Post on 19-Oct-2020
transcript
Page 1 of 1
ITI Limited (A Govt. of India Undertaking)
Doorbhash Nagar, Raebareli – 229010, India
www.itiltd-india.com, Fax : 0535-2702454,2702589
Addendum(II)
Clarification File As Attachement
Addendum(II)Ref: EQW18H1280RL DATED: 28/08/2020
Clarifications are to be added as an attachment in our EOI No.EQW18H1280RL,
Dt. 19/08/2020, Due on dt. 04/09/2020 for selection of MoU partner
for Manufacturing, Testing & Supply of 48F & 96F Metal Free Ribbon Optical Fibre
Cable .
All other Terms and Conditions remain unaltered.
R.R. PANDEY
CM(Purchase)MPD
ITI Ltd. Doorbhashnagar
RAEBARELI(U.P) 229010
Phone: 0535-2287565
Fax: 0535-2702589,
E-mail: rrpandey_rbl@itiltd.co.in
http://www.itiltd-india.com/
Sr.no. Cls no. Page no. Eligibility criteria Comments/Clarification Required Reply/Action to be taken
1 1 3 of 51 Clarification End Date
We request you to give two days
additional time to bidder to ask
queries after issuance of any
clarification. Please confirm.
Please Adhere EOI Timeline
2 1.1 7 of 51
Products :
- Smart energy meters, GPON OLT and
ONT, PCM multiplexers
- Electronic push button telephones,
Ruggedized telephones for defence
forces
- Smart cards and banking cards, Hand
held terminals for smart card
authentication
- Set top boxes, Wi-Fi equipment,
Multiple types of encryption devices for
defence
- Solar power module, Switched mode
power supply system
- Internet of things (IOT) products, Radio
modems, AN Rack hardware
- Mini personal computers, Bank
automation products,
- Optical Fibre Cable
- Permanently Lubricated HDPE
Telecom Duct
Scope will be for Supply of Optical
Fibre Cable
For Scope of Work refer
clause no. 2 of EOI
3 2 8 of 51 Scope of Work
We request you to kinldy clarify the
Project/Package name for which this
tender has been issued.
Will be inform during MOU
Agreement
Clarifications against ITIL EOI Ref: EQW18H1280RL dated 19.08.2020
4 2.5 8 of 51Bidder shall provide the Test certificate
for each consignment.
Test certificate for only supplied
cable shall be provided, please
confirm.
Yes
5 2.4 8 of 51
Arrangement of all types of raw materials
and components to produce targeted
products shall be in the scope of Bidder.
Raw material shall be from CACT
approved sources confirming to TEC GR
vide Ref: TEC/GR/TX/ORM-001/05/dec-
17 with subsequent amendments and
required product technical specification
under this EOI. The raw material shall be
sourced as G652D SM Optical Fiber
(Sterlite), PBTP (DSM India), Tube
Filling compound (Indore Gel), Water
Swellable Yarn (Madura Coats), Water
Swellable Yarn ( Indore Composite),
FRP (Indore Composite), Non Water
IGFR Yarn (Sri Venketeshwara
Polythene), Rip cord (Sunpure
Technologies), HDPE Black (BLS
Polymer).
We propose that the clasue should
be amended as "Raw material
shall be from CACT approved
sources conforming to TEC GR
:TEC/GR/ORM-001/05/Dec -17
with subsequent amendment ".
The source of Raw material
should be deleted.
Please Adhere EOI Terms
6 2.5 8 of 51Bidder shall provide the Test certificate
for each consignment.
Yes Test certificate will be provided
as per agreed parameters. Please
provide details .
Bulk production testing as
per QM-331.
7 2.6 9 of 51Successful bidder shall sign a
MOU/Agreement with ITIL.
Please confirm the date in which
MOU/Agreement with ITIL to be
signed
Clause no. 2.6 is amended as
Successful bidder shall sign a
MOU/Agreement with ITIL
within two weeks from the
date of reciept of LOI.
8 2.7 9 of 51
Bidder Responsibility at their
facilities/premises:
2.7.1 Procurement of Raw material as
per the product specification from (i)
CACT approved vendors & (ii) from the
vendors as mentioned in clause no. 2.4.
2.7.2 Arrangement of Operating
Expenditure.
2.7.3 Bidder shall prepare & provide
BOM(Bill of Material) for all the
packages separately.
2.7.4 Testing of raw materials.
2.7.5 All the testing as per technical
requirement.
2.7.6 Any testing outside their
premises/facilities from NABL
accredited labs (if required).
2.7.7 Manufacturing of required OFC
product.
2.7.8 Finished goods testing as per
Customer requirement/Specification.
2.7.9 Packing as per Technical
Specification at “Annexure-4”.
2.7.10 Any other activities not defined in
this EOI which may be necessary to
perform/execute the task shall be the
responsibility of bidder. The bidder shall
For Clause no. 2.7.1: We propose the
clause should be amended as " Raw
material should be CACT approved"
and the vendors as mentioned in
clause no. 2.4 should be deteted.
For Clause no. 2.7.8: We propose,
finish good Testing as per Stage-3 of
BSNL QM-331
For Clause no. 2.7.12: We agree
For Clause no. 2.7.16: Please clarify
in details
For Clause no. 2.7.15: We agree
For clause no. 2.7.1, Please
adhere EOI terms. For Caluse
no 2.7.8 finish good Testing
as per QM-331, For clause
no. 2.7.16 adhere EOI.
However Cost for updation of
ITIL certificate shall be
borne by ITIL.
9 10.2 10 of 51 Profile of the bidder.Please provide the format for
submission of profile of bidder.
For clause no. 2.7.1, Please
adhere EOI terms. For Caluse
no 2.7.8 finish good Testing
as per QM-331, For clause
no. 2.7.16 adhere EOI.
However Cost for updation of
ITIL certificate shall be
borne by ITIL.
10 13 11 of 51Bid Security/Earnest Money Deposit
(EMD)
We intend to submit the EMD in the
form of Bank Guarantee, therefore
we request you to provide us the
value of Non-Judicial Stamp Paper
on which it is to be submitted.
