ngn_tender_07062012-final_upload with ammend+clarification+corregendum

Upload: karan-sahi

Post on 28-Feb-2018

216 views

Category:

Documents


0 download

TRANSCRIPT

  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    1/323

    Class 5 NGN tender (Index) BSNL C.O., New Delhi

    i

    BID DOCUMENT

    TENDER FOR PROCUREMENT OF CLASS 5 NGN (Next Generation Network):

    TENDER NO. CA/NWP-CFA/NGN-4 Mn/T-413/2012 ISSUED ON 07TH JUNE 2012

    BHARAT SANCHAR NIGAM LIMITED(A GOVERNMENT OF INDIA ENTERPRISE)

    AGM (MMY), 2nd Floor, MMT SECTION,BHARAT SANCHAR BHAWAN, JANPATH,

    NEW DELHI-110001T/No.: 011-23717844

    FAX NO.91-11-23710198/91-11-23350494Visit us at www.bsnl.co.in

    http://www.bsnl.co.in/http://www.bsnl.co.in/
  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    2/323

    Class 5 NGN tender (Index) BSNL C.O., New Delhi

    ii

    BHARAT SANCHAR NIGAM LIMITED(A Government of India Enterprise)

    2nd Floor, Bharat Sanchar Bhawan, HC Mathur Lane,Janpath, New Delhi- 110001

    ...

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

    No. CA/MMT/NWP-CFA/11-7/2012(NGN) Dated: 14-06-2012

    Sub: - Tender documents for Procurement of Class 5 NGN(Next Generation Network) Equipment.

    Tender Enquiry No. : CA/NWP(CFA)/NGN/T-413/2012 issued on 07TH JUNE 2012

    Please find enclosed the tender document in respect of above mentionedtender Enquiry which contains 14 Sections in all.

  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    3/323

    Class 5 NGN tender (Index) BSNL C.O., New Delhi

    iii

    Sl.No.

    Section/Annexure Item PageNo.

    1. Section-1 Detailed Notice Inviting Tender (DNIT) 4

    2. Section 2 Tender Information 12

    3. Section 3 Scope of work 13

    4. Section 4 Part A General Instruction to Bidders 16

    5. Section-4 Part B Special Instructions to Bidders for

    E-Tendering

    30

    6. Section 5 Part A General (Commercial) Conditions of Contract 35

    7. Section-5 Part B Special Terms and Conditions of the Contract 46

    8. Annexure-1 Functional and Detail Technical Requirements (DTR):Package I: NGN Core IMS based Architecture

    98

    9. Annexure-2 Functional and Technical Requirements (DTR): PackageII: NGN Access Equipments

    152

    10. Annexure 3 Annual Maintenance Contract 176

    11. Appendix-A BSNLs Existing Network 188

    12. Appendix-B Network Diagrams 192

    13. Section 6 Schedule of Requirements (SOR)

    14. Part (A) SOR: Package I: NGN Core based on IMS Architecture 196

    15. Part(B) SOR: Package II: NGN Access Equipment 200

    16. Section-7 List of TEC GRs 23417. Section-8 Undertaking and declaration

    18. Part-A Undertaking for understanding the term & Conditions of the tender and Schedule of Requirements

    235

    19. Part- B Near Relative Certificates 237

    20. Section 9 Proforma (s)

    21. Part A Bid Security Format 238

    22. Part B Performance Bank Guarantee Format 239

    23. Part C Letter of Authorisation for attending the Public OnlineTender Opening event (TOE) 241

    24. Part D Integrity Pact 242

    25. Section 10 Bidders profile. 246

    26. Section 11 Bid Forms/Price Schedules

    Part I Tender Bid Form 247

    27. Part II (A) Price Schedule for Indigenous Equipment (including partlyimported) and service cost for Package-I: 4 Million CoreEquipment NGN based on IMS Architecture

    248

    28. Part II (B) Price Schedule for Imported Equipment for Package-I: 4Million Core Equipment NGN based on IMS Architecture

    260

  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    4/323

    Class 5 NGN tender (Index) BSNL C.O., New Delhi

    iv

    29. Part II (C) Price Schedule for Indigenous Equipment (including partlyimported) and service cost for Package-II: 2.8 MillionAccess Equipments

    267

    30. Part II (D) Price Schedule for Imported Equipment for Package-II:2.8 Million Access Equipment

    277

    31. Section 12 List of Documents to be submitted as a part of the Bid 283

    32. Section 13 Draft Agreement with reference to Security Requirements 287

    33. Section 14 Formats for Agreements/Certificates 313

    Note: All Amendments, Corrigendums and Clarifications issued in respect of thistender is added and highlighted in blue colour. Amendments & Corrigendums areinserted after respective clauses. The Clarification in respect of clauses of section areinserted at end of respective section. The Clarifications of general natures areinserted at the end of tender document.

    S.No. Name Descriptions

    1 Amendments Amendments in respect of clauses of IMS-based NGN Class5 Tender, inserted at end of respective clausesandamended SOR is inserted at the end of section-6.

    2 Corrigendums Corrigendums in respect of clauses of IMS-based NGNClass 5 Tender, inserted at end of respective Clauses.

    3 Clarifications The Clarification in respect of clauses of section areinserted after end ofrespective section. the Clarifications ofgeneral natures are inserted at the end of tender document

    If interested, kindly submit your offers by means of online bids only throughElectronic Tendering at the portal detailed in Special Instructions to Bidders for E-Tendering before 11:30 hours of 20-07-2012.

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

    FAX 011-2371 0198E-Mail: [email protected]

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

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

    http://www.bsnl.co.in/http://www.bsnl.co.in/
  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    5/323

    Class 5 NGN tender (Section-1) BSNL C.O., New Delhi

    4

    SECTION-1

    DETAILED NOTICE INVITING TENDER

    On behalf of Chairman and Managing Director, Bharat Sanchar Nigam Limited, digitallysealed online tenders, on rupee payment basis, are invited in Single Stage Bidding and twostage Opening using two Electronic Envelops (Techno-commercial bid & Financial bid)under two separate Packages namely Package I and Package II from the experienced &eligible bidders for Planning, Engineering, Supply, Installation, Testing & Commissioning andAnnual Maintenance of NGN equipment.

    Package No. Details Quantity(withunit)

    EMD(Bidsecurity)

    Package-I Subscriber base - consisting of CoreEquipment NGN based on IP MultimediaSub-system (IMS) {IMS b as ed (Call servers & Database), Gateway

    Controllers, Enum Server, SIP ApplicationServers (SAS), Session Border Controllers(SBCS), Media server, etc, LAN Switches,NMS&eMS} and Pre-paid System & Multi-media Video Conferencing including, WideArea Centrex

    4.0 MillionSubscriberbase

    INR 4Crores(INR FourCrores

    only)

    Package-II NGN Access Equipments {MediaGateways/ Line Media Gateways (LMGs)and associated cables, DDF/MDF etc and,eMS}

    2.8 MillionPorts

    INR 5Crores(INR FiveCroresonly)

    Note: Separate Bid security is required to be submitted for Package-I and Package-II. If thebidder is participating in both the Packages then also Bid Security is to besubmitted forseparately forPackage-I and Package-II. Click here for Clarificationsregarding this section

    2. Sale of Tender Document:

    2.1 As this Tender Document shall be following the e-Tendering Process, the Biddersmay download the Detailed NIT alongwith Performa for Non Disclosure Agreement(NDA) from the BSNL Web site http:// bsnl.co.in following the Link E-tendersfrom 14.06.2011 (1800 Hrs) onwards.

    2.2 Tender Document shall be available for downloading only after

    (i) payment of INR 1,00,000/-(INR One Lakh Only), which shall be non-refundable in the form of crossed demand draft, drawn on any scheduledbank in favour of Accounts Officer (Cash), O/o BSNL Corporate Office, NewDelhi;and

    (ii) submission of Non Disclosure Agreement (NDA) duly signed by the Bidder toAGM(MMY), 2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi-1.

    Bidder is required to register compulsorily and complete all the required formalities

    on the E-tender portal https://www.tcil-india-electronictender.com .Thereafter, uponpayment of INR 1,00,000/- towards tender document fee and submission of the NDAto AGM(MMY), 2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi-1, the

    http://ngn_%20consolidated_clarifications%20_%20approved-corrected.pdf/http://ngn_%20consolidated_clarifications%20_%20approved-corrected.pdf/https://www.tcil-india-electronictender.com/https://www.tcil-india-electronictender.com/https://www.tcil-india-electronictender.com/http://ngn_%20consolidated_clarifications%20_%20approved-corrected.pdf/http://ngn_%20consolidated_clarifications%20_%20approved-corrected.pdf/
  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    6/323

    Class 5 NGN tender (Section-1) BSNL C.O., New Delhi

    5

    prospective Bidder will be authorized by MM cell, BSNL Corporate Office, New Delhi,to access/download the tender document from the E-tendering portal only.

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

    3.0 e-Tendering Process

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

    4. Eligibility Criteria

    4.1. Bidder is at liberty to participate in either of Package-I: NGN Core Equipmentsor Package-II: NGN Access Equipments or both the Packages I & II.

