iti ltd., naini plant, central purchase, naini, allahabad...

15
ITI LTD., NAINI PLANT, CENTRAL PURCHASE, NAINI, ALLAHABAD – 211010 . PH. 0532-2682273, 2682550 FAX : 0532-2686008, 2687345, EMAIL : [email protected] OUR WEBSITE : http://www.itiltd-india.com Govt. of India Web Site : http://tenders.gov.in ITI LIMITED: CIN NO.L32202KA1950GOI000640 SUB: TENDER ENQUIRY NO. : NCK6F524 DT. : 05.10.2016 -------------------------------------------------------------------------------------------------------------------- S No ITEM DESCRIPTION QTY. DELIVERY -------------------------------------------------------------------------------------------------------------------- 1. SDH Analyzer up to STM-16/2.5Gbs 06 No NOV.’2016 Notes: A. Offers should be in two parts : (1) TECHNICAL BID & (2) COMMERCIAL BID B. Our Organization is ISO 14001 certified company. Offers should be in compliance with ISO 14001 Requirement. C. MSME guideline may also be examined at the time of tendering / ordering. D. Ordering to be done after receipt of CS E. Interest free EMD @ 2% of the tender value or maximum for an amount of Rs.5lakhs to be deposited by Supplier along with DD. ------------------------------------------------------------------------------------------------------------------- DUE DATE FOR SUBMISSION OF OFFER: 19.10.2016 UPTO 4.30 PM. OFFER OPENING DATE: 20.10.2016 AT 11.00 AM. TERMS & CONDITIONS: As per enclosure. NOTE: For any further details if required pl. contact at our E-mail: [email protected] STANDARD INFORMATION 1. Tender Title: SDH Analyzer up to STM-16/2.5Gbs 2. Tender Ref.No:NCK6F524 3. Product category: SDH Analyzer up to STM-16/2.5Gbs 4. Product sub category: SDH Analyzer up to STM-16/2.5Gbs 5. Tender Value: 168Lakhs. 6. Tender EMD: 5Lakhs 7. Tender Document cost: NIL 8. Tender Type: BUY 9. Location : NAINI 10.First Announcement date/time : 05.10.2016 11.Last date/time of document collection : N/A 12.Last date/time for submission :19.10.2016 UPTO 4.30PM 13.Opening date/time: 20.10.2016 AT 11.00AM 14.Work description: PROJECT PLG. 15.Pre-qualification: As per tender documents. PO-EC

Upload: others

Post on 18-Mar-2020

9 views

Category:

Documents


0 download

TRANSCRIPT

ITI LTD., NAINI PLANT, CENTRAL PURCHASE, NAINI, ALLAHABAD – 211010.

PH. 0532-2682273, 2682550 FAX : 0532-2686008, 2687345, EMAIL : [email protected] OUR WEBSITE : http://www.itiltd-india.com Govt. of India Web Site : http://tenders.gov.in ITI LIMITED: CIN NO. L32202KA1950GOI000640 SUB: TENDER ENQUIRY NO. : NCK6F524 DT. : 05.10.2016 -------------------------------------------------------------------------------------------------------------------- S No ITEM DESCRIPTION QTY. DELIVERY --------------------------------------------------------------------------------------------------------------------

1. SDH Analyzer up to STM-16/2.5Gbs 06 No NOV.’2016 Notes: A. Offers should be in two parts : (1) TECHNICAL BID & (2) COMMERCIAL BID B. Our Organization is ISO 14001 certified company. Offers should be in compliance with ISO 14001 Requirement. C. MSME guideline may also be examined at the time of tendering / ordering. D. Ordering to be done after receipt of CS E. Interest free EMD @ 2% of the tender value or maximum for an amount of Rs.5lakhs to be deposited by Supplier along with DD. ------------------------------------------------------------------------------------------------------------------- DUE DATE FOR SUBMISSION OF OFFER: 19.10.2016 UPTO 4.30 PM. OFFER OPENING DATE: 20.10.2016 AT 11.00 AM. TERMS & CONDITIONS: As per enclosure. NOTE: For any further details if required pl. contact at our E-mail: [email protected] STANDARD INFORMATION 1. Tender Title: SDH Analyzer up to STM-16/2.5Gbs 2. Tender Ref.No:NCK6F524 3. Product category: SDH Analyzer up to STM-16/2.5Gbs 4. Product sub category: SDH Analyzer up to STM-16/2.5Gbs 5. Tender Value: 168Lakhs. 6. Tender EMD: 5Lakhs 7. Tender Document cost: NIL 8. Tender Type: BUY 9. Location : NAINI 10.First Announcement date/time : 05.10.2016 11.Last date/time of document collection : N/A 12.Last date/time for submission :19.10.2016 UPTO 4.30PM 13.Opening date/time: 20.10.2016 AT 11.00AM 14.Work description: PROJECT PLG. 15.Pre-qualification: As per tender documents. PO-EC

Quantity 6 No

1 Bit Rate support

OPTICAL INTERFACESDH Signal STM-16

L16.2 1550 nm as per G.957

STM-4L4.2 1550 nm as per G.957

STM-1(o)L1.2 & L1.1 1550 nm & 1310 nmas per G.957/ G.707

3 LINE RATE 2488320Kb/s 622088Kb/s 155520Kb/s4 LINE CODE5 FREQUENCY ACCURACY6 TRANSMIT OFFSET (+/-)15 ppm (+/-) 50 ppm (+/-) 100ppm

7 TRANSMIT OFFSET STEP8 OPTICAL CONNECTOR/SFP

S16.1 & S16.2 S4.1 & S4.2 S1.1 & S1.2

10 OTU Bit rates11 Ethernet Bit rates 1G 12 OTN Testing

13 GE & FC testing

14 PoS test feature (optional)

1 INSTRUMENT MODE

2 MULTIPLEXING STRUCTURE

3 FUNCTIONAL CHARACTERISTICS

4 ERROR PERFORMANCE

Scrambled NRZ(+/-) 4.6 ppm or better.

