You are on page 1of 90

MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

BHARAT SANCHAR NIGAM LIMITED


(A Government of India Enterprise)
9 T H F L O O R , T E L E P H O N E B HAWA N , C.G. R O A D ,
AHMEDABAD – 380 006
From: To,
AGM (MP) , 9th floor, A-Wing
T E LE P H O N E B H AWA N , C.G. R O A D ,AHMEDABAD – 380 006.

No. MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV/ dated at Ahmedabad the 08/06/2018.

Sub: Tender documents for Operation and Maintenance of Incremental OF cable taken over from BBNL under
NOFN project by Gujarat Telecom circle.

Tender No: MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV issued on 08/06/2018.

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

Section No. Item Page Nos.


1 Part A Detailed NIT 2 to 5
2 Tender Information 6 to 8
3 Part A Scope of work 9 to 11
3 Part B Technical specifications/Requirements 12 to 15
3 Part C Schedule of requirements(SOR) 16 to 30
4 Part A General Instructions to the Bidder(GIB) 31 to 45
4 Part B Special instructions to bidders(SIB) 46
4 Part C E-tendering instructions to bidders (If applicable) 47 to 51
5 Part A General (Commercial ) Conditions of Contract(GCC) 52 to 60
5Part B Special ( commercial ) conditions of Contract(SCC) 61
5 Part C General conditions of AMC (If applicable) 61
5 Part D Special condition of the contract 62 to 64
6 Part A to E Undertaking & declaration 65 to 69
7 Part A to D Proforma(s) 70 to 77
8 Bidder’s profile & Questionnaire 78 to 79
9 Part A Bid form 80
4 Part A Appendix-1 Section 4 PartA Clause 32 81 to 87
Check List for the bidders 88 to 89
9 Part B (I&II ) Price schedules 90

If interested, kindly submit your offers to by means of online bids only for
Electronic Tendering at the portal detailed in ‘Special Instructions to Bidders for E-Tendering
before 11-00 hours of 06/07/2018.

AGM (MP)
Phone Number - (Off) 079-26480117
FAX No. 079- 26480118
E-Mail: coagmmp@gmail.com
1
Bidders signature
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

SECTION – 1 Part-A
DETAILED NOTICE INVITING TENDER

Digitally Sealed Tenders are invited by the Chief General Manager, Gujarat Telecom Circle, BSNL,
Ahmedabad on behalf of Bharat Sanchar Nigam Limited for Selection of agency for Operation & Maintenance
of the Optical fibre taken over by BSNL from BBNL under the project NOFN (National Optical Fibre Network),
called as incremental fibre through open tender from registered and established Firms of following item. Bid will
be opened in two parts i.e. Technical & financial on different dates.

Sr Zone Item/Work Approx. Estimated Earnest Money Zone wise


no. Quantity of Cost (in Rs.) for the Tender Average turn
OFC (in (For 1 year (INR) over
Kilometres.) O & M) per annum
Operation and Maintenance of
1 Zone-IV 3737.00 7.47 Crore Rs. 14,94,800/- Rs. 1 Crore
incremental OF Cable
Total 3737.00 7.47 crore Rs. 14,94,800/- Rs. 1 Crore

Zone-IV includes Bhuj & Nadiad SSAs of Gujarat Telecom Circle.

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.

Note : 2 : Deleted.

1.1 : One bidder from the Zone will be selected based on zone wise lowest quote as per price schedule at
section 9 part B.

2. Purchase of Tender Document: Tender document can be obtained by downloading it from the website
www.gujarat.bsnl.co.in. The official copy of tender document for participating in E-tender shall be available
for downloading from http://gujaratbsnl.abcprocure.com , from 08/06/2018, 17:00 Hrs onwards.
2.1. The bidders downloading the tender document are required to submit the tender fee amount through
Demand Draft / Crossed Banker’s cheque of an amount of Rs 2,000/- + applicable GST @ 18% i.e. Rs.2,360/-
along with their tender bid failing which the tender bid shall be left archived unopened/ rejected.
Demand Draft / Crossed Banker’s cheque shall be drawn from any Nationalized/ Scheduled Bank in favour of
A.O.(Cash), O/o CGMT, BSNL, Ahmedabad, payable at Ahmedabad..

2.2 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/work.

3.0 Availability of Tender Document: The tender document shall be available for downloading from
08/06/2018,17:00 Hrs, onwards up to 06/07/2018, 10:55 Hrs on all working days of this office.

3.1 BSNL has decided to use e-tendering process for inviting this tender and thus the physical copy of the
tender would not be sold.
3.2 Deleted.

2
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

4. ELIGIBLITY CRITERIA:

a) The bidder shall be a company registered in India under companies act 1956/2013 or a partnership firm
or proprietorship firm registered in India.

b) The eligible entities can be either in the business of providing/laying OFC and its peripherals or Cable
TV operator or BSNL existing empanelled System Integrator.

c) Average annual Turnover should be at least Rs. 1 Crores during the last three financial years as on 31st
March 2018.

d) The Bidder should not be under the effect of blacklisting by any Ministry/Department of Government of
India or by any State Government department/agency in India or by Government of Gujarat or any of the
Government PSUs at the time of bidding.

e) The bidder must hold all valid licenses/grants/compliances/ permissions etc. which may be required to
carry out such work.

f) The Bidder must attach valid documents in support to their Technical and Financial capabilities/strength,
as mentioned above. Without proper supporting documents, the Bid proposals are liable to be rejected.

g) The bidder must have experience of either 100 Km of OF cable laying or 300 Km of O & M of OF cable
in last two years from the date of NIT in BSNL / MTNL / Central / State Govt. / PSUs / Private
Operator. Experience Certificate should be issued by an officer not below the rank of Divisional
Engineer in case of BSNL / MTNL and project Manager or Sr. Management level officer in case of any
Private operator.

h) Document establishing that the bidder is having valid registration with EPF and ESI are required.
i) Valid PAN No.

j) Valid Goods and Services Tax Registration Certificate No(s). or mention as unregistered dealer.

k) A self-declaration along with the evidence that the bidder is not black listed by GST authorities.

l) In case the supplier gets black-listed during the tenure of BSNL contract, then adequate indemnity clause
should be inserted to ensure that no loss of Input Tax credit is borne by BSNL due to a default of
supplier.

m) In case of multiple GST numbers, all the numbers can be provided.

4.1 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.

3
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

4.2 Ob t a i n i n g the permission from the local authorities shall be the responsibility of the Successful
Bidder. Sufficient time (2days) will be given by SDE/JTO Concerned for obtaining the permission.

4.3 If any damages are done by the Successful Bidder, to any other service providers/agencies network within
the operating area, then compensation/restoration will be the responsibility of the Successful Bidder

5. Bid Security / EMD:

5.1 The bidder shall furnish the bid EMD in one of the following ways.
a) Demand Draft/ Banker’s cheque drawn in favour of A.O.(Cash), O/o CGMT, BSNL, Ahmedabad,
payable at Ahmedabad shall also be acceptable, but no interest shall be payable.

b) Bank Guarantee from a scheduled bank drawn in favour of AGM (MP), O/o CGMT, BSNL,
Ahmadabad payable at Ahmedabad which should be valid for 180 days from the tender opening date in
the prescribed format.

5.2 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/work.

6. Date & Time of Submission of Tender bid: On or before 11:00 hrs of 06/07/2018 (tender closing
date).

Note 4 : In case the date of submission (opening) of bid is declared to be a holiday,


the date of submission (opening) of bid will get shifted automatically to next
working day at the same scheduled time. Any change in bid opening date due
to any other unavoidable reason will be intimated to all the bidders separately.

7. Online opening of Tender Bids: At 12:00 Hours of this tender closing date (06/07/2018)

8. Place of opening of Tender bids:

8.1 In case of tenders invited through e-tendering process, the tenders shall be opened through ‘Public
Online Tender Opening Event (POTOE)’. BSNL’s Tender Opening Officers as well as authorized
representatives of bidders can attend the Public Online Tender Opening vent (TOE) from the comfort
of their offices. Kindly refer clause 8 of Section-4 Part C of Tender document for further instructions.

8.2 In addition & in case of tenders invited through manual bidding process, authorized representatives of
bidders (i.e. vendor organization) can attend the TOE at the office of AGM (MP), 9th Floor, Telephone
Bhawan, C.G. Road, AHMEDABAD – 380 006., where BSNL’s Tender Opening Officers would be
conducting Public Online Tender Opening Event (TOE).
9. Tender bids received after due time & date will not be accepted by the system or physically.

10. Incomplete, ambiguous, Conditional, unsealed tender bids are liable to be rejected.

11. CGMT,BSNL,AHMEDABAD 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.

4
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

12. The official copy of tender document for e-bidding process of E-tender shall be available for downloading
from http://gujaratbsnl.abcprocure.com from 08/06/2018, 17:00 Hrs onwards. This will, however,
be same as available on BSNL website.
12.1 The bidder shall furnish a declaration that no addition / deletion / corrections have been made in the
downloaded tender document being submitted and it is identical to the tender document
appearing on E-tender Portal http://gujaratbsnl.abcprocure.com.

12.2 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.

Note 5: All documents submitted in the bid offer should be preferably in English. In case the certificate viz
experience, registration etc. is issued in any other language other than English, the bidder shall attach
an English translation of the same duly attested by the bidder & the translator to be true copy in
addition to the relevant certificate.

Note 6: All computer generated documents should be duly signed / self attested by the
authorized person of bidder / issuing organization.

AGM (MP)

5
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

Section- 2

Tender Information

1. Type of tender- :
a) No. of Bid Submission Stages for tender: Single Stage in two parts.
b) No. of Envelopes for submission of Bids: Two Nos.
(Opening stages)
c) E-reverse auction (In case of tenders invited through e-tendering only) : Yes (If necessary)

The bidder shall submit Techno-commercial & Financial bids simultaneously

Note 1:- The bids will be evaluated techno-commercially first and thereafter 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 and Validity of bid Offer
for acceptance by BSNL can be extended.
3) Deleted
a) Techno-commercial envelope shall contain:
i. EMD
ii. Cost of the tender documents i.e. 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
14.3 of Section 4 Part A
v. Integrity Pact
vi. Clause by clause compliance as per clause 11.2 of Section-4 Part A
vii. Bidder’s Profile & Questionnaire duly filled & signed.
viii. Non Relation Certificate in Proforma duly filled & signed from each director of the company
individually
ix. Undertaking & declaration in Performa duly filled & signed
x. Documents stated in clause 10 of Section-4 Part A
xi. Tender documents duly signed at the end of each section for having read it & accepted it.
xii. Tender/ Bid form-Section 9 Part A duly filled & signed
xiii Electronic Form- Technical (in case of tenders invited through e-tendering process)
xiv Copy of Registration of EPF/ESI etc

Note 2: In case of e-tendering, 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 (Section 9 Part-B with all relevant bid annexure
(in case of tenders invited through e-tendering process).

6
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

Note 3:- In case of e-tendering, the following documents are required to be submitted offline (i.e. offline
submissions) to AGM(MP) o/o CGMT,BSNL, Telephone Bhawan, 9th floor, A-Wing, C.G Road,
Ahmedabad-38006 on or before 06/07/2018 up to 11:00 Hrs. of submission of bids in a sealed
envelope.
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)
ii) DD/ Banker’s cheque of Tender fee
iii) Power of Attorney in accordance with clause 14.4 of section 4 Part A
and authorization for executing the power of Attorney.
iv) Integrity Pact
4. Deleted.
5) Payment terms:
5.1 i). The vendor will be paid after the completion of every quarter / month. The vendor is expected to first get
the certificate from the Nodal Incharge in the SSA i.e getting the SES filled in ERP at the end of the
period. Based on the SES he is required to submit the bill in the respective SSA. With respect to one
time task the similar procedure will be followed. Payment will be made as per the certification of the
Nodal Officer of the SSA. The Purchase Order for one time task will be given by BSNL Nodal Officer
after identifying the work for that GP.

ii). Penalty, if any, imposed on the bidder , will be deducted from eligible amount.
For claiming this payment, the following documents (whatever applicable) or as per PO are to be
submitted to the paying authority.
(a) Invoice clearly indicating break up details of composite price i.e. Basic, Goods and Services Tax
(GST), any other Duties and Taxes, etc.
(b) Certificate required from the Nodal incharge in the SSA.
(c) Copy of PO issued by SSA
(d) Copy of Registration of EPF/ESI
(e) List showing the details of labours / employees engaged and duration of their engagement. The
amount of wages paid to such labours / Employees for the duration in question.
(f) Amount of EPF contributions (both employers and employees contribution) for the duration of
engagement in question paid to the EPF authorities.
(g) Copies of authenticated documents of payment of such contribution to EPF authorities.
Declaration regarding compliance of the EPF Act. /ESI Act. and other labour laws
applicable from time to time.
(h) Details of recoveries/penalties for delays, damages to BSNL/Third party properties as
per provisions of the contract. In case no recovery is to be made, NIL report needs to
be submitted.
(i) Proof of payment of GST, if applicable.
(j) Timely uploading of correct and necessary information on GSTN portal is mandatory as prescribed in
GST compliances.
(k) Any other document asked by BSNL.

Note :- 1) If the supplier fails to furnish necessary supporting documents i.e. GST invoice / Customs invoices
etc. and also fails to upload the information on GSTN in respect of the Duties/taxes for which input tax
credit is available, the amount pertaining to such Duties/Taxes will be deducted from the payment due to
the supplier.
7
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

2) Tax amount will be paid to the supplier only after supplier declares the details of the invoices in its
return in GSTR 1 and GSTR-3 uploaded by the supplier and the same is reflected in GSTR-2A of BSNL
on GSTN portal .
3) TDS/ TCS shall be deducted at the prescribed rate, if any (as the case may be).
4) BSNL can adjust/ forfeit Bank Guarantee obtained from the supplier against any loss of input tax credit
to BSNL on account of supplier's default.
5) In case BSNL has to pay GST on reverse charge basis, the supplier would not charge GST on its
invoices. Further, the supplier undertakes to comply with the provisions of GST law as may be
applicable

5.4 The bidder has to give the mandate for receiving the 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 are required to give the following information for this purpose :-
(i) Beneficiary Bank Name :
(ii) Beneficiary Branch Name :
(iii) IFSC Code of beneficiary Branch :
(iv) Beneficiary account No.
(v) Branch Serial No. (MICR No.) :

6. Nos. of bidders to be awarded :


One bidder from the Zone will be selected based on zone wise lowest quote as per price schedule at
section 9 part B.
7. Bidder must quote for 100% of the tendered quantity zone wise.

8. Evaluation of tender item will be done based on Zone wise Lowest quote for O &M of OF cable only.

8
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

Section 3 Part- A

SCOPE OF WORK _
1. (Annexure-II)
Technical Specifications for O & M of Incremental OF Cable taken over from BBNL under NOFN project
by Gujarat Telecom circle.

2.1 Vendor will perform operation and maintenance of BharatNet/NOFN incremental OFC- FPOI to GP/ONT
along with its accessories, joint chambers. BSNL is at liberty to withdraw/add any block for O&M of the
OF Cable from FPOI for which BSNL shall intimate to vendor three months in advance. Vendor shall
continue to do the O&M of existing fibre in these Zones.

2.2 Vendor shall be responsible for the O&M of OF Cable from FPOI to ONT/GP .BSNL shall pay O&M of
OFC to Vendor.

2.3 For effective monitoring of O&M activities and booking, escalation and rectification of complaints/faults in
respect of BharatNet/NOFN , BSNL & BBNL shall finalize the operation procedure jointly.

2.4 BBNL will provide the access of BharatNet NMS application to support BSNL & Vendor to monitor &
manage network faults effectively. To effectively utilize NMS tool, all the network related details required
for effective monitoring and troubleshooting of network fault, RCA etc. Shall be maintained & updated by
Vendor. In addition, Vendor will be free to use their own tools & testers to bring more efficiency in fault
management & improve network availability.

2.5 Booking and compliance of complaints/faults in respect of BharatNet will require interflow of complaints/
Trouble tickets and compliances messages between Vendor,BSNL CRM/complaint handling system and
BBNL NOC/NMS. A suitable mechanism for this purpose shall be decided jointly by BSNL, Contractor and
BBNL.

3. Scope of BBNL
3.1 Network operation Centre (NOC)-Which includes
a. Faults & Trouble Ticket management.
b. Provisioning
c. Configuration
d. Network Security.
3.2 Monitoring of SLA and Network KPIs.
3.3. Monitoring of Performance, QoS etc.
3.4 Implementation of Warranty/AMC agreements.
3.5 Monitoring of DCN.

4. Scope of Vendor
4.1 Vendor will perform operation and maintenance of BharatNet/NOFN incremental OFC- FPOI to GP/ONT
along with its accessories, joint chambers.
a. O & M of OF Cable from FPOI to ONT (Optical Network Terminal).
b. Planned maintenance (Laying /replacement /shifting of incremental OFC)
c. Preventive maintenance.

4.2 O & M of OF Cable from FPOI to ONT:


4.2.1 Fiber faults can be broadly categorized in below categories:
a. Fiber Cut/Break/Deterioration/Signal Loss
9
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

b. Patch Cable/Connector Problem


c. Section Isolation
d. Low Optical Power
e. Splitter fault.
4.2.2. O & M OF Cable , shall include following:-

4.2.2.1 Vendor shall endeavour to maintain the OF Cable in healthy condition by keeping the overall section loss
within permissible limits 0.6 dB per Km (at 1550 nm) and splice loss of less than 0.05 dB for
joints/tapping’s.
4.2.2.2 O & M of OF Cable shall include following:-

a. To locate and restore the fiber faults as per SLA and intimate the NOC immediately after restoration.
b. Rectify to replace the faulty and deteriorated OFC route with material.
c. Prepare the revised ABDs incorporation all changes in the cable route within 1 week of such change.
d. Update the OFC inventory in GIS tool as per changes parameters due to replacement of OFC, joint or
any other optical parameter such as no. Of joints, link loss revised fiber loop length etc.
4.2.2.3 The maintenance Team shall-
a. Follow the principles of fiber splicing as provided by BSNL.
b. Maintain sufficient stock of the OF accessories in each support centre.
c. Follow Fault occurrence/Reporting and Maintenance Procedure as defined in Annex-II.
d. Interact with NOC and updating the cable/ equipment fault status online in NMS.
4.2.2.3 Vendor shall provide sufficient maintenance infrastructure/teams as may be essential to meet out Service
Level Agreement (SLA) as per cause no. 6.11 of this agreement .