    4.2. Package I: NGN Core-Equipments

    4.2.1 In order to qualify as a Bidder, a prospective Bidder shall fulfill the following eligibilitycriteria:

    (i) The Bidder Company shall be registered & incorporated in India under the

    Companies Act, 1956.

    (ii) The Bidder shall be a company having a minimum turnover of INR 1000 crore each

    year during the last two years (i.e. 2009-10 and 2010-11). In case of an Indian

    subsidiary, the turnover of the Parent Company or Parent/ Holding Company of the

    Parent Company shall also be taken into consideration for determining the fulfillment

    of this condition.

    (iii) The Bidder or its Parent Company or Parent/ Holding Company of the Parent

    Company shall be Original Equipment Manufacturer (OEM) of IMS ( Call Servers &

    Database and HSS) or Original Software Solution Provider (OSP) of IMS ( Call

    Servers & Database and HSS) of Next Generation Network (NGN) Equipment.

    (Please refer Clarification Document also)

    (iv) Bidder or its Parent Company or Parent/ Holding Company of the Parent Company

    shall have the experience of Supply & deployment of Class5 NGN systems in

    minimum 2 countries comprising IMS {Call Servers & Database/ HSS} with total

    capacity of at least 2 Million subscriber base. Out of these NGN systems, at least one

    Class 5 NGN network shall have the capacity of minimum 5,00,000 subscribers.

    (v) The bidder or its Parent Company or Parent/ Holding Company of the Parent

    Company shall be ISO 9001:2000/2008 certified company.

    (vi) The Bidder firm shall not be a Licensed Telecom Service Provider to provide Basic

    Services/ Cellular Telephony Services/ Internet Services/ UASL/ NLD/ ILD Services

    anywhere in India. Self Certificate by the bidder shall be submitted.

    (vii) The Bidder firm shall not have controlling equity stake or vice versa, in and of any

    Basic Services/ Cellular Telephony Services/ Internet Services/ UASL/ NLD/ILD

    Services operating companies in India. Self Certificate by the bidder shall be

    submitted.

  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    7/323

    Class 5 NGN tender (Section-1) BSNL C.O., New Delhi

    6

    (viii) Bidders are required to submit Client certificates/documentary proof for meeting the

    eligibility conditions.

    (ix) The Bidder shall submit references of experiences as referred to above item {clause

    4.2.1 (iv)} in the form of an original certificate from the relevant network

    operator/Telecom Service Provider (TSP) signed by the official of the company(including name, designation, telephone number, fax numbers and e-mail id of the

    signatory and that of the network operator/TSP) of all such existing networks in

    operation in which Bidders/OEMs such equipment is deployed. References shall be

    considered valid provided that the networks mentioned thereof exist and are in

    operation. References shall also mention performance of network equipment

    supplied and installed. BSNL reserves the right to verify such references by visiting

    directly or through Indian consulate or through any other means for which necessary

    arrangements are to be made by the Bidder. However, the cost of travel

    allowance/dearness allowance of BSNL officers/executives shall be borne by BSNL.

    Only certificates issued by the relevant network operator in the manner prescribed inthis clause 4.2.1 (ix) shall be considered valid and no self certification from either the

    Bidder or their collaborators shall be accepted. (Please refer Clarification Document

    also)

    (x) Only one bid from one OEM/OSP of NGN Core Equipments based on IP Multimedia

    Subsystem (IMS) ( Call Servers & Database and HSS) shall be submitted. It will be

    the responsibility of the bidder to ensure this. In case of multiple bids from same

    OEM/OSP of NGN Core Equipments (IMS Call Servers & Database and HSS)

    directly and/or through Indian subsidiary, all such bids shall be summarily rejected.

    4.2.2. All documents submitted in the Bid shall be 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. All documents

    should be duly attested/ signed by the Bidder.

    4.3. Package II: Access-Equipment (Media Gateways/LMGs & associated items)

    4.3.1. In order to qualify as a Bidder, a prospective Bidder shall fulfill the following eligibilitycriteria:

    (i) The Bidder Company shall be registered & incorporated in India under the

    Companies Act, 1956.

    (ii) The Bidder shall be a company having a minimum turnover of INR 1000 crores each

    year during the last two years (i.e. 2009-10 and 2010-11). In case of an Indian

    subsidiary, the turnover of the Parent Company or Parent/ Holding Company of the

    Parent Company shall also be taken into consideration for determining the fulfillment

    of this condition.

    (iii) The Bidder or its Parent Company or Parent/ Holding Company of the ParentCompany shall be Original Equipment Manufacturer of Line Media Gateway (LMGs)

    Access Equipments of Next Generation Network (NGN) Equipments.

  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    8/323

    Class 5 NGN tender (Section-1) BSNL C.O., New Delhi

    7

    (iv) Bidder or its Parent Company or Parent/ Holding Company of the Parent Company

    shall have the experience of supply & deployment of Line Media Gateway (LMGs) of

    Next Generation Network (NGN) Equipments and eMS in minimum 2 countries with

    total capacity of at least 5,00,000 subscribers/ports/lines..

    (v) In case the bidder is not meeting the eligibility as per para (ii), (iii) & (iv) above, then

    bid can be submitted through a legally bound consortium ( as per the format in

    Annexure-1 of Section 14 of tender document) with the OEM firm meeting eligibility

    criteria (ii), (iii) & (iv) above. However in such case bidder shall be having a minimum

    turnover of INR 300 crores each year during the last two years (i.e. 2009-10 and

    2010-11) and shall have an experience in installation and commissioning of

    IT/Networking/Telecom related projects of a cumulative total of minimum of INR 100

    Crore (Turnkey Project Cost) during last three financial years (2008-09,2009-10

    &2010-11). (Please refer Clarification Document also)

    (vi) In case a bid is submitted by bidder in consortium with the OEM of Access

    equipments(LMGs), the bidder and the OEM of NGN Access equipments i.e.

    Consortium partner shall be jointly and severally responsible for due performance of

    the contract including continued post execution maintenance/AMCs. Both, the bidder

    as well as OEM of NGN Access equipments i.e. Consortium partner shall have to

    furnish separate Performance Bank Guarantees (PBGs),each for an amount equal to

    5% of the value of Purchase Order. Similarly both the bidder and the OEM of NGN

    Access equipments shall be jointly and severally remain responsible for non-

    performance inter-alia any other act that may lead to barring of business dealing withthe bidders or banning of business.

    (vii) The bidder; or the OEM of NGN Access equipments (Consortium partner) or, its

    Parent Company or Parent/ Holding Company of the Parent Company shall be ISO

    9001:2000/2008 certified company.

    (viii) Only one bid from one OEM/OSP of NGN Access Equipments (LMGs) shall besubmitted. It will be the responsibility of the bidder to ensure this. In case of multiplebids from same OEM/OSP of NGN Access Equipments (LMGs) directly and/orthrough Indian subsidiary or as consortium partner shall be summarily rejected.

    (ix) The Bidder firm shall not be a Licensed Telecom Service Provider to provide Basic

    Services/ Cellular Telephony Services/ Internet Services/ UASL/ NLD/ ILD Services

    anywhere in India. Self Certificate by the bidder shall be submitted.

    (x) The Bidder firm shall not have controlling equity stake or vice versa, in and of any

    Basic Services/ Cellular Telephony Services/ Internet Services/ UASL/ NLD/ILD

    Services operating companies in India. Self Certificate by the bidder shall be

    submitted.

    (xi) Consortium Partner Company shall also meet the conditions as per para (ix) and (x).

    Self certificate shall be submitted by the Consortium partner.

    (xii) Bidders are required to submit Client certificates/documentary proof for eligibility

  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    9/323

    Class 5 NGN tender (Section-1) BSNL C.O., New Delhi

    8

    conditions.

    (xiii) The Bidder shall submit references of experiences as referred to above clause {4.3.1

    (iv)} in the form of an original certificate from the relevant network operator/Telecom

    Service Provider (TSP) signed by the official of the relevant network operator

    (including name, designation, telephone number, fax numbers and e-mail id of thesignatory and that of the network operator) of all such existing networks in operation

    in which Bidders/OEMs such equipment is deployed. References shall be

    considered valid provided that the networks mentioned thereof exist and are in

    operation. References shall also mention performance of network equipment

    supplied and installed. BSNL reserves the right to verify such references by visiting

    directly or through Indian consulate or through any other means for which necessary

    arrangements are to be made by the Bidder. However, the cost of travel

    allowance/dearness allowance of BSNL officers/executives shall be borne by BSNL.

    Only certificates issued by the relevant network operator in the manner prescribed in

    this Clause {4.3.1 (xiii)} shall be considered valid and no self certification from eitherthe Bidder or their consortium partner shall be accepted. (Please refer Clarification

    Document also)

    4.3.2. All documents submitted in the Bid shall be 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. All documents

    should be duly attested/ signed by the Bidder.