Only 100/- (Hundred Rupee
only)
11 13.1 11 of 51
The EMD of Rs 5,00,000.00 (Rs. Five
Lac only) is to be furnished to
TENDERER office in the form of
NEFT/RTGS/DD /BG valid for 90 days
in favour of “ITI Ltd.” payable at
Raebareli at the time of submission of
bidding.
EMD validity is mentioned as 90
days while bid validity is mentioned
as 180 days from opening of
commercial Bid. We request you to
kinldy check and re-confirm the
EMD Validity.
Period of EMD validity is 90
days. However It may be
extended if needed.
12 14.2 12 of 51
The bidder should have an average
annual turnover of at least Rs. 400 crores
in the last three (3) financial years, FY
2017-18, FY 2018-19 and FY 2019-20.
The audited balance sheets / Annual
Reports for the above years should be
submitted along with the bid. For the FY
2019-20, the provisional auditors report
will be acceptable. A certificate from the
auditors of the company is also required
to be submitted in this regard.
We inform you that total estimated
tender value might be less than
Rs.200 Crores. So, asking for
average annual turnover of Rs.400
Crores is totally unjustifiable.
Therefore, we request you to bring it
down to Rs.200 Crores to make the
bid more competitive.
Please adhere EOI
13 14.8 12 of 51
The bidder must have manufacturing
facility/infrastructure for minimum
30,000 Kms per annum for Package B
and 12000 Kms per annum for package –
IAA certificate of BSNL QA will be
provided . For any specific tender
the details will be required .
Please adhere EOI
14 14.9 12 of 51
The bidder should have supplied a
cumulative of at least 50000 Km of
minimum 24F and above OFC to
Telecom Companies (Private Telecom
Operators, PSUs and Government
Telecom operators) including cumulative
of at least 7,000 Kms of minimum of 48F
and above Ribbon in India during last
three FY. (I.e. w.e.f FY 2017 -2018, FY
2018-2019, FY2019-2020).
Supply criteria asked by you is more
than 350% of tendered quantity
which is not justifiable as no where
supply criteria is more than tendered
quantity is being asked by tendering
authority. For example, Presently
BSNL has floated two tenders in
which minimum supply criteria is
16% (approx), details are as follows
a) Tender No.MM/CNP/ OFC-24F-
48F/T-688/2020 dated 06.08.2020,
total tendered quantity is 12000 Kms
in which they asked for minimum
supply criteria of 2000 Kms b) In
tender no.MM/BN-II/OFC/T-
680(R)/2020, where total tendered
quantity is 18406 Kms in which they
asked for minimum supply criteria of
3000 Kms. Therefore, we request
you to amend the clause as follows
"The bidder shall have experience
of supplying minimum 3000Km of
Optical Fibre Cable
24F/48F/96F/288F(G.652D) in any
combination to to Telecom
Companies (Private Telecom
Operators, PSUs and Government
50000 Kms may be read as
25000 Kms
15 14.9 12 of 51
The bidder should have supplied a
cumulative of at least 50000 Km of
minimum 24F and above OFC to
Telecom Companies (Private Telecom
Operators, PSUs and Government
Telecom operators) including cumulative
of at least 7,000 Kms of minimum of 48F
and above Ribbon in India during last
three FY. (I.e. w.e.f FY 2017 -2018, FY
2018-2019, FY2019-2020).
We request you to kinldy accept self-
attested supply statement instead of
copy of purchase order as it will
make bid/offer very bulky. Copy of
purchase order may be verified at
later stage, if required. Please
Confirm.
50000 Kms may be read as
25000 Kms and Certificate
on company letterhead signed
by company Secretary/Tender
signing authpority as per
Power of attorney mentioning
the complete details of
supplies made in last three
financial years will be
acceptable
16 14.10 13 of 51
The bidder shall furnish IA
(Infrastructure Assessment) & TSEC
certificate issued by BSNL-QA
The Tender detail for Infrastructure
Assesment should be provied which
takes min 15-20 days for upgradation
if the requirement is TENDER
based. Also the exixsting TSEC
certificates available against
BSNL/BBNL tenders will be
provided . If new TSEC is required
against any specific Tender then 90
days will be required for Fresh
TSEC. Please provide the tender
detail against which Infra & TSEC is
required
Existing IA & TSEC of
BSNL/BBNL tenders will be
acceptable.
17 16 14 of 51 Period of Bid Validity
We understand Bid Validity is 180
days from the date of Closing Date of
submission of tender, please confirm.
Clause no. 16 of EOI
ammended as Period of Bid
Validity is 180 days from the
date of bid due date
18 4.28 37 of 51
The Anti-rodent (Optional) test shall be
checking the uniformity of application of
glass rowing yarns around the periphery
of inner sheath. The test shall be carried
out by MahaIT QA during type testing or
can be carried out at any recognized lab
on finished cable and in addition,
manufacturer shall also give an
undertaking in this respect.
The reports shall be submitted by the
manufacturers. Termite resistance shall
be provided with an additive/without
additive in outer sheath and rodent
protection shall be provided with Glass
roving yarns around the periphery of
inner sheath and these yarns should be
spread uniformly around the periphery of
inner sheath.
The following minimum parametric tests
on Anti termite / Anti rodent dopants
shall be carried out during the TSEC
testing
- Non-toxicity
- Thermal Stability
- Long life Span / half-life
- Compatibility
- Efficacy
Rodent test will be conducted by
BSNL QA or any other Testing
Agency . Pleae clarify.
Please refer clause no.2.7.6
of EOI
19 5.1.337-38 of
51
The type of legend marking on O.F. cable
shall be as follows: a) Company Legend
b) Legend containing telephone mark &
international acceptable Laser symbol c)
Type of Fibre– G.652.D d) Number of
Fibres e) Type of cable f) Year of
manufacture g) Sequential length
marking h) User’s Identification i) Cable
ID
Please confirm marking on cable -
Company Legend and User
identification.
Will be inform during MOU
agreement
20 5.3.1 38 of 51
Length of optical fibre cable in each
drum shall be 2 Km ± 10% / 4Km ± 10%
/ 8Km ± 10% / 10Km ± 10% and shall be
supplied as per the order. The variation
in length of optical fibre cable, as
specified above (in each drum), shall be
acceptable.
We request you to kinldy confirm the
following:- Total order quantity
tolerance consignee wise c) Short
Length range and its
percentage/quantity of total order
qunatity as well consignee wise that
may be supplied.
Clause 5.3.1 of Annexure-4
is ammended as Length of
Optical Fiber Cable in each
Drum shall be 2.0 Km ± 5%
and varition of length as
specified in each drum shall
be acceptable.
21 6.2.6 40 of 51
The HDPE black in colour used for
sheath shall be UV stabilised.
Note: A test certificate from a recognised
laboratory or institute may be acceptable
for the UV stability of the HDPE sheath
material
CACT Certificate of HDPE Black
Colour will be provided as the
materail is UV stablised.
Please adhere EOI Terms
22 6.2.7 40 of 51
The material used in optical fibre cable
must not evolve hydrogen that will affect
the characteristics of optical fibres.
Note: A test certificate from a recognised
laboratory or institute may be acceptable.
Declaration/Certificate from Raw
Material Supplier
Certificate from Raw
material Supplier
23
Sub
Section
A-1.3, Sl.
No.3
40 of 51
Tube OD
for 48F Ribbon Cable: 3.4 + 0.2
for 96F Ribbon Cable: 4.0 + 0.2
Tube OD
for 48F Ribbon Cable: 3.4 ± 0.2
for 96F Ribbon Cable: 4.0 ± 0.2
Agreed
24
Sub
Section
A-1.3, Sl.
No.13
41 of 51Qty. of Impregnated Glass roving (min.):
27 Kg
Qty. of Impregnated Glass roving
(min.): 27 Kg/KmAgreed
25
Sub
Section
A-1.3, Sl.
No.13
41 of 51
Cable diameter
for 48F Ribbon Cable: 16 + 1.0
for 96F Ribbon Cable: 17.8 + 1.0
Cable diameter
for 48F Ribbon Cable: 16.0 ± 1.0
for 96F Ribbon Cable: 17.8 ± 1.0
Agreed
26
Sub
Section
A-1.3, Sl.
No.13
41 of 51
Cable Weight
for 48F Ribbon Cable: 185 + 8%
for 96F Ribbon Cable: 230 + 8%
Cable Weight
for 48F Ribbon Cable: 185 ± 8%
for 96F Ribbon Cable: 230 ± 8%
Agreed
27 7.2 40 of 51
All aspects of installation, operation,
maintenance and fibre splicing shall also
be covered in the handbook. The pictorial
diagrams of the accessories (with model
no. and manufacturer name) supplied
along with the cable as package shall be
also be submitted. A hard as well as soft
copy of the manuals shall be provided.
We understand this document is
required only at the time of training
and as training is not applicable to
this tender. Hence, this clause is not
applicale to this tender, please
confirm.
Please Adhere EOI Terms
288 (a) Inspection
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 well
maintained and proven Quality
Assurance Systems.
We request you to kinldy clarify the
criteria of allocation of quantity
among 2 to 3 vendors.
All other clause of Annexure
A except clause no 10 are
deleted. Annexure-B is
deleted..
S.No.Clause
No.Page No. Existing Condition Clarification Sought Reply/Action to be taken
1 2.4 8
Arrangement of all types of raw
materials and components to produce
targeted products shall be in the
scope of Bidder. Raw material shall
be from CACT approved sources
confirming to TEC GR vide Ref:
TEC/GR/TX/ORM-001/05/dec-17
with subsequent amendments and
required product technical
specification under this EOI. The
raw material shall be sourced as
G652D SM Optical Fibre (Sterlite),
PBTP (DSM India), Tube Filling
compound (Indore Gel), Water
Swellable Yarn (Madura Coats),
Water Swellable Yarn ( Indore
Composite), FRP (Indore
Composite), Non Water IGFR Yarn
(Sri Venketeshwara Polythene), Rip
cord (Sunpure Technologies), HDPE
Black (BLS Polymer).
We request you kindly amend
the clause as The raw
material shall be sourced as
G652D SM Optical Fibre (
CACT Approved
Source),FRP ( CACT
Approved Source), non
Water IGFR Yarn ( CACT
Approved Source)
Please adhere EOI Terms
and Condition
2 14.9 12
The bidder should have supplied a
cumulative of at least 50000 Km of
minimum 24F and above OFC to
Telecom Companies (Private
Telecom Operators, PSUs and
Government Telecom operators)
including cumulative of at least
7,000 Kms of minimum of 48F and
above Ribbon India during last three
FY. (I.e. w.e.f FY 2017 -2018, FY
2018-2019, FY2019-2020).- Copy of
PO will be provided
As this tender is to be
submitted in physical copy
attaching each and every
purchase order for previous
supply will be bulky and
difficult to handle hence We
request you kindly amend the
clause as" Certificate on
company letterhead signed by
company Secretary
mentioning the complete
details of supplies made in
last three financial years"
50000 Kms may be read
as 25000 Kms and
Certificate on company
letterhead signed by
company
Secretary/Tender signing
authpority as per Power of
attorney mentioning the
complete details of
supplies made in last three
financial years will be
acceptable
3 4 9
RTGS after 120 days of dispatch of
the consignment. This Payment
terms shall be binding and not
negotiable.
We request you kindly amend
the clause as " 100%
payment with in 120 days of
dispatch of the consignment
against letter of credit in
mutually agreed format "
Please adhere EOI Terms
and Condition
4 Annex 4 3.8.3 25
Ribbon Material
The ribbon shall be manufactured
using single mode optical fibres
coloured with UV cured resin and
the ribbon shall be encapsulated with
a further layer of UV cured acrylate.
The fibres and the ribbons shall
confirm to the colour requirement as
per clause no. 4.4 of this GR.
Since clause 4.4 is impact
test. It should be read as
clause No. 5.4.
Please confirm
Agreed
5 Annex 43.9.3 b
3.9.9
27
28
Impregnated Glass Fibre
Reinforcement…………….
Clause No. 3.9.3 b & 3.9.9
are repeated. Kindly delete
one clause
Please Adhere
6 Annex 4 5.1.3 38The type of legend
marking…………….
Please confirm "Type of
Cable" & "User’s
Identification".
Shall we consider RIBBON
OFC as Type of Cable?
Will be inform during
MOU Agreement
7 Annex 4 5.3 38 The nominal drum length
Kindly consider short length
ranging from 500 meter to
1799 meter upto maximum
5% of total qty
Clause 5.3.1 of Annexure-
4 is ammended as Length
of Optical Fiber Cable in
each Drum shall be 2.0
Km ± 5% and varition of
length as specified in each
drum shall be acceptable.
8 Annex 4
Sub-
section A
– 1.3
40 Loose Tube OD
Kindly consider loose tube
OD as 3.4 +/- 0.2mm & 4.0
+/- 0.2mm for 48F & 96F
cable respectively
Agreed
9 Annex 4
Sub-
section A
– 1.3
41 Cable diameter
Kindly consider cable
diameter as 16 +/- 1.0 & 17.8
+/- 1.0mm for 48F & 96F
cable respectively
Agreed
10 Annex 4
Sub-
section A
– 1.3
41 Cable weight
Kindly consider cable weight
as 185 +/- 8% & 230 +/- 8%
for 48F & 96F cable
respectively
Agreed
11 3 Bide Due date-04.09.2020
As this tender is to be
submitted in physical copy ,
considering the current
COVID-19 pandemic
situation there is huge
disturbance in courier
services. We request you
kindly extend the last date of
submission of Bid at least by
4 week enabling us to
prepare the bid document and
participate in the tender
Please adhere EOI Terms
and Condition
S. No.PAGE
NO.
CLAUS
E No.
Content/Clause of the RFP requiring
clarificationClarification Sought
Clarification Add
1 8 2.4
Arrangement of all types of raw materials
and components to produce targeted
products shall be in the scope of Bidder.
Raw material shall be from CACT
approved sources confirming to TEC GR
vide Ref: TEC/GR/TX/ORM-001/05/dec-
17 with subsequent amendments and
required product technical specification
under this EOI. The raw material shall be
sourced as G652D SM Optical Fibre
(Sterlite), PBTP (DSM India), Tube
Filling compound (Indore Gel), Water
Swellable Yarn (Madura Coats), Water
Swellable Yarn ( Indore Composite),
FRP (Indore Composite), Non Water
IGFR Yarn (Sri Venketeshwara
Polythene), Rip cord (Sunpure
Technologies), HDPE Black (BLS
Polymer).
1. Please understand and appreciate
that in case of any delay in supply of
Raw Material, there shall not be any
LD on bidder as ITIL has
specificially mentioned the name of
CACT approved source of Raw
Material. Please accept.
2. In case of any bottleneck
regarding supply of raw material
from CACT apprpved source, ITIL
shall allow bidder to change other
CACT approved raw material to
ensure timely delivery of OFC.
Please accept and confirm.
Please Adhere EOI Terms
2 8 2.5Bidder shall provide the Test certificate
for each consignment.
We understand that factory test result
on finished product shall suffice the
requirement of this clause. Please
confirm.
Yes
3 9 2.7.5All the testing as per technical
requirement.
Please provide the list of all such
tests along with testing plan.
Testing will be done as per
QM-331.
4 9 2.7.6
Any testing outside their
premises/facilities from NABL
accredited labs (if required).
Please confirm the following:
1. Name of Raw Materials on which
test shall be carried at outside lab.
2. List of such tests to be carried out
3. Frequency of such tests to be
carried out.
The above details are required to
consider the cost of such test,
otherwise, we request that ITIL shall
bear such cost of testing etc.
Bulk production testing as
per QM-331.
5 9 2.7.8Finished goods testing as per Customer
requirement/Specification.
Please provide Quality Assurance
plan (QAP) and bulk testing
schedule plan, which is acceptable
and applicable on finished goods.
Bulk production testing as
per QM-331.
6 9 2.7.14Any certification/Infra assessment
required shall be in scope of bidder.
We understand that if such
certification/Infra required in bidder
name then bidder shall bear such
cost. However, if such certification
required in ITI name then such cost
shall be bear by ITI. Kindly confirm.
Agreed
7 9 2.7.14Any certification/Infra assessment
required shall be in scope of bidder.
Please provide exact requirement of
this clause to consider the such costs,
while bidding. Refer above as clause no. 6
8 9 2.7.16The bidder to facilitate update of ITIL’s
certificate if required.
We understand that such cost shall
be directly bear by ITIL. Please
confirm.
Agreed
9 9 4
Payment terms: RTGS after 120 days of
dispatch of the consignment. This
Payment terms shall be
binding and not negotiable.
Payment terms as mentioned in
Clause No. 4 of Page No. 9 are in
contradiction with payment terms as
mentioned in Annuexue B (page
56). We understand that Annexure B
(Page 56) is not applicable. Kindly
confirm.
However, we suggest that ITI shall
give PDC of 120 days within 2 days
from the date of lot dispatch. Kindly
accept & confirm.
Please follow clause no. 4 of
Page no. 9
10 9 5
Performance Bank Guarantee (PBG) :
Successful bidder has to submit PBG of
5% of Contract
Value valid for the contract period on
award of contract/issuance of LOI.
We understand that PBG validity
shall be 1 year frrom the date of
techno-commercial PO. Please
confirm
Yes
11 9 7
TAXES & DUTIES
Bidder is liable for all taxes and duties
etc. As may be applicable from time to
time.
Please note that Taxes and Duties as
applicable, shall be directly borne by
respective parties. Please confirm.
Agreed
12 12 14.2
DOCUMENT REQUIRED:
Audited and certified balance Sheet,
Profit and Loss Account of last 3 Years
should be submitted.
All certificates duly signed by Chartered
Accountant must be submitted
We understand that only Turn Over
certificate duly signed by Chartered
Accountant is required and NO need
to get sign on each page of audited
balance sheets/annual report for FY
17-18, 18-19 & 19-20. Please
confirm
Please adhere EOI Terms
13 12 14.9
The bidder should have supplied a
cumulative of at least 50000 Km of
minimum 24F and above OFC to
Telecom Companies (Private Telecom
Operators, PSUs and Government
Telecom operators) including cumulative
of at least 7,000 Kms of minimum of 48F
and above Ribbon in India during last
three FY. (I.e. w.e.f FY 2017 -2018, FY
2018-2019, FY2019-2020).
We appreciate that ITIL has kept this
clause to ensure only serious and
experiance bidder shall
participateTihis also including
minimum 7000 Kms of 48F and
above Ribbon OFC in India.
Yes, we do have 7000+ Kms of 48F
and above Ribbon OFC supplied
track record in India for similar
project of Bharatnet Phase#2 in
India.
Further, we have produced and
supplied more than 12,000 Kms of
48F ribbon OFC & more than 5,000
kms of 96F ribbon OFC for a similar
project (BharatNet Ph-2)
successfully. We understand that said
supply experience shall be
considered as 50,000 Kms of 24F or
above OFC i.e. 96F Core of ribbon
Cable (5000*4 = 20,000 Kms) & 48F
Core of ribbon Cable (12000*2 =
24,000 kms) and balance 24F OFC.
Kindly confirm our understanding.
50000 Kms may be read as
25000 Kms
14 18 Annexure -IFormat of Commercial Proposal
We understand that Packing
(including wooden drum) &
Insurance is included in this ex-
works rate (i.e. column (ii)) of
format for commercial Proposal.
Please confirm to make uniformity
for all bidders.
Packing in Wooden Dum (as
per specification) is to
included in ex-works rate
15 18 Annexure -IFormat of Commercial Proposal
We understand that Freight shall be
extra and shall not be included in
this ex-works rate (i.e. column (ii))
of format for commercial Proposal.
Please confirm to make uniformity
for all bidders.
Yes
16 40
Annexure
4
A - 1.3
Tube OD
1. for 48F Ribbon OFC - 3.4+0.2mm
2. for 96f Ribbon OFC - 4.0+0.2mm
We request tube outer dia with
negative tolerance stated below:
1. for 48F Ribbon OFC - 3.4±0.2mm
2. for 96f Ribbon OFC - 4.0±0.2mm
Agreed
17 41
Annexure
4
A - 1.3
Cable Diametre
1. for 48F Ribbon OFC - 16+1 mm
2. for 96F Ribbon OFC - 17.8+1 mm
We request Cable Diameter with
negative tolerance stated below:
1. for 48F Ribbon OFC - 16±1 mm
2. for 96F Ribbon OFC - 17.8±1 mm
Agreed
18 41
Annexure
4
A - 1.3
Cable Weight
1. for 48F Ribbon OFC - 185+8%
2. for 96F Ribbon OFC - 230+8%
We request Cable Weight with
negative tolerance stated below:
1. for 48F Ribbon OFC - 185±8%
2. for 96F Ribbon OFC - 230±8%
Agreed
19 53 Annexure ATENDER NO: EQW18D1194RL dated 11/04/2019
It seems that Annexure A has been
inadverantly added for some other
tender. Kindly confirm and arrange
to remove the same.
Please read tender No:
EQW18D1194RL dated
11.04.2019 as EOI no
EQW18H1280RL dated
19.08.2020.All other clause
of Annexure A except clause
no 10 are deleted. Annexure-
B is deleted.
20 53 4.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.
Bidder need to quote Ex-works price
in Price schedule, therefore freight
shall be extra as actuals. This is very
much important to be clarified by
ITIL to make uniformity for all
bidders.
All other clause of Annexure
A except clause no 10 are
deleted. Annexure-B is
deleted.
21 53 4.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. 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.
This clause is not applicable as your
rquirement and time frame is very
stringent & fix. Please remove.
All other clause of Annexure
A except clause no 10 are
deleted. Annexure-B is
deleted.
22 53 4.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 materials sold to ITI from the
relevant imported consignment, covered
under this appropriate Bill of Entry.
This clause is not applicable. Please
remove.
All other clause of Annexure
A except clause no 10 are
deleted. Annexure-B is
deleted.
23 53 8a
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 well
maintained and proven Quality
Assurance Systems.
We understand that only L-1 bidder
will be selected so this clause is not
applicable. Please remove this
clause.
All other clause of Annexure
A except clause no 10 are
deleted. Annexure-B is
deleted.
24 53 8.c
Inspection of the material at our works
will be final. ITI reserves the right to
inspect the material at any other standard
testing center authorised by us.
As per clause no. 2.7.8 & 2.7.12
(page no 9), Inspection shall be done
at bidder's permises. Please confirm.
All other clause of Annexure
A except clause no 10 are
deleted. Annexure-B is
deleted.
25 53 9
Those tendereres 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 is
preferable. In case of a Purchase Order
on you bulk supply should commence
only after approval of samples.
This clause is not applicable because
production can be done based on ITI
raw material source. Samples can be
submitted as and when asked by ITI,
otherwise please provide the length
of sample to be submitted along with
bid. Please confirm.
All other clause of Annexure
A except clause no 10 are
deleted. Annexure-B is
deleted.
26 54 12.a
DELIVERY SHEDULE : Please indicate
minimum LEAD TIME REQUIRED,
manufacturing capacity and the quantity
that can be reserved for us.
This clause is in contradiction of
clause no 3 of Page no. 9. Please
clarify.
All other clause of Annexure
A except clause no 10 are
deleted. Annexure-B is
deleted.
27 55 14.c (ii)
Place where Income Tax Circle is
situated along with tender
documents.otherwise such tenders are
liable for rejection.
This clause is not clear. Please
clarify.
All other clause of Annexure
A except clause no 10 are
deleted. Annexure-B is
deleted.
28 55 14.e
Further Please certify that :
The know-how will not be passed on to
others.
No export will be done by you directly
without arriving at a commercial
understanding with ITI Ltd.
No supply will be made by you to any
outside agency without ITI’s prior
approval and commercial understanding.
Kits/components will not be diverted to
other orders.
Drawing if any should be returned, along
with your offer.
This clause is not applicable. Please
confirm.
All other clause of Annexure
A except clause no 10 are
deleted. Annexure-B is
deleted.
Clause
No.Existing Clause Clarification Sought Reply/Action to be taken
2.4
Arrangement of all types of raw materials
and components to produce targeted
products shall be in the scope of Bidder.
Raw material shall be from CACT
approved sources confirming to TEC GR
vide Ref: TEC/GR/TX/ORM-001/05/dec-
17 with subsequent amendments and
required product technical specification
under this EOI. The raw material shall be
sourced as G652D SM Optical Fibre
(Sterlite), PBTP (DSM India), Tube
Filling compound (Indore Gel), Water
Swellable Yarn (Madura Coats), Water
Swellable Yarn ( Indore Composite),
FRP (Indore Composite), Non Water
IGFR Yarn (Sri Venketeshwara
Polythene), Rip cord (Sunpure
Technologies), HDPE Black (BLS
Polymer).
We've the TSEC against BSNL
Tender No. CA/NOFN/OFC/T-
609/2017 Dated: 15.12.2017 and
BSNL Tender No.
CA/MMT/NOFN/Selection of PIA/T-
610/2017 Dated: 29.12.2017 , and
supplied cables against these tenders
as well as NIT No.
Mahait/CNI/001/01/2018 Dated
31/01/2018 (Maharashtra IT Net
Tender). We've TSEC with different
set of CACT approved RM source
available in the market.
Hence we request to consider our
TSEC to be eligible for bidding as
well as supply the OFC against this
tender. Please confirm.
Please adhere EOI
4.0Mechanical Characteristics and Tests on
Optical Fibre Cable:
Type Test mentioned in this clause
are not required to be perform again
during supply, considering the earlier
valid TSEC is applicable. Please
confirm.
Bulk production testing as
per QM-331.
5.3.1 Length of OF Cable in each drum shall
be 2 Km ± 10% / 4Km ± 10% / 8Km ±
10% / 10Km ± 10% and shall be
supplied as per the order. The variation
in length of optical fibre cable, as
specified above (in each drum), shall be
acceptable.
As per options mentioned in the
clause can we consider drum length
multiple of 2Km+/-10% & 4Km+/-
10% for offer & supply? Please
confirm.
Clause 5.3.1 of Annexure-4
is ammended as Length of
Optical Fiber Cable in each
Drum shall be 2.0 Km ± 5%
and varition of length as
specified in each drum shall
be acceptable.
6.2.8 Cable Material Compatibility:
Optical fibre, buffers/core tubes, and
other core components shall meet the
requirements of the compatibility with
buffer/core tube filling material(s) and/or
water-blocking materials that are in
direct contact with identified components
within the cable structure (This shall be
tested as per clause no. 6.3.3 of
Telecordia document GR-20-CORE issue
4, 2013.
Note: The tests may be conducted in
house (if facility exist) or may be
conducted at CACT or any other
recognized laboratory. The test certificate
may be accepted and the tests may not be
repeated subsequently, in next type
approvals, if the raw material used is of
same make and grade.
Valid TSEC as per eligibility clause
is applicable to skip the cable
material compatibility testing. Please
confirm.
Bulk production testing as
per QM-331.
Sr.no. Cls no. Page no. Eligibility criteria Comments/Clarification Required Reply/Action to be taken
1 1 3 of 51 Clarification End Date
We request you to give two days
additional time to bidder to ask
queries for the clarifications issued,
if any. Please confirm.
Please Adhere EOI Timeline
2 2 3 of 51 Bid Due Date
We request you to kindly give
minimum 10 days time for
preparation and submission of bid
after issuance of clarifications.
Please Adhere EOI Timeline
3 1.1 7 of 51
Products :
- Smart energy meters, GPON OLT and
ONT, PCM multiplexers
- Electronic push button telephones,
Ruggedized telephones for defence
forces
- Smart cards and banking cards, Hand
held terminals for smart card
authentication
- Set top boxes, Wi-Fi equipment,
Multiple types of encryption devices for
defence
- Solar power module, Switched mode
power supply system
- Internet of things (IOT) products, Radio
modems, AN Rack hardware
- Mini personal computers, Bank
automation products,
- Optical Fibre Cable
- Permanently Lubricated HDPE
Telecom Duct
Scope will be for Supply of Optical
Fibre Cable
For Scope of Work refer
clause no. 2 of EOI
4 2 8 of 51 Scope of Work
We request you to kinldy clarify the
Project/Package name for which this
tender has been issued.
Will be inform during MOU
Agreement
5 2.5 8 of 51Bidder shall provide the Test certificate
for each consignment.
Test certificate for only supplied
cable shall be provided, please
confirm.
Yes
6 2.4 8 of 51
Arrangement of all types of raw materials
and components to produce targeted
products shall be in the scope of Bidder.
Raw material shall be from CACT
approved sources confirming to TEC GR
vide Ref: TEC/GR/TX/ORM-001/05/dec-
17 with subsequent amendments and
required product technical specification
under this EOI. The raw material shall be
sourced as G652D SM Optical Fiber
(Sterlite), PBTP (DSM India), Tube
Filling compound (Indore Gel), Water
Swellable Yarn (Madura Coats), Water
Swellable Yarn ( Indore Composite),
FRP (Indore Composite), Non Water
IGFR Yarn (Sri Venketeshwara
Polythene), Rip cord (Sunpure
Technologies), HDPE Black (BLS
Polymer).
We propose that the clasue should
be amended as "Raw material
shall be from CACT approved
sources conforming to TEC GR
:TEC/GR/ORM-001/05/Dec -17
with subsequent amendment ".
The source of Raw material
should be deleted.
Please Adhere EOI Terms
7 2.5 8 of 51Bidder shall provide the Test certificate
for each consignment.
Yes Test certificate will be provided
as per agreed parameters. Please
provide details .
Bulk production testing as
per QM-331.
8 2.6 9 of 51Successful bidder shall sign a
MOU/Agreement with ITIL.
Please confirm the period/days in
which MOU/Agreement with ITIL to
be signed
Clause no. 2.6 is amended as
Successful bidder shall sign a
MOU/Agreement with ITIL
within two weeks from the
date of reciept of LOI.
9 2.7 9 of 51
Bidder Responsibility at their
facilities/premises:
2.7.1 Procurement of Raw material as
per the product specification from (i)
CACT approved vendors & (ii) from the
vendors as mentioned in clause no. 2.4.
2.7.2 Arrangement of Operating
Expenditure.
2.7.3 Bidder shall prepare & provide
BOM(Bill of Material) for all the
packages separately.
2.7.4 Testing of raw materials.
2.7.5 All the testing as per technical
requirement.
2.7.6 Any testing outside their
premises/facilities from NABL
accredited labs (if required).
2.7.7 Manufacturing of required OFC
product.
2.7.8 Finished goods testing as per
Customer requirement/Specification.
2.7.9 Packing as per Technical
Specification at “Annexure-4”.
2.7.10 Any other activities not defined in
this EOI which may be necessary to
perform/execute the task shall be the
responsibility of bidder. The bidder shall
For Clause no. 2.7.1: We propose the
clause should be amended as " Raw
material should be CACT approved"
and the vendors as mentioned in
clause no. 2.4 should be deteted.
For Clause no. 2.7.8: We propose,
finish good Testing as per Stage-3 of
BSNL QM-331
For Clause no. 2.7.12: We agree
For Clause no. 2.7.16: Please clarify
in details
For Clause no. 2.7.15: We agree
For clause no. 2.7.1, Please
adhere EOI terms. For Caluse
no 2.7.8 finish good Testing
as per QM-331, For clause
no. 2.7.16 adhere EOI.
However Cost for updation of
ITIL certificate shall be
borne by ITIL.
10 10.2 10 of 51 Profile of the bidder.Please provide the format for
submission of profile of bidder.Please use your own format
11 13 11 of 51Bid Security/Earnest Money Deposit
(EMD)
We intend to submit the EMD in the
form of Bank Guarantee, therefore
we request you to provide us the
value of Non-Judicial Stamp Paper
on which it is to be submitted.
Only 100/- (Hundred Rupee
only)
12 13.1 11 of 51
The EMD of Rs 5,00,000.00 (Rs. Five
Lac only) is to be furnished to
TENDERER office in the form of
NEFT/RTGS/DD /BG valid for 90 days
in favour of “ITI Ltd.” payable at
Raebareli at the time of submission of
bidding.
EMD validity is mentioned as 90
days while bid validity is mentioned
as 180 days from opening of
commercial Bid. We request you to
kinldy check and re-confirm the
EMD Validity.
Period of EMD validity is 90
days. However It may be
extended if needed.
13 14.8 12 of 51
The bidder must have manufacturing
facility/infrastructure for minimum
30,000 Kms per annum for Package B
and 12000 Kms per annum for package –
A.
IAA certificate of BSNL QA will be
provided . For any specific tender
the details will be required .
Please adhere EOI
14 14.9 12 of 51
The bidder should have supplied a
cumulative of at least 50000 Km of
minimum 24F and above OFC to
Telecom Companies (Private Telecom
Operators, PSUs and Government
Telecom operators) including cumulative
of at least 7,000 Kms of minimum of 48F
and above Ribbon in India during last
three FY. (I.e. w.e.f FY 2017 -2018, FY
2018-2019, FY2019-2020).
Supply criteria asked by you is more
than 350% of tendered quantity
which is not justifiable as no where
supply criteria is more than tendered
quantity is being asked by tendering
authority. For example, Presently
BSNL has floated two tenders in
which minimum supply criteria is
16% (approx), details are as follows
a) Tender No.MM/CNP/ OFC-24F-
48F/T-688/2020 dated 06.08.2020,
total tendered quantity is 12000 Kms
in which they asked for minimum
supply criteria of 2000 Kms b) In
tender no.MM/BN-II/OFC/T-
680(R)/2020, where total tendered
quantity is 18406 Kms in which they
asked for minimum supply criteria of
3000 Kms. Therefore, we request
you to amend the clause as follows
"The bidder shall have experience
of supplying minimum 3000Km of
Optical Fibre Cable
24F/48F/96F/288F(G.652D) in any
combination to to Telecom
Companies (Private Telecom
Operators, PSUs and Government
50000 Kms may be read as
25000 Kms
15 14.9 12 of 51
The bidder should have supplied a
cumulative of at least 50000 Km of
minimum 24F and above OFC to
Telecom Companies (Private Telecom
Operators, PSUs and Government
Telecom operators) including cumulative
of at least 7,000 Kms of minimum of 48F
and above Ribbon in India during last
three FY. (I.e. w.e.f FY 2017 -2018, FY
2018-2019, FY2019-2020).
We request you to kinldy accept self-
attested supply statement instead of
copy of purchase order as it will
make bid/offer very bulky. Copy of
purchase order may be verified at
later stage, if required. Please
Confirm.
50000 Kms may be read as
25000 Kms and Certificate
on company letterhead signed
by company Secretary/Tender
signing authpority as per
Power of attorney mentioning
the complete details of
supplies made in last three
financial years will be
acceptable
16 14.10 13 of 51
The bidder shall furnish IA
(Infrastructure Assessment) & TSEC
certificate issued by BSNL-QA
The Tender detail for Infrastructure
Assesment should be provied which
takes min 15-20 days for upgradation
if the requirement is TENDER
based. Also the exixsting TSEC
certificates available against
BSNL/BBNL tenders will be
provided . If new TSEC is required
against any specific Tender then 90
days will be required for Fresh
TSEC. Please provide the tender
detail against which Infra & TSEC is
required
Existing IA & TSEC of
BSNL/BBNL tenders will be
acceptable.
17 16 14 of 51 Period of Bid Validity
We understand Bid Validity is 180
days from the date of Closing Date of
submission of tender, please confirm.
Clause no. 16 of EOI
ammended as Period of Bid
Validity is 180 days from the
date of bid due date
18 4.28 37 of 51
The Anti-rodent (Optional) test shall be
checking the uniformity of application of
glass rowing yarns around the periphery
of inner sheath. The test shall be carried
out by MahaIT QA during type testing or
can be carried out at any recognized lab
on finished cable and in addition,
manufacturer shall also give an
undertaking in this respect.
The reports shall be submitted by the
manufacturers. Termite resistance shall
be provided with an additive/without
additive in outer sheath and rodent
protection shall be provided with Glass
roving yarns around the periphery of
inner sheath and these yarns should be
spread uniformly around the periphery of
inner sheath.
The following minimum parametric tests
on Anti termite / Anti rodent dopants
shall be carried out during the TSEC
testing
- Non-toxicity
- Thermal Stability
- Long life Span / half-life
- Compatibility
- Efficacy
Rodent test will be conducted by
BSNL QA or any other Testing
Agency . Pleae clarify.
Please refer clause no.2.7.6
of EOI
19 5.1.337-38 of
51
The type of legend marking on O.F. cable
shall be as follows: a) Company Legend
b) Legend containing telephone mark &
international acceptable Laser symbol c)
Type of Fibre– G.652.D d) Number of
Fibres e) Type of cable f) Year of
manufacture g) Sequential length
marking h) User’s Identification i) Cable
ID
Please confirm marking on cable -
Company Legend and User
identification.
Will be inform during MOU
agreement
20 5.3.1 38 of 51
Length of optical fibre cable in each
drum shall be 2 Km ± 10% / 4Km ± 10%
/ 8Km ± 10% / 10Km ± 10% and shall be
supplied as per the order. The variation
in length of optical fibre cable, as
specified above (in each drum), shall be
acceptable.
We request you to kinldy confirm the
following:- Total order quantity
tolerance consignee wise c) Short
Length range and its
percentage/quantity of total order
qunatity as well consignee wise that
may be supplied.
Clause 5.3.1 of Annexure-4
is ammended as Length of
Optical Fiber Cable in each
Drum shall be 2.0 Km ± 5%
and varition of length as
specified in each drum shall
be acceptable.
21 6.2.6 40 of 51
The HDPE black in colour used for
sheath shall be UV stabilised.
Note: A test certificate from a recognised
laboratory or institute may be acceptable
for the UV stability of the HDPE sheath
material
CACT Certificate of HDPE Black
Colour will be provided as the
materail is UV stablised.
Please adhere EOI Terms
22 6.2.7 40 of 51
The material used in optical fibre cable
must not evolve hydrogen that will affect
the characteristics of optical fibres.
Note: A test certificate from a recognised
laboratory or institute may be acceptable.
Declaration/Certificate from Raw
Material Supplier
Certificate from Raw
material Supplier
23
Sub
Section
A-1.3, Sl.
No.3
40 of 51
Tube OD
for 48F Ribbon Cable: 3.4 + 0.2
for 96F Ribbon Cable: 4.0 + 0.2
Tube OD
for 48F Ribbon Cable: 3.4 ± 0.2
for 96F Ribbon Cable: 4.0 ± 0.2
Agreed
24
Sub
Section
A-1.3, Sl.
No.13
41 of 51Qty. of Impregnated Glass roving (min.):
27 Kg
Qty. of Impregnated Glass roving
(min.): 27 Kg/KmAgreed
25
Sub
Section
A-1.3, Sl.
No.13
41 of 51
Cable diameter
for 48F Ribbon Cable: 16 + 1.0
for 96F Ribbon Cable: 17.8 + 1.0
Cable diameter
for 48F Ribbon Cable: 16.0 ± 1.0
for 96F Ribbon Cable: 17.8 ± 1.0
Agreed
26
Sub
Section
A-1.3, Sl.
No.13
41 of 51
Cable Weight
for 48F Ribbon Cable: 185 + 8%
for 96F Ribbon Cable: 230 + 8%
Cable Weight
for 48F Ribbon Cable: 185 ± 8%
for 96F Ribbon Cable: 230 ± 8%
Agreed
27 7.2 40 of 51
All aspects of installation, operation,
maintenance and fibre splicing shall also
be covered in the handbook. The pictorial
diagrams of the accessories (with model
no. and manufacturer name) supplied
along with the cable as package shall be
also be submitted. A hard as well as soft
copy of the manuals shall be provided.
We understand this document is
required only at the time of training
and as training is not applicable to
this tender. Hence, this clause is not
applicale to this tender, please
confirm.
Please Adhere EOI Terms
28
8 (a)
Inspectio
n
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 well
maintained and proven Quality
Assurance Systems.
We request you to kinldy clarify the
criteria of allocation of quantity
among 2 to 3 vendors.
All other clause of Annexure
A except clause no 10 are
deleted. Annexure-B is
deleted..
29
9
(Samples
)
Those tendereres 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 is
preferable. In case of a Purchase Order
on you bulk supply should commence
only after approval of samples.
We inform you that we have supplied
tendered item in large quantity to
BSNL, therefore we request you to
kindly waive the condition of
Sample Submission. In case you
need sample then please let us know
the length of sample and quantity of
sample required. Further, we request
you to allow to submit the samples
before opening of commercial bid
instead of alongwith the offer.
All other clause of Annexure
A except clause no 10 are
deleted. Annexure-B is
deleted..
Sl. No. Page no Clause No. Existing Clause Reply/Action to be taken
1 11 of 50 13.4
The successful Bidder’s EMD will be
retained as interest free security deposit
& shall be returned after successful
completion of the Contract/Agreement
The successful bidder's EMD
will be retained as interest
free security deposit & shall
be returned after successful
signing of the Contract and
submission of PBG.
2 15 of 50 24
ITIL will issue LOI to the successful
bidder, The bidder shall sign Contract
agreement within Thirty (30) working
days of receipt of intimation, The
successful bidder requires to sign the
Contract agreement with the
TENDERER on mutual agreed terms.
ITIL will issue LOI to the
successful bidder, The bidder
shall sign Contract agreement
within Fifteen (15) working
days of receipt of intimation,
The successful bidder requires
to sign the Contract agreement
with the TENDERER on mutual
agreed terms.