4.3 O & M of Incremental OF Cable:


Vendor shall perform the O&M of FPOI to GP/ONT as per approved tender rate.

4.4.1 Vendor shall carry out planned event management in live network in respect of the following as per
process. The payment of such work shall be in addition of O & M charges as per rates given by vendor
(including all material) and claimed as per ‘working procedure for claiming payment’ prescribed here under:
a. Shifting of the incremental OFC route/section whenever required due to developmental works, local
authority’s requirement or due to any other reason like natural calamity etc. With intimation to BSNL.
b. Laying of OFC for Replacement of High loss cable section.
c. Laying of OFC in case of shifting of ONT or installation of new ONT.
d. Prepare the revise ABDs incorporating all changes in the cable route within 1 week of such change.
e. Update the OFC network and inventory in GIS tool as per the changes parameter due to
replacement/diversion of the OFC route.

4.5 Whenever BBNL require another fiber(s) on incremental cable laid in BharatNet/NOFN on any route,
Vendor will do end to end built-up of fibers . Further in case the fibers do not meet the optical parameter as
per the defined limits, necessary repair would be done by contactor/vendor as defines above.

4.6 Preventive Maintenance:


i. Vendor shall take necessary steps to maintain basic Hygiene, surveillance of fiber and joint chambers.
ii. Vendor shall and closely liaison with the local authorities so as to update itself with the proposed works
that may be executed by them in near future.

5. Technical Maintenance Support:


5.1 Vendor shall provide sufficient maintenance infrastructure/teams as may be essential to meet out Service
Level Agreement (SLA).

10
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

5.2 The Technical Support Centre (s) shall work as maintenance centre(s)and shall be responsible for restoring
of the fiber segments and shall also maintain a requisite minimum stock of cable joint closures, OFcables
and accessories, patch cords etc required to maintain fiber segments under its jurisdiction , so that the
Service Level Agreement conditions are met at al times.
5.3 BBNL shall provide web based NMS access with necessary rights to Support Centre staff as well as the
officers to whom the complaint is to be escalated in BSNL & Vendor. Vendor shall intimate Addressed ,
Phone Number, Email/FAX Number and the maintenance personal of the support centres as well as those to
whom he complaints is to be escalated, in writing to BSNL.
5.4 BSNL shall nominate one nodal person for fibre fault restoration, coordination with BBNL NOC Delhi &
Bengaluru.

6. Revenue share & other conditions:

6.10 Date of effect of O & M charges : The O & M of OF Cable shall take effect from the date of handed over
of OF Cable by BSNL to Vendor.
6.11 There will be the penalty of Rs. 1000/- per fault beyond 8 hours after handing over fault by BSNL to
vendor. Penalty will be Rs. 1500/- per fault per day after 24 hours of fault handing over by BSNL to vendor.
Penalty will be subjected to maximum of Rs. 10,000/- per fault.

6.12 Planned maintenance charges (Laying, replacement and shifting): For Laying, replacement and shifting as
specified at para 4,4 , incremental OF cables with material at the extant rates of tender.

7. Working procedure for claiming payment:

7.2 Planned Maintenance charges (for Laying, replacement and shifting) of OF Cable:

The vendor will be paid as per quoted rate at item no. (c) of price schedule at Section 9 Part B.

8. Validity of contract:

The contract period will be initially for one year, which may be extended by another one year with
mutual consent of both the parties based on performance and the existing tender terms & conditions.

11
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

SECTION- 3 Part- B

TECHNICAL SPECIFICATIONS / REQUIREMENTS

ANNEXURE-III

Fault occurrence/reporting and Maintenance Procedure.

1.0 Fault occurrence/Reporting and Maintenance Procedure.

1.1. BBNL has developed an NMS (network Management System) with various modules like Fibre Management
System, Fault Management System, trouble ticketing, Provisioning, Configuration, GIS,SLA management
etc. The centralized monitoring of BharatNet/NOFN shall be done through NOC at Delhi/Bengaluru.

1.2 The BSNL users & vendor shall be given access of NMS for the purpose of fault reporting, compliance,
monitoring and data updating through web based interface and mobile app.

1.3 On occurrence of Fault in BahratNet, the GPON system will automatically generate alarms. In case of DCN
link failure manual TT will be raised in NSM TT module.

1.4 In the event of service affecting alarm generated /reported, the trouble ticket (TT) shall be generated by
NMS based on existing configuration & RCA and will be assigned to the concerned maintenance agency in
the following manner.

SN Maintenance Component O & M Agency responsible for restoration of fault

Incremental Fibre* Vendor

OLT Space & Infrastructure BSNL

OLT/ONT first Level BSNL

OLT-ONT Second Level # Equipment Supplier

DCN BSNL/Trimax

* The differentiation between incremental fiber and existing fiber may be possible only in certain
scenarios. In other cases, the TT may be first sent to Vendor.

# In many cases TT will flow to second level only after report from vendor.

1.5 Every TT will be assigned a unique TT ID. For any further communication in this regard, the TTID
should be quoted.

1.6 Fault intimation will also be sent to Mobile via SMS/Email of users configures as per the details
provided by Contractor based on their maintenance procedure . However the fault monitoring & resolution
is to be done through NMS.

12
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

1.7 The operation of NMS/EMS is completely dependent on the functioning of DCN links. If the DCN link is
not through or the DCN link is not working, no activities including monitoring, fault reporting , automatic
TT generation, Provisioning, configuration can be carried out by NMS/EMS. Therefore BSNL shall ensure
the availability of DCN links as per provision in DCN agreement.

1.8 In the event of any DCN failure, automatic TT shall be generated from NMS which shall be sent to
BSNL and to BBNL PMU/OMU. Where the DCN link is connected byt OLT is untraceable due to OLT
issues, the TT shall be generated by NMS/EMS and sent to BSNL, Vendor, Equipment supplier and
PMU/OMU to ensure the reachability of OLT into NMS/EMS.

1.9 The trouble tickets may be viewed through NMS web interface or mobile app. The same may also be
notified to the assigned nodal maintenance officers(s) by SMS/Email. Data for mapping of TT to the
locations (fault jurisdiction), escalation levels including mobile, e mail Ids is pre-requisite and will be
provided by BSNL & contractor for configuration in NMS.

1.10. Vendor shall localize and repair the fault. Once the problem is resolved/ the fault is attended, the
automatically generated trouble tickets will move to “Resolved” state automatically. Manual tickets can be
resolved either directly in NSM application through web or calling BBNL NOC. Vendor shall ensure the
fault compliance after restoration work and NOC to ensure the restoration of the network before closing
the TT in case of manual TT.

1.11 Vendor shall restore faults as per SLA finalized between BSNL and Vendor. SLA shall be calculated
for the duration between the opening & closing the docket. Penalties/Rebates on non-compliance of SLAs
to be taken in account.

1.12 The trouble ticket (TT) can be closed directly or after TT owner enters the remarks/reason for faults as
per configuration (only resolved tickets can be closed) for all types of faults except fiber related faults.

1.13 An automatically generated TT cannot be closed if the underlying fault (responsible for creation of TT)
is not cleared. However , the MTTR for SLA defaulters shall be calculated based on individual
contributions to it.

1.14 For fiber related faults, the NMS application will ask for the confirmation regarding the update of fiber
related information in GIS. The GIS information including fault reason and section related data may be
validated with GIS team separately. In case of a new joint, the Geo Information System (GIS) through
web based access.

1.15 SLA shall be calculated for as per agreement with the maintenance agencies. In case of more than one
parties involved in restoration of link, the overall MTTR can be bifurcated accordingly. This may be done
by passing on the TTs from first party to second party through NOC.

1.16 Any planned/ preventive maintenance activity should only be taken up after prior intimation to BSNL ,
BBNL NOC and approval of BSNL & BBNL PMU.

1.17 For fiber related RCA, it is mandatory to have the fiber data entry done in NMS/GIS. The FMS module
in NMS has provision of entry of complete fiber data including Lat/Long of all locations including route
locators and splitters/joints etc.

13
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

1.18 Vendor shall provide customer support over telephone/SMS/E-Mail for Bharat Net complaints.

2.1 Technical and Maintenance Support:

2.1 Vendor shall provide sufficient maintenance infrastructure/teams as may be essential to meet out Service
Line Agreement (SLA).

2.2 The Technical Support Centre(S) shall work as maintenance centres(s) and shall be responsible for
restoring of the faulty fiber segments and shall also maintain a requisite minimum stock of cable joint
closures, OF cables and accessories , patch cords etc required to maintain fiber segments under its
jurisdiction , so that the Service Line Agreement (SLA) conditions met at all times.

2.3 BBNL shall provide web based NMS access with necessary rights to Vendor & Support Centre staff as
well as the officers to whom the complaints is to be escalated in BSNL. Vendor shall intimate Addressed
, Phone Number, Email/Fax Number and the maintenance personnel of the support centres as well as
those to whom the complaint is to be escalated, in writing to BSNL.

3. Work Flow For Fault occurrence, reporting and troubleshooting:

The work flow is designed with the fault occurrence and three report scenario as given below.

a) Automatic Alarms update in NSM/NOC through DCN.


b) Manual Fault registration with known fault.
c) Manual Fault registration with unknown fault.
Workflows for above given Scenarios (a,b and c) are depicted as below.

14
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

15
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

SECTION-3 Part-C
SCHEDULE OF REQUIREMENTS (SOR)

ANNEXURE-VI

Optical Fiber Cable Construction Specifications


OPTICAL FIBRE CABLE CONSTRUCTION PRACTICES FOR OFC IMPROVEMENT
WORK

The guidelines in the form of Engineering Instructions (E.I.s) on Construction Practices of Optical
Fiber Cables are issued by T & D wing of the Department, from time to time. However, the present
practices are summarized here under, from the point of view of describing scope of work under
various items of work. The document will need revision as and when practices undergo any
revision.

The Optical Fiber Cable is planned considering the following objectives of the scheme.

i) Minimum possible route length vis-à-vis route having maximum number of towns with
potential telecom growth.

ii) Linking of small exchanges of main road by leading in O.F.C. vis-à-vis routing the main cable itself
via such exchanges.

After deciding above-mentioned issues, a detailed measurement of lengths of cable route along with details
of rail/road crossings, culverts, causeways, etc. may record in the detailed survey register. The probable
locations of joints, terminations and generators may also be decided and marked on the route map. On the
basis of survey, general permission from road and all concerned authorities for laying the Optical fiber Cable
along the decided routes and permission for rail/road crossings will have to be obtained. Generally, O.F.C. is
laid straight as far as possible along the road near the boundaries, away from the burrow pits. The O.F.C. is
laid along the roads at minimum distance of 15 meters from the centerline of the road or in accordance with
the permission from the concerned road authorities in view of their road-widening plan. As the O.F.C. is laid
after obtaining due permission from all the concerned authorities to avoid any change/shifting at a later stage
and also disruption of services/revenue loss.

In special cases, where it may be necessary to avoid burrow pits or low lying areas, the cable may
be run underneath the shoulders at a distance of 0.6 meter from the outer edge of the road
embankment provided the same is located at least 4.5 meters away from center line of road and 1.2
meters below the road surface.
The Optical Fiber Cable is laid through HDPE pipes/PLB Blowing/Preinstalled rope type pipe burred at a
nominal depth of 165 Cms. The steps involved in OF Cable construction are as under:

1. THE WORK INVOLVES:

16
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

a) Excavation of trench up to nominal depth of 165 cms according to Construction Specifications along
National / State Highways/other Roads and also in city limits as mentioned in the notice inviting tender.
b) Laying of HDPE Pipe/PLB Blowing Type/Pre-installed ropes, and drawing of nylon rope through the same
as per Construction Specification.
For PLB Pipes blowing Practice:-
To lay the pipe place jack stand along the sides of trench and mount the coil with the help of a strong
iron shaft passing through the collapsible reel. Drive the reel slowly to avoid over spinning of reel while
pulling. Unrolled pipe can be laid to the trench by placing the workers after every 15 to 20 meters. The
arrangement for horizontal Jack and associated other accessories shall be arranged by contractor at his
cost.
c) Laying of GI and/or RCC pipes as additional protection for the HDPE Pipe/PLB Blowing Type/Pre-
installed ropes at rail/ road crossings built-up area/ city limits, on culverts, bridges and also stretches where
depth of the trench is less than 120 cms. as per construction specifications or as per the instructions of Site-
In-Charge wherever required.

d) Chambering or concreting according to construction specification, wherever required.

e) Reinstatement of the excavated trench according to Construction specifications.

f) Fixing of MS clamps for suspending GI pipes / GI troughs at culverts, bridges and/or chambering or
concreting for GI pipes or troughs wherever necessary.

g) Fixing of route indicators as per construction specification.

h) Horizontal boring to avoid road cutting


Note: The HDPE Pipe/PLB Blowing Type/Pre-installed ropes can be of 75 mm dia and 50 mm dia
with collar jointing arrangement or spigot, GI pipe shall mean 100 mm dia & 75 mm dia or any
other size provided by the BSNL with coupling arrangement, I troughs shall mean 76 x 76 mm; RCC
pipe shall mean class NP2 up to 100 mm dia with collar or spigot and socket jointing arrangement.

2. DEPTH AND SIZE OF THE TRENCH:

a) Depth and size of trench mentioned in this clause are Standardized measurement and applicable to normal
site condition where surface is generally uniform. Site Engineer shall be the authority to decide the depth
of trench.

b) The depth of the trench from top of the surface shall not be less than 165 cms unless otherwise permitted.
The width of the trench shall be sufficient to lay requisite number of HDPE/ GI/ RCC pipes and also
concreting wherever required.

c) When trenches are excavated in slopes, uneven ground and inclined portion, the lower edge shall be treated
as top surface of land and depth of trench measured accordingly.

d) In a certain locations, such as uneven ground, hilly areas and all other places due to any reason whatsoever
it can be ordered to excavate beyond standard depth of 165 cms. to keep the bed of the trench as smooth as
possible. Near the culverts, both ends of the culverts shall be excavated more than 165 cms. in depth to
keep the gradient less than 15 degrees with horizontal.

17
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

e) If excavation is not possible to the minimum depth of 165 cms, as detailed in sub clauses above, full fact
shall be brought to the notice of the Engineer-in-charge in writing giving details of location & reason for
not able to excavate that particular portion. Approval may be granted by Divisional Engineer in writing
under certain genuine circumstances only. The decision of Divisional Engineer shall be final and binding
on contractor.

3. TRENCHING:

a) Trenching shall as far as possible be kept ahead of laying of pipes. Contractor shall exercise due care that
soil from trenching intended to be loose for back filling is not mixed with loose debris. While trenching,
Contractor should not cause damage to any underground installations belonging to others agencies and any
damage caused should be made good at his own cost and expense.

b) The Contractor should provide sufficient width in the trench at all such places, where it is likely to cave in
due to soil conditions without any extra payment.

c) A minimum free clearance of 15 cm. should be maintained above or below any existing underground
installations. No extra payment will be made towards this.

d) In order to prevent damage to HDPE Pipe/PLB Blowing Type/Pre-installed rope over a period of time, due
to the growth of trees, roots, bushes, etc., the contractor shall cut them if encountered in the path of
alignment of trench without any additional charges.

e) In large borrow pits, excavation shall be done not less than 165 cms. in depth and both sides of borrow pit
shall be excavated more than 165 cms in depth to keep gradient of bed less than 15 degree with horizontal.

f) If not possible as stated in sub clause above, alignment of trench shall be changed to avoid borrow pit
completely.
4. TRENCHING NEAR CULVERTS/BRIDGES AND CAUSEWAYS

a) The HDPE Pipe/PLB Blowing Type/Pre-installed ropes shall be laid below the bed at the depth not less
than 165 cms. Protected by G.I. Pipes and bricks or concrete chamber as decided by Dy. General Manager
(Maintenance.).

b) Both ends of culverts shall be excavated more than 165cms. in depth to keep the gradient not less than
15 degree with horizon. The bed of trench should be as smooth as possible.
5. LOCATION AND AUGMENTATION OF THE TRENCH:

a) In city areas the trench will normally follow the foot path of the road except where it may have to come to
the edge of the carriage way when cutting across road with specific permissions from the authorities
responsible for maintenance of that road (such permissions will be obtained by the contactor/vendor).
Outside the City limits trench will normally follow the boundary of the roadside land. However, where the
road side land is full of borrow pits or forestation or when the cable has to cross culverts, bridges or
streams, the trench may be closer to the road edge or in some cases, over the embankment or shoulder of
the road (Permissions for such deviations for cutting the embankment as well as shoulder of the road will
be obtained by the contactor/vendor).

b) The alignment of the trench will be decided by a responsible BSNL officer, not below the rank of a Junior
Telecom Officer. While marking the alignment only the centerline will be marked, and the Contractor shall
18
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

set out all other work to ensure that, the excavated trench is as straight as possible. Contractor shall remove
all bushes, undergrowth, stumps, rocks and other obstacles to facilitate marking the centerline without any
extra charges.
6. DEWATERING:

The Contractor shall be responsible for all necessary arrangements to remove or pump out water from
trench. The Contractor should survey the soil condition encountering the section and make his own
assessment about dewatering arrangements that may be necessary. No extra payment shall be admissible
for this and the tendered rate may take care of this aspect.

7. METHOD OF EXCAVATION:

a) In city limits as well as in built up area, the Contractor shall resort to use of manual labour only to ensure
no damage is caused to any underground or surface installations belonging to other public utility services
and / or private parties.

b) However, along the High ways and cross country there shall be no objection to the Contractor resorting to
mechanical means of excavation, provided that no underground installation existing in the path of
excavation if any, are damaged.

c) There shall be no objection to resort to horizontal boring to bore a hole of required size and HDPE
Pipe/PLB Blowing Type/Pre-installed rope pushed through it at road crossing or rail crossing or small
hillocks etc.

8. LINE-UP:

The line up of the trench must be such that HDPE Pipe/PLB Blowing Type/Pre-installed rope(s) shall be
laid in a straight line except at locations where it has to necessarily take a bend because of change in the
alignment or gradient of the trench, subject to the restrictions mentioned elsewhere.