    4.3.3. The Bidder shall submit an irrevocable undertaking duly signed by it and its

    consortium partners (if applicable) stating that both of them i.e. the Bidder and itsconsortium partners shall be liable for due performance of the Contract jointly and

    severally, failing which both of them shall be liable to be barred from having any

    business dealing with BSNL for a period of three years. (Please refer Clarification

    Document also)

    5. Responsibility and Bid Submission methodology for Package I and or Package II:

    5.1. The bidder shall be responsible for the turnkey implementation of the project, whichincludes the Supply, Installation, Testing, System Integration, Commissioning andAnnual Maintenance of the complete equipments and solutions for the project.The bidder shall also be responsible for the warranty and post warranty obligations

    including Operation and Maintenance of network solution provided by them.

    5.2. Bidder participating in both the Package-I and Package-II need to submitseparate Techno-commercial bid for the Package - I and Package - II. Similarly,separate financial bid shall be required to be submitted for Package - I andPackage - II of the tender. Both the financial bid shall be evaluatedindependently for deciding the ranking of the bidders. (Please refer ClarificationDocument also)

    5.3. BSNL shall open and evaluate the financial bid of technically and commerciallyresponsive bidders for Package I and/or Package II and prepare a list of suchbidders arranged in increasing order of their evaluated package prices starting fromthe lowest (i.e. L1, L2, L3 and so on), for the purpose of ordering against this tender.

  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    10/323

    Class 5 NGN tender (Section-1) BSNL C.O., New Delhi

    9

    5.4. In case of Package - I, the bidder i.e. OEM of NGN Core Equipment (IMS) shallestablish Technical Support Centers in India for providing necessary AMC supportduring lifetime of the equipment. In case of Package - II, the OEM of NGN AccessEquipment (LMGs) shall establish Technical Support Centers in India for providingnecessary AMC support during lifetime of the equipment. Remote access from afacility outside India shall not be entertained. The operation and maintenance ofnetwork should be entirely by Indian Engineer; and dependence on foreign engineershall be minimal or almost nil. (Please refer Clarification Document also)

    5.5. Security guidelines issued by Department of Telecom (DoT) from time to time shallbe adhered to.

    5.6 The bidder shall have agreement/ MOU with the OEMs/ OSPs of other equipment(s)of which the bidder is not the OEM/ OSP for providing total support andcustomization as per BSNL tender requirements stating that full support shall beextended by OEM/ OSP for product(s)/ solution(s) on the platform proposed by thebidder for the period covering installation, testing, commissioning, warranty and

    AMC. The MOU/Agreement shall remain in force during entire period of contractincluding Warranty and AMC. In case the MOU contains any clause in contradictionto terms and conditions of the tender, then BSNL shall have the right to get suchconditions withdrawn/modified. The legal agreement/ MOU should be submittedalong with the techno commercial Bid. (Please refer Clarification Document also)

    6. Bid Security:

    6.1 Bank Guarantee from a scheduled bank drawn in favour of DGM (MMT), BSNL C.O.Delhi which should be valid for 180 days from the Bid Opening Date.

    6.2 Separate Bid security is required to be submitted for Package-I and Package-II. If

    the bidder is participating in both the Packages then also separate Bid Securityis to be submitted for Package-I and Package-II.

    6.2.1. Bid security in the form of bank guarantee is INR 4 Crore- (INR Four Crore only) forPackage-I.

    6.2.2. Bid security in the form of bank guarantee is INR 5 Crore- (INR Five Crore only) forPackage-II.

    7. Last Date, Time of Submission of Bid and Pre-bid Conference:

    7.1 The date and time for submission of the Bid is 20.07.2012 (11:30 Hrs) (Bid ClosingDate)

    7.2 In case the Bid Closing Date is declared to be a holiday, the Bid Closing Date willautomatically get shifted to next working day at the same scheduled time. Anychange in Bid Opening Date due to any other unavoidable reason will be intimated toall the Bidders separately.

    7.3 Pre-bid Conference: A pre-bid bidders conference shall be conducted on22.06.2012 from 14.30 Hrs at Conference Room, Bharat Sanchar Bhawan,H.C.Mathur Lane, Janpath, New Delhi for those bidders who purchase tenderdocument.

    8. Bid Opening Date :

    The date and time for the opening of the Bids shall be 20.07.2012 at 12:00 Hrs (Bid

    Opening Date)9. Place of opening of Bids:

    http://f/NGN%20tender/NGN_tender__IMS_Draft_28052012_dir-CFA_final1.docxhttp://f/NGN%20tender/NGN_tender__IMS_Draft_28052012_dir-CFA_final1.docx
  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    11/323

    Class 5 NGN tender (Section-1) BSNL C.O., New Delhi

    10

    9.1 BSNL has adopted e-tendering Process which offers a unique facility for PublicOnline Tender Opening Event . BSNLs tender opening officers as well as authorizedrepresentatives of Bidders can access the the Tender Opening Event (TOE) online.Please refer to clause 8 of Section 4 Part B for further instructions.

    9.2 However, if necessary, the authorized representatives of Bidders can attend theTOE physically at the Meeting Room, 2nd Floor, Bharat Sanchar Bhawan,Janpath, New Delhi, where BSNLs tender opening officers shall be conducting theTOE.

    10. Non-acceptance of Bids

    Except, as otherwise provided in the Tender, Bids received after the Bid Closing Date& time will not be accepted by e-tender system.

    11. Rejection of Bids

    11.1. Incomplete, ambiguous, conditional, unsealed Bids are liable to be rejected.

    11.2. CMD, BSNL reserves the right to accept or reject any or all Bids without assigningany reason and is not bound to accept the lowest tender.

    12. Submission of signed Tender

    12.1. The Bidder shall furnish a declaration under his digital signature that no addition /deletion / corrections have been made in the Tender being submitted as a part ofsubmission of Bid and it is identical to the Tender appearing on the e-TenderingPortal.

    12.2. In case of any correction/ addition/ alteration/ omission in the Tender submitted as apart of the submission of Bid, the Bid shall be treated as non-responsive and shall be

    rejected summarily.13. Award of Work

    13.1 The quantity to be procured through this tender shall be distributed zone wise amongtwo successful bidders L-1 and L-2. The quantity for the circles in East & South zonewill be procured from L-1 bidder and quantity for circles in North Zone & West Zonewill be procured from L-2 bidderas per the total evaluated package price of the L1.

    13.2 NMS, Pre-paid solution and Multimedia Video conferencing and Wide Area Centrexto be procured for all the 4 zones from the L1 bidder of Package I: Core EquipmentNGN.

    13.3 The implementation of NGN project shall be done in two phases with defined milestones. Accordingly, the NGN equipments shall be procured in two Phases i.ePhase-I Purchase order and Phase-II Purchase order. However, BSNL shall placeonly one APO covering both the Phases.

    13.3.1 In phase-I order, for Package-I i.e. NGN Core based on IMS, the capacity to beprocured shall be of 1 Million subscriber base and remaining capacity of 3 Millionsubscriber base shall be procured through phase-II order.

    13.3.2 In Phase-I order, for package-II i.e. NGN Access equipment capacity to be procuredshall be of 0.7 Million (i.e. 700K) ports/lines and remaining capacity of 2.1 Million (i.e.2100K) ports/lines shall be procured through phase-II order.

    Click Here for clarifications in respect of Clause No. 1, 4.2.1(iii), 4.2.1(ix), 4.3.1(v),4.3.1(xiii), 5.4, 4.3.3, 5.2 & 5.6.

    http://ngn_%20consolidated_clarifications%20_%20approved-corrected.pdf/http://ngn_%20consolidated_clarifications%20_%20approved-corrected.pdf/http://ngn_%20consolidated_clarifications%20_%20approved-corrected.pdf/http://ngn_%20consolidated_clarifications%20_%20approved-corrected.pdf/
  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    12/323

    Class 5 NGN tender (Section-1) BSNL C.O., New Delhi

    11

    PAGE LEFT BLANK

  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    13/323

    Class 5 NGN tender (Section-2) BSNL C.O., New Delhi

    4

    Section- 2

    Tender Information

    1. Type of tender:

    The Tender is in the form of single stage bidding. There shall be two stages ofopening using two Electronic envelopes system.

    [Note: The Bids will be evaluated techno-commercially first and the financial Bids ofonly those Bidders whose techno-commercial Bids are substantively responsive,shall be opened].

    2. Period of Validity of Bids

    2.1 Bids shall remain valid for 150 days from the Bid Opening Date prescribed by thePurchaser pursuant to Clause 13 of Section 4 Part A. Any Bid valid for a shorterperiod shall be rejected by the Purchaser as non-responsive.

    2.2 In exceptional circumstances, the Purchaser may request the consent of the Bidderfor an extension to the Bid Validity Period. The request and the response theretoshall be made in writing. The Bid Security provided under Clause-12 of Section 4Part A shall also be suitably extended. It is clarified that a Bidder accepting therequest for extension of Bid Validity Period will not be permitted to modify its Bid.

    3. Documents supporting the Bid

    3.1 The tender offer shall contain all the documents in respective electronic Envelopes (1& 2 to be submitted online only) and physical envelope (3- to be submitted offlineonly on or before time/date of tender submission ) as per Section 12 of this tender

    document .