Minimum steps size < 0.1 PPM

The instrument shall work in Normal mode (Termination mode) & Through mode. Automatic discovery ,mapping & line rate, Mapping & Demapping test of DUT .

The instrument shall support contiguous concatenation as per ITU-T Rec. G.707 in respect of SDH networknode interfaces (NNI) . It shall be possible to map & demap PDH test signal from SDH line signal withconfigurable multiplexing route. Mapping/Demapping of C12 & C3 via AU-3 & AU-4. The C4 container shall bevia AU-4. VC4 Bulk, AU-4-4c, AU-4-16c, AU-4-64c.The instrument shall have OTN as per ITU-T G.709 & multiplexing OTN OTU1/2/2e/1e, OTN multiplexing,ODU0 and ODUflex support, and ODUThe instrument shall have multichannel functionality.

Error performance parameters as per ITU-T Rec.O.181 G.821, G.826, G.828 and G.829 and performancelimits verification as per ITU-T Recs. M.2100 , M.2101, M2110 / M2120 & as applicable to OTN .

functional block characteristics and general requirements of the SDH equipment specified in ITU-T Rec.G.783., ITU-T Rec. G.703 & G.704 in respect of PDH network & OTN as per ITU-T G.709

Specification of SDH analyzer up to STM-16 / 2.5Gbps

9

INSTRUMENT FUNCTIONALITY

The sensitivity of optical receiver shall be 2-4 dB better than the end of life value specified in the table.

The instrument shall have OTN OTU1 testing feature , generation and analysis with insertion of alarm, error, overhead, forward error correction (FEC). Also supports comprehensive ODU multiplexing(ODU0, ODUflex, ODU1, ) with multistage multiplexing & multichannel capability.The instrument shall have GFEC, LAN, WAN, and SDH/SONET ODU multichannel with parallel ODU0/1/flex mixed mappings generation and analysis Supports all TCM layers , Overhead- and payload-based transfer delay Overhead byte multiframe sequence capture, Service disruption tests with high-level detail , Client offset stuffing control at each layer , ODU0 with GE and SDH/SONET clients , Captures GCC bytes and analyzes HDLC frames

Optical receiver shall conform to ITU-T Rec. G.691 & G.957 & shall be following type

FC/PC/ SC/PC / LC /PC connector for all the available optical ports shall be supplied preferably with auto shutter facility for protection from dust.One set of optical SFP/ connector shall be fitted with the instrument.Additionally One set each of all the optical SFP/ connector shall be supplied with the instrument.

Display of received optical power with the display resolution of 1dBm or better shall be provided. Display of Rxoffset in PPM / Hz shall be provided.

SDH :155.52 , 622.08Mbps, 2.488GbpsOTN: OTU1 (2.6660 Gbit/s)

OPTICAL RECEIVER (RX)

2

The test instrument shall have full test capability of generation & analysis of SDH/SONET, OTN, Ethernet upto 1G

The test instrument shall have the full capability of testing 1 GE layer 3.Test must support RFC 2544 , IPv4, IPv6, VLAN/Q-in-Q, MPLS, TCP, UDP frame structures. Generation and analysis of PCS and MAC/IP Layer traffic.Full Testing on GE OTN or SDH/SONET. Real-time QoS, service disruption, and packet jitter analysis per flow ESMC G.8264 sync message generation and analysisThe test instrument shall have the capability for PoS for SDH/SONET & IP network traffic The instrument shall support the mapping AU-4: VC-4, VC-4-4c/16c AU-3: VC-3 for SDH It will have the fill patterns eg. HDLC/PPP (RFC 1662) & CISCO HDLCFull functionality of traffic measurement eg. frame size, frame rate, sustained, total frames received ,link bandwidth, link utilization, average delay, delay variationProvision of error insertion (FCS errors, invalid frames, lost packets), measurement (all errors count, ratio, duration) & Alarm detection

2.7Gb/s

6 ALARM GENERATION & MONITORING

7 INSERTION & MONITORING OF ANOMALIES

8 ALARM & ANOMALIES

INSERTION IN THROUGH MODE

9 TEST PATTERN SELECTION

10 OVERHEAD BYTE MANAGEMENT

11 OVERHEAD BYTE ANALYSIS

The wander measurement shall also support MTW, TIE, MTIE & TDEV measurement

The instrument must have jitter Wander test capability for SDH, OTU & Ethernet bit rate.The instrument should have full compliance to ITU-T Rec O.172 appendix VII & VIII , O.173, O.174, G.783,G.825, G.8251, G.8261, G.8262, G.824, G.823, G.811& G.813 for the generation & analysis of Jitter &Wander measurement for SDH, & ITU-T O.171-174 .

The instrument shall facilitate programming of OVERHEAD bytes in SOH, HO-path & LO-path.

