixed by the purchaser, which shall be final, all unused, undamaged and acceptable materials, bought out components and stores in course of manufacture which may be in possession of the Supplier at the time of such termination or such portion thereof as the purchaser may deem fit, except such materials, bought out components and stores as the Supplier may with the concurrence of the purchaser elect to retain.

18. TERMINATION FOR DEFAULT.

18.1 The purchaser may, without prejudice to any other remedy for breach of the contract, by written notice of default, sent to the supplier, terminate this contract in whole or in part(a) If the supplier fails to deliver any or all of the goods within the period(s) specified in the contract, or any extension thereof granted by the purchaser pursuant to the clause 15;

(b) If the supplier fails to perform any other obligation(s) under the contract;and c) if the supplier, in either of the obove circumstances, does not remedy its 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

18.2 In the event the purchaser terminates the contract in whole or in part pursuant to Para 18.1 the purchaser may procure, upon such terms and in such manner as it deems appropriate, goods similar to those undelivered and the supplier shall be liable to the purchaser for any excess cost for such similar goods. However the supplier shall continue the performance of the contract to the extent not terminated.

19. TERMINATION FOR INSOLVENCYThe purchaser may at any time terminate the contract by giving written notice. to the

supplier, without compensation to the supplier. If the supplier becomes bankrupt or otherwise insolvent as declared by the competent court provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the purchaser.

20. ARBITRATION20.1 In the event of any question, dispute or difference arising under this agreement or in

Page 77: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

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 CMD, BSNL or in case 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 to his own duties or otherwise) with the functions of the CMD, BSNL or by whatever designation such an officer may be called (hereinafter referred to as the said officer), and if the CMD or the said officer is unable or unwilling to act as such, then to the sole arbitration of some other person appointed by the CMD or the said officer. The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act 1996 as amended from time to time. There will be no objection to any such appointment on the ground that the arbitrator is a Government Servant or that he has to deal with the matter to which the agreement relates or that in the course of his duties as a Government Servant he has expressed his views on all or any of the matters in dispute. The award of the arbitrator shall be final and binding on both the parties to the agreement. In the event of such an arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reason whatsoever, the CMD, BSNL 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.

20.2 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.

20.3 The venue of arbitration shall be BSNL CO New Delhi and/or Circle/SSA HQ or the office of the Arbitrator situated at New Delhi or at the respective Territorial Circle/SSA HQ ,as the case may be.

21. SET OFFAny 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.

22. INTIMATION OF SUPPLY STATUSThe 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 MM and the concerned User Branches of BSNL.

23. DETAILS OF THE PRODUCTThe bidder should furnish the name of its collaborator (if applicable), brand name, model number and type of the products offered in this tender. The technical literatures of the products should also be submitted. No change in either technology

Page 78: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

or product shall be permitted after opening of bids.

24. FALL CLAUSE24.1 The prices once fixed will remain valid during the scheduled delivery period except

for the provisions in clause 12.1 of Section-5A. Further, if at any time during the contract(a) It comes to the notice of purchaser regarding reduction of price for the same

or similar equipment/ service;And / or

(b) The prices received in a new tender for the same or similar equipment/ service are less than the prices chargeable under the contract.

24.2 The purchaser, for the purpose of delivery period extension, if any, will determine and intimate the new price, taking into account various related aspects such as quantity, geographical location etc., and the date of its effect for the balance quantity/ service to the vendor. In case the vendor does not accept the new price to be made applicable during the extended delivery period and the date of its effect, the purchaser shall have the right to terminate the contract without accepting any further supplies. This termination of the contract shall be at the risk and responsibility of the supplier and the purchaser reserves the right to purchase the balance unsupplied quantity/ service at the risk and cost of the defaulting vendor besides considering the forfeiture of its performance security.

24.3 The vendor while applying for extension of time for delivery of equipment/services, if any, shall have to provide an undertaking as "We have not reduced the sale price, and/ or offered to sell the same or similar equipment/ service to any person/ organization including Department of central/state Government or any central/ state PSU at a price lower than the price chargeable under the contract for scheduled delivery period."

24.4 In case under taking as in Clause 24.3 is not applicable, the vendor will give the details of prices, the name(s) of purchaser, quantity etc. to the purchaser, while applying extension of delivery period.

25. COURT JURISDICTION25.1 Any dispute arising out of the tender/ bid document/ evaluation of bids/ issue of APO

shall be subject to the jurisdiction of the competent court at the place from where the NIT/ tender has been issued.

25.2 Where a contractor has not agreed to arbitration, the dispute/ claims arising out of the Contract/ PO entered with him shall be subject to the jurisdiction of the competent Court at the place from where Contract/ PO has been issued. Accordingly, a stipulation shall be made in the contract as under.“This Contract/ PO is subject to jurisdiction of Court at ................. only”.

Note:- Mandatory Licensing requirements with regards to security related concerns issued by the Government of India from time-to-time shall be strictly followed and appropriate clauses shall be added in all bid documents. Necessary guidelines in this regard shall be issued separately.

*****

Page 79: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

SECTION –5 PART-B

SPECIAL CONDITIONS OF CONTRACT

1. INTRODUCTION

The Special Conditions of the Contract shall supplement the ‘Detailed Notice Inviting Tender’ as contained in Section-1, `General Instructions to the Bidders’ as contained in Section-4 Part A, "General Commercial Conditions of the Contract" as contained in Section-5 Part A. Wherever there is a conflict, the provisions herein shall prevail over those in TEC GRs, Section-4 Part A and Section-5 Part A.

2. Implementation Plan

2.1. The implementation plan of the SSTP system procured through this tender is indicated below:S. No.1

Step -I: Turnkey project for Up gradation or new Signaling solution with planning, Engineering, Supply, Installation, Testing, commissioning of, 16 nodes SSTP system , EMS/DR EMS system with FMNP functionality

2 Step-II: Migration of all the existing network elements from 24 nodes SSTP system to Up gradaded or New 16 SSTP nodes with FMNP functionality & EMS/DR EMS

*(Note): BSNL reserves the right to change the site/location even after the placement of Purchase Order.

2.2. Network Management System (EMS), shall be deployed in main NOC site at Ban-galore, DR-NOC site at Mumbai or any other SSTP site as decided by BSNL.

3. Eligibility conditions as per detailed NIT Section I.

4. In case a bid is being submitted through a legally bound consortium with OEM, having the bidder as a lead bidder, following are also applicable for consortium bids in addition to the terms/conditions as specified in clause 4.3 of Section - 1 (NIT):

i. Consortium agreement as per the format at Annexure-1 of Section 14 shall clearly mention the details of scope of works and relationship, including commercial agreement and shall be submitted in the technical bid.

ii. Only bidder will interact with BSNL for all obligations/payment.

iii. The bidder is not permitted to be a consortium member under another bidder for this project.

Page 80: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

iv. No change in consortium members i.e. addition or dropping of a member shall be permitted after the submission of the bid.

5. Bidder shall submit, the list of OEM partners for bidding in this tender including Solution Providers/ Technology Providers/ Consortium Members, etc. along with the bid.

5.1. The bidder shall identify solutions/ technology/ product that have a clear road map (mentioning end of production, end of sale, end of support) from respective OEMs for the next 7 years w.e.f. date of commissioning of the equipment and the same shall be submitted in the technical bid.

5.2. The bidder shall furnish signed letters from all the OEM partners stating their parti-cipation in the said tender.

5.3. The bidder shall have Teaming agreement with each of the OEM partners (core equipments like hardware/software of servers/application, database, LAN switches etc.) individually, to ensure that respective product support for implementation, op-erations, maintenance, spares and upgrades is available to BSNL for a minimum period of 7 years from the date of commissioning the product/service. The copies of the actual Teaming Agreement between the bidder and each of the partner com-panies shall have to be submitted along with the Technical bid. All such agree-ments shall be signed by the respective authorized signatories of the concerned companies. Format of teaming agreement is at Annexure-A of Section 14.

5.4. Support Certificate: Each of the OEM partners shall also certify direct support of its respective products supplied to bidder and BSNL for a period of 7 years from the date of commissioning, giving a clear road map, as per Annexure C of Section 14 of the tender document.

5.5. Bidder has to keep the AMC support from all the OEMs during the contract period (including implementation, warranty and AMC period). In case it is noticed that bid-der has not renewed the AMC services from any of the OEMs then BSNL shall be at liberty to renew the AMC contract directly from the respective OEM at the risk and cost of the bidder.

5.6. All Software OEMs shall provide a certificate that proposed application is commer-cially deployed (With verifiable references) on the quoted hardware and Operating System (OS) for at least one year as on the date of bid submission. The Bidder and the hardware vendor shall also sign this certificate jointly.

5.7. RDBMS selected for specific application shall be up and running with the applica-tion in a production system (live-site ) for at least one year as on date of submis-sion of the Bid. Certificate taken from Software OEM, with detail of reference site in this regard shall be submitted along with bid.

5.8. Various products including servers, networking equipments, storage etc should be commercially launched for at least one year as on the date of bid submission. Any product shall be considered as commercially launched if it has been supplied to a customer for deployment by the OEM (with proof of supply shall be attached).

5.9. For all products quoted by the bidder, documentary evidence in respect of the compliance of the clauses mentioned in the tender document shall be furnished in the form of product datasheet, product manual, user manual, etc.

Page 81: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

8. Quality Assurance (QA):

9.1 Indigenous Equipment: The supply of Equipments manufactured indigenously shall be accepted after quality assurance (QA) tests are carried out by the QA circle of BSNL. For other items which do not have TEC GR, QA shall be done based on a test schedule submitted by the Successful Bidder and approved by BSNL. However, for items such as personal computers, laptops, IT servers and computer peripherals that are supplied under this tender, BSNL shall accept the Factory testing report/certificate in lieu of QA requirements and copy of the same shall be submitted to the relevant Circle at the time of supply of these Equipments.

9.2 Imported Equipments: The supply of imported Equipment shall be accepted along with factory test reports/certificates, unless otherwise specified in Tender.

9.3 BSNL shall conduct certain quality tests at factory premises of the Successful Bidder or its vendor (as the case may be) like load test, environmental test and any other test for which Successful Bidder/Vendor expresses his incapability of demonstrating at the designated installation site.

9.4 The items like installation materials, will be tested at the sites at the time of acceptance testing and no QA will be required for these items.

9.5 The supply of equipment/ stores /services shall strictly adhere to the package discipline as described in the Purchase Order. A particular item mentioned in SoR would deem to have been received in full only if all the parts/ components, installation material etc are supplied as a package during Scheduled Delivery Period.

9.6 The network Elements to be supplied shall be fully integrated and tested for all the features, facilities, services, performance, parameter setting, capacity, protocols etc., before dispatch to the installation site designated by the Purchaser.

9.7 Environmental Testing:

The equipment will be subjected to following environmental tests: However, the en-vironmental tests shall not be carried out in case the supplier produces Certificates regarding environmental tests for conditions which can be considered as equivalent to or more stringent than QM-333.SSTP Core:SSTP Core equipments shall be Carrier Grade Systems, NEBS (GR-63 Core/Bell core 63 and GR-1089) compliant certificates from third party accredited labs shall be submitted. The certificate shall be submitted along with equipment.

10.2. UPS / Inverter- As per BSNL prescribed environmental test categories & proce-dures.

10.3. BSNL reserves the right to depute its representatives to the factory premises abroad to inspect/ verify/ witness the QA testing of equipments/software. All the ex-penses related to travel, boarding and lodging, etc. of BSNL officers shall be borne by BSNL or else BSNL may decide to carry out tests in India at bidder's factory premises.

10.4. A quality manual describing the QA system shall be submitted along with the bid, which should include the details about the component quality assurance and quality system practices, including data on critical components.

Page 82: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

11. Seeking Clarification on the Tender Document

11.1. Only those queries received through e-Tendering Portal that are received by the Purchaser within the prescribed schedule shall be considered for issue of clarification. The format of the queries shall be raised as below:

Query No

Section Clause no Clause Description Query

11.2. Clarifications issued by the Purchaser, either by its own volition or in response to the queries raised by the prospective Bidders shall form an integral part of Tender Document and shall be treated as amendment of relevant clauses of the Tender Document.