    3.2 The Bidder shall ensure that all the documents, as provided at Section 12 and alsoas specified in various sections of this tender document, are accompanied with thebid.

    4. The tender document is organized in 14 sections. Format of Draft agreements withreference to security requirements is given in Section 13 and other Draft formats foragreement/certificates are given in Section 14.

  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    14/323

    Class 5 NGN tender (Section-3) BSNL C.O., New Delhi

    5

    SECTION- 3

    SCOPE OF WORK

    1. The scope of work to be performed is Planning, design, engineering, supply,installation, testing, commissioning and annual maintenance for Package-I: 4 MillionSubscriber base- NGN Core Equipments and Package-II: 2.8 Million Ports - AccessEquipments of Next Generation Network and the associated infrastructure items forthe BSNL Network on turnkey basis.

    2. Wherever new elements are being inducted in the network to integrate with theexisting networks/ equipments with all the network elements being inducted in thenetwork and to ensure smooth interworking is the responsibility of the SuccessfulBidder.

    3. While planning the supply and subsequent rollout of the network, the existing network

    elements of various technologies present in the BSNL networks for which Biddershall have to confirm the compliance to IOT (Inter Operatibility Tests) requirement,should be taken into account for seamless inter-working of the Equipment procuredagainst this tender with the existing equipments/ Networks. (Please refer ClarificationDocument also)

    4. The requirement of hardware and software solutions mentioned in PartB of section5 of the bid document gives only the minimum requirement as a mandatoryrequirement. It shall be the Bidders responsibility to ensure that any additionalequipments/ functional modules, including hardware, software and licenses etc.required for satisfactory performance of the NGN services as mentioned in Part B ofsection 5 of this document and for the specified customer base including class 4

    operation and FMC, shall also be supplied. In case during the execution of theproject or thereafter during Warranty/AMC it is found that additional equipment(Hardware / Software/ Licenses) is required while the same is not quoted by thebidder, the same shall be supplied by the bidder at no extra cost to the BSNL.

    5. The detail functional and Technical requirement has been defined in Annexure-1 andAnnexure-2 of Section-5 Part-B for Package-I and Package-II respectively.

    6. All Equipments, Elements, Hardware, Software supplied through this tender shall beIPV6 compliant and need to be implemented/ validated with IPv6 addressing schemein addition to IPv4 addressing scheme. (Please refer Clarification Document also)

    7. NGN network equipment planed under this project shall be integrated by thesuccessful bidders with the different network of BSNL namely existing PSTNNetwork,CDOT- MAX NGN, IN, SSTP, 2G/3G GSM, CDMA, IP/MPLS NIB network,Aggregation Network, OSS/BS of wireline (i.e CDR Project), OSS/BSS of Broadband(i.e. Project-3), Existing IPTAX, IPTV etc. The integration required is given at Part Bof Section 5. (Please refer Clarification Document also)

    8. The objective of the Next Generation Network is briefly given as below-

    a. To provide Next Generation multi-media services as well as migration ofexisting PSTN customers progressively to Next Generation Network(NGN).

    (Please refer Clarification Document also)

    b. To provide legacy services presently being provided through PSTN Networknamely POTS, Fax, ISDN services, IN Services

  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    15/323

    Class 5 NGN tender (Section-3) BSNL C.O., New Delhi

    6

    c. To migrate existing PSTN/ISDN (Circuit Switched) customers to NGN(Providing Basic telephony & Supplementary services using IP to thesemigrated POTS customers through the application layer).

    d. To provide Voice and other Multimedia services to the POTS/Broadbandcustomers (through LMG, DSLAM, and FTTH) on IP.

    e. Interwork with existing legacy systems like IN and MRBT etc. to extend theseservices to NGN domain customers as well.

    9. Services for NGN Subscribers

    The detailed technical requirement of various NGN services is given in Part-BSection 5. Some of the application services which are to be provided in across zonesincluding prepaid services are given as below-

    9.1 Wide Area IP Centrex

    9.1.1 IP Centrex allows small and medium size enterprises to deploy PABX/ CUG

    service without really installing system physically in their premises.

    9.1.2 IP Centrex service shall be available across the country and seamlesslyavailable among different NGN Cores (i.e. may be of Softswitch based or IMSbased core of different vendors). Basically, IP Centrex shall have no limitationof Zone or same NGN core (i.e. NGN Core from same OEMs). (Please referClarification Document also)

    9.2 Multi Media Video Conferencing

    9.2.1 Multimedia services for SIP subscribers to be provided by Call Server orexternal application server based on SIP. The system shall support

    multimedia communications between SIP based and soft terminals via SBCto provide multimedia service.

    9.2.2 Multimedia video conferencing service shall be available across the countryand seamlessly available among different NGN Cores (i.e. may be ofSoftswitch based or IMS based core) which means Multimediavideoconferencing shall have no limitation of Zone or same NGN core (i.e.NGN Cores from same OEMs).

    9.3 Prepaid Services-

    9.3.1 The Prepaid solution shall be provided with all functionalities to provide voice,

    video and data pre-paid services including roaming. The Prepaid system shallinter-work with different network elements from multiple vendors without anylimitations.

    9.3.2 Prepaid system shall be Web Based, Voucher Based and Credit-Card Based.Pre-paid shall support Time based and Volume Based On Line billing.

    9.3.3 The prepaid system shall support online charging of all Services such asVoice, Data , Video Call, Video Conference etc. based on QoS for thesubscriber.

    9.3.4 The Voucher Management System shall also be provided along with the

    prepaid system.

  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    16/323

    Class 5 NGN tender (Section-3) BSNL C.O., New Delhi

    7

    9.3.5 Pre-paid services shall be available across the country and seamlesslyavailable among different NGN Cores (i.e. IMS based coreorIMS compliantSoftswitch of CDoT technology) to the subscriber connected to NGN accessequipment, which means Pre-paid solution shall have no limitation of Zone orsame NGN core (i.e. NGN Cores from same OEMs).

    9.4 Fixed Mobile Convergence (FMC):

    9.4.1 BSNL shall able to offer Fixed Mobile convergence (FMC) services by using theIMS core along with the Access network and already deployed Mobile network.

    9.4.2 BSNL shall able to offer FMC services between mobile (GSM network) and Fixed(landline) network using CS to CS, CS to PS, PS to PS and PS to CSwith differentpublic identity(number) in Fixed and mobile domain as well with one number.

    Click Here for clarifications in respect of Clause No. 3, 6, 7, 8(a), and 9.1.2,

    http://ngn_%20consolidated_clarifications%20_%20approved-corrected.pdf/http://ngn_%20consolidated_clarifications%20_%20approved-corrected.pdf/
  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    17/323

    Class 5NGN tender (Section-4 Part A) NWP-CFA, BSNL C.O., New Delhi

    8

    SECTION-4 Part A

    GENERAL INSTRUCTIONS TO BIDDERS

    A. INTRODUCTION

    1. DEFINITIONS:

    (a) The Purchaser means the CMD, Bharat Sanchar Nigam Ltd. (BSNL), New Delhi

    (b) The Bidder means the individual or firm who participates in this tender andsubmits 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 theSupplier is required to supply to the Purchaser under the contract.

    (e) The Advance Purchase Order means the intention of Purchaser to place thePurchase Order on the bidder.

    (f) The Purchase Order means the order placed by the Purchaser on the Suppliersigned by the Purchaser including all attachments and appendices thereto and alldocuments incorporated by reference therein. The purchase order shall be deemedas Contract appearing in the document.

    (g) The Contract Price means the price payable to the Supplier under the purchaseorder for the full and proper performance of its contractual obligations.

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

    (i) Telecom Service Provider means any Telecom operator in India, who is licensedby the Department of Telecommunications ( DOT ), Government of India to providetelecom services to the general public or to the other DOT licensed Telecomoperators.

    Telecom Service Provider also refers to any Telecom operator in other countriesproviding telecom services to general public of that country or to other telecom

    operators of the same country.2.0 ELIGIBILITY CRITERIA: 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 ofthe bid. The Purchaser will, in no case, be responsible or liable for these costs,regardless of the conduct or outcome of the biding process.

    http://ngn_%20consolidated_clarifications%20_%20approved-corrected.pdf/http://ngn_%20consolidated_clarifications%20_%20approved-corrected.pdf/
  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    18/323

    Class 5NGN tender (Section-4 Part A) NWP-CFA, BSNL C.O., New Delhi

    9

    B. THE BID DOCUMENTS

    4.0 DOCUMENTS REQUIRED

    4.1 The goods required to be supplied; bidding procedures and contract terms andconditions are prescribed in the Bid Documents. The contents of the Bid documentsare specified in the covering letter.

    4.2 The Bidder is expected to examine all instructions, forms, terms and specifications inthe Bid Documents. Failure to furnish all information required as per the BidDocuments or submission of the bids not substantially responsive to the BidDocuments in every respect will be at the bidders risk and may result inrejection of the bid.