Complete OVERHEAD byte Analysis with byte capturing with its interpretation option with display oftransmitted and received SOH/POH shall be provided . External port for dropping of DCC/ ECC byte shall beprovided. Suitable cable for such port shall be provided along with the instrument. One end shall be connectedto the instrument & other end of such cable shall be 15pin D-Sub connector. The instrument shall have following optional requirement:The instrument shall have access to reserved OH Bytes are yet to be specified by the ITU-T. Instrument shall support the provisioning, programming & analysis to these byte.

Provision of creating specified alarm condition & monitor subsequent action as per G.783 & G.806 .Theinstrument shall be able to generate, simulate & detect minimum of following Alarms conditions: LOS, LOF, MS-AIS, MS-RDI, AU-LOP, AU-AIS, RS-TIM, HP-UNEQ, HP-RDI, HP-TIM, HP-LOM, TU-AIS, TU-LOP, TU-LOM,LP-UNEQ, LP-RDI, LP-TIM, LP-PLM & as applicable for OTN/GFP/PoS/GFP/FC .

Provision shall be there to set the threshold of any selected value for jitter value.

5

The instrument shall have the option of various test patterns as per the ITU-T recommendations. O.150 as well as CRC-4 for 2 Mb/s.2^15-1, 2^15-1 Inverse, 2^20-1, 2^20-1 Inverse,2^23-1, 2^23-1 Inverse, 2^31-1, 2^31-1 Inverse,User programmable patternUnframed patterns PRBS 231–1, 223–1, 215–1, 211–1, 27–1 and inverted, PRBS231–1 IEEE, DW 32 bits, square wave (Tx only), repeating ones/zeros editable4 to 11 bits

Facility to insert all the above mentioned Anomalies/Alarm & Defects in through mode shall be available in theinstrument..

JITTER & WANDER MEASUREMENT

It shall be possible to run the mask testing for jitter & wander measurement.

The instrument shall have the facility of Automatic & Manual mask testing

It should be possible to measure Pk-Pk as well RMS jitter.

The test instrument should have the provision of Jitter & Wander generation measurement, Jitter & wandertransfer measurement , Jitter & Wander tolerance measurement .

The instrument shall support error injection as per ITU-T Rec G.806. The errors shall be injected in single &rate mode. The instrument shall be able to inject & monitor following minimum errors: B-1 error (Excessive)1X10E-3, B-2 error (Excessive) 1X10E-3, B-3 error (Excessive) 1X10E-3,V5, MS-REI, FAS, HP-REI , LP-REI, LP-BIP , Rate, LP-REI & as applicable for OTN/GFP/PoS/GFP/FC

12 APS TIME ANALYSIS

13 POINTER ANALYSIS

14 CLOCK SOURCE

15 CLOCK OUT PORT

16 EXTERNAL CLOCK INPUT

17 TRIGGER PORT (optional)

18 MEASUREMENT MODE

19 AUTOMATIC SCAN OF TRIBUTARIES

20 ROUND TRIP DELAY

21 STORAGE CAPACITY

22 PORT CONNECTIVITY

23 PRINTING FACILITY

24 OPERATION CONTROL

25 OPTICAL POWER SPLITTER

26 POWER SUPPLY

27 GENERAL REQUIREMENT

28 CALIBRATION

29 ACCESSORIES

Internal, External, Received Signal.

K1/K2 byte setting & monitoring APS time as per G.841 with byte capturing with its interpretation along withDate, Time, K1 Value, Code, Channel, K2, Bridge, MSP, Status shall be available.

Support for both AU & TU Pointer as per , G.783, O.172 for bit rates as per G.707 as well as analysis of AUand TU pointers. The instrument shall have the facility of selecting different pointers .

The test instrument should have the sufficient memory space to store the performance data for minimum 30days with 1 min resolution with provision of real time stamp at start & end of the event. The facility to haveprintout of the desired data at later stage should be available.

Clock out for all bit rates with accuracy & stability as per ITU-T G.703 at 75ohm BNC & Rec.813 (75 ohm Balance to 120 ohm Balance converter cable shall be supplied for E1 clock)

2048KHz & 2048Kb/s as per G.703 75ohm BNC & traceable to G.811(75 ohm Balance to 120 ohm Balance converter cable shall be supplied for E1 clock)

All the necessary accessories & attachment must be supplied for the proper functioning of the test instrumentincluding interfacing cable, connectors, Key Board, Mouse, Optical Drive/ Compact Flash card Interface etc.Min. 32 GB pen drive: 4nos. shall be supplied. Suitable carry case & Trolley (for handling) to be provided to accommodate complete instrument Set-up.

10/100Base T LAN connectivity through RJ45, RS-232, VGA, USB port

Single, Timed Gating & Manual gatingIn-Service , Out-of-Service, Terminated & Through mode monitoring

Provision of automatic scan for all the VCs in the STM frame shall be provided.

Perform RTD measurements on all interfaces with milli-second resolution

Through online external printer via USB port & save the data facility for printing later on. Heavy duty compatible colour printer of reputed make must be supplied along with the instrument

High resolution color LCD/TFT display inbuilt controller with touch screen working. Alarm display supported byvisual indication/LED. ORExternal controller/ Laptop of reputed brand for operation on latest Windows OS (licensed OS) & instrumentS/W preloaded with back up CD/DVD.Minimum configuration given below is acceptable:Processor -Intel Core i5 2.3 GHz or higher with 800 MHz with FSB 945 PM or higher Original Chipset on OEMmotherboard,4GB RAM, 1 TB HDD, 4 GB L2 Cache, DVD RW (writer), Compatible ports.14" TFT Display, min 3nos USBports, VGA port, Graphic 2Gb.All the attachments for working of the instrument shall be supplied.