12. Project Import Benefit

12.1. Benefit in custom duty, if any, on account of infrastructure project import shall be passed on to the Purchaser. The Supplier shall take action for arranging infrastructure benefit for telecom equipment. It shall be the responsibility of the Supplier to avail reduced rate of custom duty as applicable.

12.2. The Supplier shall be responsible for the reasonability of the cost quoted for the imported Equipment including satisfying the custom authorities, if required, in this regard. The Supplier shall also be responsible for custom clearance, transportation, insurance etc., including payments thereof. The Supplier shall be fully responsible for the performance, compliance to TEC specifications and tender requirements of the imported Equipment.

12.3. The Purchaser proposes to adopt provisions under High Sea Sales to avail infrastructure project import benefits and/or other benefits that accrue with it of the imported equipment. Since the title of the goods/materials would be in the name of BSNL after the High Sea Sales, the customs duty will be paid by the Purchaser directly to the customs authorities. The payment of customs duty shall be regulated as under:

12.4. In case the custom duty levied by the customs authorities is less than the rate indicated in the Bid, the benefit of the reduced rate would be passed on to the Purchaser. However, if the rate of customs duty paid is higher than that quoted in the Bid and no revision in the duty structure is done by the Government at the time of import, the same will be absorbed by the Supplier. Revision in custom duty during and after the Scheduled Delivery Period will be regulated as per the clause 12.1 of Section-5 Part A.

12.5. Custom duty paid directly by the Purchaser to the custom authorities including that, if any, paid in excess of that quoted by the Supplier shall be deducted in full from the first payment due to the Supplier subsequent to the payment of custom duty.

13. Validation:13.1. The network/ equipment shall be subjected to on-site validation by the team desig-

nated by BSNL Validation shall cover at least one set of each type of equipment.13.2. The systems/Equipments supplied in the network, and installed by the Bidders

against the Purchase Orders placed on them shall be subjected to validation by the

Page 83: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

team designated by BSNL during which the tests as per the provisions in the TEC specifications and Tender requirements shall be conducted. The Test Schedule and Procedures for Validation Testing shall be submitted by successful bidder within 15 days from date of Purchase Order and shall be finalized by the BSNL in consultation with the Bidders within 2 months from the date of Purchase Order. The system for the purpose of equipment validation is defined as a set of network ele-ments that shall be required to simulate all the services which are mandated in this Tender Document.

13.3. Inter-working both intra and inter zones and between network elements of various vendors shall form an essential part of the requirement for validation clearance. The configuration that shall be offered for validation shall be decided by BSNL and the testing methodology shall be finalised in consultation with the Supplier.

13.4. Successful bidder (also referred as supplier) shall arrange to validate complete SSTP Core equipment interworking it with IP/MPLS network, IP-TAX, Mobile Net-work, Intelligent Network, the existing PSTN network etc via existing / proposed Converged MPLS network, at the site(s) determined by BSNL.

13.5. Supplier of Option II shall be responsible for integration testing along with the con-solidation of existing 24 nodes network to 16 designated nodes..

13.6. The successful bidder will submit the Validation test document (including but not limited to all test of all services, features, Capacity test/ quality testing, Traffic trials), within one month of issue of PO. The validation test document shall contain the list as well as procedures for the tests which are proposed to be conducted during the validation/ field trial to test the conformance of the equipment to the Technical Specifications. The test schedule and procedures for validation tests will be final-ized by BSNL.

13.7. Any deficiency found during validation in performance of the system as per the requirement shall be rectified by the successful bidder. The Supplier shall provide, at his own cost all the testing equipments/instruments including load test equipments required for all the tests to be conducted for validation.

13.8. The bidder shall make available software programs and testers required for carrying out the Validation tests as per the schedule. The bidder shall indicate whether the software package includes programs for testing the nodes under full load conditions and overload conditions by creation of artificial traffic. Such test program shall be provided by the bidder for the limited purpose of testing. The Bidder shall also indi-cate the technique used in the creation of such artificial traffic. Details of various items required for the above purpose may be specified in compliance to this clause.

13.9. Any additional test equipment required during Validation shall be arranged by the bidder at no additional cost to BSNL, so as to complete the Validation as per the specified time schedule in this document.

14. Acceptance Testing (A/T):14.1. Purchaser reserves the right to appoint any testing authority including its own A/T

team for carrying out Acceptance Testing of the network and its network elements. The acceptance test schedule generally covers (but not limited to) the following:

(i) Check on ironwork, cabling and wiring.(ii) Functional test on individual equipment /network for meeting the required

parameter.(ii) Load testing of UPS/Inverter

Page 84: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

(iii) Traffic trials.(iv) Integration/Interworking testing with existing network elements including

equipment being procured through this tender under Option-I OR Option-II.

14.2. The Selected Bidder shall submit the Acceptance test schedule within one month of issue of PO and finalize the same in consultation with BSNL within two months from the date of issue of PO. Bidder shall also clearly indicate the specification clause(s) verified by each test. BSNL shall have the right to make modifications or additions to any test or techniques of measurement as considered necessary by it.

14.3. Bidder shall arrange the testing equipments for A/T purpose without any financial implications to BSNL. The bidder shall indicate whether the software package in-cludes programs for testing the nodes under full load conditions and overload condi-tions by creation of artificial traffic. Such test program shall be supplied by the bid-der for the limited purpose of testing. The Bidder shall also indicate the technique used in the creation of such artificial traffic. Details of various items required for the above purpose may be specified in compliance to this clause.

14.1 BSNL concerned Circle shall offer equipment for acceptance testing to A/T team that will carry out the tests detailed in the acceptance test schedule to confirm that the performance of the different modules, subsystems, and entire installation satis-fies the specified requirement of specifications including service performance.

14.2 Any components or modules failing during the acceptance tests shall be replaced at no additional cost to the Purchaser at site by the Selected Bidder. These shall be shipped within two weeks of the initial reports. Notwithstanding the pre-supply tests and inspections prescribed in this document, the equipment and accessories will also be pre-tested by supplier, before offering to A/T, in coordination with the Node In-charge as per the procedure and Performa provided by purchaser in due course during and after installation/ commissioning before “take over” and if any equipment and part thereof is found defective, the same shall be replaced at no cost to the pur-chaser.

14.3 If any equipment or any part thereof, before it is taken over under as specified in the document, is found defective or fails to fulfill the requirements of the contract, the inspector shall give the Supplier notice setting forth details of such defects or failure and the supplier shall make the defective equipment good, or alter the same to make it comply with the requirements of the contract forthwith and in any case within a period not exceeding one month of the initial report. These replacements shall be made by the supplier free of all charges at site. Should it fail to do so within this time, the purchaser reserves the discretion to reject and replace at the cost of the supplier the whole or any portion of equipment as the case may be, which is de-fective or fails to fulfill the requirements of the contract. The cost of any such re-placement made by the purchaser shall be deducted from the amount payable to the supplier.

14.4 When the AT tests called for have been successfully carried out, the ultimate con-signee will forthwith issue a Taking Over Certificate. The ultimate consignee shall not delay the issue of any “Taking Over Certificate” contemplated by this clause on account of minor defects in the equipment which do not materially affect the com-mercial use thereof provided that the supplier shall undertake to make good the same in a time period not exceeding six months. The Taking Over Certificate shall be issued by the ultimate consignee within six weeks of successful completion of tests.

Page 85: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

14.5 After all acceptance tests have been successfully carried out to the satisfaction of the BSNL, BSNL will certify the equipment as fit for commissioning.

15 SOFTWARE

15.1 All the software licenses supplied against this Tender Document shall be perpetual without any limitations on use and shall be licensed in the name of BSNL. Licensing matrix shall be indicated for each of the applications in Section-14 Annexure-F.

15.2 Software version of the equipment being supplied must be indicated in the schedule of requirements as well as in other documentation. Bidders must quote for all necessary licenses required to meet out the tender requirements, however BSNL reserves the right to order required number of licenses depending on the availability of licenses with BSNL for such products. Wherever licenses are available, the prices shall be affected on pro-rata basis.

15.3 For the third party applications software, the bidder shall have arrangement with the respective software OEMs for maintenance/upgrade to meet the obligations un-der this tender.

15.4 Certified and licensed copies of the application software required shall be supplied. Only supported Freeware software (i.e. Linux & Apache) that is supported by re-spective OEMs for the period of contract (i.e. seven years) can be supplied bundled with application /solution. Details shall be submitted along with the technical bid. Unsupported software with no provision of bug fixing, upgrades and updates shall not be accepted. Software versions in the various subsystems should be latest & the bidder shall indicate complete details along with deviations if any. Software ver-sion of the Equipment being supplied should be latest and must be indicated in the Bid element wise.

15.5 All the software upgrades and/ or patches required for the system supplied shall be implemented free of cost at each site during Warranty and AMC periodby the bid-der.

15.6 All system interfaces should be industry standard open interfaces.

15.7 The system hardware/software shall not pose any problem due to change in date time caused by events such as change of millennium, century, leap year etc, in the normal functioning of the equipment.

15.8 Any customized operation and Management reports from the system required by BSNL during the warranty and AMC period shall be provided by the successful bid-der without any additional cost to BSNL.

15.9 The bidder has to provide open published API’s of Software systems sup-plied against the Purchase Order for the purpose of integration with other systems like EMS, EMS, Provisioning, CRM.

15.10 No software licenses spanning multiple network elements shall be allowed and if quoted in the Bid shall not be paid. The software licenses shall correspond to a spe-cific network element and BSNL reserves the right to acquire the quantum of li-cense for each network element independently and as it deems appropriate. The Supplier shall supply the extent of software license ordered and shall not impose

Page 86: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

any restriction on the use of such license for the bonafide operational requirements of BSNL.

15.11 The Supplier shall supply the extent of software license as per requirement and shall not impose restriction on the use of such license for the operational requirements of BSNL.”

15.12 All the Software upgrades and/or patches required for the maintenance of the sys-tem supplied/shown in the roadmap for realisation of the features stated in the Bid will be implemented without any additional cost at each site during the currency of the warranty and AMC and acceptance testing of the system will be done by the Supplier through an authority designated by BSNL for all functions of all systems af-ter the implementation of Software upgrades/patches in each system. The Success-ful Bidder shall have to associate BSNL officers in developing any additional fea-tures/services in the software centres which are not inherently available in the sys-tem and required to match with the competition.

15.13 Technical support centre:- Successful Bidder shall have to establish its Technical support centre within six months of award of Contract to provide to provide technical support to ensure smooth functioning of equipment supplied by them and to meet additional requirements from time to time. The Bidder shall submit details of loca-tion, number of personnel, facility to be made available at technical support centre in the Bid.

16 Conditions Regarding Submission of Bids

16.1 Bider shall submit the bid for the SSTP solution for either Option-1 or Option-II.

16.2 The purchaser shall reject all such bids which includes both options.

17 Any item required for the completion of the project as per tender, but not quoted, shall be supplied by the bidder at no additional cost to BSNL.

18 TENDER EVALUATION

As per clause no 21 & 22 of section 4 Part A.

11.1 The Financial evaluation methodology is as per Section- 4 Part A clause-22 of the Tender Document.

11.2 Further, the Bid shall be evaluated as a Option quoted by the Bidders for various equipments/materials/services as per the criterion given below:

(i) The price of various components forming part of the Options detailed in the SoR at Section-6 shall be evaluated. It shall also include all those items which respective Bidders consider essential for commissioning purposes. The sanctity of the price of individual items shall be maintained by the Bidders within the financial bid even though the evaluation is package based.

(ii) For such items which are to be included in addition to what has been mentioned in the SoR, it is the responsibility of Bidder to indicate the quantities under “any other item for successful implementation including integration/interworking” to be ordered for the project execution and it shall also form part of evaluation of total package. If the Bidder indicates quantities of any of such item(s) as zero, such item(s) are to be supplied

Page 87: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

free of cost irrespective of quote being available. Further the quantity of such items shall match with the quantity specified for the network element to which such an item is associated with.

(iii) The prices of each individual item shall form part of financial Bid and the total package price for evaluation shall be the quoted price excluding AMC + NPV of the AMC of 5 years discounted @ 12% per year.