    5.0 CLARIFICATION OF BID DOCUMENTS

    5.1 A prospective bidder, requiring any clarification on the Bid Documents shall notify thePurchaser in writing or by FAX or by Email to the Purchasers mailing address

    indicated in the invitation of Bid. The Purchaser shall respond in writing to anyrequest for the clarification of the Bid Documents, which it receives not later than26/06/2012 i.e 24 days prior to the date of opening of the Tenders. This date willprevail over any other date appearing on the e-tender portal for receipt ofqueries. Copies of the query (without identifying the source) and clarifications by thePurchaser shall be uploaded on ETS portal, as addenda, for all the prospectivebidders who have downloaded the official copy of tender documents from ETS portal.

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

    5.3 The format in which the clarifications are to be sent via E-mail and FAX is under:

    S. No. Section Clause Brief Descriptionof the clause

    Ref PageNo in Bid

    Commentsof Bidder

    6.0 AMENDMENT OF BID DOCUMENTS

    6.1 At any time, prior to the date of submission of Bids, the Purchaser may, for anyreason, whether at its own initiative or in response to a clarification requested by aprospective bidder, modify bid documents by amendments.

    6.2 The amendments shall be notified in writing through E-tender portal to all prospectivebidders on the address intimated at the time of purchase of the bid document fromthe purchaser and these amendments will be binding on them.

    6.3 In order to afford prospective bidders a reasonable time (min 7 days) to take theamendment into account in preparing their bids, the purchaser may, at its discretion,extend the deadline for the submission of bids suitably.

    C. PREPARATION OF BIDS

    7. DOCUMENTS COMPRISING THE BIDThe bid prepared by the bidder shall comprise of the documents specified in clause 3of tender information (Section 2)

  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    19/323

    Class 5NGN tender (Section-4 Part A) NWP-CFA, BSNL C.O., New Delhi

    10

    8. BID FORM

    The bidder shall complete the bid form and appropriate Price schedule furnished inthe Bid documents, indicating the goods to be supplied, brief description of thegoods, quantity and prices as per section 11.

    9. BID PRICES9.1 The bidder shall give the total composite price inclusive of all Levies & Taxes i.e.Sales Tax & Excise, packing, forwarding, freight and insurance etc. but excludingOctroi /Entry Tax which will be paid extra as per actual, wherever applicable. Thebasic unit price and all other components of the price need to be individuallyindicated against the goods it proposes to supply under the contract as per the priceschedule given in Section 11. Prices of incidental services should also be quoted.The offer shall be firm in Indian Rupees. No Foreign exchange will be made availableby the purchaser.

    9.2 Prices indicated in the Price Schedule shall be entered in the following manner:(i) The Basic Unit price (Ex-Factory Price) of the goods, Excise duty, Sales Tax,

    Freight, Forwarding, Packing, Insurance and any other Levies/Charges alreadypaid or payable by the supplier shall be quoted separately item wise.

    (ii) The supplier shall quote as per price schedule given in section 11 for all the itemsgiven in schedule of requirement.

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

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

    9.5 DISCOUNT, if any, offered by the bidders shall not be considered unless specificallyindicated in the price schedule. Bidders desiring to offer discount shall thereforemodify their offers suitably while quoting and shall quote clearly net price taking allsuch factors like Discount, free supply, etc, into account.

    9.6 The price approved by BSNL for procurement will be inclusive of Levies and Taxes,packing, forwarding, freight and insurance as mentioned in Clause 9.1 subject toother terms and condition as stipulated in Clause 22.2 of Section 4 Part A.

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

    10. DOCUMENTS ESTABLISHING BIDDERS ELIGIBILITY AND QUALIFICATION

    10.1 The bidder shall furnish, as part of the bid documents establishing the bidderseligibility, the following documents or whichever is required as per terms andconditions of Bid Documents.

    (i) Certificate of incorporation.

    (ii) Article or Memorandum of Association or partnership deed or

    proprietorship deed as the case may be.

  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    20/323

    Class 5NGN tender (Section-4 Part A) NWP-CFA, BSNL C.O., New Delhi

    11

    (iii) Registration certificate from Ste Director of Industries or from Secretariat forIndustrial Approval (SIA), Ministry of Industries, Government of India. (Pleaserefer Clarification Doducment also)

    (iv) Approval from Reserve Bank of India /SIA in case of foreignCollaboration.

    (v) Latest and valid NSIC Certificate duly certified by NSIC, if applicable.

    (vi) Type Approval Certificate (TAC) issued by Telecom Engineering Centre/ TSECissued by QA circle or proof of having applied for TEC/TSEC (Copy of FormB/QF-103 be attached. (If applicable) (Please refer Clarification Documentalso)

    (vii) Inspection Certificate issued by BSNL (QA) for execution ofEducational/Commercial Order. (If applicable)

    (viii) Undertaking duly signed by front bidder and its technology/consortium partnerstating that both of them shall be liable for due performance of the contractjointly and severally, if applicable.

    10.2 (i) The bidder shall furnish Annual Report and /or a certificate from its bankers asevidence that he has financial capability to perform the contract. (Please referClarification Document also)

    (ii) The bidder shall furnish documentary evidence about technical and productioncapability necessary to perform the contract.

    10.3 In order to enable the Purchaser to assess the provenness of the system offered, the

    bidder shall provide documentary evidence regarding the system being offered byhim.

    10.4 The offered product has to be type approved. For this purpose, the supplier shallsubmit a sample type for evaluation. The sample would be evaluated for its ability tomeet the technical specifications, manufacturability, reliability, testability, ease ofinstallation, maintainability etc. Necessary documents to substantiate these attributeswill have to be submitted at the time of application for approval by the supplier forobtaining type approval. (Plese refer Clarification Document also)

    OR

    In case goods offered have already been type approved/ validated by the Purchaser,documentary evidence to this effect shall be submitted by the bidder.

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

    10.6 For supply of any software i.e. operating system or any applications software thebidder should have a Certificate Of Authenticity (COA), signed by Authorized

    Signatory stating that all Software supplied are authentic and legal copy is/are beingsupplied.

  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    21/323

    Class 5NGN tender (Section-4 Part A) NWP-CFA, BSNL C.O., New Delhi

    12

    11. DOCUMENTS ESTABLISHING GOODS CONFORMITY TO BID DOCUMENTS

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

    11.2 The documentary evidences of the goods and services conformity to the BidDocuments, may be, in the form of literature, drawings, data etc. and the bidder shallfurnish :

    (a) a detailed description of goods with essential technical and performancecharacteristics;

    (b) a list, giving full particulars including available sources and current prices of allspare parts, special tools, etc., necessary for the proper and continuousfunctioning of the goods for a period of three years following commencement ofuse of the goods by the purchaser, and

    (c) a clause-by-clause compliance on the purchasers Technical Specifications andCommercial Conditions demonstrating substantial responsiveness to theTechnical Specifications(Section- 5 Part B) and Commercial Conditions(Section- 5 Part A). In case of deviations, a statement of the deviations andexception to the provision of the Technical Specifications and CommercialConditions shall be given by the bidder. A bid without clause-by-clausecompliance of the Technical Specifications (Section 5 Part B), CommercialConditions (Section 5 Part A) and Special Conditions (Section 5 Part B) shallnot be considered. (Please refer Clarification Document also)

    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 thePurchaser in its Technical specifications are intended to be descriptive only and notrestrictive.

    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 NationalSmall Scale Industries Corporation UNDER SINGLE POINT REGISTRATIONSCHEME are exempted from payment of bid security up to the amount equal totheir monetary limit. OR Rs. Fifty lakhs whichever is lower:

    A proof regarding current registration with NSIC for the tendered items will have

    to be attached along with the bid.

    The enlistment certificate issued by NSIC will not be permanent and should berenewed within two years of its presentation.

    The unit claiming concession of NSIC is required to submit its monthly turnoverin support of its claim for meeting the delivery schedule.

    12.1 (ii) If a vender registered with NSIC under single point registration schemeclaiming concessional benefits is awarded work by BSNL and subsequentlyfails to obey any of the contractual obligation, he will be debarred from anyfurther work/ contract by BSNL for one year from the date of issue of suchorder.

    12.2 The bid security is required to protect the purchaser against the risk of biddersconduct, which would warrant the fore feature of bid security pursuant to para 12.7.

  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    22/323

    Class 5NGN tender (Section-4 Part A) NWP-CFA, BSNL C.O., New Delhi

    13

    12.3 The bid security shall be submitted in the form as specified in clause 6 of detailedNIT (section-1).

    12.4 A bid not secured in accordance with Para 12.1 & 12.3 shall be summarily rejectedby the Purchaser being non-responsive at the bid opening stage.

    12.5 The bid security of the unsuccessful bidder will be returned/ discharged as promptlyas possible and within 60 days of acceptance of tender but not later than 30 daysafter the expiry of the period of the bid validity prescribed by the purchaser pursuantto clause 13.

    12.6 The successful bidders bid security will be discharged upon the bidders acceptanceof the advance purchase order satisfactorily in accordance with clause 27 andfurnishing the performance security.