9. LAYING OF H.D.P.E. PIPES/PLB HDPE PIPE:

a) After trench is excavated to the specified depth the bottom of the trench has to be cleared of all stones or
pieces of rock & leveled up properly. A layer of ordinary soil of not less than 5 cm. is to be used for
leveling the trench to ensure that cable when laid will follow a straight alignment

b) When trenches are excavated up to specified depth, properly dressed and leveled, joint measurement of
trench shall be taken by representative of Contractor and Site Engineer. Measurement shall be recorded in
measurement book with their signature. Trenches for which measurements are recorded in measurement
book shall be considered as approved trenches.

c) HDPE Pipe/PLB Blowing Type/Pre-installed ropes/RCC/GI pipes shall be laid only in approved trenches.
The contractor shall exercise due care to ensure that the HDPE Pipe/PLB Blowing Type/Pre-installed rope
is not subjected to any damage or strain.

d) The HDPE Pipe/PLB Blowing Type/Pre-installed ropes shall be laid in 150/100 mm dia RCC spun pipes,
at road crossings and through G.I. Pipes on culverts and bridges and also in exceptional cases where the
depth of the trench is less than 165 cms. as specified by the concerned Engineer-In-Charge.

19
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

e) Water present in the trench at the time of laying the HDPE Pipe/PLB Blowing Type/Pre-installed ropes
shall be pumped out by the contractor before lowering in the pipes to ensure that no mud or water gets into
the pipes.

f) At road crossings, two or more extra HDPE Pipe/PLB Blowing Type/Pre-installed ropes shall be laid as
per direction of Site Engineer.

g) The HDPE Pipe shall be joined by coupler/socket at both ends, Nylon or P.P. rope shall be drawn though
HDPE Pipe properly at time of laying pipes.

h) In cross country routes, where depth of trench is less than 1.20m, HDPE Pipe/PLB Blowing Type/Pre-
installed ropes should be laid within GI/RCC pipes. Alternatively, HDPE Pipe/PLB Blowing Type/Pre-
installed ropes may be encased in reinforced concrete casing of dimensions 275mm x 275mm. In built up
areas, where the depth of trench is not less than 165 cms., HDPE Pipe/PLB Blowing Type/Pre-installed
ropes should be laid within GI/RCC pipes. In case of trench depth being less than 165 cms, the HDPE
Pipe/PLB Blowing Type/Pre-installed ropes may be encased in reinforced concrete casing of dimensions
275 mm x 275 mm with the permission of the concerned BSNL Authority.

i) In case of nullahs, which are dry for nine months in a year, the HDPE Pipe/PLB Blowing Type/Pre-
installed ropes shall be laid within the RCC pipe laid at a minimum depth of 165 cms. The RCC pipes shall
be extended 2 mtrs. beyond the bed of nullah on either side.

j) Notwithstanding anything contained in clauses k(i) to (v) and 10(a), the site Engineer may admit in any
specific case that the HDPE Pipe/PLB Blowing Type/Pre-installed ropes may be encased in reinforced
concrete casing only.

k) The following construction practices are applicable in general:

i) Wherever GI pipes are used, rubber bushes shall be used at the two ends of the GI pipes to protect the
damages of HDPE Pipe/PLB Blowing Type/Pre-installed ropes.

ii) Wherever RCC pipes are used, two ends must be properly sealed to bar entry of rodents.

iii) On road crossings, the HDPE Pipe/PLB Blowing Type/Pre-installed ropes shall be laid a depth 165 cms.
encased with RCC pipe. The RCC pipes shall be extended 3 meters on either side of the road.

iv) On Rail bridges and crossings, the HDPE Pipe/PLB Blowing Type/Pre-installed ropes shall be encased
in suitable cast iron/RC pipes as prescribed by the Railway Authorities.

v) Unloading of PLB HDPE Coil from truck should be done with help of Wooden / Metallic
planks and coil can also be dropped from floor of truck on sand or soft soil bed.

l) For PLB Pipes blowing practice to lay the pipe, place jack stand along the side of trench and
mount the coil with the help of strong iron shaft passing through the collapsible reel. Drive the
reel slowly to avoid over spinning of reel while pulling; unrolled pipe can be laid to the trench by
placing worker after every 15-20 mter. The arrangement for horizontal Jack and associated other
accessories should be arranged by contractor at his cost.

20
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

10. BACK FILLING AND DRESSING THE TRENCH:

a) Provided that the HDPE Pipe/PLB Blowing Type/Pre-installed ropes have been properly laid in the trench
at the specified depth, the back filling operation shall follow as closely as practicable. The back filling
operation shall be performed in such a manner as to provide firm support under & above the pipes and
avoid bend or deformation of the HDPE Pipe/PLB Blowing Type/Pre-installed ropes when the HDPE
Pipe/PLB Blowing Type/Pre-installed ropes get loaded with the back filled earth. In locations where the
back filling is not done properly by the contractor or done unevenly it shall be redressed and back filled
properly by the BSNL at Contractor’s expense. No debris shall be allowed in the back fill at any time.

b) At locations where the back filled material contains hard clods, rock fragments and other materials which
may cause injury to HDPE Pipe/PLB Blowing Type/Pre-installed rope & where excavated or rock
fragment are intended to refill the trench in whole or in part, the trench should be initially filled, with a
layer of ordinary soil or de-rocked loose earth of not less than 10 cms. above pipes, without any extra cost.

c) Back filling on public, private roads, railway crossings, and foot paths in city areas shall be performed
immediately after laying the HDPE Pipe/PLB Blowing Type/Pre-installed ropes. Back filling at such
locations shall be thoroughly rammed, so as to ensure original condition & made safe to traffic. All excess
soil/ material left out on road/footpath/railway crossing shall be removed without any extra cost.
However, along the high ways and cross country, the dug up material left out should be kept as heap above
the trench while refilling.
d) In city limits, no part of the trench should be kept open for more than 50 meters length at any time and in
all places where excavation has been done, no part of the trench should be kept open over-night to prevent
any mishap or accident in darkness.
e) SPECIFICATION FOR CONSTRUCTION OF RETAINING WALL
"Random rubble masonry with hard stone in foundation and plinth including leveling up with cement
concrete 1:6:12 (1 cement, 6 Coarse Sand, 12 Graded stone aggregate 20 mm nominal size) at plinth level
with cement mortar 1:6 (1 cement, 6 coarse sand)."

11. STORES:

(a) HDPE/GI/RCC pipes and other materials shall be provided by the Contractor. The Contractors expected to
make his own arrangements for transporting the materials from the supply point/ store, without any
additional payment.
(b) After completing trenching, HDPE/PLB/GI/ RCC Pipe laying and refilling of section.
(c) For HDPE Pipe in 200 meters section rope is to be replaced by new one.
(d) For pre-installed rope type :- The rope is to be replaced in coil length
(e) PLB Pipe (blowing type) entire length of section allotted to the contractor should be checked by passing
the mandrel of suitable size from one end of section to other end by blowing the air with the help of
compressor of suitable capacity. It is the responsibility of the contractor to arrange the compressor and
other necessary accessories at his cost.
12. LAYING PROTECTION PIPES ON BRIDGES AND CULVERTS
a) The work involves laying of HDPE pipes /PLB Blowing Type/Pre-installed ropes through GI Pipes of not
more than 4” dia or GI Troughs of size 4” x 4” laid on the Bridges/Culverts.

21
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

b) In bridges/Culverts, where proper ducts are already provided, the HDPE Pipe/PLB Blowing Type/Pre-
installed ropes will be laid through the ducts.
c) Normally in the Bridges/Culverts, where there are no ducts and where the cushion on the top of the Arch is
0.5m or more thick the G.I. Pipe/ G.I. Trough carrying HDPE Pipe/PLB Blowing Type/Pre-installed rope
& Cable may be burred on the top of the Arch adjourning the parapet wall, by digging close to the wheel
guards.
d) Where the thickness of the Arch is less than 0.5m, the pipes must be buried under the wheel guard
masonry and the wheel guard rebuilt.
e) If any of the above methods is not possible, the G.I. Pipe/G.I. Troughs must be clamped outside the
parapet wall with the clamps supplied by the BSNL. If necessary, the pipes may be taken through the
parapet wall at the ends where the wall diverges away from the road.
f) In cases where the methods explained in clause c & d above are not possible, the G.I. Pipes/G.I. Troughs
can be fixed on the top of the road kerb close to the inside face of the parapet wall by means of clamps,
supplied, using rawl plugs & wood screws or small diameter bolts, without damaging concrete & limiting
external diameter of the bolts to 7.5 mm. The permission for carrying out this work will be obtained from
the Road Authorities by the contractor/vendor.
g) Methods cited in clauses above should be carried out under close supervision of the Road authorities and
restoration of any damages to the structures in any of the methods adopted should be done to the entire
satisfaction of the road authorities.
h) When HDPE Pipe/PLB Blowing Type/Pre-installed ropes are laid on bridges/culverts as per clause c to f
above, except when pipes are clamped outside of the bridge, cement concreting shall be provided over the
protection pipes/troughs.
13. SPECIFICATIONS FOR CONCRETING:
a) The nominal dimension of concreting is of 275 mm x 275 mm. section. However depending on the actual
situation, this cross section may be varied to ensure uniformity with any existing structure / base, on which
the GI pipes/ GI troughs are placed, as demanded by the road authorities. The work should be carried out
at the rates applicable for nominal cross section.
b) The concreting surface should be thoroughly cleaned and leveled before concreting. Necessary wire mash
of adequate size shall be provided as reinforcement for the concrete.
c) At both the ends of the Bridges/Culverts, where the GI Pipes/Troughs slope down and get buried, the
concreting should be carried out to ensure that no portion of the GI Pipe/Trough is exposed and further
down as required by the site in charge to protect the Pipe/Trough from any possible damage externally
caused.
d) Any damages caused to the existing structure such as Foot-Path or base of the Parapet or Kerb wall on
which GI Pipes/Troughs are placed should be repaired and original condition restored to the satisfaction of
Road Authorities.
e) Where white wash/colour wash exists on the Bridges/Culverts, the same should also be carried out on the
concreted portion to ensure uniformity.
f) Cement Concrete Mixture used should be of 1:2:4 Compositions i.e. 1 cement: 2 Coarse Sand, 4 graded
Coarse Stone aggregate of 20 mm. nominal size.
g) Smooth finishing of exposed surface should be done with a mixture of 1:3: i.e. 1 Cement: 3 Fine Sand.

22
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

h) Portions where cement concreting has been done shall be cured with sufficient amount of water for
reasonable time to harden the surface.

14. JOINT CHAMBER

The joint chamber is provided at every joint normally at a distance of 2 kms to keep the O.F.C.
joint well protected and also to keep extra length of cable which may be required in the event of
faults at a later date. The joint chambers are made at site using bricks and mortar or are of pre-
cast RCC type.
Construction of brick chamber at site

For constructing brick chamber, first a pit of size 2m x 2m x 1.8m depth is required to be dug.
Then, base of the chamber is made using concrete mix of 1:5:10 (1: cement, 5: coarse sand, 10:
graded stone aggregate 40mm nominal size) of size of 1.7 m x 1.7 m x 0.15 m (thickness). Walls of
brick chamber having internal dimensions of 1.2 m x 1.2 m x 1 m (H) should be constructed on this
base having wall thickness of 9” using cement mortar mix of 1:5 (1: cement, 5: fine sand). The
bricks to be used for this purpose should be of size 9”x4.5”x3”, best quality available and should
have smooth rectangular shape with sharp corners and shall be uniform in colour and emit clear
ringing should when struck. The joint chamber should be so constructed that HDPE pipe/PLB
Blowing Type/Pre-installed ropes ends remain protruding minimum 5 cms inside the chamber on
completion of plastering. The HDPE pipes should be embedded in wall in such a way so that, the
bottom brick should support the pipe and upper brick should be provided in a manner that HDPE
pipe remains free from the weight of the construction. The joint chamber should be plastered on all
internal surfaces and top edges with cement mortar of 1:3 (1: cement, 3: coarse sand), 12mm thick
finished with a floating coat of complete cement as per standard. Pre-cast RCC slab with two
handles to facilitate easy lifting, of size 0.7 m x 1.4 m and of thickness of 5 cm having one handle
for each half in center and word ‘OFC’ engraved on it are to be used to cover the joint chamber.
Two numbers of such slabs are required for one joint chamber. This pre-cast slab should be made
of cement concrete mix of 1:2:4 (1: cement, 2: coarse sand, 4: stone aggregate 6mm nominal size)
reinforced with steel wire fabric 75 x 25 mm mesh of weight not less than 7.75 Kg per sq. meter.
The joint chamber is filled with clean sand before closing. Lastly, back filling of joint chamber pit
with excavated soil is carried out.

Pre cast RCC chamber

For fixing pre cast RCC chamber, first a pit of size 2 m x 2 m x 1.8 m depth is required to be dug.
Pre cast RCC chamber consists of three parts (i) round base plate in two half of 140 cm dia and 5
cm thickness (ii) full round RCC joint chamber with dia of 120 cm and height of 100 cm and
thickness of 5 cm (iii) round top cover will be in two halves with dia of 140 cm and thickness of 5
cm having one handle for each half in cover and word ‘BSNL OFC’ engraved on it.. After, fixing
23
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

the pre cast RCC joint chamber, the joint chamber is filled with clean sand before closing. Lastly,
back filling of joint chamber pit with excavated soil is carried out.
15. ROUTE/JOINT INDICATOR

The route/ joint indicators are co-located with each manhole/joint chamber. In addition route
indicators are also to be placed where route changes direction like road crossings etc. The
route/joint indicators made of pre cast RCC should have the following dimensions:
Base - 250 mm x 150 mm
Top - 200 mm x 75 mm
Height - 1250mm
The word ‘BSNL OFC’ should be engraved on the route/joint indicators.
The route indicators are painted yellow and the same are placed at 2 ft. away from the center of the
trench towards jungle side. The joint indicators are placed at OFC joints and placed 1 ft. away from
wall of the joint chamber facing jungle side and are painted red. The engraved word ‘BSNL OFC’
should be painted in white, on route as well as joint indicators. Numbering of route indicators/joint
indicators should also be done in white paint. The numbering scheme for route indicators will be
joint no. /Route Indicator No. for that joint. For example, 2/6 marking on a route indicator means
6th route indicator after 2nd joint. Additional joints on account of faults at a later date should be
given number of preceding joint with suffix A, B, C, D. For example sign writing 2A on a joint
indicator means, additional joint between joint No.2 and 3. The numbering of existing route/joint
indicator should not be disturbed on account of additional joints.
Enamel paints of reputed brands should be used for painting and sign writing of route as well joint
indicators.
16. WETTING:

Wherever the soil is hard due to dry weather conditions, if watering is to be done for wetting the
soil to make it loose, the same shall be done by the contractor. No extra payment shall be
admissible for this.
17. BLASTING:

For excavation in hard rock, where blasting operations are considered necessary, the contractor
shall obtain approval of the Engineer-In-Charge in writing for resorting to blasting operation.
The contractor shall obtain license from the competent authority for undertaking blasting work as
well as for obtaining and storing the explosive as per the Explosive Act, 1884 as amended up to
date and the explosive Rules, 1983. The contractor shall purchase the explosives fuses, detonators,
etc. only from a licensed dealer. Transportation and storage of explosive at site shall conform to the

24
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

aforesaid Explosive Act and Explosive Rules. The contractor shall be responsible for the safe
custody and proper accounting of the explosive materials. Fuses and detonators shall be stored
separately and away from the explosives. The Engineer-in-Charge or his authorized representative
shall have the right to check the contractor’s store and account of explosives. The contractor shall
provide necessary facilities for this.
The contractor shall be responsible for any damage arising out of accident to workmen, public or
property due to storage, transportation and use of explosive during blasting operation.
Blasting operations shall be carried out under the supervision of a responsible unauthorized agent of
the contractor (referred subsequently as agent only), during specified hours as approved in writing
by the Engineer-in-Charge. The agent shall be conversant with the rules of blasting.
All procedures and safety precautions for the use of explosives drilling and loading of explosives
before and after shot firing and disposal of explosives shall be taken by the contractor as detailed in
IS: 4081 safety code for blasting and related drilling operation.
18. CABLE PULLING AND JOINTING/SPLICING:
CABLE PULLING:

Manholes marked during HDPE pipe/PLB Blowing Type/Pre-installed ropes laying of approx. size
of 3m length x 1.0m width x 1.65m depth shall be excavated for pulling the cables. There may be
situations where additional manholes are required to be excavated for some reasons, to facilitate
smooth pulling of cable. Excavation of additional manholes will be carried out, without any extra
cost. De-watering of the manholes, if required, will be carried out without any extra cost. De-
watering/De-gasification of the ducts, if required, will be carried out without any extra cost. The
existing 6mm PP rope shall be replaced by with PP rope of 8mm dia between the two consecutive
manholes. This is to ensure that the HDPE pipes/PLB Blowing Type/Pre-installed ropes are
cleaned for pulling the cable without exerting undue tension on the OF cable. While cleaning,
excessive pressure should not be put which may result in breaking of P.P. rope and thus required
opening of additional manholes? However, in case the cleaning rope gets stuck up during pulling,
the location of clogging of HDPE Pipe/PLB Blowing Type/Pre-installed ropes should be measured
and located accurately. The trench at that location should be opened and the HDPE Pipe /PLB
Blowing Type/Pre-installed ropes should be cleaned properly or if not possible it should be changed
by a clean new HDPE Pipe /PLB Blowing Type/Pre-installed ropes to facilitate easy cable pulling
at a later stage without any breakage. If clogging of HDPE Pipe/PLB Blowing Type/Pre-installed
ropes is in the location where the pipes are protected either by RCC Pipe /PLB Blowing Type/Pre-
installed ropes or by concreting and the protection is broken for cleaning/changing the HDPE Pipe,
the protection thus removed should be brought back to normal by the contractor without any extra
cost. However, HDPE Pipes/PLB Blowing Type/Pre-installed ropes, RCC Pipes required for this
purpose will be supplied by the Contrctor/Vendor.

Jointing/Splicing:
25
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

The OFC cable drums are usually of 2 kms in length hence optical fiber joints will be approx. at every 2
kms. The 6/12/24 fibers are to be spliced at every 2 kms. and at both ends (Terminations) in the equipment
room as directed by the Engineer-in-charge, should preferably carry out this work by contractor/vendor.