(iv) The Bidder shall quote the cost of AMC for a period of 5 years as per SOR. The Bidders shall quote the AMC prices as a percentage of the quoted equipment cost for each of the 5 years.

(v) The bidder has to quote a minimum AMC cost of 3% of the equipment cost. In case the AMC rate quoted is less than 3 %, then AMC rate shall be taken as 3% for the evaluation purpose. However, payment towards AMC shall be as per the quoted AMC rate.

(vi) Although the AMC amount quoted is taken for evaluation as referred above, the amount payable towards AMC charges shall be determined based on the actual purchase made by BSNL.

(vii) Loading: In order to reach the required level of techno-commercial compliance, the financial Bid of the bidders shall be treated as below, for the purpose of arriving at ranking:-

(a) In case any item is not quoted by a Bidder mentioned in the SOR of the tender document or the price of any item is not available in its own bid, then the bid shall be loaded by the highest price quoted by any of the bidders for that item. The loaded item shall be supplied at lowest cost quoted by any of the bidder.

(b) Cases in which the bidder has quoted for less quantity for any of the items than that indicated in the SoR of the tender document, then the price bid shall be loaded to the extent of the difference in quantity of the item to meet the full requirement of the SoR on a pro-rata basis for the purpose of evaluation & ordering.

(c) No de-loading of the bid is envisaged, if the quoted quantity in the bid is higher than that requested in the tender for the purpose of evaluation.

(d) AMC cost shall not be paid for all items supplied free of cost on account of the loading. The same principle shall be applied for the cost towards services and all other items

(e) Offer to the L1 bidder(s) after correcting the arithmetical errors and effecting change in unit prices due to loading shall not tantamount to counter offer. If not accepted by the bidder, then he/ she shall be liable to be barred from participating in future tenders/ EOIs/ RFPs of BSNL for a period of two years.

(viii) Though the prices of optional item/s have been separately asked for, the cost of Optional item/s shall be included for evaluation of the tender, unless otherwise specified. BSNL reserves the right to procure or not to procure the optional items.

(ix) For the purpose of tender evaluation, the prices quoted against line item in the SoR in the Price Schedule (Section 9 Part B) shall only be considered. In case, sum of the breakup of prices in the detailed BoM is more than the price quoted against line item as per the SoR in the Price Schedule, the itemized

Page 88: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

prices in the BoM shall be de-rated. However, in case sum of the breakup of prices in the detailed BoM is less than the price quoted against line item in the SoR in the Price Schedule, the prices against line item in the SoR in the price schedule shall be considered for the purpose of evaluation but while ordering the prices shall be restricted to the prices quoted in the detailed BoM of that SoR line item.

11.3 (i) For Option-I: Bid shall be evaluated as per the price schedule for Schedule of Requirement (SOR) for new Signaling solution with 16 FMNP compliant SSTP nodes with Main/DR EMS system based Architecture as per Section 6 Part(A).. Bidder shall give price schedule for only one solution otherwise bid shall be summarily rejected.

(ii) For Option-II: Bid shall -be evaluated as per the price schedule for Schedule of Requirement(SOR) for Option-II for up gradation existing SSTP system with consolidation it to 16 nodes system alon with shifting of existing Nagpur node to Pune.

Option-I and Option-II shall be evaluated independently but ranking to be decided combinly.

11.4 Evaluation of the cost of AMC:

(a) The bidder shall quote Comprehensive AMC Charges for each year in the price bid. AMC charges shall be considered in evaluation of price bid, by applying a discounted rate of 12% per year to arrive at the NPV (Net Present Value).

(b) Since the AMC is to be entered at the end of warranty period of two year, the calculation for NPV of AMC shall be done as follows::

NPV= A1/(1+r/100)3+ A2/(1+r/100)4+ A3/(1+r/100)5+ A4/(1+r/100)6 + A5/(1+r/100)7

Here A1, A2, A3, A4, A5, are the quoted AMC amounts for first, second, third, fourth, fifth, years subsequent to the Two year of warranty and “r” is the discounting rate of 12% per annum.

(c) The minimum amount of yearly AMC charges which shall be taken for evaluation purpose shall be 5% of equipment cost (excluding duties and taxes CENVAT-able i.e net cost to BSNL). However ordering price will be arrived as per the actual quoted rates.

12. AWARD OF CONTRACT (PLACEMENT OF ORDER)

19.2 BSNL will open and evaluate the financial bids of technically and commercially re-sponsive bidders for Option-I and Option-II. Thereafter, a combined list of such bidders shall be arranged in increasing order of their evaluated prices (with NPV) starting from the lowest (i.e. L1, L2, L3 and so on) for Option-I and Option-II, for the purpose of ordering against this tender.

19.3 Award of work:

The bidder with the lowest evaluated price (L1) will be considered for awarding the work. The bid security of L1 bidder shall be forfeited in case of refusal of offer.

20. Supply/Installation/Commissioning Schedule & Payment Schedule 20.1 The schedule milestones for roll out of the network along with payment

Page 89: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

milestone, is given in the table below:No.

Critical Milestones of the Project

Scheduled Time from the date of P.O.

Payment Due

2. Completion of Supply 120 days 30% of the Equipment cost 3 Validation / A/T and

commissioning of all the16 SSTP nodes.

180 Days (a) 30% of the Equipment cost (b) The 30% of service cost

4 Smooth Migration of BSNL complete existing network to new 16 upgraded or New SSTP system

days (a) 30% of the Equipment cost (b) The 60% of service cost

5 One year of successful commissioning, if the performance of the network is satisfactory and the deliverables as per the requirements including customization and services are completed as per the Tender.

One year The balance 10% of the Equipment cost + 10% of Services cost

20.2 For claiming payments against supplies for the respective Milestone, the following documents are to be submitted by the Supplier to BSNL:

a. Invoice.b. Delivery Challan.c. Supplier certificate for dispatch.d. Excise gate pass/invoice for Indigenous equipment

and High Sea Sales Agreement and Customs duty challan for the imported equipment.

e. Inspection certificate of QA for Indigenous equipmentf. Consignee receipt confirming receipt of the (i)

specified quantity of the equipment mandated for the supply/payment milestone (ii)Factory Test Reports for the imported equipment

g. Proof of payment of octroi /entry tax etc., if anyh. Consignee receipt in good conditioni. Installation completion cirtificate

20.3 For claiming payments against commissioning Milestone, the following documents are to be submitted by the Supplier to BSNL:

a. Invoice along with the following documents/certificatesb. A certificate to the effect that all the AT clearance received and major validation

points have been closed. The Taking over Certificate is also to be submitted along with the invoice.

c. A certificate that all the software loaded in the corresponding Core, EMS & NPDB equipments, their testing, operational software etc including the media have been made over and received in the circle. The certificate should indicate clearly the list

Page 90: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

of software made over along with media and the original license in the name of BSNL.

20.4 For claiming payments for Migration- 20.5 For claiming last milestone payment- a certificate that Validation has been

completed and all the pending issues have been closed, system is working satisfactory for 1 Yr period after the date of commissioning

20.6 The Supplier shall submit a mandate for receiving payment of Rs. 5 lakhs and above electronically. Charges, if any, levied by the bank for electronic fund transfer shall be borne by the Supplier. The Supplier is required to submit the following information for this purpose:

(v) Name of the beneficiary’s bank and branch.(vi) IFSC code of the beneficiary’s branch.(vii) Account number of the beneficiary.(viii) Branch serial number (MICR No.)

20.7 Customs duty already paid directly by BSNL shall be deducted in full from the first payment due to the Supplier, subsequent to the payment of customs duty.

20.8 BSNL, if required by Applicable Law, shall deduct withholding tax at source as per the applicable rates at the time of raising of the invoice for which it shall provide tax withholding certificate to the Supplier. Provided further, that if required by Applicable Law, BSNL shall pay the service tax on the approved invoice, in compliance with Applicable Laws to the Supplier who shall be obliged to pay the service tax to the authorities within the statutory timelines provided under Applicable Law.

20.9 Anti dumping duty, if any, levied shall be borne by the supplier

21 Liquidated Damages(LD)

(i) The Suppliershall be levied liquidated damages at the rates as defined in the General Conditions of Contract as provided at Clause 16 Section-5 Part A of the Tender Document for any delay in the turnkey job entrusted to the Bidder.

(ii) In the present case of turnkey solution of supply, installation and commissioning of the equipments where the delayed portion of the delivery and provisioning of service materially hampers effective usage of the systems otherwise deployed in the network, liquidated damage charges shall be levied as above on the total value of the Purchase Orders. The liquidated damages shall also be leviable with reference to commissioning of the network and shall be levied as above on the total value of the Purchase Orders. Should there be any delay in the availability of site, civil infrastructure, media or any other BSNL deliverables, it shall be considered on a case to case basis for relaxation in levy of liquidated damages, by the concerned heads of circles/PO issuing Authority.

(iii) The package wise liquidated damages will be levied from the identified milestone date till the date of commissioning of network in accordance with Section-5 Part A clause-16.

(iv) Quantum of liquidated damages assessed and levied by the Purchaser shall be final and not challengeable by the Supplier.

23 Warranty

Page 91: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

23.1 The warranty of the stores/ equipment supplied in respect of tender (Option-I or Option-II)I shall be for a period of twenty four months from the date of commissioning and complete migration of existing network..

23.2 From the date of commissioning of the site after successful acceptance testing for each site, all responsibilities including attending the faults and repairing the cards within the specified time lines as per AMC conditions shall be with the Supplier, even if, due to any impediments, the Warranty specified under clause 23.1 above could not start.

23.3 All responsibilities including attending the faults and repairing the cards within the specified time lines as per AMC conditions shall be with the Supplier.. All the SLA penalty clauses shall be applicable during period of warranty in case of failure to meet performance SLAs, on part of bidder.

24 Annual Maintenance Contract (AMC)24.1 The Bidder shall quote prices for year-wise comprehensive Annual Maintenance

Contract for 5 years as in the price schedule. The Bidder shall quote the cost of AMC for a period of 5 years from the date of completion of the project and on the expiry of the warranty as mentioned in clause-23. The Bidders shall quote the AMC prices as a percentage of the quoted equipment cost other than the services. The normal day-to-day operations and diagnosis to the extent possible will be done by Purchaser.

24.2 The terms and conditions for AMC are given in Annexure-3. No separate charges shall be paid for visit of engineers or attending to faults and repairs or supply of spare parts.

24.3 The price for year-wise AMC shall truly reflect the efforts required to maintain the SLA specified for AMC in Annexure-3 of Section-5 Part B of the Tender Document. Towards meeting that objective, the price of AMC for any year shall not be higher than that for the subsequent year.

24.4 The Supplier shall provide all the consumables that are required to be replaced under the following circumstances:

a) Periodic preventive maintenance of elements

b) Becoming faulty and require to be changed during corrective maintenance.

24.5 The parts such as circuit breakers, fuses, contactors, change-over switches, chokes, surge arrestors, meters, burnt electric cables etc shall be replaced by Supplier upon poor/degraded/faulty performances.

24.6 The batteries, UPS/Inverters shall not be treated as consumables and any replacement or repair required to ensure their specified performance and capacity during their life time shall be the responsibility of the Supplier. 6 years for the UPS battery shall be taken as their effective life. During this lifetime, warranty/AMC shall be applicable and any replacement of any set/cells shall be done by the Bidder so that the capacity/performance be maintained till the end of designated life.

24.7 The successful bidder shall be required to enter into Annual Maintenance Contract with the purchaser for a period of 5 years after the warranty period as per AMC Agreement given in Annexure-3 of Section-5 Part-B.

Page 92: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

24.8 Bidder shall stock sufficient spares for rendering service and meeting SLA as defined in AMC Agreement given in Annexure-3 of Section-5 Part-B.

24.9 The bidder, at the time of submitting the bid, shall submit the proposal specifying the fault control centre location and how the bidder proposes to carry out repair under AMC. The bidder shall also indicate what spares shall be kept at different locations. The infrastructure planned to be created by the bidder to fulfill his obligations under AMC and his action plan to deal with the various situations arising out of hardware and software faults shall be clearly indicated.