    12.7 The bid security may be forfeited:

    (a) If the bidder withdraws his bid during the period of bid validity specified by thebidder in the Bid form 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. 12.7 (a) & (b), the bidder will not be eligible toparticipate in the tender for same item for one year from the date of issue ofAPO. The bidder will not approach the court against the decision of BSNL inthis regard.

    (d) The front bidder shall submit an irrevocable undertaking duly signed by it andits technology/consortium partner stating that both of them i.e. the front bidderand its technology/consortium partner shall be liable for due performance of thecontract jointly and severally, failing which both of them shall be liable to bebarred from having any business dealing with BSNL for a period of 3 years.

    13. PERIOD OF VALIDITY OF BIDS13.1 Bid shall remain valid for periodspecified in clause 2 of Tender information (Section -

    2) from the date of opening of bids prescribed by the purchaser. A bid valid for ashorter 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 theretoshall be made in writing. The bid security provided under clause 12 shall also besuitably extended. The bidder may refuse the request without forfeiting his bidsecurity. A bidder accepting the request and granting extension will not be permittedto modify his bid.

    14. FORMAT AND SIGNING OF BID

    14.1 (i) The bidder shall submit his bid, online, complying all eligibility conditions, otherterms and conditions of tender document to be read along with the clarificationsand amendments issued in this respect. All the documents must beauthenticated using Digital Signature by the authorized person. Please referSection 4 Part B for further instructions.

  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    23/323

    Class 5NGN tender (Section-4 Part A) NWP-CFA, BSNL C.O., New Delhi

    14

    (ii) The copy of quality manual and Article or Memorandum of Association shouldbe uploaded along with other documents as required.

    14.2 The bid shall be digitally signed by the bidder or a person duly authorized to bind thebidder to the contract. The letter of authorization shall be indicated by written power-of-attorney accompanying the bid.

    14.3 The bid shall contain no interlineations, erasures or overwriting except as necessaryto correct errors made by the bidder in which case such corrected documents orrevisions shall be authenticated by the person signing the bid using digital signature.

    14.4 (i) The Power of Attorney should be submitted and executed on the non-judicialstamp paper of appropriate value as prevailing in the respective states(s) andthe same be attested by a Notary public or registered before Sub-Registrar ofthe states(s) concerned.

    (ii) The Power of Attorney be executed by a person who has been authorized by

    the Board of Directors of the bidder in this regard, on behalf of theCompany/Institution/Body Corporate.

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

    D. SUBMISSION OF BIDS

    15. SEALING AND MARKING OF BIDS:

    15.1 The bid should be submitted online using Two Envelope methodology. The first

    envelope Technical part shall consist the eligibility requirements, Technicalspecification and compliance to all terms and condition of the bid document includingclarifications, addendumsThe second envelope- Financial part shall contain price schedule i.e. tender/Bid formonly.

    15.2 Venue of Tender Opening: Specified in Clause 9 of detail NIT (Section 1)

    16. SUBMISSION OF BIDS

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

    16.2 The Purchaser may, at its discretion, extend this deadline for the submission of bidsby amending the Bid Documents in accordance with clause 6 in which case all rightsand obligations of the purchaser and bidders previously subject to the deadline willthereafter be subjected to the deadline as extended.

    16.3 The bidder shall submit his bid offer against a set of bid documents purchased byhim for all or some of the systems / equipment / packages as per requirement of theBid Documents. He may include alternate offer, if permissible, as per the bid.However not more than one independent and complete offer shall be permitted fromthe bidder.

  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    24/323

    Class 5NGN tender (Section-4 Part A) NWP-CFA, BSNL C.O., New Delhi

    15

    17. LATE BIDS

    No bid shall be accepted online by the ElectronicTender System (ETS) after thespecified deadline for submission of bids prescribed by the purchaser pursuant toclause 16.

    18. MODIFICATION AND WITHDRAWAL OF BIDS

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

    18.2 The bidders modification, revision or withdrawal shall have to be online and digitallyauthenticated as per clause 15. (Please refer Amendment No. 1 below)

    Amendment No. 1The Clause no. 18.2 of Section 4 Part-A is amended as follows:-18.2 The Bidders modification, revision or withdrawal to the Bid shall have to be

    made online and digitally authenticated as per Clause 14.2 of Section 4 Part-A.

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

    E. BID OPENING AND EVALUATION

    19. OPENING OF BIDS BY PURCHASER

    19.1 The purchaser shall open bids online in the presence of bidders or their authorizedrepresentatives who chose to attend, at time specified in Clause 7 of detail

    NIT(Section-1) on due date. The bidders representatives, who are present, shall signin an attendance register. Authority letter to this effect shall be submitted by thebidders before they are allowed to participate in bid opening (A Format is given insection 9 part (c)).

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

    19.3 The bidders names, Bid prices, modifications, bid withdrawals and such other detailsas the purchaser, at its discretion, may consider appropriate will be made availableonline at the time of opening.

    19.4 The date fixed for opening of bids, if subsequently declared as holiday by the BSNL,the revised date of schedule will be notified. However, in absence of suchnotification, the bids will be opened on next working day, time and venue remainingunaltered.

    20. CLARIFICATION OF BIDS

    To assist in the examination, evaluation and comparison of bids, the purchaser may,at its discretion ask the bidder for the clarification of its bid. The request for theclarification and the response shall be in writing. However, no post bid clarificationat the initiative of the bidder shall be entertained.

  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    25/323

    Class 5NGN tender (Section-4 Part A) NWP-CFA, BSNL C.O., New Delhi

    16

    21. Technical and Commercial Evaluation

    21.1 In the first stage of evaluation, the Purchaser shall evaluate the Bids to determinewhether they are complete, whether required Bid Security/sureties have beenfurnished, whether the documents have been properly signed including digital

    signatures and whether the Bids are generally in order.

    21.2 Prior to the detailed evaluation pursuant to cl 22, the Purchaser will determine thesubstantive responsiveness of technical and commercial Bids to the requirementsof the Bid Document. For purposes of these clauses, a substantively responsive Bidis one which conforms to all terms and conditions of the Bid Document withoutmaterial deviations. The Purchasers determination of bids responsiveness shall bebased on the contents of the Bid itself without recourse to extrinsic evidence.

    21.3 During the evaluation, BSNL at its discretion may call upon the Bidder to give atechno-commercial presentation of its offer, to explain the products offered, itscapability to undertake the project and to respond to any question from BSNL.

    21.4 A Bid, determined as substantively non-responsive will be rejected by thePurchaser and shall not subsequent to the bid opening be made responsiveby the Bidder by correction of the non-conformity.

    21.5 The Purchaser may waive any minor infirmity or non-conformity or irregularity in aBid which doesnt constitute a material deviation, provided such waiver doesntprejudice the establishment of techno-commercial parity among the Bids or effectthe relative ranking of any bidder.

    21.6 The financial Bids of only those technical and commercial Bids that are determinedas substantively responsive shall be opened. The financial Bids of those technicaland commercial Bids that are determined as substantively non-responsive shall bereturned to the respective Bidders unopened.

    22. Financial Evaluation of Substantively Responsive Bids and Comparison

    22.1 The Purchaser shall evaluate in detail and compare the financial Bids previouslydetermined to be substantively responsive pursuant to clause-21.

    22.2 (a) The evaluation and comparison of responsive Bids shall be done on the basisof net cost to BSNL on the prices of the Goods offered inclusive of duties and taxes(but excluding CENVAT-able duties & taxes), sales tax, packing, forwarding, freightand insurance charges etc. as indicated in Col. 17 of the price schedule in theSection-11, Part-II of the Tender Document. As stipulated in Clause- 9.1,octroi/entry taxes are not to be included in the composite price and hence the samewill not be considered for the purpose of evaluation and comparison of responsiveBids. However, Octroi and entry Taxes will be paid extra as per actual whereverapplicable on production of proof of payment/ relevant invoices/documents.

    (b) (Please refer Clarification document also)

    (i) Duties and taxes for which the firm has to furnish cenvatablechallans/Invoices will be indicated separately in the PO/APO.

    (ii) Vendors should furnish the correct E.D./Customs tariff Head in the priceschedule. If the credit for the duties and taxes under CENVAT Credit Rules,2004 is found to be not admissible at any stage subsequently owing to wrongfurnishing of tariff head, then the Vendors will be liable to refund such non-admissible amount, if already paid, along with penalty, if charged by theconcerned authority. (please refer clarification document also)

    (iii) In case the duties and taxes which are non CENVAT-able as per the quotesindicated in the price schedule by the vendors and subsequently at any stage

  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    26/323

    Class 5NGN tender (Section-4 Part A) NWP-CFA, BSNL C.O., New Delhi

    17

    it is found that credit for such duties and taxes is admissible as per CENVATCredit Rules, 2004, then the Vendors will be liable to refund the amountequivalent to such duties and taxes, if already paid to them. However, thePurchaser may allow the Supplier to submit necessary documents in thisregard which may enable the Purchaser to avail the CENVAT credit providedsuch credit is still available for the amount so paid as per CENVAT CreditRules 2004.