The joint chambers are provided at every joint to keep the O.F.C. joint well protected and also to keep
extra length of cable, which may be required to attend the faults at a later date. Jointing chambers are to be
prepared normally at a distance of every 2 kms. Actual location of jointing chamber depends on length of
cable drum and appropriateness of location for carrying out jointing work. The location is finalized by
Engineer-in-charge. The jointing chambers are constructed either of brick masonry work at site & pre cast
RCC slabs for covers or by way of fixing pre-cast RCC chambers and covers as per the instructions from
engineer-in-charge.

19. Documentation:

The documentation, consisting of the following shall be prepared exchange to exchange for intra SSA OFC
links and for each section in case of inter SSA/National long distance routes.

19.1. Route Index Diagrams – General: This diagram shall consist of Cable Route Details on Geographical
Map drawn to scale the prominent land marks and alignment of cable with reference to road. This shall
be prepared on A-3 sheets of 80 GSM.

19.2. Route Index Diagrams – Profile: These diagrams will contain:


Make and size of the cable.

Offset of cable from center of the road at every 10 meters

Depth profile of Cable at every 10 meters

Details of protection with type of protection depicted on it

Location of culvert and bridges with their lengths and scheme of laying of HDPE pipe/PLB Blowing
Type/Pre-installed ropes thereon.

Important landmarks to facilitated locating the cable in future

Location of joints and pulling of manholes.

These diagrams shall be prepared on A-4 sheets of 80 GMS. On one sheet profile of maximum 400
meters shall be given to ensure clarity.

19.3. Joint location Diagram: This diagram will show:


Geographical location of all the joints.

Depth of Joint Chamber covers from ground level

Type of chamber (Brick/Pre-cast)

26
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

Length of O.F. Cable kept inside the joint chamber from either direction.

This shall be prepared on A-4 sheets of 80 GSM.

All the diagrams 19.1 and 19.2 and 19.3 shall bear the signatures of the contractor, the Engineer-in-
charge as a proof of accuracy of the details. The diagrams shall be bound in A-4 size book with cover.
The cover sheets shall be of 110 GSM and laminated. The front cover shall have the following details.

Name of the SSA/Project Organization.

Name of the OFC Link

Name of the Contractor

Date of commencement of work

Date of completion of work

For each route/section 6 sets of above-mentioned document shall be submitted.

20. SAFETY PRECAUTIONS:

20.1. Safety Precautions when excavating or working in excavations close to electric cables

The Engineer-in-Charge of the work should get full information from Electricity undertaking regarding any
electric cables, which are known or suspected to exist near the proposed excavation and unless this is done,
excavation should not be carried out in the section concerned. The electricity undertaking should be asked to
send a representative and work should be progressed with close consultation with them.

Only wooden handled hand tools should be used until the electric cables have been completely exposed.
Power Cables, not laid in conduits, are usually protected from above by a cover slab of concrete, brick or
stone. They may or may not be protected on the sides. It is safer, therefore, always to drive the point of the
pickaxe downwards then uncovering a cable, so that there is less chance of missing such warning slabs. No
workman should be permitted to work alone where there are electric cables involved. At least one more man
should be working nearby so that help can be given quickly in case of an accident. If disconnection of power
could be arranged in that section it will be better. No electric cables shall be moved or altered without the
consent of the Electric Authority and they should be contacted to do the needful. If an electric cable is
damaged even slightly, it should be reported to the Electric Authority and any warning bricks disturbed
during excavation should be replaced while back filling the trench. Before driving a spike into the ground,
the presence of other underground properties should be checked. Information on plans regarding the location
of power cables needs not to be assumed as wholly accurate. Full precautions should be taken in the vicinity
until the power cable is uncovered. All electric cables should be regarded as being live and consequently
dangerous. Any power is generally dangerous, even low voltage proving fatal in several cases.

Electric shock-Action and treatment:


Free the victim from the contact as quickly as possible. He should be jerked away from the live
conductors by dry timber, dry rope or dry clothing. Care should be taken not to touch with bare hands as his
body may be unauthorized while in contact. Artificial respiration should begin immediately to restore
27
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

breathing even if life appears to be extinct. Every moment of delay is serious, so, in the meanwhile, a doctor
should be called for.

20.2. Safety precautions while working in public street and along railway lines

Where a road or footpath is to be opened up in the course of work, special care should be taken to see that
proper protection is provided to prevent any accidents from occurring. Excavation work should be done in
such a manner that it will not unduly cause inconvenience to pedestrians or occupants of buildings or
obstruct road traffic. Suitable bridges over open trenches should be so planned that these are required for the
minimum possible time. Where bridges are constructed to accommodate vehicular traffic and is done near or
on railway property, it should be with the full consent and knowledge of the competent railway authorities.

20.3. Danger from falling material:


Care should be taken to see that apparatus, tools or other excavating implements or excavated materials are
not left in a dangerous or insecure position so as to fall or be knocked into the trench thereby injuring any
workman who may be working inside the trench.

20.4. Care when working in Excavations:


Jumping into a trench is dangerous. If it is deep, workmen should be encouraged to lower themselves.
Workers should work at safe distance so as to avoid striking each other accidentally with tools. If the
walls of the trench contain glass bits, corroded wire or sharp objects they should be removed carefully. If
an obstruction is encountered, it should be carefully uncovered and protected if necessary. Care must be
taken to see that excavated material is not left in such a position that it is likely to cause any accident or
obstruction to a roadway or waterway. If possible the excavated material should be put between the
workmen and the traffic without encroaching too much on the road.

20.5 Danger of cave in:


When working in deep trenches in loose soil, timbering up/shoring the sides will prevent soil subsidence.
The excavated material should be kept at sufficient distance from the edge of the trench or pit. Vehicles or
heavy equipment must not be permitted to approach too close to the excavation. When making tunneled
opening, it would be ensured that the soil is compact enough to prevent cave in even under adverse
conditions of traffic. Extra care should be taken while excavating near the foundations of buildings or
retaining walls. In such cases, excavation should be done gradually and as far as possible in the presence
of the owners of the property.
Protection of Excavations:
Excavations in populated areas, which are not likely to be filled up on the same day should be protected by
barriers or other effective means of preventing accidents and the location of all such openings must in any
event be indicated by red flags or other suitable warning signs. During the hours from dusk to dawn,
adequate number of red warning lamps should be displayed. Supervisory officers should ensure that all
excavations are adequately protected in this manner as serious risk and responsibility is involved.
Notwithstanding adoption of the above-mentioned precautions, works involving excavations should be so
arranged as to keep the extent of opened ground and the time to open it to a minimum.

Precautions while working on roads:


The period between half an hour after sunset and half an hour before sunrise, and any period of fog or
abnormal darkness may also be considered as night for the purpose of these instructions, for the purpose of
28
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

providing the warning signs. Excavation liable to cause danger to vehicles or the public must at all times
be protected with fencing of rope tied to strong uprights or bamboo poles at a suitable height or by some
other effective means. Any such temporary erection which is likely to cause obstructions and which is not
readily visible should be marked by posts carrying red flags or boards with a red background by day and
by continuously lighted lamps at night.

The flags and the lamps should be placed in conspicuous positions so as to indicate the pedestrians and
drivers of vehicles the full expanse i.e. both width and length of the obstruction. The distance between
lamps or between floors should not generally exceed 1.25m along the width and 6m along length of the
obstruction in non-congested areas, but 4 meters along the length in congested areas. If the excavation is
extensive, sufficient notice to give adequate warning of the danger should be displayed conspicuously not
less than 1.25m above the ground and close to the excavation. Where any excavation is not clearly visible
for a distance of 25m to traffic approaching from any direction or any part of the carriage way of the road
in which the excavation exists, a warning notice should be placed on the kerb or edge of all such roads
from which the excavation or as near the distance as is practicable but not less than 10m from the junction
of an entering or intersecting road in which the excavation exists. All warnings, in these should have a red
background and should be clearly visible and legible. All warning lamps should exhibit a red light, but
white lights may be used in addition to facilitate working at night. Wherever required a passage for
pedestrians with footbridge should be provided. At excavations, cable drums, tools and all materials likely
to offer obstructions should be properly folded round and protected. This applies to jointer’s tents as well.
Leads, hoses etc. stretched and across the carriageway should be guarded adequately for their own
protection and also that of the public.

21. Traffic Control:


The police authorities are normally responsible for the control of traffic and may require the setting up of
traffic controls to reduce the inconvenience occasioned by establishment of a single line of traffic due to
restriction in road width or any other form of obstruction caused by the work. As far as possible, such
arrangements should be settled in advance. If there are any specific regulations imposed by the local
authorities, these should be followed.

22. Work along Railway Lines:


Normally all works at Railway crossing is to be done under supervision of the railway authorities
concerned, but it is to be borne in mind that use of white, red or green flags by the BSNL staff is positively
forbidden to be used when working along a railway line as this practice may cause an accident through ----
--- drivers mistaking them for railway signals. When working along a double line of railway, the men
should be warned to keep a sharp look on both the “UP” and “DOWN” lines to avoid the possibility of any
accident when trains pass or happen to cross one another near the work spot.

23 COMPLIANCE WITH LAWS AND REGULATION:

23.1. During the performance of the works the contractors shall at his own cost and initiative fully comply
with all applicable laws of the land and with any and all applicable by-laws rules, regulations and orders
and any other provisions having the force of law made or promulgated or deemed to be made or
promulgated by the BSNL, BSNL agency or BSNL, municipal board, BSNL of other regulatory or
Authorized body or persons and shall provide all certificates of compliance therewith as may be required
by such applicable law, by-laws, Rules, Regulations, orders and/or provisions. The contractor shall
29
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

assume full responsibility for the payment of all contributions and pay roll taxes, as to its employees,
servants or agents engaged in the performance of the work specified in the contractor documents. If the
contractor shall require any assignee or sub-contractor to sham any portion of the ark to be performed
hereunder may be assigned, sub-leased or sub-contracted to comply with the provisions of the clause and
in this connecting the contractor agrees as to undertake to save and hold the BSNL harmless and
indemnified from and against ay/all penalties, actions, suits, losses and damages, claims and demands
and costs (inclusive between attorney and client) charges and expenses whatsoever arising out or
occasioned, indirectly or directly, by failure of the contractor or any assignee or sub-contractor to make
full and proper compliance with the said by-laws, Rules, Regulations, Laws and Order and provisions as
aforesaid.

23.2. The following labour laws and all the amendments thereto will be strictly complied with.

a. Minimum Wages (Central) Rules 1960.


b. Payment of Wages Act 1956.
c. Contract labour (Regulation & Abolition) Central Rules 1971.
d. Contract labour (R & A) Act 1970.
e. EPF act 1952.
f. ESIC act 1948.
Work men’s Compensation Act 1923

24. Contractor will ensure that the site is cleared in all respects after installation of the equipment’s and
completion of the works of Maintenance.

25 Contractor will ensure safety of all equipment’s during installation, maintenance work, transportation,
loading, unloading. Loss caused due to any damage caused to the equipment’s during the work shall have
to be borne by the contractor.

26. The contractor will be responsible for any damage to building/structure during Installation, maintenance
work. In this regard expenditure / solution of any legal or financial implications there of shall be borne by
the contractor.

30
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

SECTION - 4 PART A

GENERAL INSTRUCTION TO BIDDERS

1. DEFINITIONS:

(a) “The Purchaser” means the CGMT, BHARAT SANCHAR NIGAM LTD. (BSNL), GUJARAT
CIRCLE, AHMEDABAD,

(b) “The Bidder” means the individual or firm who participates in this tender and submits its bid.

(c) “The Supplier” 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” 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.
(k) “OEM / ISV” means Original Equipment Manufacturer / Independent Software Vendor.

2.0 ELIGIBILITY CRITERIA: Kindly refer to Clause 4 of Detailed NIT (Section 1)

3.0 COST OF BIDDING

The 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
biding process.

31
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

4.0 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 Documents in every respect will be at
the bidder’s risk and may result in rejection of the bid.
4.3 Any alterations/modifications in the downloaded copy of the tender document will lead to rejection of
Bid, in case it is detected prior to finalization of tender, however, after tender finalization or signing of
contract, if any deviation is found or dispute is raised, the terms and conditions as contained in printed
Bid document shall prevail.

5.0 CLARIFICATION OF BID DOCUMENTS


5.1 A prospective bidder, requiring any clarification on the Bid Documents shall notify the Purchaser in
writing by FAX and by Email of the Purchaser’s mailing address as indicated in the invitation of Bid.
The Purchaser shall respond in writing to any request for the clarification of the Bid Documents,
which it receives not later than 10 days prior to the date of opening of the Tenders. This date shall
prevail over the corresponding date for submission of queries appearing on e-tender portal at any
time. Copies of the query (without identifying the source) and clarifications by the Purchaser
shall be uploaded on BSNL website as ‘Clarifications’. On e-procurement portal of Gujarat Circle
portal, clarification shall be available as ‘Addendum’, for all the prospective bidders who have
downloaded the official copy of tender documents from e-procurement portal of Gujarat Circle.

Pre bid meeting will be arranged at telephone bhawan, CG road,Ahmedabad on 19.06.2018 at 16:30
hrs.

5.2 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.

5.3 The format in which the clarifications are to be sent via E-mail (in MS- XL sheet only) and FAX is

Sl NO. Section Clause Brief Description of Ref Page No.


the Clause In Bid Comments of

6.0 AMENDMENT OF BID DOCUMENTS

6.1 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, may modify bid
documents by amendments with due notification to prospective bidders.

32
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

6.2 The amendments shall be notified in writing by FAX or Email or by Addendum through e-tendering
portal (for tenders invited through e-tendering process) 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 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 BID


The 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 FORM
8.1 The 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 .
9. BID PRICES
9.1 The bidder shall give the total composite price inclusive of all Levies & Taxes The basic unit price and
all other components of the price need to be individually indicated up to two decimal points only against
the goods/service it proposes to supply under the contract as per the price schedule given in Section 9
Part B. 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 :
(a) The Basic Unit price without tax, Applicable tax, unit price with tax.
(b) The supplier shall quote as per price schedule given in section 9 Part-B for all the items.
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 material/system offered.
9.5 Deleted.
9.6 The price approved by BSNL will be inclusive of levies and taxes, 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 Deleted.
10. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION

10.1 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 regards also need to be submitted.
33
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

b) Deleted.
c) The bidder must have experience of either 100 Km of OF cable laying or 300 Km of O & M of
OF cable in last two years from the date of NIT in BSNL / MTNL / Central / State Govt. / PSUs
/ Private Operator. Experience Certificate should be issued by an officer not below the rank of
Divisional Engineer in case of BSNL / MTNL and project Manager or Sr. Management level
officer in case of any Private operator.
d) Additional documents to establish the eligibility and qualification of bidder as specified in
Section-I and Section – 4 Part B.
e) Power of Attorney as per clause 14.4 (a) and (d) and authorization for executing the power of
Attorney as per clause 14.4 (b) or (c).
f) Documentary proof of GST registration.
g) Copy of Registration of EPF/ESI.
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 contacts telephone numbers of office and residence.
l) Registration certificate from State Director of Industries or from Secretariat for Industrial
Assistance (SIA), Ministry of Industries, Govt. of India OR proof of copy of IEM filled in
prescribed from in the Ministry of Commerce and Industries Department of Industrial Policy
and Promotions, Secretariat for Industrial Assistants, New Delhi(In the form of IEM
acknowledgement), if applicable.
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 Annual Report/Audited and Certified Balance Sheet and Profit/ Loss
Account as evidence that he has financial capability to perform the contract.
(b) The bidder shall furnish documentary evidence about technical 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 Deleted.
10.5 Deleted
10.6 Deleted
10.7 Deleted
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 :

34
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

(a) Deleted;

(b) Deleted
(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
Technical Specifications(Section 3 Part-B), General (Commercial) Conditions of contract (GCC)
,(Section 5 Part A) , Special Conditions(commercial) of contract (SCC) (Section 5 Part B ) & Special
Conditions of contract (Section 5 Part D ) 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

12.1 (i) The bidder shall furnish a bid security of amount as specified in detailed NIT (Section 1). The
bidders (small scale units) who are registered with National Small Scale Industries Corporation
UNDER SINGLE POINT REGISTRATION SCHEME are exempted from payment of bid security up
to the amount equal to their monetary limit. OR Rupees Fifty lakhs whichever is lower:

a) A proof regarding current registration with NSIC for the tendered items will have to be attached along
with the bid.
b) The enlistment certificate issued by NSIC will not be permanent and should be renewed within two
years of its presentation.
c) The unit claiming concession of NSIC is required to submit its monthly turnover in support of its claim
for meeting the delivery schedule.
12.1 (ii) If a vender registered with NSIC under single point registration scheme claiming
concessional benefits is awarded work by BSNL and subsequently fails to obey any of the
contractual obligation, he will be debarred from any further work/ contract by BSNL for one year from
the date of issue of such order.

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/works will have to be attached alongwith 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 debarred from any further work/ contract by BSNL for one year
from the date of issue of such order.

35
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

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 12.8.

12.4 The bid security shall be submitted in the form as specified in clause 5 of detailed NIT (Section-1
Part -A).

12.5 A bid not secured in accordance with Para 12.1 & 12.4 shall be summarily rejected by the Purchaser
being non-responsive at the bid opening stage and archived unopened on e-tender portal for e-tenders.

12.6 The bid security of the unsuccessful bidder will be returned/ discharged as promptly as possible and
within 60 days of finalization of the tender but not later than 30 days after the expiry of the period of the
bid validity prescribed by the purchaser pursuant to clause 13.

12.7 The successful bidder(s) bid security will be discharged upon the bidder’s acceptance of the advance
purchase order(s) 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 finalization of ordering of
complete tendered quantity in pursuance to clause no. 24.4 & 27.3 of this section.

12.8 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 :

(i) to sign the contract in accordance with clause 28 or


(ii) to furnish performance security in accordance with clause 27.
(c) In both the above cases, i.e. 12.8 (a) & (b), the bidder will not be eligible to participate in the
tender for same item for one year from the date of issue of APO. The bidder will not approach
the court against the decision of BSNL in this regard.

(d) Deleted

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 (i) The bidder shall submit his bid, physically, 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 hand Signature by the authorized person. The
36
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

letter of authorization shall be indicated by written power-of-attorney accompanying the bid.

Note The Purchaser may ask the bidders(s) to supply besides original bid, 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 hand
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 states(s) concerned.