25. Commercial Use

The Purchaser reserves the right to commercially use the installed Equipments. Such commercial utilization of the network shall not entail the Supplier to claim deemed completion of otherwise incomplete obligations under the terms and conditions of this Contract and shall not relieve the Supplier of the liability under the relevant clauses of liquidated damages arising out of such non-completion/ delay.

28. Make Model list

28.1 The Bidder shall quote for only one make, model and manufacturer included in the proposal for each of the network elements (subject to the conditions given below). Once quoted in the Bid, no change of make, model or manufacturer shall, ordinarily, be permitted. Not more than one independent and complete offer shall be permitted from the Bidder.The Bidder shall furnish the details of make, model no., supplier together with complete details of the address of the supplier of the imported and indigenous equipments as part of the technical Bid.

28.2 For TEC approved Power Plants & Batteries supplied with QA approval, the Supplier need not furnish any make model list, but shall restrict to one make/model per Circle during deployment.

29. Extension of Alarms

The equipments shall have facility to extend the infrastructure alarms viz. power plant, battery, air conditioner, DG sets, fire alarm, temp alarm etc. to the EMS/EMS. All the infrastructure equipments and systems supplied shall have inbuilt facility to extend alarm through potential-less NO/NC contacts or through change of suitable voltage levels as required by the equipment. The minimum set of alarms required are:

(i) AC mains failure alarm

(ii) High temperature alarm

(iii) Battery Low (Voltage of the battery bank below a threshold level) alarm

(iv) Cabin Door open alarm

(v) Fire Alarm

The Successful Bidder shall provide the tag block, terminate the alarm cable and do the required extension of the alarms from the respective infra elements to the central EMS.

30. Open Interfaces

Page 93: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

All the Application Protocols, for implementation of the interoperability between network elements of different vendors, shall have open interfaces. The Successful Bidder shall provide the API along with complete documentation to facilitate opening of the system interfaces for establishing the system interoperability with any other system needing interconnections. The Successful Bidder shall adapt to existing APIs the details of which shall be shared with BSNL as part of their agreement with the existing vendors as defined in this Tender Document.

31. Related Items

The Bidder shall indicate in the Bid any other related items (along with the price) not reflected in the Tender Document required for successful commercial launch of the service.

32. Detailed BoM

32.1 DTR provides a detailed requirement of the Purchaser. The Bidders shall provide along with the techno-commercial Bid, detailed unpriced price schedule as per the SoR indicating along with card level Bill of Materials (“BoM”) for each of the network elements in the SoR with complete details of PCBs contained in each Module/unit of option- I: or II: A detailed specification of generic items such as laptop and desktop computers, Printers, inverters, UPS etc shall form part of the technical Bid and shall be of latest versions in the market. The card level BoM for all the network elements, but with itemized prices shall form part of the financial Bid. Bids without such details shall be loaded with the price of highest configuration of such items quoted by other Bidders. This need arises out of the requirement of the Purchaser for any additional requirement or. Reduced requirement, if deemed essential The Bidder shall ensure that the Bid is complete and comprehensive as regards detailed card level BoM.

32.2 The submission of detailed BoM sought above shall apply to both hardware and software line items. While the BoM for hardware line items shall have itemized card level prices, the BoQ (“Bill of Quotes”) for the software line items shall have itemized prices for each of the software block and the number of units of each software block under quantity column.

32.3 Lump sum price quote for the software line items are not allowed. Every software line item shall have a detailed BoQ with price indicated for each of the component software item together with unit price and quantity. The Bidder shall indicate the software price for each and every feature, facility, interface peripheral etc. as part of their offer and such detailed BoQ with price shall form part of the financial Bid. The same BoQ for the software line items with itemised price masked shall form part of the techno-commercial bid.

32.4 The price of each of the discrete items in Detailled BOM upto card level may be quoted as a percentage of the total price(upto two decimal point) quoted for the main item concerned. While apportioning the percentage price of a main item for which price has been explicitly quoted in the financial Bid,care should be exercised to ensure that the total of all the sub-items forming part of the main item shall be equal to 100 %.

32.5 A Bid without the detailed BoM / BoQ may be rejected as substantively non responsive. However, if BSNL chooses to consider the Bid, then non-submission of the detailed BoM/BoQ shall be considered as the Bidder conveying his explicit consent to BSNL to exercise the right of BSNL to determine the detailed BoM/BoQ

Page 94: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

and individual item prices with the information available with BSNL and deemed fit.

33. The layout of the rack/shelf

The layout of the rack/shelf detailing the equippage of the cards/modules demonstrating the result of the dimensioning done in compliance to requirements stated in the Tender shall be provided as part of the Bid. This should accompany with proper legend etc so as to enable verification with detailed BoM of the equipment and product documents supplied.

34. Training

34.1 The training on Planning, engineering, installation, testing and commissioning needs to be organized immediately on acceptance of APO while other training may be organized as the network is being rolled out.

34.2 The training modules shall be finalized by Bidder in consultation with Purchaser. However, the travel expenses, boarding and lodging for the trainees shall be borne by the Purchaser.

35. Incidental Damages

35.1 Not withstanding any of the other provisions contained in this Contract , the Bidder shall protect, defend, indemnify and hold harmless BSNL and its employees, officers, Directors, agents, or representatives from and against any and all liabilities, damages, fines, penalties and costs (including legal costs and disbursement) arising from ‘or’ relating to:

(a) Any breach of any statute, regulation, direction, orders or standards from any governmental body, agency, or regulator issued with respect to the product/services being supplied/provided under this Contract.

(b) Any claim made by third parties arising out of the use of the services of BSNL being provided using the equipment supplied under the Contract to the extent these are attributable solely to the poor quality or non compliance of the product/services to the respective specifications.

(c) Any claims arising from the customers or other service providers, in connection with interruptions ‘or’ degradation of services due to non availability of services beyond the stipulated time frame as contained in AMC and solely attributable to the supplier of the product and services under this Contract.

(d) Any claim that the Equipment/Services/’or’ any value addition component offered and supplied by the Supplier in this Contract, infringe any patent, trademarks or copyright of any third party.

47.1 The Biddershall furnish an unequivocal, unqualified and irrecoverable undertaking along with the Bid to the effect that;

“During the Bidding process ‘or’ during the course of execution of the Contract ‘or’ at any stage thereafter, if it is found that the Bidder has fraudulently misrepresented any of the facts about the product/services etc being offered under the Tender/Contract, the Purchaser (BSNL) shall be free to claim a sum equivalent to damage as assessed by it subject to a maximum of the value of

Page 95: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

the tendered goods and services from the Bidder for such misrepresentation. The Bidder shall immediately on being told by BSNL pay such sum of money to BSNL. Quantum of damages under this clause assessed and levied by the Purchaser (BSNL) shall be final and not challengeable by the Bidder/Supplier”.

56. Taking Over of Sites

The sites shall be made over with the following documents:

i. Approved layout plan.

ii. Asset details including card level equipage.

iii. Acceptance Test results and clearance letter.

iv. Details of O&M logs and preventive and corrective maintenance tests done.

v. Prescribed preventive and corrective maintenance practices

57. Package DisciplineThe Supplier shall schedule his supplies in such a way, to ensure the installation, testing, validation and commissioning is completed as per schedule. The Supplier shall also ensure that those equipments that are meant for planning, design and installation shall be supplied as first set of items. The Bidder shall, as part of their Bid, indicate the sequence of supply of various items to appropriately take care the different lead times required for commissioning of the individual network elements to fit into the overall commissioning schedule.

58. Operation/ Maintenance

58.1 During the O&M period, the Successful Bidder shall put into operation the set of maintenance procedures, periodic test schedules, Traffic Report generation & analysis and remedial measures to be taken in each occasion, Extraction of performance statistics from the various network elements, and classification as required by the Purchaser, Management Information System (MIS) parameters for fault, performance and planning of network expansion. The Bidder shall also help BSNL to put into practice maintenance schedules viz opening of appropriate registers for log, test schedule and performance and fault recording.

58.2 The bidder shall perform the O&M activities for six month from the date of commissioning of network i.e during the warranty period of two year. The Successful Bidder shall fully associate the staff of BSNL during this period so that the takeover of the O&M functions by the BSNL staff is smooth and they are able to operate & maintain the network efficiently and independently. The Bidder shall indicate, as part of the techno –commercial Bid, the one number of resource persons that would be committed for this function.

58.3 BSNL reserve the right to extend the O&M contract for six more months after expiry of first six months O&M period at the same rate. This extension of O&M period shall be in term of six month period.

59. Technical audit of networkThe Purchaser reserves the right to carry out technical audit of the network through any designated agency from time to time and Bidder shall take necessary corrective measures to conform to the performance parameters stipulated in the Tender Document within the period of Performance Security..

Page 96: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

60. Bid Security/ Performance Security

60.1 The Bidder shall have to pay Bid Security as specified in Section 1 at the time of submission of the Bid.

60.2 The Successful Bidder shall pay Performance Security @ 5% of the value of the Advance Purchase Order, within 14 days from the date of issue of the APO. Performance Security shall remain valid for a period of 6 months after the expiry of warranty of the last portion of the Equipments commissioned under the project.

60.2.1 In case a bid is submitted by bidder in consortium with the OEM, both, the bidder as well as OEM of SSTP system equipments i.e. Consortium partner shall have to furnish separate Performance Bank Guarantees(PBGs), each for an amount equal to 5% of the value of Purchase Order.

60.3 The selected bidder shall submit a Bank Guarantee (BG) against AMC, valid for a period of five and half years from the date of start of AMC. This Performance Security for AMC shall be submitted by the Supplier to the BSNL before release of Performance Security by BSNL mentioned at Cl 52.2 above. Amount of Bank Guarantee will be the average over Five years of the sum of the values of the yearly AMC charges.

60.3.1 In case a bid is submitted by bidder in consortium with the OEM, both, the bidder as well as OEM of NGN Access equipments i.e. consortium partner shall have to furnish separate AMC Performance Bank Guarantees (PBGs) each for an amount equal to the average of seven years of the sum of the values of the yearly AMC charges.

60.4 The Successful Bidder shall submit the original performance bank guarantee (PBG) to the Purchaser.

61. Compliance to Applicable Law61.1 Security Requirements

a) The Supplier shall enable the Purchaser to comply with Applicable Laws including but not limited to notifications, circulars etc issued by DoT from time to time.

b) The Supplier recognizes and accepts that in order to make, maintain and ensure Purchaser’s networks compliant with security related instructions and guidelines issued by the DoT from time to time, complete cooperation and commitment of the Supplier is necessary. To help and address the business continuity, communication, security requirements and security management of Purchaser’s network, the Supplier shall execute an agreement in the form as contained in Section 13 of the Tender Document before issuance of any APO by the Purchaser. It is clarified that the execution of such agreement shall be a condition to the effectiveness of the Advance Purchase Order. The Supplier shall indemnify and hold harmless the Purchaser and its employees, agents, shareholders, directors, representatives, against any claims or penalty or consequence arising out of breach of the security related terms of the License as a result of breach or non-compliance by the Supplier with its obligations in this sub-Clause (b) or any separate agreement executed for this purpose.

c) It is clarified that any expenditure incurred by the Purchaser for complying with security related provisions as prescribed under this cl 59.1,in respect of all the network elements/equipments supplied under this tender both for Option-I or Option

Page 97: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

-II, shall be borne by the Supplier concerned. In the event there is a breach of the security related provisions as prescribed under Applicable Laws, any penalty imposed by the DoT on the Purchaser shall be paid by the Supplier to the Purchaser. Further, any testing of Supplier’s equipment including requirement of testing equipment shall be met by Supplier on his own cost.

61.2 Compliance with Licenses: The Supplier shall assist and provide support as and when required to the Purchaser including the providing of information and documents to comply with the provisions of the Licenses, any amendments made thereto as well as any notifications, circulars, directions/regulations issued by DoT/TRAI or any other Governmental Authority from time to time specially in relation to security clearance and lawful interception.

61.3 Non-Compliance: The Supplier, including their personnel, employees, associates and sub-suppliers shall be solely responsible for complying with the statutes, laws, regulations, subordinate legislation, administrative orders and instructions issued by relevant Government Authorities, regarding, but not limited to, environment, industrial relations, security and taxation, during the performance of their respective obligations under this Contract. Without limiting the generality of the foregoing, the Supplier shall be responsible for compliance with the Applicable Laws and similar regulations applicable to its activities hereunder, at its own cost and expenses.