    (iv) The Purchaser reserves the right to ask the Bidders to submit documentaryproof confirming the correct tariff head from the E.D/Customs authority wherethe tariff head furnished against the particular tendered item by differentBidders differ from each other or the same is found apparently not furnished inaccordance with E.D./Customs Tariff notifications.

    (v) If the Supplier fails to furnish necessary supporting documents i.e.Excise/Customs invoices etc. in respect of the duties/taxes which arecenvatable, the amount pertaining to such duties/taxes will be deducted fromthe payment due to the firm.

    22.3 The responsibility for furnishing the correct taxes and duties along with the correcttariff heads shall rest with the Bidder.

    22.4 The Purchaser shall evaluate the financial Bids to determine whether they arecomplete, whether any computational errors have been made, whether the dutiesand taxes have been applied as per actuals, whether the documents have beenproperly signed and whether the Bids are generally in order. The Bids are thenevaluated in the following manner:

    (i) In the first stage, the arithmetic and the tax/duty related errors shall berectified. (Please refer Amendment No. 2 below)

    Amendment No. 2

    The Clause no. 22.4 (i) of Section 4 Part-A is amended as follows:-

    22.4(i) In the first stage, the arithmetic errors shall be rectified.

    (ii) In the second stage, the Bids shall be loaded to reach the required level oftechno-commercial compliance.

    (iii) In the third stage, the Bids shall be evaluated as per the criteria set in clause-18 of section-5 Part B read with the related clarifications.

    (iv) Arithmetical errors shall be rectified on the following basis. If there is adiscrepancy between the unit price and total price that is obtained by

    multiplying the unit price and quantity, the unit price shall prevail and the totalprice shall be corrected by the Purchaser. If there is a discrepancy betweenwords and figures, the amount in words shall prevail. If the Supplier doesnot accept the correction of the errors, his Bid shall be rejected.

    (v) In case items with same nomenclature for the same capacity is quoted withdifferent price in the Price Schedule, the lowest among the items with samenomenclature shall be paid for all such items

    23. CONTACTING THE PURCHASER

    23.1 Subject to Clause 20, no bidder shall try to influence the Purchaser on any matterrelating to its bid, from the time of the bid opening till the time the contract isawarded.

  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    27/323

    Class 5NGN tender (Section-4 Part A) NWP-CFA, BSNL C.O., New Delhi

    18

    23.2 Any effort by a bidder to modify his bid or influence the purchaser in the purchasersbid evaluation, bid comparison or contract award decision shall result in the rejectionof the bid.

    F AWARD OF CONTRACT

    24. PLACEMENT OF ORDER

    The Purchaser shall consider placement of orders for commercial supplies only onthose eligible bidders whose offers have been found technically, commercially andfinancially acceptable and whose goods have been type approved/validated by thepurchaser. The Purchaser reserves the right to counter offer price(s) against price(s)quoted by any bidder.

    25. PURCHASERS RIGHT TO VARY QUANTITIES(a) BSNL will have the right to increase or decrease up to 25% of the quantity of goods

    and services specified in the schedule of requirements without any change in theunit price or other terms and conditions at the time of award of contract or upto25% of the additional quantity can be ordered within 2(Two) months of theplacement of purchase order and supply is obtained within the original scheduleddelivery period. (Please refer Clarification document also)

    (b) In exceptional situation where the requirement is of an emergent nature and it isnecessary to ensure continued supplies from the existing venders, the purchaserreserves the right to place repeat order up to 50% of the quantities of goods andservices contained in the running tender/contract within a period of 12 months fromthe earliest date of acceptance of APO 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.(c) BSNL Board will have full power to accord administrative approval and financial

    concurrence to procure any equipment/material in any quantity by any means in theexigencies of services and interest of BSNL.

    (d) In case of ordering of additional quantity, BSNL reserve the right to decide thelocations/ circles/zone for the additional quantity to be placed to successful biddersirrespective of initial zone allotted in Phase-I/Phase-II.

    26. PURCHASERS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALLBIDS

    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 assigningany reason whatsoever and without thereby incurring any liability to the affectedbidder or bidders on the grounds of purchasers action.

    27. ISSUE OF ADVANCE PURCHASE ORDER

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

    27.2 The bidder shall within 14 days of issue of the advance purchase order, give hisacceptance along with performance security in conformity with proforma enclosed in

    Section 9 Part (B) provided with the bid document.

  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    28/323

    Class 5NGN tender (Section-4 Part A) NWP-CFA, BSNL C.O., New Delhi

    19

    28. SIGNING OF CONTRACT

    28.1 The issue of Purchase order shall constitute the award of contract on the bidder.

    28.2 Upon the successful bidder furnishing performance security pursuant to clause 27,the Purchaser shall discharge the bid security in pursuant to clause 12.

    29. ANNULMENT OF AWARDFailure of the successful bidder to comply with the requirement of clause 28 shallconstitute sufficient ground for the annulment of the award and the forfeiture of thebid security in which event the Purchaser may make the award to any other bidder atthe discretion of the purchaser or call for new bids.

    30. QUALITY ASSURANCE REQUIREMENTS

    The supplier shall have Quality Management System supported and evidenced bythe following:

    - A Quality Policy.

    - A management representative with authority and responsibility for fulfilling QA

    requirements and for interfacing with purchaser in the matters of Quality.

    - Procedure for controlling design/production engineering, materials, choice of

    components/vendors, manufacturing and packaging process for supplying

    quality products.

    - System of Inward Good Inspection.

    - System to calibrate and maintain required measuring and test equipment.

    - System for tracing the cause for non-conformance (traceability) and

    segregating product which dont conform to specifications.

    - Configuration management and change-control mechanism.

    - A quality plan for the product.

    - Periodical internal quality audits.- A Quality Manual detailing the above Or infrastructure assessment certificate

    and Type Approval Certificate issued by TEC shall be furnished.

    31. While all the conditions specified in the Bid documents are critical and are to becomplied, special attention of bidder is invited to the following clauses of the biddocuments. Non-compliance of any one of which shall result in outright rejection ofthe bid.

    (i) Clauses 12.1, 12.3 & 13.1 of Section 4: The bids will be rejected at openingstage 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.

    (ii) Clause 2 & 10 of Section 4: If the eligibility condition as per clause 2 ofSection 4 is not met and / or documents prescribed to establish the eligibility asper Clause 10 of section 4 are not provided, the bids will be rejected withoutfurther evaluation.

    (iii) Clause 11.2 (c) of Section 4 Part A: If clause-by-clause compliance anddeviation statements as prescribed are not given, the bid will be rejected at thestage of primary evaluation. In case of no deviations, a statement to thateffect must be given.

    (iv) Section 5 Part A- Commercial conditions, Section5 Part B- SpecialConditions of Contract & Section 3- Scope of work: Compliance, if given,using ambiguous words like Noted, Understood, Noted & Understood shall

  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    29/323

    Class 5NGN tender (Section-4 Part A) NWP-CFA, BSNL C.O., New Delhi

    20

    not be accepted as complied. Mere Complied will also be not sufficient,reference to the enclosed documents showing compliances must be given.

    (v) Section 11 Price Schedule: Prices are not filled in as prescribed in priceschedule.

    (vi) Section 4 Part A clause 9.5 on discount which is reproduced below:Discount, if any, offered by the bidder shall not be considered unlessspecifically indicated in the price schedule. Bidders desiring to offer discountshall therefore modify their offer suitably while quoting and shall quote clearlynet price taking all such factors like Discount, free supply etc. into account.

    (vii) Before outright rejection of the Bid by Bid-opening team for non-compliance ofany of the provisions mentioned in clause 31(i) of Section 4 Part A and clause10.1(vii), 12.1 & 12.3 of Section- 4 Part A and clause 4 of section 1, though, thebidder company is given opportunity to explain their position, however if theperson representing the bidder company is not satisfied with the decision of the

    Bid opening team, he / they can submit the representation to the Bid openingteam immediately but in no case after closing of the tender process with fulljustification quoting specifically the violation of tender condition if any.

    Bid opening team will not return the bids submitted by the bidders on the dateof tender opening even if it is liable for rejection and will preserve the bids insealed cover as submitted by taking the signatures of some of the desirousrepresentatives of the participating bidder/companies present on the occasion.

    The in-charge of Bid opening team will mention the number of bids with thename of the company found unsuitable for further processing on the date oftender opening and number of representations received in Bid opening

    Minutes and if Bid opening team is satisfied with the argument of thebidder/company mentioned in their representation and feel that there is prima-facie fact for consideration, the in-charge of the bid opening team will submitthe case for review to competent authority CGM in circles and Directorconcerned in corporate office as early as possible preferably on next workingday and decision to this effect should be communicated to the bidder companywithin a week positively. Bids found liable for rejection and kept preserved onthe date of tender opening will be returned to the bidders after issue of P.O.against the instant tender.

    If the reviewing officer finds it fit to open the bid of the petitioner, this should bedone by giving three (working) days notice to all the participating bidders to give

    opportunity to desirous participants to be present on the occasion.