One optical power splitter with FC/PC or SC/PC connector capable of dividing the optical power in 90:10 ratioshall be supplied along with instrument.

NOMINAL 230 volts AC WITH VOLTAGE VARIATION +/-10% of 230 V, at 50 Hz /

The Test Instrument should be robust & stable for continuous operation. The instrument shall be designed forcontinuous operation. The high altitude working should not pose any problem. (A certificate may be attached).Provision of Self test, visual indication of ON/OFF status shall be provided. Software & Hardware should notpose any problem due to change in date, time etc.The vendor shall furnish the conformance of the quality requirement followed

Time interval for calibration shall be specified by the vendor.

Trigger Input & Output port at 2 Mhz. 75ohm BNC

30 DOCUMENTATION

31 PROTECTION REQUIREMENT

32 OPERATING PERSONNEL SAFETY REQUIREMENT

33 EMC COMPATIBILITY

34 SURFACE FINISH, MARKING, PACKAGING & SHIPPING

35 ONLINE LIBRARY (optional)

36 AUTOMATIC TEST SEQUENCE (optional requirement)

General Terms & conditions 123

45

6789101112

1

23

The test instrument shall have on-line library containing relevant ITU standards for ready reference for propersetup making.The vendor shall indicate the availability of Auto Test sequence for combining multiple test sequence forrepeated tests.

All the necessary documents like Installation, Operation, Maintenance, Repair manual must be supplied alongwith the test instrument.

Instrument should conform to the international safety standard & must be specified by the Vendor against thetest instrument offered.

The instrument shall have the protection against open/short circuit against all the accessible points formeasurements.

Instrument should conform to the international safety standard & must be specified by the Vendor against thetest instrument offered.

The instrument must be of latest batch with clear marking of name of the product, manufacturer, model &serial no., date of manufacture, etc. The surface shall be of good finish. The packaging of the instrument shallbe proper . A carrying case & trolly must be provided for the instrument.

Operational Training shall be provided for minimum 02 days by the vendor on site to the purchaser.

Repair & Calibration facility should be available in India by authorised agency. The detail of such facility shall be furnished by the vendor.

Turn around time for repair & Calibration should be less than 20 days.

Technical & Commercial bid shall be submitted separately.

Post warranty annual Calibration charges must be quoted separately.The vendor shall install the instrument free of cost.The details of Indian Customer base of the offered instrument only, shall be furnished along with the Technical bid.

License Copy of preloaded Operating software & Application software shall be supplied.

Product catalogue, technical data and relevant literature of the instrument offered must be submitted along with the offer. The detail of relevant manuals to the instrument shall also be submitted.OEM must guarantee for Service/ Support (by Indian Agent or directly) including spares for 5 years after warranty period.

Clause wise compliance statement must be attached along with technical bid.The offer should be restricted only to appropriate product of latest model that meets the specifications.

Warranty & AMC: The minimum warrenty period of the instrument shall be of 2 year after instrument becomes fully operational to the satisfaction of the purchaser. Additional warrenty may be specified & quoted separately.

The vendor shall provide all software upgrades (if any) free of cost during the warranty period. Post warranty AMC charges (comprehensive and non comprehensive) must be specified separately.

ITI LIMITED

CIN NO. L32202KA1950GOI000640

Annexure - I

Form No.:XPR15/M2/0995/24

Special Terms and Conditions

FOR SUBMISSION OF TENDER (IMPORTS)

ENCLOSURE TO ENQUIRY NO NCF4F467 Dated 16-06-2014.

1. Terms of Prices: Rates quoted are firm and applicable to any qty within our enquired qty.

A. Indigenous Vendor : FOR Naini , ITI works.( Loading & unloading till ITI Works is the responsibility of supplier)

B. Foreign Vendor: DAP i.e Delivery at ITI Works,Naini, including Loading & unloading till ITI Works is the responsibility of supplier. ITI Shall arrange Custom Clearance and Pay the Custom Duty.

2.Terms of Payment : Supplier Payment Terms will be as under,

• LC Payment : 90 % Payment through irrevocable LC in the following manner, • 60% payment : Against shipment of equipment through documentary evidence as per PO

Terms. • 30% Payment : After successful installation and commissioning(I&C) of full turnkey line on

the basis of Certificate issued by DGM-W/DGM ( OPT & SOLAR ). • Balance 10 % Payment : Against submission of PBG valid for a period of 2 Year from the

date of I&C .

ITI will prefer long credit period.

ISO 9001:2008 ACCREDITED

Note: In the event of short supply and/or wrong supply , the supplier has to bear all expenses to complete the supply as per PO terms. Till supply completion as per PO terms, payment will be kept in abeyance.