In the event there is a delay by the Supplier which is solely attributable to Supplier in fulfilling its obligations under this Contract or any non-compliance or breach of obligations under this Contract by the Supplier due to which any Governmental Authority imposes sanctions on Purchaser, which results in financial and other liabilities on the Purchaser, the Supplier shall be liable to make good such loss immediately which has been suffered by the Purchaser.

Section 5 Part CGeneral Conditions of AMC

a) AMC shall come into effect after completion of warranty period and shall remain valid for five years. Warranty of equipment/ Units/ terminals shall start from the date of acceptance by the consignee of the last migration of all network elements of BSNL networks to the new upgraded SSTP system.

b) Terms and conditions of AMC shall be applicable during Warranty period including imposition of penalties except that no charges for services provided under Warranty/ extended warranty shall be payable. Amount for penalties will be deducted from the pending payments against supplies or if that amount is

Page 98: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

insufficient then by invoking the PBG available against supply or AMC or from the charges due for AMC.

c) It shall be mandatory for the bidders to undertake the Annual maintenance contract for five years to be signed at the time of acceptance of APO for entire quantity proposed to be ordered. The selected bidder has to submit a signed copy of the AMC agreement along with the A.P.O.

d) For this purpose the bidder shall quote all inclusive Comprehensive AMC charges for each year. However, service tax shall be paid extra as applicable. AMC charges shall be included in evaluation of price bid, by applying a discounted rate of 12% per year to arrive at the NPV (Net Present Value). The quote for AMC should be as a % (percent) of equipment cost(excluding duties and taxes CENVAT-able i.e. net cost to BSNL) and it is mandatory to quote yearly charge in Rs. in a column in Section-9 of tender document. The concerned User cell should specify the minimum charge in percentage for AMC for evaluation purpose.

e) The bidder shall establish at least one Nodal Repair Center in the country or each region/circle of BSNL within a period of 4 months (from the date of placement of PO) or as defined in the bid document, where their equipment is allotted for supply to keep the turn around time for repair of faulty terminals/units to minimum.

f) The supplier shall provide the list of Nodal Repair Center and designated Courier service/ agency with their addresses/ Tel. No./ Fax. No./ E-Mail etc. within 4 months from date of placement of P. O.

g) The supplier (including designated courier service/ agency) shall accept all the faulty equipment/ terminals/ units for repair or replacement within prescribed turnaround time.

h) The bidder shall submit a performance bank guarantee towards fulfillment of obligations under AMC, in each Circle equivalent to 2% of the cost of equipment as per P.O. or the first year AMC charge pertaining to that Circle whichever is higher, in a prescribed proforma. The PBG shall be submitted at least two months in advance of date of start of AMC. The PBG shall be valid for a period of_Six_ years to cover one year or as specified over and above the five years AMC period. The PBG shall be extendable for a further period as required if there is any delay in start of AMC for any reason. For the additional equipment, the amount of PBG shall be increased at the same rate as indicated above, within a time period of one month of the date of such equipment getting covered under AMC.

i) The Performance Bank Guarantee against the P.O. will be released only after submission of PBG against AMC in each Circle and fulfillment of other obligations of AMC or P.O. which are pre-requisite for release of the PBG.

j) For the services rendered during the half-year, the payment shall be made at the end of each half year at circle office, normally within a period of 21 days from the date of submission of bills duly certified by the concerned unit.

k) In case the supplier fails to repair the faulty equipments/ terminal/ units and deliver the repaired one in the concerned BSNL office within stipulated turnaround time of 21 days, it shall be liable to pay penalty at the rate as defined in the bid document Rs. ______ per equipment/ PCB/ Assembly/ Sub-assembly/Terminal/ unit per day/ week or part thereof for the entire period

Page 99: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

counted from the date of making over the faulty equipment/ Units by BSNL to suppliers/ designated courier to the actual date of delivery of repaired Units including Saturday, Sunday and holidays. Capping on penalty will be 20% of the AMC value for the corresponding period or as decided on case-to-case basis of the AMC value for that period.

l) Any Unit neither returned during the turnaround time period nor declared as RNP (Repair Not Possible) within 60 days of its handing over to the designated courier/ agency/ center, an amount equivalent to 1.5 times the cost of equipment/ unit shall be levied from the supplier. This cost will not be counted as penalty, for the purpose of 20% cap on penalty as mentioned in above Para.

m) Not more than 1% of the total equipment/ units sent in an year (of AMC) for repair will be declared as RNP (Repair Not Possible) by the supplier. BSNL shall reimburse up to a maximum of 1% of the cost of equipment sent for repair against replacement cost of equipment declared as RNP.

n) The consumables should not be part of AMC except the large capacity batteries supplied if any, with the BSCs/ BTSs etc. in WLL tenders in future. However, if BSNL so desires, the supplier shall be bound to provide these items at the itemized price in their bids for initial currency period of AMC.

Note:-The aforesaid clauses are to be incorporated in Procurement Manual as a guiding factor for AMC and aimed to achieve smooth and proper working of the equipment during its predicted life span with practical workable approach without increasing the cost considerably. The terms and conditions may undergo change as per requirement of the procurement. The concerned User Cell of Corporate Office and relevant wings of field units of BSNL preparing tender conditions should also include the agreement for Comprehensive Annual Maintenance Contract detailing the post warranty and within warranty period maintenance obligations as well as scope of work. The riders mentioned in sub-clauses (v), (vi), (viii), (xii) and (xiii) respectively for 4 months, 4 months, six years, 60 days and 1% may undergo suitable change as justified with the approval of competent authority. Other clauses may be defined as per the need e.g.(1) Specific payment terms for payment of equipment including installation,

services, AMC/ARC etc. if any (Apart from clause 11of Section 5 Part A)(2) AMC is mandatory or optional on need basis.(3) Optional items for BSNL/Optional items for vendors and its treatment for the

purpose of financial evaluation.(4) The actual payment conditions for new products or procurement having

installation and AMC services may be decided on case to case basis and incorporated in special conditions of contract.

***

Page 100: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

ANNEXURE –3 to Section-5 Part-B

ANNUAL MAINTENANE CONTRACT AGREEMENT FOR SSTP EQUIPMENT (Applicable for both Option I and Option-II )

This agreement is made on the ________ day of ______(year) to be effective from

___________ between M/s. Bharat Sanchar Nigam Limited a company registered under

the Companies Act 1956 having license to provide all types of services of Telegraph and

having its registered office at Bharat Sanchar Bhavan, Harish Chandra Mathur Lane,

Janpath Road, New Delhi-110 001 New Delhi and local office at

---------------------------------------- (hereinafter called BSNL which terms shall mean and

include its successors, administrators, heirs and assigns).

> (hereinafter called BSNL) of the ONE PART and ______________ a company registered under the Companies Act 1956 and having its registered office at _____________________(hereinafter called SUPPLIER which expression shall unless repugnant to the context, include its successors in business, legal representatives and administrators or permitted assigns) of the OTHER PART.

WHEREAS, BSNL has placed purchase order on the SUPPLIER vide No. _________ dated ________ for supply, installation, commissioning & Annual Maintenance of CLASS V NGN equipment against tender No._________, dated_____________.

WHEREAS the SUPPLIER has made the offer to duly comply with all the provisions of the Bid Document, including those pertaining to Post Warranty Annual Maintenance Contract, after making himself fully aware and understanding fully the implications of the terms and conditions and specifications mentioned therein and which has been accepted by BSNL on the terms and conditions mentioned hereafter and after ascertaining that the SUPPLIER is fully capable of complying with the aforesaid terms of the Bid Document.

NOW the AGREEEMENT WITNESSETH as follows : 1.1 This Agreement shall remain in force for five years from the date of completion of

One year warranty, while at the same time the term and conditions of this agreement except for payment of charges to the SUPPLIER shall also apply during warranty period.

Page 101: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

1.2 Extension of this Agreement shall be negotiable for the second term depending on the performance of the SUPPLIER during the period of the initial term.

2. In addition to complying with all the terms and conditions recorded in the Bid Document, the SUPPLIER hereby agrees and unequivocally undertakes to fully comply with all the terms and conditions stipulated in this Agreement and without any deviation or reservations of any kind.

3. Unless otherwise mentioned or appearing from the context, the Tender (Bid) Document and any clarifications thereof and the purchaseordershall form part and parcel of this agreement, provided that in case of conflict or inconsistency on any issue relating to this Agreement, the terms set out in the body of this agreement with schedules and Annexure thereto shall prevail.

4. During the period of AMC the SUPPLIER shall inter alia :

i) Diagnose the hardware and software faults.ii) Rectify the hardware and software faults detected.iii) Repair and replace the faulty PCB, modules, terminals, SIP phones and any other equipment or part thereof.iv) Carry out the periodic preventive maintenance on half yearly basis.v) Upkeep the software periodically.vi) Upgrade the software to latest version.

vii) Create customized reports from various systems like EMS/EMS, accounting, Web self Care etc as required and specified by BSNL from time to time.

viii) Provide full & time bound assistance in integrating the EMS and associated systems with any other EMS as required by BSNL and to resolve any problems that may arise from time to time in respect of interworking of this EMS with any other EMS to which it has already been integrated.ix) Provide API’s of systems supplied by it against the Purchase Order for sharing with other EMS or similar systems supplier for the purpose of integration.

5. The supplier shall prepare the schedule of preventive maintenance to be carried out half yearly and shall submit the same to BSNL in advance. The preventive maintenance shall not affect the normal functioning of the system. The details of activities to be carried out during preventive maintenance visits shall be decided by BSNL before the start of warranty/AMC.

6. The SUPPLIER shall provide all global releases of software / upgrades to BSNL free of cost as a part of the AMC as well the maintenance of these upgrades.

7. The SUPPLIER shall be solely responsible for the maintenance, repair & upgradation of the software/hardware systems, equipments, SIP Phones and parts thereof and BSNL shall not be liable to interact with any of the partners/ collaborators or subcontractors of the SUPPLIER.

8. The schedule of routine operational and maintenance activities to be carried out at each node shall be provided by supplier. The day to day operations and maintenance activities shall be done by BSNL.

9. BSNL site in charge shall replace the faulty /affected module with a readily available good module, stocked at the site by the supplier or out of the spare

Page 102: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

capacity, if available, at the site. However, it shall not absolve the SUPPLIER from his responsibilities under this agreement for restoration of fault etc. All such changes / replacement of faulty / affected modules shall be done by BSNL staff as per the telephonic (or otherwise) instructions of the technical support centre.

10. TECHNICAL SUPPORT CENTRE :

The SUPPLIER shall have at least one Technical support Center in each Zone i.e. at least four in number. The SUPPLIER may set up more such centers to meet the criteria for fault restoration/faulty unit repair times as mentioned in the AMC. The SUPPLIER shall furnish the names, locations, complete postal address, Telephone numbers and FAX numbers of all Technical support Centers at the time of signing this Agreement. The SUPPLIER shall also specify the names of the Stations to be covered by each Technical support Center in the format given at Annexure 3A’ to this agreement.

10.1 The SUPPLIER shall also provide the name of alternate contact person or Technical Support Center with address & telephone /FAX no. which may be contacted by BSNL staff for support in case of no response/poor response from the designated Technical support center. This, however, shall not preclude BSNL from imposing the penalties, if any, as applicable as per the terms & conditions of this agreement.

10.2 Any change in Address, Phone number, FAX Number, contact details etc shall have to be intimated in writing by the SUPPLIER to the site in charges of the BSNL Stations as well as to the concerned head of SSA and BSNL Corporate Office at the earliest.

10.3 The SUPPLIER shall ensure that all the Technical support centers are manned by fully competent and responsible Technical Personnel who are:

(i) Capable of giving all types of necessary technical guidance/assistance over phone to the respective exchange Incharge of BSNL sites including EMS, for fast restoration of faults and

(ii) Capable of attending the faults at the BSNL sites whenever needed by deputing competent technical expert .