(b) The Power of Attorney in favour of person signing the bid 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. Proof of company resolution duly certified by Company
Secretary OR Board of Directors is to be submitted for this.
(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.
(d) Attestation of the specimen signatures of such authorized signatory of the bid by the
Company’s/ firm’s bankers shall be furnished. Name, designation, Phone number, mobile
number, e-mail address and postal address of the authorized signatory shall be provided.

(e) Individual signing the tenders or other documents connected with the contract shall indicate the full name
below the signature and must specify the capacity and authority under which he signs such documents and
shall also submit documentary evidence of his authority in the form of Power of Attorney.
(f) The Power of Attorney is to be submitted in original, if it has been issued for the specific tender
enquiry. If the power of attorney is issued in general irrespective of tender enquiry then photocopy duly
certified by notary public can also be accepted.
(g) In case the representative of bidder company, who uploads the document on e-tender portal using his
Digital Signature Certificates (DSC), which is different from the authorized signatory for the bid
(Power of Attorney holder) then the representative who uploads the documents on e-tender portal using
DSC issued in his name, shall also be one of the Power of Attorney holder by the bidder Company, in
addition to the authorized signatory for the bid

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 under
a) Deleted OR
b) Single Stage Bidding & two Envelope System
15.1.2 Deleted.

15.2 a) The envelopes shall be addressed to the purchaser inviting the tender.

37
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

i) In case of tenders invited by NWP-II, CFA Unit of CGMT, Gujarat Circle, the Purchaser
Address shall be:
AGM (MP), O/o CGMT
Bharat Sanchar Nigam Limited ,
9th Floor, A-Wing , Telephone Bhawan,C.G. Road, Ahmedabad – 380 006.
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 concerned officer to be specified by tendering authority 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:
AGM (MP), O/o CGMT
Bharat Sanchar Nigam Limited ,
9th Floor, A-Wing , Telephone Bhawan,C.G. Road ,Ahmedabad – 380 006.
15.3 If the envelopes is 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 by the bidders on or before the specified date & time
indicated in Clause 6 of Section-I i.e. DNIT.

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.

16.3 The bidder shall submit its bid offer against a set of bid documents purchased by him for all or
some of the systems/ equipment 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.
16.4 Bid must be submitted by the bidder through E-Tendering mode only. Manual submission of bid shall not
be considered.
17. LATE BIDS

No bid shall be accepted either online by the e-tender portal of Gujarat Circle or physically in case of
manual bidding process after the specified deadline for submission of bids prescribed by the
purchaser pursuant to clause 16.

38
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

18. MODIFICATION AND WITHDRAWAL OF BIDS

18.1 The bidder may modify, revise or withdraw his bid online after submission prior to deadline prescribed
for submission of bid. If a bid is withdrawn, the same shall be archived unopened in the e-procurement
portal of Gujarat Circle.

18.2 The bidder’s modification, revision or withdrawal shall be physically as per clause 15. A withdrawal
notice may also be sent by FAX, followed by a signed confirmation copy post marked not later than the
deadline for submission of bids.

18.3 Subject to clause 20, no bid shall be allowed for modification subsequent to the deadline for submission of
bids.

19. OPENING OF BIDS BY PURCHASER

19.1 The purchaser shall open bids online in the presence of bidders or their authorized representatives
who chose to attend, at time specified in Clause 7 of Detailed 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 bidders before they are allowed to participate in bid opening {As per Format
given in section 7(c) }.
19.2 A maximum of two representatives of any bidder shall be authorized and permitted to attend the bid
opening.

19.3 (i) The bids will be opened in two stages i.e. 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.

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.

19.3 (ii) The bidder’s names, Item name, EMD amount & validity and acceptability, Information in respect
of eligible bidders, Details of bid modification/ withdrawal (if any), and such other details as the purchaser,
at its discretion, may consider appropriate will be made available online at the time of techno-commercial
bid opening.

19.3 (iii) The bidder’s names, Name of the Items, Quantities/prices quoted in the bid, discount, if offered,
Taxes & levies and such other details as the purchaser, at its discretion, may consider appropriate will
be made available online at the time of financial bid opening.

19.4 The date fixed for opening of bids, if subsequently declared to be a holiday by the BSNL/Govt. of India,
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. CLARIFICATION OF BIDS


20.1 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.
39
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

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 document. The purchaser at its discretion may also ask for the submission of
any additional/missing document (s) within a stipulated time period. In such case(s), the bidder shall
have to comply the purchaser’s requirement within the specified time. In case of non-compliance to such
queries, the bid will be out rightly rejected without entertaining further correspondence in this regard”.

21. 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 etc. the amounts quoted thereof shall be worked out and rounded off to 2 decimal points.
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.
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.
21.7 However , in case a bidder bids for more than one tendered item/zone and is declared non-responsive for
one of the item/zone in a bid but is eligible for other item/zone in a bid submitted by him , then complete
price bid submitted online by him shall be opened as per the existing provisions of the e-tender portal
but the prices of the bid for which he is declared non-responsive shall not be considered for financial
evaluation of the tender.
22. EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS
22.1 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/services offered as arrived in Colum I of item (a) of Price schedule in Section 9 Part-B
of the Bid-document after arithmetical correction in the manner laid down in clause 21.2 above.
(a) Duties ,taxes & Cesses for which the firm has to furnish GST Challans / Tax Invoices will be
indicated separately in the PO / APO.
(b) Suppliers should furnish the correct HSN / SAC classification /Customs tariff Head in the price

40
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

Schedule. If the credit for the Duties ,Taxes and Cesses under provision/ rules under GST law is found to
be not admissible at any stage subsequently owing to wrong furnishing of Tariff Head, then the suppliers
will be liable to refund such non-admissible amount, if already paid, along with penalty and interest if
charged by the concerned authority.
(c) In case the Duties ,Taxes and Cesses which are not eligible for input tax credit as per the quotes
indicated in the price schedule by the suppliers and subsequently at any stage it is found that Credit for
such Duties ,Taxes and Cesses is admissible as per provision of GST law, then the suppliers will be liable
to refund the amount equivalent of such Duties ,Taxes and Cesses if already paid to them provided the
credit can be claimed within the time prescribed under the applicable legislation and BSNL has all
documents to claim such credit. The refund is also subject to the bidder performing necessary act for
enabling BSNL to claim the credit viz. upload the information on GSTN. However, the purchaser may
allow the supplier to submit necessary documents in this regard which may enable the purchaser to avail
the input tax credit provided such credit is still available for the amount so paid as per provision of GST
law.
(d) The purchaser reserves the right to ask the bidders to submit documentary proof confirming
the correct HSN or SAC classification/ Customs Tariff Head from the CGST/SGST/IGST officer or
Customs authority where the HSN or SAC classification/ Customs Tariff Head furnished against the
particular tendered item by different bidders, differs from each other or the same is found apparently
not furnished in accordance with GST Act/Customs Tariff notifications.
(e) If the supplier fails to furnish necessary supporting documents i.e. Tax invoices / Customs
invoices etc. in respect of the Duties ,Taxes and Cesses which are eligible for input tax credit, the
amount pertaining to such Duties ,Taxes and Cesses will be deducted from the payment due to the firm.
(f) If the supplier fails to perform necessary compliances which would any manner restrict BSNL to claim
input tax credit, then the amount pertaining to such Duties ,Taxes and Cesses will be deducted from the
payment due to the supplier.
(g) If the supplier does not disclose the correct details on the invoice or on the GSTN viz. GSTIN, Place of
Supply, etc. which restricts BSNL to claim input tax credit, then the amount pertaining to such Duties ,Taxes
and Cesses will be deducted from the payment due to the supplier.
22.3 The responsibility for furnishing the correct taxes and duties along with the correct tariff heads shall rest
with the Bidder.
23. CONTACTING THE PURCHASER
23.1 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 his bid or influence the purchaser in the purchaser’s bid valuation, bid
comparison or contract award decision shall result in the rejection of the bid.
24. PLACEMENT OF ORDER
24.1 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. However, at
a later stage if there is any increase in Govt. duties / taxes within Scheduled Delivery date (SDD), the unit
prices will be paid to suppliers irrespective of their ranking viz.L1 / L2 / L3…etc keeping other lavies &
charges unchanged.
24.3 The Purchaser reserves the right for the placement of order of entire tendered quantity on the bidder with
the lowest evaluated price.
24.4 In the event of L2 and so on bidders refusing to accept its package de rated to the price of L1 bidder, BSNL

41
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

reserves the right to place the order for entire quantity to the L1 bidder. It is mandatory for the L1 bidder to
accept such an offer (second APO) at evaluated L-1 price and shall perform the whole contract as
envisaged in the tender document. The additional quantity, due to non-acceptance of respective quantity by
L2 and/or L3 and so on bidders, as envisaged in clause3 (Distribution of Quantity) in section 4 Part B,
shall be supplied by the L-1 bidder as part of whole contract.

25. PURCHASER’S RIGHT TO VARY QUANTITIES

(a) BSNL reserves the right to increase or decrease up to 25% of the quantity of goods and services specified
in the schedule of requirements as per DNIT, without any change in the unit price or other terms
and conditions at the time of award of contract.
(b) BSNL also reserves the right for placement of additional order or up to 50% of the additional quantities
of goods and services contained in this 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 a fresh.

(c) In exceptional situation where the requirement is of an emergent nature and it is necessary to ensure
continued supplies from the existing vendors, 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.

26. PURCHASER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS

The 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 ORDER


27.1. The issue of an Advance Purchase Order shall constitute the intention of the Purchaser to enter into contract
with the bidder.
27.2 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-7B.
27.3 L-1 bidder may be issued Advanced Purchase Order (APO) in two stages. The first APO shall be issued
for L-1 quantity as defined in clause above. The second APO may be issued to L-1 bidder only when
the Purchaser exercises the right for placement of order on balance tendered quantity on
the bidder with the lowest evaluated price in conformity to Clause 24.3 & 24.4 of Section 4 Part A.

28. SIGNING OF CONTRACT

28.1 The issue of Purchase order shall constitute the award of contract on the bidder.
42
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

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 AWARD

Failure 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

Deleted.
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, 12.3 & 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 & 12.3 and bid validity is less than the period prescribed in
Clause 13.1 mentioned above.
b) Clause 2 & 10 of Section-4 Part 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-5 B Special (Commercial) Conditions of
Contract,Section 5 D special condition 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
43
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

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 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 reserves the right to disqualify
Purchaser reserves the right to disqualify the supplier for a suitable period (not less than one year & not
more than 2 years) who habitually failed to supply the equipment in time. Further, the suppliers whose
equipment does not perform satisfactory in the field in accordance with the specifications may also be
disqualified for a suitable period (not less than one year & not more than 2 years)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/EOIs/ RFPs of
BSNL for a period of two years in case he fails to honour its bid without sufficient grounds.

34. NEAR-RELATIONSHIP CERTIFICATE

34.1. 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. In case of Limited
Company, certificate will be given 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
44
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

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 verify the genuineness and correctness of all documents and certificates, including
experience/performance certificates, issued either by the bidder or any other firm / associate before
submitting them in the bid. The onus of proving genuineness of the submitted documents would rest
with the bidder.

As per 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 bid
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 liberty to procure the
ordered goods and services from any other source at the risk and cost of the defaulting bidder. Action
would also be taken for banning business dealing with the defaulting firm”.

36. Security Clause as per latest guidelines and requirement

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.

37. Reservation/ Procurement from MSE units: The guidelines / instructions / laws issued vide D.O. no
21(1) -2011-M.A..April 25th, 2012 from Ministry of Micro, Small & Medium Enterprise (MSME) with
respect to provisions for Micro & Small Enterprises (MSEs) shall be followed.

45
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

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 : Kindly refer to Clause 4 of Detailed NIT (Section 1)

2. Bid Security

The 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 & 12.3 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 A 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

(i) The Purchaser intends to limit the number of technically and commercially responsive 1(one)
bidder for the Zone from the list of such bidders arranged in increasing order of their evaluated
prices starting from the lowest for the purpose of ordering against this tender.

46
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

SECTION - 4 PART C

E-TENDERING INSTRUCTIONS TO BIDDERS


General
The Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, as enclosed in Section IV
Part A of the tender document. Submission of Bids only through online process is mandatory for this Tender.
E-Tendering is a new methodology for conducting Public Procurement in a transparent and secured
manner. Suppliers/ Vendors will be the biggest beneficiaries of this new system of procurement. For conducting
electronic tendering, BSNL,GUJARAT has decided to use the portal
http://gujaratbsnl.abcprocure.com
Benefits to Suppliers are outlined on the Home-page of the portal.
1. Tender Bidding Methodology:
Sealed Bid System - ‘Single Stage - Two Envelopes’, followed by ‘e-Reverse Auction’ if
applicable after opening of Financial-part (Financial &Technical bid shall be submitted by the bidder at
the same time)
2. Broad outline of activities from Bidders prospective:
I. Procure a Digital Signing Certificate (DSC)
II. Register on Electronic Tendering System on e-procurement portal of Gujarat Circle
III. View Notice Inviting Tender (NIT) on e-procurement portal of Gujarat Circle
IV. Download Official Copy of Tender Documents from e-procurement portal of Gujarat Circle
V. Clarification to Tender Documents on e-procurement portal of Gujarat Circle
 Query to BSNL (Optional)
 View response to queries posted by BSNL, as addenda.
VI. Bid-Submission on e-procurement portal of Gujarat Circle
VII. Attend Public Online Tender Opening Event (TOE) on e-procurement portal of Gujarat Circle
For opening of Technical-Part
VIII. View /Post-TOE Clarification on e-procurement portal of Gujarat Circle (Optional) respond to BSNL’s
Post-TOE queries
IX. Attend Public Online Tender Opening Event (TOE) on e-procurement portal of Gujarat Circle on opening of
Financial-Part (Only for Technical Responsive Bidders)
X. Participate in e-Reverse Auction if applicable on e-procurement portal of Gujarat Circle
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 e-procurement
portal of Gujarat Circle.
3. Digital Certificates
For integrity of data and its authenticity/ non-repudiation of electronic records, and be compliant with IT
Act 2000, it is necessary for each user to have a Digital Certificate (DC) also referred to as Digital
Signature Certificate (DSC), of Class 2 or above, issued by a Certifying Authority (CA) licensed by
Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in].
4. Registration
To use the Electronic Tender portal http://gujaratbsnl.abcprocure.com Vendor need to register on the
portal( if not registered earlier). Registration of each organization is to be done by one of its senior
47
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

persons who will be the main person coordinating for the e-tendering activities. In E-procurement
terminology, this person will be referred to as the Super User (SU) of that organization. For further
details, please visit the website/portal http://gujaratbsnl.abcprocure.com (on the Home Page), and
follow further instructions as given on the site.
Note: After successful submission of Registration details and Annual Registration Fee (as
applicable). Please contact M/s e-Procurement Technologies Ltd., Ahmedabad. Helpdesk (as
given below), to get your registration accepted/activated.

M/s e-Procurement Technologies Ltd, Helpdesk

Telephone Phone: +91 079-40270555/0564/0507/0566/596


[between 10:00 hrs to 18:00 hrs on working days]
E-mail ID support@abcprocure.com

BSNL’s Contact Person Shri I.H.Mirza, AGM (MP)

Telephone/ Mobile 079- 26480124/117/ 09426628820


[between 10:30 hrs to 17:00 hrs on working days]
E-mail ID coagmmp@gmail.com or cosdemp3@gmail.com

BSNL’s Contact Person Shri M.A.Shaikh, AGM (TP)

Telephone/ Mobile 079-26407633/ 09427605758


[Between 10:30 hrs to 17:00 hrs on working days]
E-mail ID coagmtp@gmail.com

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


The entire bid-submission would be online on e-procurement portal of Gujarat Circle
Broad outline of submissions are as follows:
o Submission of Bid Security/ Earnest Money Deposit (EMD)
o Submission of digitally signed copy of Tender Documents/ Addendum
o Two Envelopes
o Techno-commercial-Part
o Financial-Part
Each of the above electronic envelopes consists of Main bid and Electronic form (both mandatory) and
bid Annexure (Optional).
NOTE:Bidder must ensure that after following above the status of bid submission must become-
“Complete”.

6. Offline Submissions:
The bidder is requested to submit the following documents offline to AGM(MP) O/o
CGMT,BSNL,Telephone Bhawan, 9th Floor,A-wing, C.G.Road,Ahmedabad-380006 on or before the
date & time of submission of bids specified in covering letter of this tender document, in a Sealed
Envelope. The envelope shall bear (the project name), the tender number and the words ‘DO NOT
OPEN BEFORE’ (due date &time).
1. EMD-Bid Security (Original copy).
2. DD/ Bankers cheque of Rs. 2360 /- drawn in favour of AO (Cash),O/o CGMT,BSNL

48
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

Ahmedabad, payable at Ahmedabad against payment of tender fee.


3. Power of attorney in accordance with clause 14.3 of Section-4 Part A along with attested copy of
Board resolution.
4. Integrity pack
7. Special Note on Security of Bids
Security related functionality has been rigorously implemented in e-procurement portal of Gujarat
Circle in a multidimensional manner. Starting with 'Acceptance of Registration by the Service
Provider', provision for security has been made at various stages in Electronic Tender's
software. Specifically for Bid Submission, some security related aspects are outlined below:
As part of the Electronic 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 e-procurement portal of Gujarat Circle 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.
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.
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.
8. Public Online Tender Opening Event (TOE)
e-procurement portal of Gujarat Circle offers a unique facility for ‘Public Online Tender Opening Event
(TOE)’. Tender Opening Officers as well as authorized representatives of bidders can attend the
Public Online Tender Opening Event (TOE) from the comfort of their offices. For this purpose,
representatives of bidders (i.e. Supplier organization) duly authorized are requested to carry a Laptop and
Wireless Connectivity to Internet.
Every legal requirement for a transparent and secure ‘Public Online Tender Opening Event (TOE)’ has
been implemented on e-procurement portal of Gujarat Circle
As soon as a Bid is decrypted with the corresponding ‘Pass-Phrase’ as submitted online by the bidder
himself (during the TOE itself), salient points of the Bids are simultaneously made available for
downloading by all participating bidders. The tedium of taking notes during a manual ‘Tender
Opening Event’ is therefore replaced with this superior and convenient form of ‘Public Online
Tender Opening Event (TOE)’.
e-procurement portal of Gujarat Circle 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.