    32. Purchaser reserves the right to disqualify the supplier for a suitable period whohabitually failed to supply the equipment in time. Further, the suppliers whoseequipment do not perform satisfactory in the field in accordance with thespecifications may also be disqualified for a suitable period as decided by thepurchaser.

    33. Purchaser reserves the right to blacklist a bidder for a suitable period in case he failsto honour his bid without sufficient grounds.

    34. The bidder should give a certificate that none of his/her near relative is working inthe units as defined below where he is going to apply for the tender. In case ofproprietorship firm, certificate will be given by the proprietor.For partnership firm,

  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    30/323

    Class 5NGN tender (Section-4 Part A) NWP-CFA, BSNL C.O., New Delhi

    21

    certificate will be given by all the partners.In case of Limited Company, certificate willbe given by all the Directors of the company excluding Government ofIndia/Financial institution nominees and independent non-Official part time Directorsappointed by Govt. of India or the Governor of the state and full time Directors ofPSUs both state and central.Due to any breach of these conditions by the companyor firm or any other person the tender will be cancelled and Bid Security will beforfeited at any stage whenever it is noticed and BSNL will not pay any damage tothe company or firm or the concerned person.

    The company or firm or the person will also be debarred for further participation inthe concerned unit.The near relatives for this purpose are defined as:-(a) Members of a Hindu undivided family.(b) They are husband and wife.(c) The one is related to the other in the manner as father, mother, son(s) & Sons

    wife (daughter in law), Daughter(s) and daughters husband (son in law),brother(s) and brothers wife, sister(s) and sisters husband (brother in law).

    Please refer to the Performa enclosed in Section 8 Part(B)

    35. VERIFICATION OF DOCUMENTS AND CERTIFICATES

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

    As per requirement of the tenders conditions, if any document / paper / certificatesubmitted 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 disqualifiedfrom the tender. Action would also be taken for banning of business dealing with thedefaulting firm. In case contract has already awarded to the bidder, then PBG wouldbe forfeited and the contract would be rescind / annulled and BSNL would be atliberty to procure the ordered goods and services from any other source at the riskand cost of the defaulting bidder. Action would also be taken for banning businessdealing with the defaulting firm.

    NOTE : To obviate any possibility of doubt and dispute and maintain veracity of thedocuments / papers / certificates, the documents conforming to eligibility part will besubmitted by the participant bidder duly authenticated digitally by the authorizedsignatory along with EMBG (bid security) of requisite amount and will be checked at

    the time of tender opening. The documents / papers to be submitted in respective bidpart will be explicitly mentioned in clause- 31(vii) of Section-4 Part A. This bid part(already digitally signed by the authorized representative of the bidder companyduring bid submission) will be digitally signed by the in charge of the tender openingteam and will be kept preserved along with the bid submitted online. In case of anydispute these papers will be treated as authentic one.

    Click Here for clarifications in respect of Clause No. 10.1(iii), 10.4, 10.2(i), 10.1(vi),11.2 (c) , 22(b) (ii) and 25(a).

    http://ngn_%20consolidated_clarifications%20_%20approved-corrected.pdf/http://ngn_%20consolidated_clarifications%20_%20approved-corrected.pdf/http://ngn_%20consolidated_clarifications%20_%20approved-corrected.pdf/http://ngn_%20consolidated_clarifications%20_%20approved-corrected.pdf/
  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    31/323

    Class 5NGN tender (Section-5 Part A) NWP-CFA, BSNL C.O., New Delhi

    22

    SECTION 4 PART B

    SPECIAL INSTRUCTIONS TO BIDDERS FOR E-TENDERING

    1. General

    1.1 The Special Instructions (for e-Tendering) supplement Instruction to Bidders, asgiven in these Tender Documents. Submission of Online Bids is mandatory for thisTender.

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

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

    2. Instructions

    2 Tender Bidding Methodology: Single Stage Bidding, Two stage openingusing Two Electronic Envelopes.

    3 Broad outline of activities from Bidders prospective:

    3.1 Procure a Digital Signing Certificate (DSC)

    3.2 Register on Electronic Tendering System (ETS)

    3.3 Create Users and assign roles on ETS

    3.4 View Notice Inviting Tender (NIT) on ETS

    3.5 Submit Tender fee and NDA offline to BSNL

    3.6 Download Official Copy of Tender Documents from ETS

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

    3.8 Clarification to Tender Documents on ETS

    3.9 Query to BSNL (Optional)

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

    3.11 Bid-Submission on ETS

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

    3.13 Opening of Technical-Part

    3.14 View Post-TOE Clarification posted by BSNL on ETS

    3.15 Respond to BSNLs Post-TOE queries

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

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

    4 Other Instructions

    For participating in this Tender online, the following instructions are to be readcarefully. These instructions are supplemented with more detailed guidelines on therelevant screens of the ETS.

    https://www.tcil-india-electronictender.com/https://www.tcil-india-electronictender.com/
  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    32/323

    Class 5NGN tender (Section-5 Part A) NWP-CFA, BSNL C.O., New Delhi

    23

    4.1 Digital Certificates

    For integrity of data and authenticity/ non-repudiation of electronic records, and tobe complaint with IT Act 2000, it is necessary for each user to have a DigitalCertificate (DC) also referred to as Digital Signature Certificate (DSC), of Class 2 orabove, issued by a Certifying Authority (CA) licensed by Controller of Certifying

    Authorities (CCA) [referhttp://www.cca.gov.in].4.2 Registration

    To use the ElectronicTender portal (https://www.tcil-india-electronictender.com)vendors need to register on the portal. Registration of each organization is to bedone by one of its senior persons who will be the main person coordinating for thee-tendering activities. In ETS terminology, this person will be referred to as theSuper User (SU) of that organization. For further details, please visit thewebsite/portal, and click on the Supplier Organization link under Registration (onthe Home Page), and follow further instructions as given on the web site. PayAnnual Registration Fee as applicable.[Note: After successful submission of Registration details and Annual Registration

    Fee (Rs 6000/- plus service tax as applicable,payable etc TCIL), please contactTCIL Helpdesk (as given below), to get your registration accepted/activated].

    TCIL Helpdesk

    TCILs Contact Person Mr. Manish Tiwari

    Telephone/ Mobile 011-26202624[between 9:30 hrs to 18:00 hrs on working

    days]

    E-mail ID [email protected][Please mark CC:[email protected]]

    BSNL Contact-1

    BSNLs Contact Person Mr. Anup Verma, AGM(MMY)

    Telephone/ Mobile 011-23717844[between 9:30 hrs to 18:00 hrs on

    working days]

    E-mail ID [email protected]

    BSNL Contact-2

    BSNLs Contact Person Mr. Manoj Jain ,Dy. Mgr.(MMX)

    Telephone/ Mobile 011-23037172[between 9:30 hrs to 18:00 hrs onworking days]

    E-mail ID [email protected]

    5 Some Bidding related Information for this Tender (Sealed Bid)

    (A) Procurement of Official Copy of Tender DocumentsAfter the registration process, to procure an official copy of Tender Documents, theBidder is requested to submit the following documents offline to AGM (MMY),BSNL Corporate Office, 2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi 110001, on or before the date & time of procurement of Tender Documentsspecified in the covering letter of this Tender Document:

    http://www.cca.gov.in/https://www.tcil-india-electronictender.com/mailto:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]://www.tcil-india-electronictender.com/http://www.cca.gov.in/
  • 7/25/2019 NGN_tender_07062012-final_Upload with Ammend+Clarification+Corregendum

    33/323

    Class 5NGN tender (Section-5 Part A) NWP-CFA, BSNL C.O., New Delhi

    24

    (i) DD/ Bankers cheque of INR 1,00,000/- ( INR One lakh only)drawn in favourof AO(Cash), BSNL CO, New Delhi, payable at New Delhi against paymentof tender fee (ie cost of Tender Documents)

    (ii) Non-Disclosure Agreement (NDA)

    Only after the receipt of the above mentioned documents, the Bidder would beauthorized to procure the official copy of Tender Documents from the e-procurement portal.

    (B) Online Submission of BidsThe entire bid-submission would be online on ETS. Broad outline of submissionsare as follows:a) Submission of information about Bid Security/ Earnest Money Deposit

    (EMD) being submitted offline on or before the date & time of submissionof bids

    b) Submission of digitally signed copy of Tender Documents/ Addendac) Acceptance of General Terms and Conditions (GTC)d) Acceptance of Special Terms and Conditions (STC)

    e) Two Envelopesi) Technical-Part ElectronicForms-mandatory Main-Bid-mandatory Bid-Annexures (Optional)

    ii) Financial-Part ElectronicForms-mandatory Main-Bid-mandatory Bid-Annexures (Optional)

    6 Offline Submissions:

    The Bidder is requested to submit the following original documents offline to DM(MMT), BSNL Corporate Office, 2nd Floor, Bharat Sanchar Bhawan, Janpath, NewDelhi 110001 on or before the Bid Closing Date specified in covering letter of thisTender Document, in a sealed envelope. The envelope sh