10.4 The SUPPLIER shallalso ensure that Technical support Centres are manned and are able to provide service to BSNL round the clock, all the seven days of the week throughout the year. The level of service provided to BSNL shall not go down during nighttime or due to any day being holiday, or for any other reason.

11. TECHNICAL SUPPORT PROCEDURE: The technical support procedure shall be as follows:

11.1 The supplier shall open a Web portal site/tool for booking/registering the faults by site in charges. The site shall be password protected and can be assessed by authorized BSNL personnel only. The details of faults booked for each site , its nature, severity level, time taken to resolve the issue, status of each fault reported etc shall be available on the portal site . Any other details as required by BSNL subsequently shall be incorporated in the Web tool by supplier before the start of AMC. Necessary permissions for accessing the portal site by site incharges, by senior management etc shall be given by the supplier

Page 103: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

11.2 In case of any fault, abnormality in the system, partial or total failure of the system, the officer in charge of the site shall contact the designated Technical support Center of the SUPPLIER and give information about the nature of fault over phone / FAX / e-mail/Web portal.

11.3 The supplier shall design a fault reporting docket format/ procedure, covering all the details, which shall be approved by BSNL before the start of AMC. All the details related to the faults reported shall be recorded in it. This shall become part of the AMC agreement at the time of signing of the agreement.

11.4 Even if the fault is reported over phone/portal/fax/email etc by BSNL, fault docket should be prepared through Web based tool by the technical support center and a copy of the same, duly filled in, shall be kept for records as well as for reconciliation purposes by BSNL and at the technical support center. The time of occurrence of fault, the time of restoration, total duration of fault and other details, as recorded in the fault docket only shall be taken into consideration for all purposes.

11.5 In case of any dispute arising regarding duration of fault etc, the Fault Docket as maintained at the BSNL station shall be the guiding documents to be agreed by both parties.

11.6 The “Fault Docket” shall be filled with utmost care, giving all the details of the faults and other information as prescribed in the Fault Docket and the entries made shall be authenticated by signature of the station In charge of the station concerned.

11.7 Technical instructions shall be given to the BSNL staff of the concerned station, over phone. If the fault is restored by following the instructions given over phone, the station in charge will close the Fault Docket after making suitable entries and after satisfying himself of the proper restoration of the fault. A copy of the Fault Docket duly filled in shall be sent to the Technical support Center for records.

11.8 The SUPPLIER shall ensure visits of the expert and competent technical staff of the SUPPLIER in case the fault is not rectified to the satisfaction of BSNL even after following the telephonic instructions and advices.

11.9.1 Once the fault has been rectified and the system & services were restored to normalcy, the visiting engineer of the SUPPLIER shall record in the station Log Book, the details of the works done by him for restoration of the faults and also record the details of steps to be taken and procedures to be followed for not only restoration of similar faults by BSNL staff but also for preventing the occurrence of similar faults in future. Similar entries shall be made in the fault docket also.

11.9.2 The Technical support Center shall regularly obtain feedback about the health of the systems under its jurisdiction from the station incharge of BSNL on monthly basis and maintain a proper record of such feedback in the form of History Sheets. These Sheets shall be made available to the technical experts nominated by the SUPPLIER for analysis. Such technical experts, in turn, shall give adequate and proper guidelines / technical advise to the in-charge of BSNL stations for taking necessary preventive measure during preventive maintenance visits for reducing the frequency of such faults and also for preventing such faults from re-occurring in future. This shall, however, not absolve the SUPPLIER from fulfilling his obligations under this agreement.

12. Repair Center :

Page 104: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

12.1 The SUPPLIER shall set up at least one repair center in India within 6 months from the date of purchase order, with the facilities for repair of all types of modules/units/equipment supplied by it. For any third party equipment like Server Hardware at EMS/EMS site, LAN Switches, Announcement Servers etc., it shall be the at the option of the SUPPLIER to either carry-out the repair on its own or through the facilities of third party. In all cases, however, BSNL shall interface only with the SUPPLIER with whom the agreement is signed.

12.2 One or more of the Technical Support Center (s) shall also work as repair center (s) and shall be responsible for repairing the faulty cards/units/PCBs and shall also maintain a requisite minimum stock of such cards/equipment often going faulty, in order to keep the down time within limits as envisaged in the this agreement. The SUPPLIER shall be at liberty to distribute spares to the nodes as deemed fit or keep them at the designated repair centres.

12.3 The faulty modules/terminals shall be sent by BSNL to the SUPPLIER’s designated Repair Center / Technical support Center within shortest possible time on to –pay basis. The site-in charge shall be able to track the status of repairs through the Web Portal tool/ site of technical support/repair center of the supplier.

12.4 The SUPPLIER shall arrange and ensure repair or replacement of the faulty equipment/ phones, to the concerned BSNL site within 21 days of dispatch of the faulty equipment by BSNL to the SUPPLIER’s designated Technical support/Repair Center through the courier nominated/declared by the SUPPLIER for this purpose.. For heavier equipment, it would be responsibility of the SUPPLIER to take any additional measures that may be required.

12.5 The 15 days time shall be calculated from the date of dispatch of the faulty equipment by BSNL at the SUPPLIER's designated premises to the date of receiving back of the repaired / replacement of the same at the concerned BSNL site. In addition, three days time in each direction shall be taken as transit time. Wherever sub-racks or other equipment are brought by the representative of the SUPPLIER at site for replacement the faulty unit/sub rack/equipment/phones etc shall be taken back by the said representative for further repair etc. at the cost of SUPPLIER.

12.6 Complete tracking of the repairs status of faulty card/modules/equipment through Web portal shall be possible to BSNL site in charges/ administrators.

12.7 A system of dispatch and receipt challans shall be worked out between BSNL and the supplier within three months of the placement of Purchase Order in order to account for the delay. Decision of BSNL as to how the system is designed shall be final.

12.8 The SUPPLIER shall ensure a minimum stock of 2% of essential interface cards, working in the coverage area of the Technical Support Centre, as spare stock, at the Technical Support Centre/repair center.

13.0 Preventive Maintenance

13.1 The technical expert personnel of the supplier shall visit each site on half yearly basis for preventive maintenance, for general exchange health check up,

Page 105: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

for educating/guiding the site personnel on various operational, technical and maintenance related matters etc.

13.2 The preventive maintenance schedule shall be prepared by the supplier in advance, which shall be sent to all sites, designated nodes/offices for acceptance. BSNL reserves the right to make changes as per requirements.

13.3 The scope of activities to be covered under PM visits shall be defined by BSNL before the start of AMC. All such activities are to be carried out by the technical expert team of the supplier and not by new, untrained engineers.

13.4 Any new upgrade, feature facility, procedure etc shall also be explained to BSNL site incharges during the PM visits apart from the defined activities/scope of such visits.

13.5 The officer In charge of the site shall fill up the history sheet containing the statistics about the health of the SSTP equipments installed at the concerned site and send a report/feedback to the Technical support Center of the SUPPLIER on monthly basis. Based on the History sheet report, the SUPPLIER shall analyze the health record of each site and shall discuss the same during PM visits. The supplier shall advise the field staff of BSNL for necessary preventive and corrective actions, if required, for proper upkeep and maintenance of the equipment.

13.6 All the works performed during PM visits as well as the findings of site health shall be well documented by the suppler, which shall be discussed at HQ/Circle/ higher management level centrally twice a year.

13.7 History sheet proforma shall be designed by the supplier for acceptance by BSNL before the start of AMC. BSNL reserves the right to make changes in the proforma proposed by the SUPPLIER. These proformas shall become part of the AMC agreement at the time of signing of the agreement.

13.8 The SUPPLIER shall supply elaborate maintenance procedures and proforma of thehistory sheet to every site of BSNL.

14. AMC CHARGES AND PAYMENTS:

14.1 The charges for AMC will be as given in the purchase order. A copy of the same shall be enclosed as part of the agreement, at the time of signing the AMC agreement.

14.2 BSNL shall pay the charges for the services rendered by the SUPPLIER under the AMC Agreement after successful execution of the works under Agreement.

14.2.1 BSNL shall not pay any charges in advance. Bills for AMC shall be paid by BSNL at the end of every six months, after successful execution of the works under Agreement.

14.2.2 All payments shall be made based on the satisfactory slip of the performance of the vendor, as received from station in charge of each node, within 15 days time, after deducting penalties, if any. For this, BSNL shall designate nodal officers..

14.2.3 BSNL reserves the right to adjust any over-payment of AMC charges of one period, any time during the period of AMC.

Page 106: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

15. FAULTS: SEVERITY LEVELS AND RESTORATION TIME

15.1 Any fault in the equipment/system affecting the availability of more than 5% of equipped signaling interfaces/links on a node shall be treated as Severity Level 1A. Such faults shall be rectified within three hours of its reporting to the Supplier, revised to four hours (1A)(C-74)

15.2 Faults at any of the EMS site causing crash of any servers or programmes or switchover failure from main EMS to DR EMS and vice versa in normal or disaster situation shall be treated as Severity Level 1B. Such faults shall be rectified within three hours of reporting to the Supplier, (revised to), six hours (1B)(C-74)

15.3 Faults at any of the EMS sites causing slow performance of EMS as a whole or any of the servers, shall be treated as Severity Level 1C. Such faults shall be rectified within four hours of reporting to the Supplier. Revised to eight hours (1C)(C-75)

15.4 Any faults affecting the availability of 5% or less of equipped signaling interfaces/links on a node shall be treated as Severity Level 2A. All such faults shall be rectified within six hours of its reporting to the Supplier, revised to eight hours (2A)(C-75)

15.5 Any fault causing failure or slowing down of remote operator terminal EMS access/downloading/printing except due to EMS faults mentioned in 18.2 & 18.3 above shall be treated as Severity Level 2B. Fault in any element not covered by 18.1 to 18.5 directly or indirectly, not affecting the service of the connected nodes shall also be treated as Severity Level 2B. Such faults shall be rectified within twenty four hours of reporting to the Supplier.

15.6 Fault in equipment either affecting the service directly or indirectly or not affecting the availability of service shall be treated as Severity Level 2B. The penalty related to 2B shall be applicable in addition to the penalties applicable for 18.1 to 18.5.

15.7 Here the node will be taken to mean a site having SSTP installed. Availability of service shall be taken to have been affected if indications including among other things, poor bit error rate to the subscriber, intermittent failure, end to end unavailability of service to the customer fault of continuous nature etc.

15.8 The time for restoration of fault will be counted from the time of reporting to the technical support centre as per procedure prescribed in clause 8 of this agreement.

15.9 For the purpose of arriving at the penalties as indicated in clauses 18.1 to 18.5 above, the calculated percentage upto two decimal points shall be rounded off to nearest figure (e.g. 4.49% will be taken as 4% and 4.50 shall be taken as 5%)

However, with redundancy storage of spare cards at site and telephonic guidance, occurrence of such long duration faults should be rare.

16. PENALTIES

16.1 If the Supplier fails to restore the fault within the time limit specified in clause 15 above, following penalties shall be applicable

Page 107: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

Severity Level Penalty per hour of delay/Per node/per occasion

1A Rs. 15,000/-1B Rs. 12,500/-1C Rs. 5,000/-2A Rs. 10,000/-2B Rs. 5,000/-

(Delay will be counted in steps of one hour).

The penalty per hour of delay per node per occasion in clause 19.1 has been revised to Rs. 12000, Rs.10000, Rs. 4000, Rs. 8000, Rs. 4000 for Severity levels 1A, 1B, 1C, 2A, 2B respectively.

16.2 The penalty per hour of delay per node per occasion in clause 19.1 has been revised to Rs.12000, Rs.10000, Rs.4000, Rs.8000, Rs.4000 for Severity levels 1A, 1B, 1C, 2A, 2B respectively

16.3 If the Supplier is unable to meet the deadline of 30 days as mentioned in para 11 for repair/replacement of faulty equipment, a penalty of Rs.2500/- per day of delay per faulty module/card shall be applicable. Beyond 30 day delay, the penalty shall be Rs. 5000 per day.A system of dispatch and receipt challans shall be worked out between BSNL and the Supplier within three months of the placement of Purchase Order in order to account for the delay. Decision of BSNL as to how the system is designed shall be final.