49
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

e-procurement portal of Gujarat Circle has a unique facility of a detailed report titled ‘Minutes of
Online Tender Opening Event (TOE)’ covering all important activities of ‘Online Tender Opening
Event (TOE)’. This is available to all participating bidders for ‘Viewing/ Downloading’.
There are many more facilities and features on e-procurement portal of Gujarat Circle. For a
particular tender, the screens viewed by a Supplier will depend upon the options selected by
the concerned Buyer.
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).
9. E-Reverse Auction
E-Reverse Auction would be conducted on Unit/ total package/ net cost to BSNL value for bid
evaluation, subsequently after the opening of the Financial-Part.
The following would be parameters for e-Reverse Auction:
S. Parameter Value
No.
1 Date and Time of Reverse-Auction Bidding Event Will be intimated to Technically
Responsive bidders after the opening
of Financial-part.
2 Duration of Reverse-Auction Bidding Event ………( Typically 1 to 2 ) Hours
3 Automatic extension of the ‘Reverse-Auction Closing Yes
Time’, if last bid received is within a ‘Pre-defined
Time-Duration’ before the ‘Reverse-Auction Closing
Time’
3.1 Pre-defined Time-Duration ……. xx Minutes(Typically 05
minutes)
3.2 Time-Duration of Automatic extension ……..yy Minutes (Typically 10
minutes)
3.3 Maximum number of Auto-Extensions ……..nn Automatic Extensions.
(Typically 04 to 06 extensions)
4 Criteria of Bid-Acceptance ‘Beat on Starting last quoted Price’, as
well as, ‘Beat on Rank-1 Bid Value’

5 Entity – Start-Price Unit/ total package/ net cost to BSNL


(To be decided by planning cell)
6 Minimum Bid-Decrement ………………..( Value in Currency)
To be decided by planning cell
7 Display of ‘Pseudo Identity’ of Bidders during bidding To all Bidders, as well as, BSNL’s
period officers.
8 Display of Bidder’s own current Rank Yes

Note : Parameters at S. No. 5 & 6 shall be confirmed after opening & evaluation of
Financial bid parts.

50
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

10. Other Instructions


For further instructions, the vendor should visit the home-page of the portal
http://gujaratbsnl.abcprocure.com and go to the User-Guidance Center
The help information provided through ‘e-procurement portal of Gujarat Circle User-Guidance Center’
is available in three categories - Users intending to Register / First-Time Users, Logged-in users of Buyer
organizations, and Logged-in users of Supplier organizations. Various links are provided under each of
the three categories.
Important Note: It is strongly recommended that all authorized users of Supplier
organizations should thoroughly peruse the information provided under the relevant links, and take
appropriate action. This will prevent hiccups, and minimize teething problems the use of e-procurement
portal of Gujarat Circle
The following ‘FOUR KEY INSTRUCTIONS for BIDDERS’ must be assiduously adhered to:
1. Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender
submission deadline on e-procurement portal of Gujarat Circle
2. Register your organization on e-procurement portal of Gujarat Circle well in advance of your first tender
submission deadline on e-procurement portal of Gujarat Circle
3. Get your organization’s concerned executives trained on e-procurement portal of Gujarat Circle well in
advance of your first tender submission deadline on e-procurement portal of Gujarat Circle
4. Submit your bids well in advance of tender submission deadline on e-procurement portal of Gujarat
Circle (There could be last minute problems due to internet timeout, breakdown, et al) While the first
three instructions mentioned above are especially relevant to first-time users of e-procurement portal of
Gujarat Circle, the fourth instruction is relevant at all times.
11. Minimum Requirements at Bidders end
 Computer System with good configuration - the users have to ensure that they have Computer System
with good configuration (Min P IV, 1 GB RAM, Windows XP) / Windows Vista / Windows 7
installed in their respective PC / Laptop
 Broadband connectivity.
 Microsoft Internet Explorer 8.0 or above
 Digital Certificate(s) for users Class- 2 and above
12. Vendors Training Program (optional):
One day training (10:00 to 17:00) would be provided, if required by bidders. Training is optional. Vendors
may please send their request for training to AGM (MP) O/o CGMT, BSNL, 9th Floor, Telephone
Bhawan, C.G.Road, Ahmedabad 380006 by Email. Vendors are requested to carry a Laptop and
Wireless Connectivity to Internet.

Tentative Dates Date of uploading of Tender document + 7 days


Venue Meeting room, 9th Floor, A –Wing, Telephone
Bhawan, C.G. Road, Navrangpura, Ahmedabad -
380006
Vendor Training Charges( per participant) Rs. 5000.00
per training day (optional)
Mode of Payment of Fee DD drawn in favour of M/s e-Procurement
Technologies Ltd., Ahmedabad.

51
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

SECTION 5 PART A

GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT

1. APPLICATION
The general condition shall apply in contracts made by the purchaser for the procurement of goods.

2. STANDARDS
The goods supplied under this 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 or any part thereof in Indian Telecom
Network.
4. PERFORMANCE SECURITY
4.1 All suppliers (including small scale units who are registered with the National Small Scale Industries
Corporation under Single point registration scheme) shall furnish performance security to the purchaser
for an amount equal to 5% of the value of purchase order within 14 days from the date of issue of
Advance Purchase Order 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 form provided in ‘Section 7(B)’ of this Bid Document Valid for period which will be specified in
AWO/LOI.
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 TESTS: Deleted.

6. DELIVERY AND DOCUMENTS(if applicable)


6.1 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 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.

7. TRAINING (if required)

7.1 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 his bid the number of trainees, quantum of proposed training, pre-training
52
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

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 SERVICES (if applicable)

8.1 The 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 or 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 (if applicable)


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
his 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 his need.

10. WARRANTY
10.1 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 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 his 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,
53
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

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 TERMS

11.1 Payment will be made as specified in Clause 5 of the tender information (Section-2).

11.2 The purchaser shall not pay separately for the transit insurance. The supplier shall be responsible for all
kinds of losses i.e. loss due to theft, damage and shortage till the receipt of entire quantity of the goods in
good condition by the consignee.

12. PRICES

12.1 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 ORDERS


13.1 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.

54
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

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

15. PENALTY CLAUSE and DELAYS IN THE SUPPLIER’S PERFORMANCE

15.1 There will be the penalty of Rs. 1000/- per fault beyond 8 hours after handing over fault by BSNL to
vendor. Penalty will be Rs. 1500/- per fault per day after 24 hours of fault handing over by BSNL to
vendor. Penalty will be subjected to maximum of Rs. 10,000/- per fault.
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 Deleted.
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.

15.5 The purchaser shall have the absolute right to revise the price(s) and also to levy penalty for delayed
supplies.

16 LIQUIDATED DAMAGES: As per PENALTY CLAUSE.


17. FORCE MAJEURE

17.1 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, 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 ACTION BY PURCHASER AGAINST BIDDER(S)/ VENDOR(S) IN CASE OF DEFAULT.

55
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

18.1 In case of default by Bidder(s)/ Vendor(s) such as


(a) Failure to deliver and/ or commission any or all of the goods within the
time period(s) specified in the contract, or any extension thereof granted by the purchaser
pursuant to clause15 of this section;
(b) Failure to perform any other obligation(s) under the Contract; and
(c) Equipment does not perform satisfactory in the field in accordance with the specifications;
(d) Or any other default whose complete list is enclosed in Appendix-1 of Section-4, Part-A;
Purchaser will take action as specified in Appendix-1 of Section-4, Part-A.

19. Tax Indemnity clause :


BSNL has the right to recover Input Tax Credit loss suffered by it due to any mis-declaration on invoice
by the supplier

20. ARBITRATION

20. ARBITRATION

I. ARBITRATION (Applicable in case of supply orders/Contracts with firms, other than Public Sector
Enterprise) (Not applicable in cases valuing less than Rs. 5 lakhs) .

20.1 Except as otherwise provided elsewhere in the contract, if any dispute, difference, question or disagreement
arises between the parties hereto or their respective representatives or assignees, in connection with
construction, meaning, operation, effect, interpretation of the contract or breach thereof which parties
unable to settle mutually, the same shall be referred to Arbitration as provided hereunder:
i. A party wishing to commence arbitration proceeding shall revoke Arbitration Clause by giving 60
days’ notice to the designated officer of the other party. The notice invoking arbitration shall specify
all the points of disputes with details of the amount claimed to be referred to arbitration at the time of
invocation of arbitration and not thereafter. If the claim is in foreign currency, the claimant shall
indicate its value in Indian Rupee for the purpose of constitution of the arbitral tribunal.

ii. The number of the arbitrators and the appointing authority will be as under:

Claim amount (excluding Number of Appointing Authority


claim for counter claim, arbitrator
if any)
Above Rs. 5 lakhs to Sole Arbitrator to BSNL
Rs. 5 crores be (Note: BSNL will forward a list containing
appointed from a names of three empanelled arbitrators to the
panel of arbitrators other party for selecting one from the list
of BSNL. who will be appointed as sole arbitrator by
BSNL)
Above Rs. 5 crores 3 Arbitrators One arbitrator by each party and the 3rd
arbitrator, who shall be the presiding
arbitrator, by the two arbitrators. BSNL will
appoint its arbitrator from its panel.

iii. Neither party shall appoint its serving employee as arbitrator.

20.2 If any of the Arbitrators so appointed dies, resigns, becomes incapacitated or withdraws for any reason from
the proceedings, it shall be lawful for the concerned party/arbitrators to appoint another person in his place

56
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

in the same manner as aforesaid. Such person shall proceed with the reference from the stage where his
predecessor had left it both parties consent for the same; otherwise, he shall proceed de novo.
20.3 Parties agree that neither party shall be entitled for any pre-reference or pendente-lite interest on its claims.
Parties agree that any claim for such interest made by any party shall be void.
20.4 Unless otherwise decided by the parties, Fast Track procedure as prescribed in Section 29 B of the
Arbitration Conciliation Act, 1996 for resolution of all disputes shall be followed, where the claim amount
is upto Rs. 5 crores.

[29B. Fast track procedure – (1) Notwithstanding anything contained in this Act, the parties to an
arbitration agreement, may, at any stage either before or at the time of appointment of the arbitral tribunal,
agree in writing to have their dispute resolved by fast track procedure specified in sub-section (3).
(2) The parties to the arbitration agreement, while agreeing for resolution of dispute by fast track procedure, may
agree that the arbitral tribunal shall consist of a sole arbitrator who shall be chosen by the parties.
(3) The arbitral tribunal shall follow the following procedure while conducting arbitration proceedings under
sub-section (1):-
(a) The arbitral tribunal shall decide the dispute on the basis of written pleadings, documents and
submissions filed by the parties without oral hearing;
(b) The arbitral tribunal shall have power to call for any further information or clarification from the parties
in addition to the pleadings and documents filed by them;
(c) An oral hearing may be held only, if, all the parties make a request or if the arbitral tribunal considers it
necessary to have oral hearing for clarifying certain issues;
(d) The arbitral tribunal may dispense with any technical formalities, if an oral hearing is held, and adopt
such procedure as deemed appropriate for expeditious disposal of the case.
(4) The award under this section shall be made within a period of six months from the date the arbitral tribunal
enters upon the reference.
(5) If the award is not made within the period specified in sub-section (4), the provisions of sub- sections (3) to
(9) of Section 29 A shall apply to the proceedings.
(6) The fees payable to the arbitrator and the manner of payment of the fees shall be such as may be agreed
between the arbitrator and the parties.]

20.5 The arbitral tribunal shall make and publish the award within time stipulated as under:

Amount of Claims and Counter Claims Period for making and publishing of the award
(counted from the date the arbitral tribunal enters
upon the reference)
Up to Rs. 5 crores Within 6 months (Fast Track procedure)
Above Rs. 5 crores Within 12 months

However, the above time limit can be extended by the Arbitrator for reasons to be recorded in writing with the
consent of parties and in terms of provisions of the Act.

20.6 In case of arbitral tribunal of 3 arbitrators, each party shall be responsible to make arrangements for the
travel and stay, etc. of the arbitrator appointed by it. Claimant shall also be responsible for making
arrangements for travel/stay arrangements for the Presiding Arbitrator and the expenses incurred shall be
shared equally by the parties.

In case of sole arbitrator, BSNL shall make all necessary arrangements for his travel/stay and the expenses
incurred shall be shared equally by the parties.

20.7 The Arbitration proceeding shall be held at New Delhi or Circle or SSA Headquarter (as the case may be).

57
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

20.8 Subject to the aforesaid conditions, provisions of the Arbitration and Conciliation Act, 1996 and any
statutory modifications or re-enactment thereof shall apply to the arbitration proceedings under this clause.

II. ARBITRATION (Applicable in case of supply orders/Contracts between BSNL and Central/State
Government(s) as the case may be in terms of DPE guidelines for settlement of commercial disputes
between Public Sector Enterprises inter-se and Public Sector Enterprise(s) and Government
Department(s) through Permanent Machinery of Arbitrators (PMA) in the Department of Public
Enterprises.)

20.9 In the event of any dispute or difference relating to the interpretation and application of the provisions of the
contracts, such dispute or difference shall be referred by either party for Arbitration to the sole Arbitrator in
the Department of Public Enterprises to be nominated by the Secretary to the Government of India in-charge
of the Department of Public Enterprises. The Arbitration and Conciliation Act, 1996 shall not be applicable
to arbitration under this clause. The award of the Arbitrator shall be binding upon the parties to the dispute,
provided, however, any party aggrieved by such award may make a further reference for setting aside or
revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice,
Government of India. Upon such reference the dispute shall be deiced by the Law Secretary or the Special
Secretary/Additional Secretary, when so authorized by the Law Secretary, whose decision shall bind the
Parties finally and conclusively? The Parties to the dispute will share equally the cost of arbitration as
intimated by the Arbitrator.

20.10 APPLICABLE LAW AND JURSDICTION

(a) The supply order for Goods ‘or’ Services, including all matters connected with this supply order shall be
governed by the Indian law both substantive and procedural, for the time being in force and shall be subject
to the exclusive jurisdiction of Indian Courts at the place from where the Purchase Order has been placed.

(b) Foreign companies, operating in India or entering into Joint Ventures in India, shall have to obey the law of
land and there shall be no compromise or excuse for the ignorance of the Indian legal system in any way

21 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(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.
In case of set off of the security deposit 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, the
GST on such set off will be borne by the supplier.
GST would not be liable on security deposit. But if supplier set off the security deposit 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, then GST would be levied.

22. INTIMATION OF SUPPLY/WORK STATUS


The bidders, who are given Purchase Orders, must give the details of the supplies made/work done
against all the Purchase Orders every month on the first working day of the following month to

58
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

AGM(MP) O/o CGMT, BSNL, Ahmedabad or to the concerned user branches of BSNL /
Ordering Authority.
23. DETAILS OF PRODUCT

The bidder should furnish the name of his collaborator (if applicable), brand name, model no. and type
of the products offered in this tender. The technical literatures of the products should also be
submitted. No change in either technology or product shall be permitted after opening of bids.

24. FALL CLAUSE


24.1 The prices once fixed will remain valid during the scheduled delivery period except for the provisions
in clause 12.1 of Section 5 Part A. 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 his 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 JURISDICTION:


25.1 Any dispute arising out of the tender/bid document/evaluation of bids/issue of APO shall be
subject to jurisdiction of the competent court at Ahmadabad or at the places 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 Ahmadabad from where
Contract/PO has been issued. Accordingly ,a stipulation shall be made in the contract as under:

“This contract / P.O. is subject to jurisdiction of court at Ahmedabad only”

26. INTEREST ON DEFERRED CLAIM


No interest on any deferred claim of the supplier arising out of this contract shall be payable in any case
whatsoever.

59
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

27. GST Invoice


27.1 All the details of supplier (name, address, GSTIN/ unregistered supplier, place of supply, SAC/ HSN code etc.)
and other mandatory details shall be mentioned on the invoice.
27.2 Invoice/Supplementary invoice/Debit Note/Credit Note/Receipt Voucher need to be issued in compliant format
and timely within the time prescribed under GST law.
27.3 In case of any deficient/incomplete/rejected supply, BSNL shall convey the same in a reasonable time to enable
the supplier to issue credit note and take tax adjustment.
27.4 It would be the responsibility of the supplier to declare correct information on invoice and GSTN viz. the
amount, the place of supply, rate of tax etc. In case, the eligibility of input tax credit is questioned or denied
to BSNL on account of default by the supplier, the same would be recovered by BSNL from the supplier.
27.5. Registered location of the both the parties i.e. BSNL and supplier should be mentioned in the agreement with
GSTIN No. Further, supplier should raise invoices at the registered premise of BSNL for availing of credit
and ensure that the place of supply as per GST law is same as registered premise
27.6. BSNL could at any time instruct the supplier to raise its invoices at a particular location of BSNL
27.7. It is the responsibility of the supplier to ensure that place of supply and the GSTN of BSNL are in the same
state. If for any reason they are not in the same state, the supplier shall intimate to BSNL and give adequate
time before raising of the invoice.
27.8. E-waybill number should be mentioned on the invoices.
27.9. Supplier shall be responsible for timely issuance and delivery of invoice/ DN/ CN to enable BSNL to claim tax
benefit on or before the stipulated time period provided by the GST law.
(a) It is the responsibility of the supplier to ensure that outward supply return (GSTR-1) would be filed correctly.
If not, than cost would be borne by supplier.
(b) Reporting of correct outward supply by supplier in the outward return (GSTR-1) is the responsibility of the
supplier. In case of mismatch because of supplier’s fault, prompt amendments must be made by the supplier
else supplier would be required to indemnify BSNL of the loss of credit due to mis-match. The compliances
to be adhered by supplier includes (but is not limited to) the following:
(i) Uploading appropriate invoice details on the GSTN within the stipulated time;
(ii) Issuing GST compliant invoice / CN/ DN. PO issued by BSNL should be referred by supplier for capturing
information on the invoice.
(iii) Supplier needs to pay the entire self-assessed tax on timely basis.
(iv) Where invoice is not uploaded or incorrect upload of invoice detail of GSTN by supplier then credit on such
invoice will be given provisionally subject to matching. So, acceptance of changes made by BSNL on
GSTN on account of non-upload or incorrect upload of invoice details on GSTN is to be submitted by
supplier. Such changes w.r.t. the mismatch are required to be accepted by supplier within the time limit
prescribed under the GST law. It should be noted that in case supplier does not accept such changes within
the time limit prescribed under GST law, the loss of input tax credit (if any) would be recovered from the
supplier. In case of mismatch because of Supplier's fault, prompt amendments must be made by the supplier
else supplier would be required to indemnify BSNL for the losses of credit and interest paid due to
mismatch.
(v) Supplier to issue all necessary documentation and perform all necessary compliances for BSNL to be eligible to
claim the input tax credit of GST tax to them. In case BSNL is unable to claim the input tax credit, the
amount w.r.t. GST charged by the supplier would be recovered from the supplier
(vi) A self-declaration along with evidence that the bidder is not blacklisted by GST authorities. In case supplier gets
black listed during the tenure of BSNL contract, then supplier must indemnify BSNL to ensure that no loss
of input tax credit is borne by BSNL due to default of supplier.
27.10 All the details of supplier (name, address, GSTN/ unregistered supplier, place of supply, SAC/ HSN code etc.)
and other mandatory details shall be mentioned on the invoice
27.11.Where the location agreed are more than one state, then separate invoice state wise to claim input tax credit in
a particular state (typically happens in a bill to-ship to scenario) shall have to be submitted.
27.12 It shall be the responsibility of the supplier to mention State of place of supply of goods/services in the invoice
issued to BSNL.
60
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

SECTION –5 Part B
SPECIAL (COMMERCIAL) CONDITIONS OF CONTRACT (SCC)
(To be provided by User cell)

The Special (Commercial) Conditions of Contract (SCC)shall supplement General (Commercial) Conditions of
Contract (GCC)) as contained in Section 5 Part A and wherever there is a conflict, the provisions herein shall
prevail over those in Section 5 Part A i.e. General (Commercial) Conditions of Contract (GCC).

1. Quality Assurance and Testing:

As per requirement mentioned in section 3.

2. Spares: Deleted

3. Loading: Deleted

Section 5 Part C

General Conditions of AMC

It is as per condition mentioned in section 3

61
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

SECTION –5 Part D
SPECIAL CONDITIONS OF THE CONTRACT
1. The special conditions of contract shall supplement the Instructions to the Bidders as contained in
(Section 4 Part A,B,& C) and General Conditions of the Contract as contained in (Section 5 Part-A).
Wherever there is a conflict, the provisions herein shall prevail over those in Bid documents.

2. The following documents must be submitted along with the bid in the Techno Commercial Bid.

2.1 i Tender fee


ii. The bank guarantee for bid security or NSIC registration in respect of SSI units as prescribed under
Clause 12, Section 4 Part A of the Bid Document.

2.2 The Bank Guarantee for bid security or NSIC Certificate for claiming exemption from submission of
Bank Guarantee against bid security, as prescribed in the relevant clauses of the bid document and the
Type Approval Certificate and Proof of execution of Educational Order/ Commercial Order shall be
submitted along with the bids in a separate cover. The Bank Guarantee so submitted shall be as per the
format given in Section 7 (A) 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.

2.3 In case of bids not accompanied with documents as mentioned and in the manner in Clause 2.1 and 2.2
above, the cover containing commercial, technical and financial offers SHALL NOT BE OPENED AND
THE BID SHALL BE REJECTED.

2.4 The small scale industries registered with National Small Scale Industries Corporation (NSIC) for the
tendered item under single point registration scheme and desirous of claiming concessions available to
such units inclusive of bid security should submit their latest NSIC certificates and documents in respect
of their monetary limit and financial capability duly certified by NSIC

3. Deleted.
4. Deleted.
5. DISTRIBUTION OF QUANTITY : as per clause 3 of Section 4 Part B
6. DELIVERY SCHEDULE : As per clause 6 of Section 2.
7. ADVANCE PURCHASE ORDER/ LETTER OF INTENT
The issue of Letter of Intent/ Advance Purchase Order shall constitute the intention of the Purchaser to
enter into the contract with the bidder. The Earnest Money / Bid Security shall be discharged upon the
bidder after furnishing the Security Deposit for the Purchase Order.
8 PRICE VARIATION (PV) CLAUSE: Not applicable deleted.

9. PERIOD OF VALIDITY OF BIDS


9.1 Bid shall remain valid for 150 days from the date of bid opening prescribed by the Purchaser. A bid
valid for a shorter period shall be rejected by the Purchaser as non-responsive.
9.2 In exceptional circumstances the Purchaser may request the Bidder's consent for an extension to the
period of bid validity. The request and the responses thereto shall be made in writing. The bid security
provided under Clause 10 shall also be suitably extended. A 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.
62
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

10. BID SECURITY (EARNEST MONEY)


10.1 The Bidder shall furnish as part of his bid, a bid security for an amount as mentioned in the Notice
Inviting Tender. The Bidder (small scale units) who are registered with National Small Scale Industries
Corporation (NSIC) under SINGLE POINT REGISTRATION SCHEME are exempted from payment of
bid security up to the amount equal to their monetary limit or Rs. 50 Lakhs which ever is lower.
 A proof regarding current registration with NSIC for the tender terms will have to be attached
along with bid.
 The enlistment certificate issued by NSIC will not be permanent and should be renewed within 2
years of it presentation.
 The unit claiming concession of NSIC is required to submit its monthly turn over in support of
its claim for meeting the delivery schedule.
10.2 The bid security is required to protect the Purchaser against the risk of Bidder's conduct, which would
warrant forfeiture of the bid security pursuant to Para 10.7.
10.3 The bid security shall be in the form of a Bank Guarantee issued by a scheduled bank in favour of the
purchaser, valid for a period of 180 days from the date of tender opening.
10.4 A bid not secured in accordance with paragraphs 10.1 & 10.3 above shall be rejected by the
Purchaser as non-responsive at the bid opening stage and returned to the bidder unopened.
10.5 The bid security of the unsuccessful Bidder will be discharged/returned as promptly as possible as but
not later than 30 days after the expiry of the period of bid validity prescribed by the Purchaser pursuant
to Clause 11.
10.6 The successful Bidder's bid security will be discharged upon their acceptance of the advance purchase
order satisfactorily pursuant to Clause 27of Section 4 Part-A, and furnishing the performance security.
10.7 The bid security may be forfeited:
if a Bidder withdraws his bid during the period of bid validity specified by the Bidder in the Bid Form or
in the case of a successful Bidder, if the Bidder fails
i. to sign the contract in accordance with Clause 28 of Section 4 Part-A¸ or
ii. to furnish performance security in accordance with Clause 27 of Section 4 Part-A.
10.8. In both the above cases, i.e. 10.7 (a) and (b), the bidder will not be eligible to participate in the tender for
same item for one year from the date of issue of APO. The bidder will not approach the court against the
decision of BSNL in this regard.

11. PERFORMANCE SECURITY


All suppliers (including small scale units who are registered with the National Small Scale Industries
Corporation under Single point registration Scheme) shall furnish performance security to the purchaser
for an amount equal to 5% of the value of purchase order within 14 days from the date of issue of
advance purchase order by the purchaser.
12. FIRMS REGISTERED WITH NSIC
12.1 An SSI firm having valid registration with the National Small Scale Industries Corporation (NSIC) for
the Goods as per specifications in the tender, under Single Point Registration Scheme shall be exempted
from furnishing Bid security up to the monetary limit as mentioned in the said NSIC registration

63
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

certificate subject to maximum exemption of Rs. 50 Lakhs (even for NSIC firms with monetary limit as
"without limit"). They shall be required to furnish the Bid Security in excess of the said monetary limit. .
12.2 In case the registration of the bidder/supplier with NSIC becomes invalid due to any reason(s) at any
time after submission of the bid and till execution of the contract, the firm shall notify such
invalidation/withdrawal of the registration within one week of such event. The decision taken by the
Purchaser upon receipt of such information regarding continuation of the contract shall be binding on the
bidder/supplier.
12.3 The purchaser reserves the right to verify the validity of the NSIC registration at any time after
submission of the bid and during the performance of the contract, if entered into with the firm. In case
the NSIC registration is found invalid, the bid is liable to be summarily rejected and POs if any placed
on the firm shall be cancelled/short-closed at the risk and cost of the bidder/supplier. The firm may also
be debarred from participating in future tenders of Gujarat Telecom Circle for suitable period.
13. The purchaser reserves the right to disqualify such bidders who have a record of not meeting contractual
obligations against earlier contracts entered into with the purchaser.
14. The purchaser reserves the right to debar a bidder/supplier from participating in the future tenders for a
period as decided by the Purchaser in case the bidder fails to honour his bid or the supplier fails to
execute the purchase order without sufficient grounds after conveying its unconditional acceptance.
15. If a bidder having availed exemption from submission from EMD/performance security deposit on the
strength of the registration with NSIC fails to accept the detailed purchase order /fails to supply the
ordered stores as per delivery schedule mentioned in the purchase order, then such vendor would be
required to pay the penalty equivalent to EMD/Performance security deposit as the case may be.
16. ISSUE OF FORM C
17. BILLS TO BE SUBMITTED TO
The bills shall have to be submitted to concern SSA or as per Work Order.

18. PAYING AUTHORITY


Paying authority shall be concern SSA or as per Work Order.

18.1 Implementation of E-payment for making payment to vendors, content providers, roaming and SMS
partners.
The BSNL Gujarat Circle has implemented E-payment through Real Time Gross Settlement (RTGS) in
Circle office, Ahmadabad. E-payments are to be made for payments of vendors’ bills. The mandate form
as per annexure -6(C) is required to be submitted by the bidder in case the order is placed for the
tendered item.
19. MANUALS
All literature and instructions required for installation of the equipment, testing/commissioning,
trouble shooting etc. shall be made available in English language along with each converter.

20 TECHNICAL SUPPORT & MAINTENANCE


20.1 The vendor should have proper in-house maintenance capability and should have supporting personnel.
20.2 The vendor is responsible for the complete technical/operational support during warranty period.

64
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

SECTION- 6

UNDERTAKING & DECLARATION

6(A) - for understanding the terms & condition of Tender & Spec. of work

Ref: Your T. E. NO: MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV/ dated 08/06/2018

A) Certified that:

1. I/ We ……………………………………. have read, understood and agree with all the instructions to
bidders, 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

65
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

Section 6 (B) - in respect of NEAR RELATIVES IN BSNL

(Certificate to be given by the contractor in respect of status of employment of his/ her near relative (s) in
BSNL)
Ref: Your T. E. NO: MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV/ dated 08/06/2018

“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 Director(s)

with date & Seal

66
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

Section 6 (C) - in respect of MANDATE FORM


(Authorization letter for payment of supplier’s contractors bills through E-payment Scheme).

PRO-FORMA

1. Name of the Company/Firm

2. Address :

3. Particulars of Bank Account :


 Name of the Bank
 Branch Name
 Type of Account SB Account/Current/Account
 Ledger No./Folio No
 Name of the Account Holder
 Account Number as appearing
On the Cheque Book/Pass Book
 Branch Code
 Address

 Telephone No of the Branch


 Whether SEFT system available Yes/No
 Whether RTGS enabled branch Yes/No
 If RTGS enabled, give IFSC Code
 9-digit code number of the bank and Branch
As appearing on the MICR Cheque issued by
The Bank

Date of Effect:

Abbreviation/Acronym used above is as under:

1. SEFT-Special Electronic Funds Transfer

2. RTGS – Real Time Gross settlement

3. MICR – Magnetic Ink Character Recognition.

67
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

Section 6(D)- Clause by Clause compliance Certificate


Ref: Your T. E. NO: MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV/ dated 08/06/2018

It is to certify that the tender document is carefully read & understood and all the
sections and clauses are complied unconditionally & unequivocally. There is no deviation
from the terms & conditions of the tender.

(Sign. Of the bidder with seal)

68
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

6(E) - in respect of DECLARATION FOR EPF and Misc. Provisions


Act 1952

I ------------------------------------------------------------------------------- (name of the


contractor/agency) hereby declare compliance towards conditions of the EPF and Misc.
provisions Act 1952 and authorize BSNL to recover any payment that arises due to failure to
comply with any of the Labour legislations and statutory conditions viz., Labour wages , EPF etc.,
or any other acts dealing with the same and all other acts mentioned in the tender document.

Place :………………………... Signature of tenderer/Authorized


Signatory……………………….

Date : ………………………… Name of the


Tenderer……………………………………………….
Seal of the Tenderer

69
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

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 AGM(MP) O/o
CGMT, Gujarat Circle , BSNL, Telephone Bhawan, 9th Floor A-wing, Navrangpura, C.G.Road, Ahmedabad-38006
(Hereafter referred to as BSNL) 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 BSNL stating that the amount claimed is due by way of loss or damage
caused to or would be caused to or suffered by the BSNL 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 BSNL
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 BSNL 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.

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 BSNL under or by virtue of the said Agreement have been fully paid and its claims satisfied
or discharged or till BSNL 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 BSNL that the BSNL 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
70
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

time or from time to time any of the powers exercisable by the BSNL 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 BSNL or any indulgence by the BSNL 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 BSNL 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 BSNL demands for any money under this bank guarantee, the same shall be paid through banker’s
Cheque in favour of “AO (Cash) O/o CGMT,BSNL,Ahmedabad” payable at Ahmedabad.
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 ………………………………………

71
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

7(B) For the Performance Guarantee


(To be typed on Rs.100/- non-judicial stamp paper)
Dated:……………..
Sub: Performance guarantee.
Whereas CHIEF GENERAL MANAGER TELECOMUNICATION,GUJARAT CIRCLE
AHMEDABAD (hereinafter called ‘BSNL’) R/o …………………………..…………
…………………..(hereafter referred to as BSNL) has issued an APO no. …………..………. Dated
……/……/20….. awarding the work of …………… …… … to M/s ……………………
R/o ………………………………………………………………… (hereafter referred to as “Bidder”) and
BSNL has asked him to submit a performance guarantee in favour of CHIEF GENERAL MANAGER
TELECOMUNICATION,GUJARAT CIRCLE AHMEDABAD 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 BSNL that if in the opinion of the BSNL, 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 BSNL the said sum limited to P.G. Amount or such lesser amount as BSNL may demand
without requiring BSNL 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 BSNL shall be conclusive as regards the liability of Bidder to pay to BSNL 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 BSNL
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 BSNL 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 powers exercisable
by BSNL 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 BSNL or any indulgence by
BSNL 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 BSNL 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 BSNL demands for any money under this bank guarantee, the same shall be paid through banker’s
Cheque in favour of “ AO (Cash) O/o CGMT,Gujarat Telecom Circle , Ahmedabad. Payable at Ahmadabad.
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 ……………………………..

72
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

Section7 (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 office of AGM(MP) O/o CGMT,Gujarat Circle,BSNL,Telephone
Bhawan,9th floor A-wing ,C.G.Road,Navrangpura ,Ahmedabad 38006.

We hereby authorize (1) Mr. /Ms. ………………………………………………..


& (2) Mr./Ms…... ..…………………………………whose signatures are attested below, to attend the bid
opening for the tender mentioned above on our behalf.

………………………………………..
Signature of the Representative (1)
Name of the Representative (2)

………….…………………………..
Name of the Representative (1) Signature Attested

Signature Attested
Signature of the Representative (2) Signature of Bidder/ Officer

……………………………………... authorized to sign the Bid Document on

behalf of the Bidder.

Note 1: Maximum two representatives 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.

73
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

SECTION 7 (D)
INTEGRITY PACT AGREEMENT

To be signed on plain paper by


Both BSNL and the Bidder
INTEGRITY PACT

This Integrity Pact Agreement is made on ___ day of ____, 2018, by and between
Bharat Sanchar Nigam Limited (BSNL) / hereinafter referred to as “The Principal”
and
………………………………..hereinafter referred to as “The Bidder/Contractor”

Preamble
The Principal intends to award, under laid down organizational procedures, contract/s for --------------------------------
-----------. The Principal values full compliance with all relevant laws and regulations, and the principles of
economic use of resources, and of fairness and transparency in its relations with its Bidder/s and Contractor/s.

In order to achieve these goals, the Principal will appoint an Independent External Monitor who will monitor the
tender process and the execution of the contract for compliance with the principles mentioned above.

Section 1 – Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the
following principles:-

(a) No employee of the Principal, personally or through family members, will in connection with the tender
for, or the execution of a contract, demand, take a promise for or accept, for him/herself or third person, any
material or immaterial benefit which he/she is not legally entitled to.

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

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

(2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence
under the relevant Anti-Corruption Laws of India, or if there be a substantive suspicion in this regard, the Principal
will inform its Vigilance Office and in addition can initiate disciplinary actions.

Section 2 – Commitments of the Bidder(s)/Contractor(s)

(1) The Bidder(s)/Contractor(s) commits itself to take all measures necessary to prevent corruption. He
commits himself to observe the following principles during his participation in the tender process and during the
contract execution.

(a) Thee Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise or give
to any of the Principal’s employees involved in the tender process or the execution of the contract or to any third
person any material or immaterial benefit which he/she is not legally entitled to, in order to obtain in exchange any
advantage of any kind whatsoever during the tender process or during the execution of the contract.

74
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

(b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications, certifications,
subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to
introduce cartelisation in the bidding process.

(c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant Anti-corruption Laws of India;
further the Bidder(s)/Contractor(s) will not use improperly, for purposes of competition or personal gain, or pass on
to others, any information or document provided by the Principal as part of the business relationship, regarding
plans, technical proposals and business details, including information contained or transmitted electronically.

(d) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has made, is
committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the
contract.

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

Section 3 – Disqualification from tender process and exclusion from future contracts

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

Section 4 – Compensation for Damages

(i) If the Principal has disqualified the Bidder(s) from the tender process prior to the award according to Section 3,
the Principal is entitled to demand and recover the damages equivalent to Earnest Money Deposit / Bid Security.

(ii) If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to
terminate the contract according to section 3, the Principal shall be entitled to demand and recover from the
Contractor the amount equivalent to Security Deposit / Performance Bank Guarantee in addition to any other
penalties/ recoveries as per terms and conditions of the tender.

Section 5 – Previous transgression

(i) The Bidder declares that no previous transgression occurred in the last 3 years with any other Company in any
country conforming to the Anti-corruption approach or with any other Public Sector Enterprise in India that could
justify his exclusion from the tender process.

(ii) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process or action
can be taken as per the defined procedure.

Section 6 – Equal treatment of all Bidders/Contractors/Subcontractors

(i) The principal will enter into agreements with identical conditions as this one with all Bidders/Contractors.