3.FOREX RISK: In case of prices are quoted in Foreign currency exchange rate will be taken from RBI website (www.rbi.org.in ) for all the references & supplier’s acceptance of following clause is mandatory,,

“ The exchange rate on tender opening date shall be considered for the purpose of commercial evaluation of Tender. However for release of Payment ,the exchange rate as on date of Tender opening or as on due date of payment, whichever is lower shall be considered “

Remittance on ITI in INR = Exchange rate as defined above X Order value in Foreign Currency

4.EMD/Security deposit : Interest free EMD for an amount of Rs. 05 Lakhs to be deposited by supplier along with the Tender in INR in the form of DD etc. favoring ITI Ltd , Payable at Allahabad valid for a period of 3 months. The EMD of unsuccessful bidders will be refunded within 1 Month of finalization of Tender. EMD of successful bidder will be converted in to security deposit . The Security deposit amount is Rs. 10 Lakhs so additional Rs. 5 lakhs have to be deposited by the successful bidder.. SD will be returned after 2 Months of successful Installation and Commissioning of the SPV Module Manufacturing Turnkey line.

5.PBG : PBG to be furnished for 10 % of the PO value in INR , valid for 2 Years from the date of successful commissioning to cover the warranty of Turnkey line for the release of 10% of Payment.

PURCHASE OFFICER

Date (ENQUIRY CELL)

TEND-IN.DOC

ITI LIMITED: CIN NO. L32202KA1950GOI000640

Annexure - I

Form No.:XPR14/M2/0995/24

TERMS AND CONDITIONS FOR SUBMISSION OF TENDER (Inland)

ENCLOSURE TO ENQUIRY NO -------------------------------------

1 SUBMISSION OF TENDERS: A. This is only an enquiry to quote and not an order. This enquiry is not transferable. B. Tenders must be submitted in a SEALED ENVELOPE SUPERSCRIBED WITH OUR ENQUIRY NO. and DUE DATE ON THE face of the envelope and should be addressed to SIGNATORY OF THIS ENQUIRY. C. If the validity of the component has expired or likely to be expire within delivery schedule, please submit your latest valid CACT/LCSO/TEC/BEL/ITI Bangalore approval certificate alongwith your QUOTATION for our study and consideration of your offered devices. D. The party may indicate whether they fall under purview of MSMED Act2006 and if so the certified copy of relevant registration certificate as a proof may be submitted along with the tender bid. E. In case such certificate is not produced at the time of bid party will not be considered to be falling under this category. F. NEW BIDDERS QUOTED FROM WEBSITE MAY PLEASE CONTACT OUR VENDOR DEVLOPMENT SECTION FOR REGISTRATION AND APPROVAL PROCEDURES. NOTE: a. Tenders should reach us on or before the due date before 12.00 Hrs. of the due date. b. Separate envelopes should be used for each enquiry. c. Please send your offer in a sealed envelope. Offer should have commercial condition and technical details. d. The validity of offer should be for a minimum period of 90 days from the opening date of tender. 2 OPENING OF TENDERS: Tenders against enquiries will be opened in the presence of the tenderer / authorised representative on THE DUE DATE OF THE TENDER itself / the next working day i.e., on .......At 11.00 Hrs.(INDIAN STANDARD TIME). 3 LATE OFFERS: Open tenders (not super scribed with our enquiry No... and Due date on the face of envelop) and / or tenders/FAX/E-mail which are received late are liable for rejection. NOTE: a. Send your quote well in advance of due date to avoid postal / courier delay. b. If you are not in a position to quote, for any reason please communicate the same without fail to enable us to keep you on our vendor list. c. Please indicate the Sl. No. and Code/Description exactly as per our enquiry. Any substitute or alternate code quoted should be clearly stated. In case the item quoted is under obsolescence, the same may be indicated with best last date of P.O. and supply feasibility. 4 PRICES: a. ITI is planning to have long term tie up with limited vendors, who can keep up good quality, prompt delivery and lowest cost hence you may quote in such a way that a long term relationship is possible. b. Prices must be per unit as called for in the enquiry and should be on F.O.R. ITI Works basis only and inclusive of insurance charges. In such an event while tabulating the offers, insurance is not to be reckoned and should include weather proof packing adequate to withstand transhipment damages. Local supplier's offers should be on F.O.R. delivery at our Stores in our Plant. c. ITI, under normal circumstances, may not negotiate for the price. We may also short list only two to three suppliers for ordering. Hence you are requested to quote your best price in the original quotation itself. d. Any counter terms and conditions are not binding on us unless we agree to the same in writing. e. In case of an order on you, the ordered rate should be firm till the completion of the order. In case where the market prices of your inputs are fluctuating too frequently, you shall clearly define price variation clause. Please note that any variation in price up to 5% due to variation in FE / statutory levies will be absorbed by the supplier.