16.4 The penalty shall be deducted from the quarterly bills. The maximum value of penalty for fault in nodes shall not exceed 20% of AMC amount in that quarter. However there shall be no limit on the penalty for delay in repair of units/models as mentioned in 16.3 above.

16.5 Any failures affecting the availability of more than 20% of equipped signaling links/interfaces in the whole network at a time, shall entitle BSNL to deduct 1% of the quarterly bill for each occasion of such failure in that quarter. This will be in addition to the node-wise penalty indicated above.

16.6 After the expiry of annual maintenance Contract, it shall be optional for BSNL not to enter the AMC Contract further with the contractor, in such circumstances the contractor will be bound to hand over the spare parts/sub assemblies/printed circuit boards etc to BSNL. For this reason the Bidder shall quote, in the bid the price of these parts/sub assemblies/PCBs to be paid by BSNL at that time. For the purpose of evaluation of tender sum of these prices will be discounted @ 15% per annum to arrive at the present price. However, if additional spare parts are needed the Bidder shall supply them at the same rate. BSNL will have right to purchase spares in quantity, which are less or more than the quantity quoted by the contractor in the bid.

If BSNL is not satisfied with the performance of the SUPPLIER during AMC it reserves the right to terminate the AMC during its currency, after giving three months notice to the SUPPLIER and in such an event the vendor will hand over all the spares as indicated above.

16.7 Failure to carry out preventive maintenance visit:

Page 108: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

(i) If the Supplier fails to perform yearly health check and technical audit visit, penalty charges of 10 % of yearly AMC cost of that circle(over and above the 20% as specified in 10.2.1(ix)) shall be levied.

16.8 Penalty for not stocking adequate quantity of spares:

(i) In case the services are affected partially or in full due to non-availability of spare card/ unit out of the spares stocked by the supplier at site, penalty at the rate of Rs. 2000/- per day shall be levied. This shall be in addition to the penalty applicable corresponding to the severity level of fault.

(ii) There after such card shall be stocked at all the SSTP sites as the case may be, where the equipment supplied by the same supplier is working in the same Circle, with in a period of 30 days of the rectification of fault at location as mentioned above failing which a penalty of Rs. 1000/ per week per location shall be levied.

16.9 The penalty shall be deducted from the half yearly bills. The maximum value of penalty for fault in nodes shall not exceed 20% of AMC amount of the node in that period. However there shall be no limit on the penalty for delay in repair of units/models as mentioned above.

16.10 Failure on the part of SUPPLIER to comply with any of the clauses of this agreement shall constitute to be sufficient ground for termination of contract and the BSNL (purchaser) shall have the right to forfeit the performance securities submitted to BSNL.

16.11 If BSNL is not satisfied with the performance of the SUPPLIER during AMC it reserves the right to terminate the AMC during its currency, after giving two months notice to the SUPPLIER and in such an event the vendor will hand over all the spares as indicated above.

17. FORCE MEJEURE:

Neither BSNL nor the SUPPLIER shall be liable to the other for any delay in or failure of performance of their respective obligation under the agreement caused by occurrences beyond the control of BSNL or the SUPPLIER including but not limited to fire (including failure or reductions), acts of God, acts of the public enemy, wars, insurrections, riots, strikes, lockouts, sabotage, any law, status or ordinance, thereof of any other local authority, or any compliance therewith or any other causes, contingencies of circumstances similar to the above. Either party shall promptly but not later than twenty days thereafter notify the other of the commencement, and cessation of such contingencies, and if such contingencies continues beyond three months. Both parties agree upon the equitable solution for termination of this agreement or otherwise decide the course of action to be adopted.

18. DISPUTES & ARBITRATION:

18.1 In the event of any question, dispute or difference arising under this agreement or in connection there-with (except as to matter the decision of which is specifically provided under this agreement), the same shall be referred to sole arbitration of the CMD, BSNL, New Delhi or in case his designation is changed or his office is abolished then in such case to the sole arbitration of the officer for the time being entrusted (whether in addition to his own duties or otherwise) with the functions of the CMD, BSNL or by whatever designation such officers may be called (hereinafter

Page 109: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

referred to as the said officer) and if the CMD, BSNL or the said officer is unable or unwilling to act as such the sole arbitration or some other person appointed by the CMD, BSNL or the said officer. The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act, 1996.

18.2 There will be no objection to any such appointment on the ground that the arbitrator is BSNL Servant or that he has to deal with the matter to which the agreement relates or that in the course of his duties as BSNL officer he has expressed views on all or any of the matter under dispute. The award of the arbitrator shall be final and binding on the parties to the agreement. In the event of such arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reasons whatsoever the CMD, BSNL or the said officer shall appoint another person to act as arbitrator in accordance with terms of the agreement and the person so appointed shall be entitled to proceed from the stage at which it was left out by his predecessors.

18.3 The arbitrator may from time to time with the consent of parties enlarge the time for making and publishing the award. Subject to aforesaid Arbitration and Conciliation Act, 1996 and the Rules made thereunder, any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this clause.

18.4 The venue of the arbitration proceeding shall be the Office of the CMD, BSNL, New Delhi or such other Places as the arbitrator may decide.

18.5 Any party shall not use any information obtained from other party during the course of dispute resolution process under this clause for any purpose other than to resolve the dispute and such information shall not be used in any litigation.

12.1 Both parties shall use their best efforts in good faith and best intention to resolve disputes by mutual negotiation and consultation and shall settle amicably any dispute that may arise or relate to this agreement or a breach thereof. Pending resolution of a dispute, the supplier shall continue to fulfill its obligations under this agreement.

19 SET OFF:

Any sum of money due and payable to the SUPPLIER (including security deposit refundable to him) under this contract may be appropriated by the purchaser or the BSNL or any other person or persons contracting through the BSNL and set off the same against any claim of the Purchaser or BSNL or such other person or persons for payment of a sum of money arising out of this contract or under any other contract made by the SUPPLIER with the Purchaser or BSNL or such other person or persons contracting through BSNL.

IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed through their respective authorized representatives on the day and year first above written.

Signed and delivered for and on behalf of BHARAT SANCHAR NIGAM LIMITED.

By____________

Signed on behalf of M/s.___________________

Page 110: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

By Shri _______________ holder of General Power of Attorney dated__________ executed in accordance with the Resolution No. Nil dated _____________ passed by Board of Directors.In the presence of :

Witness :1 _____________________

2 _____________________

Page 111: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

Annexure-3A

Page 112: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

SECTION-6

UNDERTAKING & DECLARATION

6(A) - For understanding the terms & condition of Tender & Spec. of work

a) Certified that:

1. I/ We ……………………………………. have read, understood and agree with all the terms and conditions, specifications included in the tender documents & offer to execute the work at the rates quoted by us in the tender form.

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

b) The tenderer hereby covenants and declares that:

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

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

Date: …………… …………………………………Signature of Tenderer

Place: …………… Name of Tenderer ……………………………….Along with date & Seal

Page 113: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

6 (B) – NEAR-RELATIONSHIP CERTIFICATE:(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 of the tendererWith date and seal

Page 114: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

SECTION- 7

PROFORMAS

7(A) For the BIDSECURITY/ EMD Guarantee(To be typed on Rs.100/- non-judicial stamp paper)

Sub: Bid Security/EMD guarantee.Whereas M/s …………………………… R/o ……………… …………

……………………………………… (Hereafter referred to as Bidder) has approached us for giving Bank Guarantee of Rs. ……………………/- (hereafter known as the “B. G. Amount”) valid up to …../……/ 20….. (hereafter known as the “Validity date”) in favour of DGM (MMT) BSNL CO, Delhi (Hereafter referred to as BSNC) for participation in the tender of work of …………………………………………….. vide tender no. ………………………………….

Now at the request of the Bidder, We ……………………………………… Bank …………………………Branch having ………………………………………… ………. .……………………………………. (Address) and Regd. office address as ……… ………...……………………………………………………………………… ……… ……… …………… (Hereinafter called ‘the Bank”) agrees to give this guarantee as hereinafter contained:2. We the Bank do hereby undertake to pay the amounts due and payable under

this guarantee without any demur, merely on a demand from the BSNC stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the BSNC by reason of breach by the said bidder(s) of any of terms or conditions contained in the said Agreement or by reason of the bidder (s) failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee where the decision of the BSNC in these counts shall be final and binding on the bank. However, our liability under this guarantee shall be restricted to an amount not exceeding the “B. G. Amount”.

3. We undertake to pay to the BSNC any money so demanded notwithstanding any dispute or disputes raised by the bidder(s) in any suit or proceeding before any court or tribunal relating thereto our liability under this present being absolute and unequivocal. The Payment so made by us under this bond shall be valid discharge of our liability for payment there under and the bidder(s) shall have no claim against us for making such payment.

Page 115: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

4. We the Bank further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the BSNC under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till BSNC Certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said bidder(s) and accordingly discharge this guarantee. Unless a demand or claim under this guarantee is made on us in writing or before the expiry of Validity date from the date hereof, we shall be discharged from all liability under this guarantee thereafter.

5. We the Bank further agree with the BSNC that the BSNC shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said bidder(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the BSNC against the said bidder(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Bidder(s) or for any forbearance, act or omission on the part of the BSNC or any indulgence by the BSNC to the said bidder(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. Notwithstanding anything herein contained ;(a) The liability of the Bank under this guarantee is restricted to the “B. G.

Amount” and it will remain in force up to its Validity date specified above.(b) The guarantee shall stand completely discharged and all rights of the

BSNC under this Guarantee shall be extinguished if no claim or demand is made on us in writing on or before its validity date.

7. In case BSNC demands for any money under this bank guarantee, the same shall be paid through banker’s Cheque in favour of “AO (Cash) BSNL CO” payable at New Delhi.

8. The Bank guarantees that the below mentioned officer who have signed it on behalf of the Bank have authority to give this guarantee under its delegated power.

Place: ……………………………

Date: ………………………….. (Signature of the Bank Officer) Rubber stamp of the bank

Authorized Power of Attorney Number: ………………. Name of the Bank officer: …………………………….. Designation: …………………………………… Complete Postal address of Bank: ……………………………………………………………………………………

Telephone Numbers ……………………………..Fax numbers ………………………………

Page 116: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

7(B)For the Performance Guarantee

(To be typed on Rs.100/- non-judicial stamp paper) Dated:……………..

Sub: Performance guarantee.

Whereas DGM (MM) BSNL CO, Delhi R/o …………………………..………… …………………..(hereafter referred to as BSNC) has issued an APO no. …………..………. Dated ……/……/20….. awarding the work of …………… …… … ………………………………….. to M/s …………………..…………………………… R/o ………………………………………………………………… (hereafter referred to as “Bidder”) and BSNC has asked him to submit a performance guarantee in favour of DGM(MMT) BSNL CO, Delhi of Rs. …………..……/- (hereafter referred to as “P.G. Amount”) valid up to ……/……/20………(hereafter referred to as “Validity Date”)

Now at the request of the Bidder, We ……………………………………… Bank …………………………Branch having ……………………..…………………… ………. .……………………………………. (Address) and Regd. office address as ……… ………...……………………………………………………………………… ……… ……… …………… (Hereinafter called ‘the Bank”) agreed to give this guarantee as hereinafter contained:

2. We, “the Bank” do hereby undertake and assure to the BSNC that if in the opinion of the BSNC, the Bidder has in any way failed to observe or perform the terms and conditions of the said agreement or has committed any breach of its obligations there-under, the Bank shall on demand and without any objection or demur pay to the BSNC the said sum limited to P.G. Amount or such lesser amount as BSNC may demand without requiring BSNC to have recourse to any legal remedy that may be available to it to compel the Bank to pay the same.

3. Any such demand from the BSNC shall be conclusive as regards the liability of Bidder to pay to BSNC or as regards the amount payable by the Bank under this guarantee. The Bank shall not be entitled to withhold payment on the ground that the Bidder had disputed its liability to pay or has disputed the quantum of the amount or that any arbitration proceeding or legal proceeding is pending between Bidder and BSNC regarding the claim.

4. We, the Bank further agree that the guarantee shall come into force from the date of its issue and shall remain in full force and effect up to its Validity date.