(ii) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in conformity
with this Integrity Pact.

75
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

(iii) The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its
provisions.

Section 7 – Criminal charges against violating Bidder(s)/Contractor(s)/Subcontractor(s)

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an employee or a


representative or an associate of a Bidder, Contractor or Subcontractor, which constitutes corruption, or if the
Principal has substantive suspicion in this regard, the Principal will inform the Corporate Vigilance Office.

Section 8 – External Independent Monitor/Monitors


1. Principal appoints competent and credible Independent External Monitor for this Pact. The task of the
Monitor is to review independently and objectively, whether and to what extent the parties comply with the
obligations under this agreement.

2. The Monitor is not subject to instructions by the representatives of the parties and performs his functions
neutrally and independently. He reports to the CMD of the BSNL.

3. The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without restriction to all
Project documentation of the Principal including that provided by the Contractor. The Contractor will also grant the
Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project
documentation. The same is applicable to Subcontractors. The Monitor is under contractual obligation to treat the
information and documents of the Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality.

Notwithstanding anything contained in this Section, the Bidder(s)/Contractor(s) shall have no obligation
whatsoever to provide any internal costing mechanisms or any internal financial or commercial data pursuant to any
audit or review conducted by or on behalf of the Principal. Further, the Bidder(s)/Contractor(s) shall not be
required to provide any data relating to its other customers, or any personnel or employee related date.

4. The Principal will provide to the Monitor sufficient information about all meetings among the parties
related to the Project provided such meetings could have an impact on the contractual relations between the
Principal and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

5. As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the
Management of the Principal and request the Management to discontinue or take corrective action, or to take other
relevant action. The monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has
no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action.

6. The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10
weeks from the date of reference or intimation to him by the ‘Principal’ and, should the occasion arise, submit
proposals for correcting problematic situations.

7. If the Monitor has reported to the CMD of the BSNL, a substantiated suspicion of an offence under
relevant Anti-Corruption Laws of India, and the BSNL has not, within reasonable time, taken visible action to
proceed against such offence or reported it to the Corporate Vigilance Office, the Monitor may also transmit this
information directly to the Central Vigilance Commissioner, Government of India.

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

Section 9 – Pact Duration

76
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

This Pact begins when both parties have legally signed it. It expires for the Contractor 12 months after the last
payment under the contract, and for all other Bidders 6 months after the contract has been awarded.

If any claim is made/ lodged during this time, the same shall be binding and continue to be valid despite the lapse of
this pact as specified above, unless it is discharged/determined by CMD, BSNL.

Section 10 – Other provisions

1. This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of
the Principal, i.e. New Delhi. The arbitration clause provided in the tender document / contract shall not be
applicable for any issue /dispute arising under Integrity Pact.

2. Changes and supplements as well as termination notices need to be made in writing.

3. If the Contractor is a partnership or a consortium, this agreement must be, signed by all partners or
consortium members.

4. Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement
remains valid. In this case, the parties will strive to come to an agreement to their original intensions.

-------------------------------- ----------------------------------
For the Principal For the Bidder/Contractor

Place…………………… Witness 1 : ………………………………

Date …………………… Witness 2 : ……………………………

77
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

SECTION- 8
Bidder’s profile & Questionnaire.
Tenderer / Bidder’s Profile & Questionnaire
(To be filled in and submitted by the bidder)

Ref: Your T. E. NO: MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV/ dated 08/06/2018
A) Tenderer’s Profile
1. 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.:

Sl. No. Name Father’s Name Designation


1
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:………………………………

78
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

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


(c) IFSC code of beneficiary Branch……………………..
(d) Beneficiary account No.:……………………………….
(e) Branch Serial No. (MICR No.):………………………...
9. Whether the firm has Office/ works (i.e. manufacture of the tendered item) in Delhi? If so
state its Address

B) Questionnaire
1. Do you think any other detail/ material is required to complete the work specified in the
specification? Yes/ No.
1.1 If Yes, Give details

2. Do you think any other item of work need be included in tender form tocomplete 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.

Sl. Item Name Monthly supply Schedule counted from the date of placement
No. of the APO/P.O

4. Suggestion for improvement of the tender document.


……………………………………………………………………………………….
……………………………………………………………………………………….

10. GSTN Registration Number(s) of all units/business places of the bidder vide which he
intends to execute the contract, if awarded.
GSTN 1…………………….
GSTN 2……………………
GSTN 3……………………. and so on
Place………………….
Signature of contractor ………………………
Date …………………. Name of Contractor ……………………………

79
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

SECTION-9 Part-A

BID FORM
To From,
…………………………………………. ……………………………………….
<complete address of the purchaser> <complete address of the Bidder>
………………………………………….

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

Ref: Your T. E. NO: MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV/ dated 08/06/2018
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 ………………………….
Name …………………………….. Duly authorized to sign the bid for and on
Address ............................................................. behalf of ...

80
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

Appendix-1 to Section 4 Part A of Chapter 4 (Standard Tender Enquiry


Document)

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


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

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


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

81
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV
S. No. Defaults of the bidder / vendor. Action to be taken
A B C
(iii) If detection of default after receipt of i) Cancellation of APO
PG/ SD (DD,BG etc.) . ii) Rejection of Bid &
1(b) iii) Forfeiture of PG/ SD.
contd. However on realization of PG/ SD amount, EMD, if
not already released shall be returned.
(iv) If detection of default after issue of i) Termination/ Short Closure of PO/WO and
PO/ WO Cancellation of APO
ii) Rejection of Bid &
iii) Forfeiture of PG/ SD.
However on realization of PG/ SD amount, EMD, if
not released shall be returned.

Note 3:- However, settle bills for the material received in correct quantity and quality if pending
items do not affect working or use of supplied items.
Note 4:- No further supplies are to be accepted except that required to make the already supplied
items work.
2 If vendor or his representative uses violent/
coercive means viz. Physical / Verbal
means to threatens BSNL Executive /
employees and/ or obstruct him from
functioning in discharge of his duties &
responsibilities for the following :
Banning of business for 3 years which implies
Barring further dealing with the vendor for
a) Obstructing functioning of tender procurement of Goods & Services including
opening executives of BSNL in receipt/ participation in future tenders invited by BSNL for 3
opening of tender bids from prospective years from date of issue of banning order.
Bidders, suppliers/ Contractors.

b) Obstructing/ Threatening other


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

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


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

82
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV
S. Defaults of the bidder / vendor. Action to be taken
No.
A B C
4.1 Failure to supply and/ or Commission i) Termination of PO/ WO.
the equipment and /or execution of the ii) Under take purchase/ work at the risk &
work at all even in extended delivery cost of defaulting vendor.
schedules, if granted against PO/ WO. iii) Recover the excess charges if incurred from
the PG/ SD and outstanding bills of the
defaulting Vendor.

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

5.1 The supplied equipment does not i) If the material is not at all acceptable, then
perform satisfactory in the field in return the non-acceptable material (or its part) &
accordance with the specifications recover its cost, if paid, from the o/s bills/ PG/
mentioned in the PO/ WO/Contract. 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.

83
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

S. No. Defaults of the bidder / vendor. Action to be taken


A B C
5.2 Major quality problems (as established by a i) If the material is not at all acceptable, then return
joint team / committee of User unit(s) and the non-acceptable material (or its part) & recover its
QA Circle) / performance problems and cost, if paid, from the o/s bills/ PG/ SD;
non-rectification of defects (based on OR
reports of field units and QA circle). ii) If the material is inducted in network & it is not
possible to return it and/ or material is acceptable
with degraded performance, the purchaser may
determine the price for degraded equipment
(Financial penalty = Price – price determined for
degraded equipment) himself and/ or through a
committee.
Undertake recovery of financial penalty from
outstanding dues of vendor including PG/ SD;
and
iii) Withdrawal of TSEC/ IA issued by QA Circle.
6 Submission of claims to BSNL against a i) Recovery of over payment from the outstanding
contract dues of Vendor including EMD/ PG & SD etc. and
(a) for amount already paid by BSNL . by invoking ‘Set off’ clause 21 of Section 5 Part A or
(b) for Quantity in excess of that supplied by any other legal tenable manner.
by Vendor to BSNL. ii) Banning of Business for 3 years from date of
issue of banning order or till the date of recovery of
c) for unit rate and/ or amount higher than
over payment in full, whichever is later.
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 i) Termination of PO/ WO.
vendor tampers with the hardware, software/ ii) Banning of business for 3 years which implies
firmware or in any other way that barring further dealing with the vendor for
procurement of Goods & Services including
participation in future tenders invited by BSNL for 3
a) Adversely affects the normal working years from date of issue of banning order.
of BSNL equipment(s) and/ or any iii) Recovery of any loss incurred on this account
other TSP through BSNL. from the Vendor from its PG/ SD/ O/s bills etc.

84
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

7 b) Disrupts/ Sabotages functioning of ( Continued from page 83)


con- the BSNL network equipments such
td. as exchanges, BTS, BSC/ MSC, iv) Legal action will be initiated by BSNL
Control equipment including IN etc., against the Vendor if required.
transmission equipments but not
limited to these elements and/ or any
other TSP through BSNL.
c) tampers with the billing related data/
invoicing/ account of the Customer/
User(s) of BSNL and/ or any other
TSP(s).
d) hacks the account of BSNL Customer
for unauthorized use i.e. to threaten
others/ spread improper news etc.
e) undertakes any action that affects/
endangers the security of India.

8 If the vendor is declared bankrupt or i) Termination/ Short Closure of the PO/ WO.
insolvent or its financial position has ii) Settle bills for the quantity received in
become unsound and in case of a limited correct quantity and quality if pending items do
company, if it is wound up or it is not affect working or use of supplied items.
liquidated. iii) No further supplies are to be accepted
except that required to make the already
supplied items work.
iv) In case of turnkey projects, If the material is
commissioned and is usable without any
degradation of performance, then settle bills for
the acceptable equipment/ material (or its part).
v) In case of turnkey projects, if the material is
inducted in network & it is not possible to
return it and/ or material is acceptable with
degraded performance, the purchaser may
determine the price for degraded equipment
(Financial penalty = Price – price determined
for degraded equipment) himself and/ or
through a committee. (continues to page 85)

85
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

S. No. Defaults of the bidder / vendor. Action to be taken


A B C
8
Undertake recovery of financial penalty from
con-
outstanding dues of vendor including PG/ SD.
td.
9 In the event of the vendor, its proprietor, i) Termination/ Short Closure of the PO/ WO.
Director(s), partner(s) is / are convicted ii) Settle bills for the material received in
by a Court of Law following prosecution correct quantity and quality if pending items do
for offences involving moral turpitude in not affect working or use of supplied items.
relation to the business dealings. iii) No further supplies are to be accepted
except that required to make the already
supplied items work.
iv) In case of turnkey projects, If the material is
commissioned and is usable without any
degradation of performance, then settle bills for
the acceptable equipment/ material (or its part).
v) In case of turnkey projects, If the material is
inducted in network & it is not possible to
return it and/ or material is acceptable with
degraded performance, the purchaser may
determine the price for degraded equipment
(Financial penalty = Price – price determined
for degraded equipment) himself and/ or
through a committee.
Undertake recovery of financial penalty from
outstanding dues of vendor including PG/ SD.
10 If the vendor does not return/ refuses to i) Take action to appoint Arbitrator to
return BSNL’s dues: adjudicate the dispute.
a) inspite of order of Arbitrator. i) Termination of contract, if any.
ii) Banning of business for 3 years which
implies barring further dealing with the vendor
for procurement of Goods & Services including
participation in future tenders invited by BSNL
from date of issue of banning order or till the
date by which vendor clears the BSNL’s dues,
whichever is later.

(continues to page 86)

86
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

S. No. Defaults of the bidder / vendor. Action to be taken


A B C
10 iii) Take legal recourse i.e. filing recovery suite in
con- appropriate court.
td. b) inspite of Court Orders. i) Termination of contract, if any.
ii) Banning of business for 3 years which implies
barring further dealing with the vendor for
procurement of Goods & Services including
participation in future tenders invited by BSNL from
date of issue of banning order or till the date by
which vendor clears the BSNL’s dues, whichever is
later.
11 If the Central Bureau of Investigation/ Take Action as per the directions of CBI or
Independent External Monitor (IEM) / concerned department.
Income Tax/Goods and Services Tax /
Custom Departments recommends such a
course
12 The following cases may also be considered
for Banning of business:
(a) If there is strong justification for
believing that the proprietor, manager, MD,
Director, partner, employee or representative
of the vendor/ supplier has been guilty of
malpractices such as bribery, corruption,
fraud, substitution of tenders, interpolation, i) Banning of business for 3 years which implies
misrepresentation with respect to the contract Barring further dealing with the vendor for
in question. procurement of Goods & Services including
(b) If the vendor/ supplier fails to execute a participation in future tenders invited by BSNL for 3
contract or fails to execute it satisfactorily years from date of issue of banning order.
beyond the provisions of Para 4.1 & 4.2.
(c) If the vendor/ supplier fails to submit
required documents/ information, where
required.
(d) Any other ground which in the opinion
of BSNL is just and proper to order for
banning of business dealing with a vendor/
supplier.
Note 7: The above penalties will be imposed provided it does not clash with the provision of the respective
tender.
Note 8:-In case of clash between these guidelines & provision of invited tender, the provision in the respective
tender shall prevail over these guidelines.
Note 9: Banning of Business dealing order shall not have any effect on the existing/ ongoing works/ AMC /
CAMC which will continue along with settlement of Bills.

87
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

CHECK LIST FOR THE BIDDERS


Please ensure that all documents are fully authenticated by the Authorized Signatory with his signature with official
seal. Offer is liable to be rejected, if enclosed documents are not authenticated. Documents forming part of the bid: -
Sl Documents to compulsory submitted offline Page Submitted
NO and Copy to be uploaded in E-tender portal No. YES/NO
1 Cost of Tender Fee Rs 2,360/- 02
2 Bid Security in the form of Bank Guarantee valid upto 180 days from the date 04
of tender opening , as per clause No.5 Section 1 Part A
3 Power of Attorney in favour of person signing Bid 06
4 Integrity pact 06
Sl Documents to submitted online in E-tender portal Submitted
NO YES/NO
1 Documentary proof of eligibility criteria as per clause 4 of Section 1 Part A 03
2 The bidder must have experience of either 100 Km of OF cable laying or 300 03
Km of O & M of OF cable in last two years from the date of NIT in BSNL /
MTNL / Central / State Govt. / PSUs / Private Operator. Experience Certificate
should be issued by an officer not below the rank of Divisional Engineer in case
of BSNL / MTNL and project Manager or Sr. Management level officer in case
of any Private operator.
3 Average annual Turnover should be at least Rs. 1 Crore during the last three 03
financial years as on 31st March 2018

4 Document establishing that the bidder is having valid registration with EPF and 03
ESI are required.
5 The Bidder should not be under the effect of blacklisting by any 03
Ministry/Department of Government of India or by any State Government
department/agency in India or by Government of Gujarat or any of the
Government PSUs at the time of bidding
6 Valid Goods and Services Tax Registration Certificate No(s) 04
7 Copy of Undertaking duly signed by front bidder and its technology/consortium 34
partner stating that both of them shall be liable for due performance of the
contract jointly and severally as per clause 12.8(d).
8 Certificates from all Directors of the bidder stating that none of their near 34
relatives are working in BSNL in accordance with clause 34.
9 Certificate of Incorporation. 34
10 Article or Memorandum of Association or partnership deed or 34
proprietorship deed as the case may be.
11 List of all Directors including their name(s), Director identification Number(s) 34
(DIN) and address (es) along with contacts telephone numbers of office and
residence.
12 Registration certificate from State Director of Industries or from Secretariat 34
for Industrial Assistance (SIA), Ministry of Industries, Govt. of India OR proof
of copy of IEM filled in prescribed from in the Ministry of Commerce and
Industries Department of Industrial Policy and Promotions, Secretariat for
Industrial Assistants, New Delhi(In the form of IEM acknowledgement), if
applicable.
88
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

13 Approval from Reserve Bank of India/SIA in case of foreign collaboration. 34


14 Clause by clause compliance as per clause 11.2 of Section-4 Part A 06
15 Bidder’s Profile & Questionnaire duly filled & signed. (Section 8) 06
16 Undertaking & declaration in Performa duly filled & signed as per Section6 (A) 65
17 DECLARATION FOR EPF and Misc. Provisions Act 1952 as per section 6 (E) 69
18 Copy of duly signed bid documents 06
19 Copy of Bid Form in Section-9 Part A 06
20 Copy of valid PAN No. 03
21 Copy of board resolution, authorizing a person for executing power of attorney 37
in the name of person, who is signing the bid document. (In case of
Company/Institution/Body Corporate)
22 Copy of Documents related to technical capabilities. 35
23 Copy of declaration that no addition / deletion / corrections have been made in 04
the downloaded tender document being submitted and it is identical to the
tender document appearing on E-tender Portal.
24 Letter of Authorisation to attend Bid opening event 73
25 Any other supporting documents asked for in bid document.

89
BIDDER`s SIGNARURE
MP/ NOFN/O & M of OF cable/2018-19 /001/Zone-IV

SECTION 9 PART B

Price Schedule for ZONE-IV All values in INR

Sr Zone Approx. Particulars Unit Unit Applic Unit Total price Total price with
Quantity price able price without tax tax
of OFC (in without Tax with
Kilometres tax (%) tax
.)
A B C D E F G H I=C x F J=C x H
In figures In words In figures In words
(a) Cost of Operation and
Maintenance of OF
Cable (OLT to ONT/GP)
Per
3737.00 which includes material,
Km
manpower,
Zone- transportation, tools and
1 tester& spares
IV
(b)Cost of joint including Per
material and labour joint
(c)Cost of laying of new
OFC cable inclusive of Per
meter
man, material

Note:
A) The evaluation will be done based on only O & M rates quoted by vendor for (a) of the above.
B) L1 will be the lowest unit price without tax for item at (a) as above (i.e Colum I of item (a))
C) One from the Zone will be selected based on zone wise lowest quote.
D) Quoting the price for (b) & (c) by bidder is mandatory. However it will not considered for evaluation purpose. Work order for (b) & (c)
will be issued in future as & when required.
E) No upward revision will be permitted in rates during the contract tenure.

90
BIDDER`s SIGNARURE

You might also like