ISO 9001:2008 ACCREDITED

TEND-IN.DOC

However, for variation beyond 5% due to variation in FE / statutory levies, the burden of price increase / advantage of price decrease will be shared equally between ITI and the supplier. f. Vendors should deliver the material to ITI-Stores in Naini Plant irrespective of whether they are Bangalore based or from outstation. Out station vendors can make use of their local representative/ Courier Service / Surface transport on door delivery basis to deliver the material at ITI-STORES. ITI will not take the responsibility of clearing the goods from the carriers godown / office / railway station / airport etc. g. In case of supply of imported items by local dealers proof of import should be provided. Prices quoted should indicate clearly the Modvat relief (by way of C.V.D.), being passed on to ITI and supplier should furnish regular invoice indicating rate and amount of duty that is passed on which should be proportionate to the material sold to ITI from the relevant imported consignment covered under this appropriate Bill of Entry. 5 STATUTORY LEVIES: a. All applicable statutory levies like Sales Tax, Excise Duty etc., should be separately indicated with the current rate applicable, otherwise rate quoted will be deemed as inclusive of taxes / levies. Vague terms like "As applicable at the time of supply" should be avoided. Apart from Statutory levies other charges like handling, P and F etc., will not be paid by us. b. In case of sales tax exempted delivery, authorisation letter from the competent authority should be enclosed along with the quote. c. In case of your absorbing the sales tax portion, the same be specified clearly in the quotation itself and not after the tender opening,which otherwise will be treated as post-tender correction and would disqualify your quote. d. In case of statutory levies like Sales Tax, Excise Duty, Surcharge etc., are modified, the same has to be intimated to ITI immediately. 6 MODVAT RELIEF: a. We are eligible to avail the credit of Excise Duty paid on items procured for manufacturing Tele-communication equipments under MODVAT RELIEF scheme. Hence "Invoice Cum Gate Pass" in original for payment, and transporter copy duly marked and authenticated is to be produced along with the consignment. In case of your failing to adhere to this instruction, no ED will be reimbursed by us. b. Invoices should be in the prescribed form and have all particulars as per the Central Excise Rules and notifications as amended from time to time, particularly Assessor code, Range Division, rate and amount of duty debited and debit particulars. c. Agents/Distributors, on whom an order is placed should also produce Invoice Cum Gate Pass as per the procedure laid down by Central Excise Rules and notifications issued from time to time. They should get registered with Central Excise authorities where ED is being passed on. 7. TERMS OF PAYMENTS: a. Payment will be made for the accepted quantity only, quote your lowest rate separately for the following payment terms :

ITI prefers long credit period. For any variation in payment terms quoted by different Vendors, loading in the comparative statement will be made suitably.

b. NO PAYMENT WILL BE MADE FOR THE REJECTED QUANTITY. c. Rates as per Normal Terms of Payment (NTP) i.e. 60 days credit from the date of receipt of material. d. In case you fall under SSI as per DIC, please mention the same in all your quotations/invoices indicating also the certificate number. This is essential if in the unlikely event of delay in payment, you would like to claim preferential payment as an S.S.I. 8. INSPECTION: a. ITI reserves the right to restrict the ordering to 2 or 3 vendors who are capable of meeting the Quality, Delivery and Cost requirements. Preference will be given to the vendors with maintained and proven Quality Assurance Systems. b. We are planning to reduce inspection time with self certification scheme for the vendors who keep up good quality leading to "ship to stack system". c. Inspection of the material at our works will be final. ITI reserves the right to inspect the material at any other standard testing centre authorised by us. d. We or our representative including our customer may if required preliminarily inspect the product at vendor's premises. Such verification shall not absolve the vendor of the responsibility to provide the acceptable product nor shall preclude subsequent rejection during the final inspection at our works It is the responsibility of every vendor to ensure that only the inspected materials confirming to our specifications/drawings/requirements are supplied. e. The supplies shall be from the latest batch of production. Batch Number should be indicated on the components / packet / test certificate and accompanying delivery challan / test certificate.

TEND-IN.DOC

f. Test Certificate / check list should accompany each supply consignments without test certificate are liable for rejection. Rejected material should be collected immediately (within 30 days) after our intimation by giving two days prior notice for completing the necessary EXCISE FORMALITIES. You should make arrangements to collect the material either personally, or through your authorised representatives. ITI does not take any responsibility to send the material back to you. After 90 days from the date of rejection intimation to you the material will be scrapped at your risk if not collected. 9. SAMPLE: Those tenderers who have not supplied the material against any of our earlier orders, should submit FREE SAMPLES clearly indicating enquiry reference. Free samples along with your offer are preferable. In case of a Purchase Order on you, bulk supply should commence only after approval of samples. 10 WARRANTY: Please note that we are an ISO 9001:2008 accredited company. All our equipments / systems have a warranty of 18 months from the date of despatch to our customer. Hence the warranty of your products should be for a minimum period of 24 months from the date of supply. Within this warranty period, if any of your component /subsystem is found defective during our manufacturing process/system testing/installation and commissioning/operation of our equipment in the field, the same is to be replaced free of cost immediately by you. 11. GENERAL: a. We reserve the right to accept or reject any or all offers and order full or part quantities or cancellation thereof without assigning any reason whatsoever. b. Successful tenderer only will be intimated by post through/letter of intent/firm orders. c. Canvassing by tenderers in any form including un-solicited letters against tenders submitted or post-tender correction shall render their tenders liable for summary rejection. d. I T I Naini reserves the right to split Quantity/Services at ordered rates accepted by L1 bidder to meet the supply schedule / maintain uninterrupted services in view of the capacity of L1 bidder. e. Distribution of quantities for ordering to the selected bidders against this tender -

The quantity shall be distributed in the ratio between 60:40 to 70:30 between L1 and L2 in case order is to be given to two bidders. In case if the order is to be placed on three selected bidders, the guiding ratio would be 50:30:20 for L1,L2 & L3 bidders. More than three bidders may be considered in case of larger volume or in case of capacity restriction. However ITI, reserves the right to depart from the above guidelines for distribution of quantity amongst successful bidders depending upon the urgency and other factors prevailing at the time of deciding the bid.