5. The Bank further agrees that the BSNC shall have the fullest liberty without the consent of the Bank and without affecting in any way the obligations hereunder to vary any of the terms and conditions of the said agreement or to extend the time for performance of the said agreement from any of the

Page 117: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

powers exercisable by BSNC against the Bidder and to forebear to enforce any of the terms and conditions relating to the said agreement and the Bank shall not be relieved from its liability by reason of such failure or extension being granted to Bidder or through any forbearance, act or omission on the part of BSNC or any indulgence by BSNC to Bidder or any other matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of relieving or discharging the guarantor.

6. Notwithstanding anything herein contained ;(a) The liability of the Bank under this guarantee is restricted to the P.G.

Amount and it will remain in force up to its Validity date.(b) The guarantee shall stand completely discharged and all rights of the

BSNC under this Guarantee shall be extinguished if no claim or demand is made on us in writing on or before its validity date.

7. In case BSNC demands for any money under this bank guarantee, the same shall be paid through banker’s Cheque in favour of “AO (Cash) BSNL CO” payable at New Delhi.

8. The Bank guarantees that the below mentioned officer who have signed it on behalf of the Bank have authority to give this guarantee under its delegated power.

Place: ……………………………

Date: ………………………….. (Signature of the Bank Officer) Rubber stamp of the bank

Authorized Power of Attorney Number: ………………. Name of the Bank officer: …………………………….. Designation: …………………………………… Complete Postal address of Bank: ……………………………………………………………………………………

Telephone Numbers ……………………………..Fax numbers ………………………………

Page 118: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

7 (C)For Letter of Authorization for attending Bid Opening Event.

(To be typed preferably on letter head of the company)Subject: Authorization for attending Bid opening

I/ We Mr. /Ms. …………………………………….. have submitted our bid for the tender no. ………………………….……… in respect of …………………… ………………………………………………………….. (Item of work) which is due to open on …………………. (date) in the Meeting Room, O/o ………………………………………………………………………………….

We hereby authorize Mr. / Ms. ………………………………& Mr. / Ms…………….………… (alternative) whose signatures are attested below, to attend the bid opening for the tender mentioned above on our behalf. …………………………………….Signature of the Representative ………………………………… Signature of Bidder/ Officer authorized to signName of the Representative on behalf of the Bidder…………………………………….Signature of the alternative Representative …………………………………………..Name of the alternative Representative

Above Signatures Attested

Note 1: Only one representative will be permitted to attend the Bid opening

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

Page 119: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

7(D)Model Amendment Letter Intimating Conditions for Extension of Delivery

Period(Refer to Appendix (i) to clause 15.3 of Section-5 Part A)

Registered A Due

Address of the purchaser----------------------------------------------------------------

ToM/s ………………………………..………………………………………

Sub: This office contract no………….. dated …………. placed on you for supply of …………………………………………………………………….

Ref :Your letter no……………………………… dated ……………….We are in receipt of your letter, wherein you have asked for extension/ further extension of time for delivery/ execution/ installation/ commissioning. In view of the circumstances stated in your above referred letter, the time of delivery can be extended from _______ (original/ last delivery period) to ____________ (presently agreed delivery period) subject to your unconditional acceptance of the following terms and conditions:

1. That, liquidated damages shall be levied in accordance with agreed clause 16.2 & 16.3 Section-5 Part A of terms and conditions of the tender/ PO.

2. That, notwithstanding any stipulation in the contract for increase in price on any ground, no such increase, whatsoever, which takes place after current last date of Delivery shall be admissible on such of the said goods as are delivered after the said date as per clause 12 Section-5 Part A.

3. That, the prices during this extended delivery period shall be provisional and shall be governed as per agreed clauses 12 and 24 of Section 5 Part A and shall be finalized in accordance with the current PO price or the current PO price with latest budget/ duty impact or the prices in the new tender (T.E. no. ………..) from the date of its opening, on whichever is lower basis.

4. An additional BG of Rs._____in accordance with clause 15.3, Section- 5PartA of the contract with validity up to _______.

5. An undertaking as required vide clause 24.3, Section-5A. Otherwise furnish the details as requisite in clause 24.4 section 5 Part A”

Page 120: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

Please intimate your acceptance of this letter alongwith the additional BG within ten days of the issue of this letter failing which the contract will be cancelled at your risk and expense without any further reference to you. This letter shall form part and parcel of the agreement/ contract/ APO/ PO and all other terms & conditions of the contract remain unaltered.

Yours faithfully,

(………………………)for and on behalf of………..

Note : The entries which are not applicable for the case under consideration are to be deleted.

Page 121: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

7(E)-

Model Amendment Letter for Extension of Delivery PeriodAppendix (ii) to clause 15.3 of Section-5 Part A

Registered Acknowledgement Due

Address of the purchaser----------------------------------------------------------------

ToM/s ………………………………..………………………………………

Sub : This office contract no………….. dated …………. placed on you for supply of ………………

Ref : 1. Your letter no……………………………… dated ………………. requesting DP extension

2. This office letter no. ……………… dated ……… intimating conditions for DP extension

3. Your letter no………………….. dated …………. accepting the conditions for DP extension

In your above letter under reference (1), you have asked for extension/ further extension of time for delivery/ execution/ installation/ commissioning. The terms and conditions for extension of delivery period were conveyed to you vide this office letter under reference (2). In view of the circumstances stated in your above referred letter, and upon your unconditional acceptance of the terms and conditions of this extension vide your letter under reference (3), the time of delivery is hereby extended from _______ (last delivery period) to ____________ (presently agreed delivery period) on the terms and conditions in letter under reference (2) above and agreed by you vide letter under reference (3) i.e.:(a) Liquidated damages shall be levied in accordance with agreed clause 16.2 &

16.3 Section-5 Part A of terms and conditions of the tender/ PO.

(b) Notwithstanding any stipulation in the contract for increase in price on any ground, no such increase, whatsoever, which takes place after current last date of Delivery/ completion of work shall be admissible on such of the said goods as are delivered after the said date as per clause 12 Section- 5 Part A.

Page 122: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

(c) The prices during this extended delivery period shall be governed as per clauses 12 and 24 of Section-5 Part A and shall be finalized in accordance with current PO price or the current PO price with latest budget/ duty impact or the prices in the new tender (T.E. no. ………..) from the date of its opening, on whichever is lower basis.

The letters under reference above and this letter shall form part and parcel of agreement/ contract/ APO/ PO and all other terms & conditions of the contract remain unaltered.

Yours faithfully,

(………………………)for and on behalf of………..

Copy to :…………………..…………………..…………………..(All concerned)Note:- The entries which are not applicable for the case under consideration are to

be deleted.

Page 123: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

SECTION- 8Bidder’s profile & Questionnaire.

Tenderer / Bidder’s Profile & Questionnaire(To be filled in and submitted by the bidder)

A) Tenderer’s Profile1. Name of the Individual/ Firm: ………………………………………………2. Present Correspondence Address …………………………..……………… …………..…………………………………………………………………………

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

3. Address of place of Works/ Manufacture ……….…………….………………………………………………. ………………… ………………….………………………………………………………………………Telephone No. ..……………………….. Mobile No. ……………………………

4. State the Type of Firm: Sole proprietor-ship/partnership firm / (Tick the correct choice): Private limited company.

5. Name of the sole proprietor/ partners/ Director(s) of Pvt. Ltd Co.: S. No. Name Father’s Name Designation1.

2.

3.

4.

5.

6. Name of the person authorized to enter into and execute contract/ agreement and the capacity in which he is authorized (in case of partnership/ private Ltd company): …………………………………………………………………………………………………………………………………..………………………………………………………….

7. Permanent Account No. :………………………………………………………8. Details of the Bidder’s Bank for effecting e-payments:

(a) Beneficiary Bank Name:………………………………(b) Beneficiary branch Name:…………………………….(c) IFSC code of beneficiary Branch……………………..(d) Beneficiary account No.:……………………………….(e) Branch Serial No. (MICR No.):………………………...

Page 124: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

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

B) Questionnaire1. Do you think any other detail/ material is required to complete the work

specified in the specification? Yes/ No.1.1 If Yes, Give details………………………………………………………………………………………………………………………………………………………………………………2. Do you think any other item of work need be included in tender form to

complete the work specified in the specification? Yes/ No.2.1 If Yes, Give details………………………………………………………………………………………………………………………………………………………………………………3. Kindly indicate the maximum Quantity of tendered material which you are

capable of supplying within the scheduled delivery period.Name of the tendered Item Qty that can be supplied by the firm

within scheduled delivery period.

4. Suggestion for improvement of the tender document.……………………………………………………………………………………….……………………………………………………………………………………….…………………………………………………………………………………….

Place…………………. Signature of contractor ………………………

Date …………………. Name of Contractor ……………………………

Page 125: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

SECTION-9 Part-A

BID FORMTo From,…………………………………………. ……………………………………….< complete address of the purchaser><complete address of the Bidder> …………………………………………. ………………………………………………………………………………… …………………………………………

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

Ref: Your Tender Enquiry No. …………………………………dated …………………

1. Having examined the above mentioned tender enquiry document including amendment/ clarification/ addenda Nos. ...................... dated …………….. ……………the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver .............................................. 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 the financial Bid.

2. Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and replacement.

3. We agree to abide by this Bid for a period of ……….days from the date fixed for Bid opening or for subsequently extended period, if any, agreed to by us. This bid shall remain binding upon us up to the aforesaid period.

4. We understand that you are not bound to accept the lowest or any bid, you may receive.

5. If our Bid is accepted, we will provide you with a performance guarantee from a Scheduled Bank for a sum @ 5% of the contract value for the due performance of the contract.

6. If our Bid is accepted, we undertake to complete delivery of all the items and perform all the services specified in the contract in accordance with the delivery schedule specified in the Section-2 (Tender Information).

7. 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.

Dated: ....... day of ................... 20…

Signature ………………………….Witness Name ……………………………..Signature…………………………. In the capacity of ………………………….

Page 126: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

Name …………………………….. Duly authorized to sign the bid for and onAddress ...................................... behalf of ..............................................

Page 127: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality
Page 128: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

SECTION-9 Part-B

Part I - Price Schedule for Indigenous Equipment

Sl.No.

Item

des

crip

tion

Tota

l Qty

..

Ex-fa

ctor

y Pr

ice

(Bas

ic U

nit P

rice

excl

usiv

e of

all

Excise Duty Sales Tax

F.F. Pkg& I O

ther

levi

es &

ch

arge

s, if

any

Uni

t Pric

e (a

ll in

clus

ive

Dut

ies

& T

axes

C

ENVA

T-ab

le o

n un

it pr

ice

Uni

t Pric

e ex

clud

ing

Dut

ies

&

Taxe

s C

ENVA

T

Tota

l Pric

e In

clus

ive

of a

ll le

vies

& c

harg

es

Page 129: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality

4.7. The original hardware/software Manufacturer(s) of the proposed equipment/solution shall guarantee support to BSNL for their respective products for a minimum period of eight years. The Bidder shall have back-to-back agreement with each of the Manufacturer(s) individually, so that the respective product support for operation, maintenance and upgrades is available to BSNL for 7 years for this project. A copy of such agreement shall be made available to BSNL at the time of submission of the bid. All such agreements shall be signed by the respective authorized signatories of the concerned companies. Back to back agreement is not required for PCs, printers, modems, UPS subjected to the condition that if the bidder gives an undertaking that if no support is available from manufacturers of PCs, printers, modems, UPS the vendor will replace the equipment free of cost with equivalent or better equipment. However, back to back agreement is required for servers and main equipment like STP, STM-I, RAS, LAN Switch, Firewall etc. C-1

4.8 The Bidder shall provide an undertaketing to undertake the annual maintenance as per the provisions of Annexure II, Part B of Section 5 in this Tender Document

4.9 The Bidders participating in the Tender shall also submit an undertaking to set up necessary infrastructure in all the Circles for project implementation, O&M support and annual maintenance contract within one month of issue of Purchase Order

Page 130: BID DOCUMENT - Bharat Sanchar Nigam Limitedtender.bsnl.co.in/bsnltenders/pdf/BID_DOCUMENT_020715.doc · Web viewBID DOCUMENT FOR SUPPLY OF Signalling solution with FNMP functionality