12. DELIVERY SCHEDULE: a. Please indicate minimum LEAD TIME REQUIRED, manufacturing capacity and the quantity that can be reserved for us. b. Liquidated Damages Clause Time is the essence of contract and the materials, against an order arising outof this enquiry must be delivered by the supplier according to the delivery schedule indicated in the P.O. In case of any change, the supplier should inform us in advance and obtain our approval to the revised delivery schedule. Should the supplier fail to deliver the material or part thereof as per the delivery schedule, or any extension thereof, we shall be entitled at our option either to recover from the supplier, as penalty, a sum equivalent to 1/2% (half percent) per week for first four weeks and 0.7% per week thereafter for such delay or part thereof or terminate the contract in respect of the balance supply so delayed and purchase materials elsewhere at the risk and cost of the defaulting supplier. 13. SECURITY DEPOSIT: In case of an order on you, you will have to agree for an interest free security deposit which will be fixed by us, by cash or draft only which will be forfeited in case you fail to execute the order to our satisfaction in all respects. This clause may be waived off in case of approved or established suppliers. However, the sole discretion lies with ITI. 14. FABRICATION ORDERS ONLY: In case of Fabrication Orders: a. Necessary Bank guarantee towards the cost of raw material / component to be issued by ITI would be necessary. b. A quality agreement has to be entered into with ITI before commencing supply.

TEND-IN.DOC

c. Furnish the particulars of the Income Tax such as : (i) ACCOUNT NO.(ii) Place where Income Tax Circle is situated along with tender documents. Otherwise such tenders are liable for rejection. d. The technical knowhow Literature, specifications etc., if furnished to you along with this Purchase Enquiry/Order are strictly for the limited purpose of supplying/manufacturing the items mentioned threin and you shall have no right to make use of the same for any other purpose or to execute any other order or pass on the same to others. The aforesaid know-how, literature, specification etc., must be returned to us in case you regret to quote / after executing the orders as the case may be. e. Further Please certify that: i) The know-how will not be passed on to others. ii) No export will be done by you directly without arriving at a commercial understanding with ITI Ltd. iii) No supply will be made by you to any outside agency without ITI's prior approval and commercial understanding. iv) Kits/components will not be diverted to other orders. v) Drawings if any should be returned, along with your offer. f. Tax would be deducted at source under the T.D.S. scheme as per IT rules at appropriate rates, wherever applicable. Any exemption or recovery at lower rates would be considered only on production of appropriate certificates issued by IT officers concerned. T.D.S. Certificates would be issued after the 15th of following month. 15 LOCAL REPRESENTATION: Please indicate your local representative's address, telephone, Telex No. Fax No., Pager No./E-mail address the person to be contacted, in the offer. 16 TECHNICAL CATALOGUE: In the event of any change in the technical catalogue, updated version may be sent to us immediately. It is essential that you simultaneously take up the same with approving authority and their approval copy sent to us. 17 SALES TAX: Form "C"/Form III-B/III-D will be financial year wise. You are requested to give the details (4 copies) strictly as per the format shown below to enable us to issue the same. The filled in format will be returned back to you by endorsing on the same. Hence use plain paper only. Any demand for these Forms before full settlement of purchase order will not be entertained. ENCLOSURE TO FORM III-B/III-D/FORM 'C' FOR THE FINANCIAL YEAR 20 -20 NAME OF THE SUPPLIER P.O. REF :-

INV.NO AND

DATE

ITEM DESPN

QTY.

NOS.

UNIT RATE

Rs.

VALUE

Rs.

EXCISE DUTY

% Rs.

UPST CST

% Rs.

OTHER CHARGE IF

ANY (PKG FDG FRT ETC) Rs.

TOTAL Rs.

18 GOVERNING LAW: All suits shall be instituted in a court of competent jurisdiction at Naini, Allahabad and in case of arbitration, the Indian Arbitration and conciliation Act, 1996 is applicable. The Arbitrator shall be appointed by Unit Head, ITI Naini.

19 The supplier shall provide catalogue and detailed specification in case their offer is deviated from our specifications/part number has called for.

"Since , ITI is the ISO 14001 : 2004 certified company hence, you may introduce eco friendly material in your process and packing as much as possible & adopt standard symbol as per norms to satisfy ISO 14001 : 2004 during handling , storage and transportation of material"

Purchase Officer

(ENQUIRY CELL) Date:

TEND-FN.DOC

ITI LIMITED

CIN NO. L32202KA1950GOI000640 Annexure – I

Form No.:XPR15/M2/0995/24

TERMS AND CONDITIONS FOR SUBMISSION OF TENDER (IMPORTS)

ENCLOSURE TO ENQUIRY NO NCF4F467 Dated 16-06-2014.

1 GENERAL :

(a) This is only an enquiry to quote and not an order. This enquiry is not transferable.

(b) Your offer must be submitted in a Sealed Envelope super scribed with our "Enquiry Number" and "Due Date". Ensure submission of tender before 12 Hours. INDIAN STANDARD TIME on the due date.

NOTE: Separate envelopes should be used for each enquiry.

2 ADDRESS :

(a) Your offer should be addressed to Signatory of this enquiry in

M/s. ITI LIMITED,

Naini Unit, Naini,

Allahabad - 211010

(U.P.) INDIA

Super scribe the cover with our "Enquiry Number and Due Date".

(b) Please ensure that your offer is NOT sent to any other Plant/Corporate Office of ITI which is different from our Plant.

(c) Your offer should be valid for a period of 90 days from the indicated due date. This is most important. Longer validity preferred.

(d) Late offers are liable for rejection without assigning any reason.

3 OPENING OF TENDERS:

Tenders against our enquiries will be opened in the presence of the tenderers/their representatives on the due date of tender itself/next working day i.e..., on _________at 11 hours (Indian Standard time). The validity of offer should be for a minimum period of 90 days from the opening date of tender.4

ISO 9001:2008 ACCREDITED

TEND-FN.DOC

4.PRICES :Refer Special Terms and Conditions and SUBMIT YOUR QUOTATION IN LINE WITH INCOTERMS

5 COUNTRY OF ORIGIN:

Please state the Country of origin. In case the Certificate of Origin is required, we would ask for it in our PO. 6 FREIGHT FORWARDER:

Refer Special Terms & Conditions 7 AGENTS:

(a) The name, address, telephone numbers, E-mail address and telex numbers of your Indian Agents if any should be mentioned.

(b) In the event of an offer from authorized Agents on behalf of their principals relevant documents authorizing them as Agents should accompany the offer. Others without these are liable for rejection.

(c) Any change in agency, should be informed to us in time.

8 LITERATURE:

Latest Technical literature/catalogue in English.

9 TERMS OF PAYMENT: Refer Special Terms & Conditions

10 INSPECTION: As per Tender Specifications & In the event of rejection apart from free replacement of material on freight pre-paid basis and the rejected material on reight to -pay basis, you are also liable for payment of interest (at 24% per annum) or the period between payment made and replacement received. Any financial loss to us due to Indian Government policy and procedures on Re-Export will have to be made good by you.

11 WARRANTY: As per Tender Specifications & Within this warranty period, if any of your component / subsystem is found defective during our manufacturing process/ System testing/ installation and Commissioning/ Operation of our equipment in the field, the same is to be replaced free of cost immediately by you.

12 SAMPLES: Not applicable

13 LANGUAGE:

All your offers should be in ENGLISH Language onle. Specifications and literature should also be in ENGLISH only.

14 MAKE: Please indicate Manufacturer's name and brand of the material offered.

15 ORDERING:

(a) We reserve the right to reject any or all offers and to order in full or part quantities thereof without assigning any reason whatsoever.

(b) Canvassing by tenderers in any form including unsolicited letters against tenders submitted or post-tender corrections shall render their tenders liable for summary rejection.However ITI, reserves the right to depart from the above guidelines for distribution of quantity amongst successful bidders depending upon the urgency and other factors prevailing at the time of deciding the bid.

TEND-FN.DOC

16 SUCCESSFUL TENDERS: Successful tenderers will be intimated through letter of intent followed by a firm order or directly by a firm order.

17 IMPORT LICENSE:

(a) If import Certificate is required, it should be indicated in the quotation itself. No subsequent request will be entertained. (b) Necessary Import License will be provided by us.

18 PACKING:

Material should be supplied in sufficient air/sea-worthy packages with proper sealing to ensure that the goods are received in good condition free from rust, corrosion and any transit damages.

19 DELIVERY SCHEDULE:

(a) Shipments must be made strictly as per the indicated delivery schedule in the purchase Order. Any additional/incidental charges due to deviation in number of deliveries without our prior concurrence will be to your account.

(b) Liquidated Damages Clause:

Time is the essence of Contract and the material against an order arising out of the Enquiry must be delivered by the supplier according to the delivery schedules indicated in the purchase order. In case of any change, the supplier should inform us in advance and obtain our approval to the revised delivery schedule.

Should the supplier fail to deliver the material or part, thereof as per the delivery schedule or any extension thereof, we shall be entitled at our option either to recover from the supplier a penalty equivalent to (1/2%) (half percent) of the contract price of the item per week for first four weeks and 0.7% per week thereafter for such delay or part thereof the contract price of the item delayed or terminate the contract of agreement of the balance supply so delayed and purchase elsewhere at the risk of the supplier.

20 TEST CERTIFICATE/INSPECTION REPORT:

(a) Each consignment should be accompanied by Test/Inspection Report from the factory. A general certificate from factory stating that the item has been tested/inspected and found okay will do.

(b) If you are a Distributor and in the event of an order on you, the following certificate should be issued along with the supplies.

CERTIFICATE

DATE:

This is to certify that the Electronic Components Identified by BATCH Code/lot Code indicated hereunder and shipped along with this certificate, is in accordance with the requirement as per Custromer's Order. We certify that other certified records necessary to substantiate this Certification is available with us and may be demanded by Customer's inspection up to 5 years from the date of shipment.

TEND-FN.DOC

1. CUSTOMER ORDER REF.

2. DATE:

3. DEVICE TYPE:

4. QUANTITY:

5. MARKING ON DEVICE:

6. DATE/LOT CODE:

We agree to follow the format of Conformance Certificate as shown above.

For............

Authorized Signatory with Company Seal.

To,

The Materials Manager,(X)

M/s. ITI LIMITED.-------------------------------------------------------------------

21 BATCH NUMBER:

In case of an Order, components supplied shall be from recent production batch as indicated by the batch number on the component. The batch number shall not be earlier than week 01 of the previous year in which the order is placed.

22 APPLICABLE LAW AND DISPUTE RESOLUTION:

All disputes arising in connection with Purchase Order shall be settled between the Parties, the Parties shall try to resolve it through mutual discussions. In case the dispute could not be resolved through mutual discussions, the dispute shall be referred as per ICADR rules.

"Since , ITI is the ISO 14001 : 2004 certified company hence, you may introduce eco friendly material in your process and packing as much as possible & adopt standard symbol as per norms to satisfy ISO 14001 : 2004 during handling , storage and transportation of material"

PURCHASE OFFICER

Date (ENQUIRY CELL)

: