+ All Categories
Home > Documents > BSNL PROC_MANUAL_2012_24012013

BSNL PROC_MANUAL_2012_24012013

Date post: 16-Oct-2015
Category:
Upload: priyasingh1682
View: 540 times
Download: 28 times
Share this document with a friend
Description:
BSNL Procurement Mannual
Popular Tags:

of 157

Transcript

BHARAT SANCHAR NIGAM LIMITED

Bharat Sanchar Nigam Limited(A Government of India Enterprise)

MANUAL OF PROCUREMENT OF TELECOM EQUIPMENT AND STORES

(Corrected up to 4th January 2013)(Effective from 1st March 2013)

Issued by MM SectionBharat Sanchar Nigam LimitedBharat Sanchar Bhawan, JanpathNew Delhi - 110001

Visit us at: www.bsnl.co.in

INDEX1. PREAMBLE5-81.1.Introduction51.2.Negotiations Route61.3.Limited tender Route61.4.Expression of Interest Route71.5.Managed Services and Managed Capacity Route71.6.Rate Contract Route81.7.E-Procurement8

CHAPTER - 29-142. GUIDELINES FOR USER SECTIONS92.1.Role of the User Section92.2.Need/ Quantity92.3.Forecasting Methods102.4.Estimated Rates112.5.Deciding the Eligibility Criteria112.6.Guidelines for Framing the Specifications and Technical Requirements112.7.Schedule of Requirement (SOR)132.8.Special Instructions to Bidders and Special Conditions of Contract132.9.Authorities competent to purchase goods and their Purchase Powers132.10.Check-List for Requisition for Procurement of Material13

CHAPTER - 315-233. BID DOCUMENTS153.1.Preparation of Tender Enquiry Document153.2.Standard Tender Enquiry Document153.3.Section-1Detailed Notice Inviting Tender (DNIT)& Newspaper NIT..163.4.Section-2 Tender Information.173.5. Section-3Scope of work, Tech. Specs./ Requirements & SOR.. 173.6.Section-4 A - General Instructions to Bidders(GIB)...183.7.Section-4 B - Special Instructions to Bidders (SIB)183.8. Section-5 AGeneral (Commercial) Conditions of Contract (GCC) ..203.9.Section-5 B Special (Commercial) Conditions of Contract (SCC)...203.10.Section 9 Price Schedule233.11.Pre-bid clarifications and amendments in the tender document23

CHAPTER - 424-1024. STANDARD TENDER ENQUIRY DOCUMENT.24 SECTION 1 Part A - DETAILED NIT .26 SECTION-1 Part B - NEWSPAPER NIT...........................................................30 SECTION - 2 TENDER INFORMATION.32 SECTION-3 Part A - SCOPE OF WORK .... 34 SECTION-3 PART B - TECH. SPECS./ REQUIREMENTS ..35 SECTION-3 PART C - SCHEDULE OF REQUIRMENTS .....36 SECTION-4 PARTA - GENERAL INSTRUCTIONS TO BIDDERS (GIB) ..37 SECTION 4 PART B - SPECIAL INSTRUCTIONS TO BIDDERS ..57 SECTION-4 PART C - E-TENDERING INSTRUCTIONS TO BIDDERS ..60 SECTION-5 PART A - GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT67 SECTION-5 PART B - SPECIAL (COMMERCIAL) CONDITIONS OF CONTRACT.. .........80 SECTION-5 PART C - GENERAL CONDITIONS of AMC ........82 SECTION-6 ...86 PART A- UNDERTAKING & DECLARATION.86 PARTB - NEAR RELATION CERTIFICATE ....... 87 SECTION -7 - PROFORMAS ........... 88 PART A - BID BOND GUARANTEE ........88 PART B - PERFORMANCE GUARANTEE ....90 PART C - LETTER OF AUTHORISATION FOR ATTENDING BID OPENING .. 92 PART D - Model Amendment Letter Intimating Conditions for Extension OF DELIVERY PERIOD ........93 PART E - Model Amendment Letter for Extension of Delivery Period....95 SECTION- 8 - BIDDER'S PROFILE AND QUESTIONNAIRE ...97 SECTION-9 ..........99 PART-A - BID FORM .....99 PART-B (I) - PRICE SCHEDULE FOR INDIGENOUS EQUIPMENT ......101 PART-B (II) - PRICE SCHEDULE FOR IMPORTED EQUIPMENT ...102

CHAPTER-5 - BID BOND GUARANTEE OR EARNEST MONEY DEPOSIT (EMD)....103-104CHAPTER-6 - OPENING OF BIDS...105-108CHAPTER-7 - FORMATION OF COMMITTEE FOR EVALUATION OF TENDER/ EOI (CET) .... 109-110CHAPTER-8 - GUIDELINES TO COMMITTEE FOR EVALUATION OF TENDER/ EOI (CET)......111-114CHAPTER-9 - ACCEPTANCE OF EVALUATION REPORTS AND FRAMING OF PURCHASE PROPOSALS..115-116CHAPTER-10 - PERFORMANCE BANK GUARANTEE..117-119CHAPTER-11 - ADVANCE PURCHASEORDER 120ADVANCE PURCHASE ORDER FORMAT ..121CHAPTER-12 PURCHASE ORDER .....125PURCHASE ORDER FORMAT ......126CHAPTER-13 - GUIDELINES FOR PLACEMENT OF EDUCATIONAL ORDERS..130-131CHAPTER-14 - PRICING AND PRESERVATION OF THE TENDER DOCUMENTS.132-133CHAPTER-15 - CONCESSIONS TO MSE UNITS.... 134CHAPTER-16 - VENDOR RATING SYSTEM ... 135-140CHAPTER-17 - COPIES OF LETTERS/ CIRCULARS/ ANNEXURES...141-155CHAPTER-18 - FLOWCHART OF PROCUREMENT PROCESS........156-157

CHAPTER 1 PREAMBLEIntroductionBSNL's aim is to procure the material of the specified quality, at the most competitive rates, in a fair, just and transparent manner. Procurement is an important activity in BSNL as about 50% of its budget is used for procurement of materials. Consequent upon corporatization of Department of Telecom Services & Department of Telecom Operations into a Corporate Entity i.e. BSNL, a need has been felt to modify the existing procurement procedure being followed by BSNL Corporate Office as well as by Telecom Circles so as to cut down the procurement time in the present liberalized telecom market. This is all the more necessary as BSNL is facing increasing competition in all types of services and has to respond quickly for procurement of materials as well as its utilization so as not only to keep its market share in the emerging telecom scenario but also to expand and acquire new market segments. The procurement of materials in BSNL is usually done by inviting tenders and also through M/s ITI Ltd. against their reservation quota (as per guidelines issued by Department of Telecommunications from time-to-time). The procurement is done at two levels viz.,BSNL Corporate OfficeTelecom Circle H/QThe procurement of materials in BSNL Corporate Office is done for high value critical equipments such as large size switching equipment, transmission equipment, PIJF U/G Cables, WLL equipment & terminals and new technology equipments etc. A list of items being procured at the BSNL Corporate Office is enclosed at Annex-1.1.Items not covered in the list given at Annex-1.1 stand decentralized for procurement by Telecom Circles. In addition, CGM Telecom Stores, Calcutta has been entrusted with the procurement of following items for some designated Circles:Batteries & power plants.Line & Wire materials.This manual contains the detailed procedures, guidelines to be followed by BSNL Corporate Office as well as by Telecom Circles to ensure smoother and faster decision making. While the Manual aims at providing broad procedures for procurement of goods/ services, the decision regarding the competent authority should be taken on the basis of Schedule of Delegation of Administrative and Financial Powers issued by Corporate Office. For purchase without quotations and purchase of goods by a purchase committee, the delegation of powers should be referred.

With the formation of BSNL as a corporate entity in a Liberalized Telecom Market where BSNL has to compete with a large number of competitors, it is imperative for BSNL to serve in the competitive environment. For such a scenario, it is essential not only to see the cost of materials being procured but also the time required for its procurement as well as successful implementation so as to make its presence felt among various competitors. Thus, not only the cost and time factor is required to be taken into consideration but at the same time the cost of opportunity lost due to long gestation period of procurement and implementation is also to be taken into consideration i.e., the business opportunity is also one of the most important factors for implementation of any such venture/project. Hence, under such circumstances, it is essential to take an overall view for cost of material, time for procurement, method of procurement as well as business opportunity for any such venture/ project. In such a situation, the Management Committee / BSNL Board may decide the methodology to be adopted for such procurement taking into consideration cost, time as well as business opportunities as situation warrants. In addition to open tendering, the following methodologies can be adopted:

Negotiations RouteIn a situation where the requirement is of an immediate nature and it is necessary to ensure continued supplies or addition of new features from the existing vendors, the BSNL management committee may decide to place repeat orders upto 100% of the quantities contained in the running contract and at a rate negotiated with the existing vendors considering the prevailing market conditions. Depending upon the total value of additional procurement, the negotiation committee can be constituted with the approval of competent authority of BSNL. This route will however be resorted to in exceptional circumstances.

Limited tender RouteThere are certain specific provisions for calling the limited tender appearing in Para 31 to 36 under Rule 128 in the General Financial Rules (GFRs). The limited tender option has to be exercised in specific circumstances as already provided.In some cases the equipment is sophisticated and requires thorough technical screening, testing and prototype approval by the Telecom Engineering Center/Quality Assurance to ensure that these equipments are of sufficient quality level to be used in public Telecom Network. In such cases an open tender may result in the participation of unknown bidders in open tenders, whose capability in making such equipment is yet to be established. They may submit unrealistic bids which may cause major difficulties in the tender evaluation process. In such cases, it would be necessary to screen out such bidders so that BSNL could interact only with bidders who have intrinsic capability as well as proven track record of supplying such sophisticated equipment. Where such equipments are required, it would be worthwhile restricting Bids by issue of limited tenders only to those parties who have proven expertise in manufacture and supply of such equipment and who have prototype approval and production clearance. In such tenders it is essential that the reasons for limiting the tenders to proven suppliers needs to be brought out in the NIT itself so that such an action would stand justified. The issue of such limited tender should have the concurrence of Financial Advisor and personal approval by the head of the unit.

Expression of Interest RouteIn situations where BSNL proposes to induct new technology/ equipment/ new service and the specifications of the new technology/ equipment/ new service are not firmed up, BSNL may invite Expression of Interest (EOI) from the available vendors of that technology/equipment/new service. Based on the offers received from the bidders who choose to participate in the EOI, the bidders satisfying the terms of EOI will be short-listed. Before short listing the participants for handing over the tender documents, BSNL may freely interact with them, obtain clarifications and feedback on the delivery of similar equipment/services elsewhere. The short listed bidders will be given the tender document containing detailed technical, commercial and financial conditions. After evaluation by a designated committee, the contract shall be awarded with the approval of competent authority to the successful bidder(s) as per the terms and conditions stipulated in the EOI and the technical, commercial and financial bids.

Managed Services and Managed Capacity RouteManaged Service is the practice of transferring day-to-day related management responsibility as a strategic method for improved, effective and efficient operations. Typical managed services may be network build (i.e. managed capacity), including planning and design, field operations, Network Operation Center (NOC) operations, application and service development, billing, etc. Many private operators have chosen to outsource laying out the network to third party companies. Using other Service providers telecom towers is the latest trend which falls under managed services. In future, BSNL may also opt for managed service and/ or managed capacity model for which guidelines would be issued subsequently. However, this route shall be applied only on cases specifically approved by BSNL Board/ Management Committee.

Rate Contract RouteCertain routine items/ services of mass consumption are required in the organization, but their precise quantity may not be known. In such cases, the rate contract (RC) route of procurement may be adopted valid for a specific period not exceeding a year. BSNL should have own rate contracts and should not depend on other agencies for this purpose.

E-ProcurementProcurement through e-procurement and e-tendering should be encouraged. E-Tendering is the carrying out of the tendering process through the Internet, using e-tendering software applications. This promotes competition for the tender, and provides a process that is efficient for both the buyer and suppliers and a selection process that is transparent to bidders. The process results in a host of tangible and intangible benefits to both parties. The ERP project is being implemented and this would provide a platform for e-procurement in BSNL. The modalities and procedures for e-procurement are being framed and shall be issued separately. Meanwhile a set of instructions in this regard has been brought out in Chapter 4 of the Manual. It has been decided to process the Procurement cases of amount of Rs 1 Crore and above through e-tendering method.

***

CHAPTER 2GUIDELINES FOR USER SECTIONS

Role of the User SectionThe User Section (i.e. the Unit that has raised the requisition e.g. Planning/ Operations/ Marketing/ Administration/ any other unit) is primarily responsible for deciding and getting approval of the competent authority for the quantities to be procured, the estimated cost of procurement, the eligibility conditions, specifications, technical requirements, Schedule of Requirements and the conditions specific to the procurement. Further, after bid opening, the evaluation is carried out by a Committee whose Chairman/ Convener is usually from the concerned User group. As such, the User Section has a very important role right from inception of the procurement requirement till the finalization of the tender.Delay in finalization of tenders often leads to delay in project rollout and revenue loss. Often, the delay could be avoided if the tender conditions and requirements are framed meticulously. Some of the common reasons for delays are mentioned below: The eligibility conditions being restrictive, the unsuccessful bidder complains/ goes into litigation. The technical requirements are too idealistic and many bidders are unable to meet some or the other requirement. This leads to loading/ rejection/ relaxation and hence associated delays. Contradictory clauses in the bid document. The technical requirement getting amended during pre-bid clarification leading to ambiguity. As a result, the loading, etc. is challenged by bidders.In this chapter, broad guidelines are provided which should be kept in view before floating a tender enquiry. The correct decision will continue to depend on experience and good judgment of the concerned sections.

Need/ QuantityThe starting point of the procurement process for any item is estimation or forecast of its requirements to be reflected in the tender documents. The price of the item has a bearing on the quantity being tendered for example, higher the quantity, more the chances of price being lower for the same item.Provisioning is the basis for any purchase. Excessive provisioning without taking into consideration the important aspects like available stock, outstanding dues/supplies, past consumption pattern and the average life of the equipment/ item etc. results in infructuous expenditure both in term of procurement cost and the inventory carrying cost. The projection and provisioning must be judicious and justified depending on various factors including usage pattern. One time purchase for project or capital equipment/ spares should be properly justified taking into account the obsolescence factor, etc.

Forecasting MethodsFor all items being procured, the forecast of the equipment is obtained from the concerned user branches that plan for the induction of such equipment into the network. The requirement of the equipment, usually for one year, against each project or by each Circle is worked out after discussion with the concerned Head of the circle/ SSA and finalized by the User Branch. Some of the parameters based on which the forecast should be made are as follows.a) Target of gross DELs, WLL, Cellular Mobile, Broadband, Lease Lines, etc to be provided.b) Target of Village Public Telephones to be provided.c) Requirement of Transmission media, Power Plants, Batteries and Terminal Equipment.d) Requirement under "New Programmes/ Services". e) Requirement of service(s) in view of competition from other telecom service providers.f) Special upgradation requirements, including those due to technological, licensing or regulatory requirements.g) Maintenance Requirements.h) Spares.The lead time for procurement has an important bearing in these requirements e.g. items having longer lead time need to be procured for requirement over a longer time frame whereas items having very short lead time can be procured for commensurately shorter period of requirements.While forecasting the requirements, it is necessary to keep in mind the necessity of ensuring that the projects covered in the requirements are planned projects which have been approved by the competent authorities, for which funds are provided and are backed-up by estimates sanctioned by the competent authorities.In the cases where the supplier of the equipment or the production of equipment depends on imported components, it is necessary to have an accurate forecast so that the cost of equipment is shielded from rapid changes in the exchange rate over a longer period of time. Planning/ forecast for the next financial year should normally start in September of the preceding year to ensure availability of equipment well in time for the next financial year.

Estimated RatesEstimated rates are often worked out in an adhoc, unprofessional and perfunctory manner, at times by extrapolating the price of the lowest capacity equipment or by applying a uniform yearly compounded escalation over the prices of similar equipment purchased few years ago. As estimated rate is a vital element in establishing the reasonableness of prices, it is important that the same is worked out in a realistic and objective manner on the basis of prevailing market rates, last purchase prices, economic indices for the raw material/ labour, other input costs and assessment based on intrinsic value of the item etc.The estimated rates should be worked out while keeping in view the above on case-to-case basis and should be vetted by finance wing before issue of NIT.

Deciding the Eligibility CriteriaCredentials, manufacturing capability, quality control systems, past performance for the goods in question, facility for after-sales service, financial background etc. of the supplier(s) may be considered while framing the eligibility conditions.In case there is a change in the eligibility conditions with reference to the last successful procurement of same item, or if the good is being procured for the first time, then before issue of NIT it should be checked that sufficient bidders would meet the eligibility criteria. A vendor conference, before issue of NIT, with established suppliers, Original Equipment Manufacturers (OEMs) may be held, if required.2.5.3 The eligible Micro & Small Enterprises (MSEs) shall be given the preferences as detailed in Chapter 15. 2.5.4Requirement for minimum financial turn over CriteriaThe prequalification criteria in respect of minimum annual financial turnover of a bidder should be kept in such a way as to facilitate the participation of bidders. It should neither be very stringent nor too lax. It should be decided by the respective Business Unit Head on case to case basis. 2.5.5 Requirement for experience criteria The prequalification criteria in respect of experience of the bidder in respect of having performed similar works should also be part of eligibility. The criteria regarding satisfactory performance of equipment/ stores supplied or satisfactory execution of works etc. may be incorporated according to the requirement of Project/procurement on case to case basis.

Guidelines for Framing the Specifications and Technical RequirementsThe specification of the required good should be framed in such a manner that it attracts sufficient number of bidders. The specification, while maintaining the essential requirement of the user department, should not be too restrictive or too lenient. Efforts should also be made to use standard specifications which are widely known to the industry. The specifications in terms of quality, type etc., as also quantity of goods to be procured, should be clearly spelt out keeping in view the specific needs of the user sections. The specifications so worked out should meet the basic needs of the organization without including superfluous and non-essential features, which may result in unwarranted expenditure. Care should also be taken to avoid purchasing quantities in excess of requirement to avoid unnecessary inventory carrying costs.Specifications should call for new unused goods. Specifications shall aim at the latest proven technology and procurement of obsolete goods/ technology shall not be made.Specifications should have emphasis on factors like efficiency, optimum fuel/ power consumption, use of environmental friendly materials, reduced noise & emission levels, low maintenance cost etc. The specifications should also take care of the countrys mandatory and statutory regulations, if any, applicable for the goods to be purchased. Except in case of proprietary purchase from a selected single source, the specification must not contain any brand name, make or catalogue no. of a particular manufacturer and if the same is unavoidable due to some compelling reasons, it should be followed by the words or equivalent. The specifications and the technical details should be expressed with proper clarity without any ambiguity or double meaning. Wherever necessary, the written specification should be supplemented with drawings for additional clarity etc. Deciding tender only on the basis of tender sample is too subjective. Therefore, unless specifically decided due to some reasons duly recorded with the approval of competent authority, tender sample clause shall not be incorporated in the specification. If necessary, suitable stipulations for submission of advance sample (before starting bulk production) by the successful bidder may be incorporated in the specification.In some cases, the technical parameters may be marginally different from the TEC GRs. In such cases, the general principle shall be to adopt the TEC GRs and the BSNL specifications could cover only such additional details and/ or deletions as are specially required to be complied for a particular end use. In cases where TEC GRs do not exist or, alternatively, decision has been taken to try the foreign market also, International Standards (like ISO, ITU, IEEE, EIA etc.) may also be adopted. Where no widely known standards exist, the specification shall be drawn in a generalized and broad-based manner to obtain competitive bids from different sources. As far as possible the specifications shall be drafted keeping the BSNLs requirements in mind. The concerned user section shall decide, with the approval of competent authority, the extent of references to full or part of the TEC GR suiting to the actual BSNL network requirements.For large infrastructure projects or turnkey projects, the Detailed Technical Requirements (DTR) should be prepared covering the solution architecture, services to be supported, existing network architecture, functional and technical requirements of the product, any other requirement.

Schedule of Requirement (SOR)The Schedule of Requirement (SOR) should be prepared meticulously and it should be clearly indicated that what details are expected in the detailed Bill of Material (BOM) for each SOR item. This issue should be specially considered while dealing with projects having number of SOR items.

Special Instructions to Bidders and Special Conditions of ContractThe user section in consultation with the MM cell may introduce additional instructions to bidders and special commercial conditions of contract, as necessary. These special conditions and/ or instructions shall constitute the Section- 4 B & 5 B of the tender enquiry document as explained in Chapter 3.

Authorities competent to purchase goods and their Purchase PowersAn authority which is competent to incur contingent expenditure may sanction the purchase of goods required for use in BSNL in accordance with Schedule of Delegation of Financial Powers issued by BSNL Corporate Office, following the general procedure contained in this manual. The Board of Directors of BSNL has full powers for procurement of goods and services.A demand should not be split into small quantities for the sole purpose of avoiding the necessity of taking approval of the higher authority required for sanctioning the purchase of the original demand.Amendment in any commercial condition of the contract may be with the explicit approval of Management Committee of BSNL Board.

Check-List of Items in a Requisition for Procurement of MaterialInformation to be given by user section to MM Cell along with requisitions for tender to be issuedS. No.ItemStatus (Y/N)

1Details of items along with quantity

2Administrative approval of competent authority

3Concurrence from finance for the quantity to be tendered

4Approximate financial implications of procurement.

5Technical specification No(s) (sufficient copies of each Tech. Spec. to be given)

6Evaluation of Tender on package basis/ individual item basis (package to be defined in case of package evaluation)

7Single-Stage/Two-stage bidding and single/two stage bids opening

8Certificate regarding availability of Funds

9 aWhether indigenous or import through global Tender

9 bIn case of import through global tender

9 b (i)Against rupee payment or foreign exchange.

9 b (ii)Source of Foreign Exchange Funding (Free or Credit)

10Sections 2, 3B, 3C, 4B , 5B and 5C approved by the competent authority

11Bid Security/ Earnest Money Deposit value

12Eligibility Criteria approved by Competent authority

13Delivery Schedule (in case any specific schedule is desired)

14Training requirement: No. of trainees, type of Training, duration of each type of training, place of training etc.

15Requirement of spares, tools & testers etc

16Any special conditions to be added in the Bid Document

This issues with the approval of PGM ( ) / GM ( )/ concerned head of User Unit

(signature)AGM ( )/ DGM ( )User Section

Incomplete requisitions not containing above data will be returned forthwith. This checklist duly filled in and approved by the concerned PGM/GM/concerned head of User Unit should be signed by an officer not lower than AGM and submitted along with the Requisition by concerned User Section.

CHAPTER 3

BID DOCUMENTS

Preparation of Tender Enquiry DocumentA set of Standard Tender Enquiry Document has been prepared in line with the purchase policy of BSNL. The broad procedures for tendering process and contract management are available in Section-4 Part A and Section-5 Part A of this Standard Tender Enquiry Document. The officials handling purchases must, at the outset, get themselves acquainted with the rules, regulations, procedures etc. contained in these chapters. This standard document should be utilized for preparing tender enquiry document while incorporating specific requirements on case-to-case basis. While formulating the tender enquiry document, care should be taken to avoid contradictions among the stipulations incorporated in the document. Duplications should also be avoided, except where duplication is unavoidable and necessary.The tender enquiry document should not contain any footnote or vague stipulation, which may create confusion in the mind of the bidder.

Standard Tender Enquiry DocumentThe text of the Standard Tender Enquiry Document has been grouped under different broad sections in order to streamline the purchase system and also to make the system transparent, comprehensive, efficient and user-friendly. The broad sections of the document are :Section No.Item

1.Part ADetailed NIT

1. Part BNewspaper NIT

2.Tender Information

3 Part AScope of work

3 Part BTechnical Specifications/ Requirements

3 Part CSchedule of Requirements(SOR)

4 Part AGeneral Instructions to Bidders(GIB)

4 Part BSpecial Instructions to Bidders(SIB)

4 Part CE-tendering Instructions to Bidders (If applicable)

5 Part AGeneral (Commercial) Conditions of Contract (GCC)

5 Part BSpecial (Commercial) Conditions of Contract (SCC)

5 Part CGeneral Conditions of AMC ( If applicable)

6.Undertaking & declaration

7.Proforma (s)

8.Bidders profile & Questionnaire.

9.Bid Form & Price Schedule

A reading of the sections of the tender enquiry document, in the above order will make it amply clear about the purpose and instructions behind the same. However, some broad guidelines for using this document (viz. Standard Tender Enquiry Document) are provided in the subsequent paragraphs.

Section-1Detailed Notice Inviting Tender (DNIT) & Newspaper NIT (NNIT)The Detailed Notice Inviting Tender (DNIT) should contain:Brief description of the goods and quantityEligibility conditionsPeriod and terms of deliveryCost of the tender/ bidding documentPlace(s) and timing of sale of tender documentsPlace and deadline for receipt of tendersPlace, time & date for opening of tendersAmount of Bid Security / Earnest Money DepositAny other important informationA sample format of NNIT is placed below (refer Section-1Part B of the Standard Tender Enquiry Document also).

NOTICE INVITING TENDERTender No. MM/./T./2012-13 dated ..Sealed tenders are invited by. (Write Designation of Officer approving inviting of tender) e.g. CMD, BSNL from the prospective bidders for the following work:Name of the workQuantity (With Unit)Estimated cost in Rs.Last date of receipt of tender is .............. up to Hours.For further detailed information, kindly visit our website www.bsnl.co.in& follow Link for E-tenders by BSNL.DGM (MM)Tel. No. ,FAX No.

The Detailed Notice Inviting Tender (DNIT) shall be put in the format at Para 3.3.1 above on the Website of BSNL i.e. www.bsnl.co.in or website of respective Circle and provide a link with NIC website& e-tendering portal. BSNL shall publish a brief advertisement of equipment/ items to be procured and their quantity for information of prospective bidders in National newspapers in the format as per Section 1 Part B.The procedure for publication of NNIT in concise format in one National Daily with wide publication and Indian Trade Journal, Kolkata along with its display in detail on BSNL website having a link with NIC will be mandatory for a tender for and above threshold value of Rs. 25 lakhs in case of procurement of goods/ materials/ equipments and Rs. 10 lakhs in case of tender for hiring of services. For tenders below Rs. 25 lakhs in case of procurement and below Rs. 10 lakhs in case of hiring of services, display of NIT on BSNL website with form downloadable facility and sending it to minimum six eligible bidders will be mandatory.After issue of NIT, eligibility conditions should not be changed.

3.4Section 2-Tender InformationThis section provides important information of the tender in respect of Tender methodology, Type of Tender, Envelope system, Bid validity, Payment terms, Delivery Schedule, consignee details etc.

3.5Section 3- Scope of Work, Technical Specifications/Requirements and SOR3.5.1Section 3 A provides information on Scope of Work.3.5.2 Section 3 B -Technical specifications/Requirements.3.5.2.1Aspects to be considered while framing the Technical Requirements and Specifications are mentioned in the previous chapter in Para 2.6. 3.5.2.2 There shall be no change in specifications once tender has been opened. Purchase orders and supplies shall be strictly as per the specifications laid down in the tender. Delivery period extension for purchase order, if considered, shall also be with the same specification as given in tender. Any change in specifications after issue of tender shall be applicable to subsequent tenders only.3.5.3 Section 3 C-Schedule of requirements (SOR)3.5.3.1The Schedule of Requirements (SOR) should clearly indicate all the essential details of the required goods and services, measurement unit, total quantity etc. Para 2.7 of the previous chapter may also be referred.3.5.3.2Requirement of detailed bill of material (BOM) for each SOR item should be clearly mentioned wherever applicable. The note in Section-3 Part C of the Standard Tender Enquiry Document in Chapter 4 may be referred.3.5.3.3If the list of requirements contains more than one schedule; each schedule should be described in a self-contained manner along with the applicable earnest money. The period of delivery and terms of delivery are also to be incorporated and if these two aspects differ from schedule to schedule, the same should be properly clarified in the Schedule of Requirements.Note: Section-3 Part A, B & C have to be prepared by the concerned user section.

3.6Section-4 Part A General Instructions to Bidders (GIB)This section provides all the necessary information as well as guidance to the prospective bidders for preparation and submission of their bids. In addition, this section informs the bidders about the tender opening procedure and also how the bids will be scrutinized, evaluated and ranked to decide the lowest evaluated responsive bid for placement of the contract. This section is to be included unchanged in every tender enquiry document. However, for every purchase case, there will be distinct purchase specific information and data, which are to be made known to the prospective bidders. Such needs are to be taken care of in Section 4 Part BSpecial Instructions to Bidders as elaborated in the subsequent paragraphs.3.6

3.7 Section-4 Part B - Special Instructions to Bidders(SIB)3.7.1The issues and the areas for which specific data/ details are to be provided for a purchase case can be located easily by going through the clauses of the General Instructions to Bidders (GIB) under Section-4 Part A. Further, for certain aspects of a particular purchase case, necessity may arise to incorporate additional special instructions. These include clauses for eligibility conditions, value of bid security, single-stage or two-stage bidding, opening stages, additional documents to be submitted, evaluation criteria, etc. However, while doing so, care should be taken not to violate any instruction/ directive contained in the procurement policies of BSNL. 3.7.2 The User Section (i.e. the Unit that has raised the requisition e.g. Planning/ Operations/ Marketing/ Administration/ any other unit) shall formulate the Section 4-B (SIB) accordingly. Also, the approval of the competent authority must be taken for the text of the Special Instructions to Bidders and Eligibility Conditions.3.7.3 The guidelines for preparing section-4-B (SIB) along with corresponding cross-reference with Section-4 A (GIB) provision is available in this section. It is also indicated therein that the provisions in the Special Instructions to Bidders and Eligibility Conditions (SIB) shall supersede the corresponding provisions in the General Instructions to Bidders (GIB) in case of conflict.3.7.4 Section-4-B (SIB) shall essentially have suitable clauses on the following:3.7.4.1 Eligible Bidders (refer GIB clause 2): The eligibility conditions shall be mentioned in the Section-4-B clause 1. Broad guidelines for preparing eligibility conditions are mentioned in Chapter 2.3.7.4.2 Bid Security (refer GIB clause 12):The value of Bid Security (EMD/ EMBG) should be specified in Section-4-B. In case there is more than one package in the tender, each having a separate Bid Security, then the Bid Security for each package should be clearly mentioned.3.7.4.3 Number of successful bidders/ quantity distribution (refer GIB clause 24):The number of bidders on which order is intended to be placed should be mentioned in Section-4-B (refer Clause 4).3.7.5 In addition to above, Section-4 B may also have clauses on the following items/ topics which may complement/ supersede the corresponding clauses of Section-4 Part A (GIB). The list is not exhaustive and actual clauses have to be framed on case-to-case basis.3.7.5.1 Clarification of Bid Documents (refer GIB clause 5): Depending on the time allowed for submission of tender, nature of the goods, urgency of requirement etc., the cut-off time for receiving and processing requests from the prospective bidders may be shorter or longer than twenty one days. The principle behind providing such cut-off date is to disallow the bidders in raising irrelevant queries up to the last moment before tender opening thereby delaying the opening of tenders.3.7.5.2 Documents Comprising the Bid (refer GIB clause 7):If the goods required are highly sophisticated and costly, the purchaser may need some more documents from the bidders along with their tenders. In such a case, requirement of those special documents is also to be incorporated in Section-4-B.3.7.5.3 Bid Prices (refer GIB clause 9):This is an important area and due care should be taken for formulating this clause depending on the nature of the goods, requirement of incidental service, terms of delivery etc.3.7.5.4 The best terms of delivery, so far as the purchaser is concerned is CIP destination, wherein the goods are received by the purchaser at the desired place as incorporated in the tender enquiry document.3.7.5.5 Documents Establishing Bidders Eligibility and Qualifications (refer GIB Clause 10):In order to establish the eligibility and fulfillment of the qualification criteria, some documents in addition to those mentioned in GIB clause 10 might be required. Such documents should be specified in Section-4-B (SIB). These may include experience certificates, authorization from the technology partner, MOU, etc.3.7.5.6 Sealing and Signing of Bid (refer GIB clause 14) and Opening of Bids by Purchaser (refer GIB clause 19):In case of two bid system, at the first stage, only the technical bids will be opened and evaluated by the techno-commercial evaluation committee/ authority. Financial bids of only techno-commercially acceptable offers shall be opened at the second stage.3.7.5.7 Additional factors to be considered for evaluation of tender (refer GIB sub-clause 21.3):Generally, for purchase of standard goods for normal use, no such additional factor may be needed. However, for purchase of highly sophisticated and costly equipment, where the operating cost, maintenance cost, efficiency and productivity of the equipment have significant impact on the overall cost structure and economy for operating the equipment, suitable parameters may be incorporated in the tender document for evaluation of the tenders on equitable basis by considering the monetary impacts for such parameters. Such details should be formulated by qualified and competent personnel and incorporated in the document with the approval of the competent authority.

3.8 Section-5 Part A - General (Commercial) Conditions of Contract (GCC)3.9 3.10 This section provides the general rules, regulations and conditions which will guide the resultant contract. This section is to be incorporated unchanged in the tender enquiry document. However, here also, there may be some purchase specific contractual conditions, which are to be suitably incorporated in the tender enquiry documents. Such special conditions are to be included in Section 5-B - Special (Commercial) Conditions of Contract and Section 3-Part BTechnical Specifications as elaborated in following paragraphs.

3.9 Section-5-B - Special (Commercial) Conditions of Contract (SCC)3.9.1The areas of the General (Commercial) Conditions of Contract (GCC), in which specific data/ details are to be provided and/or which need modification to take care of special situations for a particular purchase case can easily be located by going through the GCC clauses. However, while doing so, it should be ensured that such modifications remain within the framework of the procurement policies of BSNL. 3.9.1 3.9.2The User Section (i.e. the Unit that has raised the requisition e.g. Planning/Operations/ Marketing/ Administration/ any other unit) shall have to formulate the Section 5-Part B (SCC) accordingly. Also, the approval of the competent authority must be taken while framing such details and before incorporating the same in the Special (Commercial) Conditions of Contract (SCC).3.9.3 The guidelines for preparing Section-5-Part B (SCC) along with corresponding cross-reference with Section-5 Part A (GCC) provision is available in this section. As also indicated therein, the provisions in the Special (Commercial) Conditions of Contract (SCC) will supersede the corresponding provisions in the General (Commercial) Conditions of Contract (GCC) in case of conflict.

3.9.4 Section-5-B may have clauses on the following items/ topics which may complement/ supersede the corresponding clauses of Section-5 Part A (GCC).The list is not exhaustive and actual clauses have to be framed on case-to-case basis. 3.9.4.1 Delivery and Documents (refer GCC clause 6):The delivery period will be decided on case-to-case basis considering TSEC, PQT, validation requirement as well as requirements of BSNL in the competitive environment. Generally six months delivery time is envisaged. The delivery period for procurement should be four months for store items where TSEC & PQT are available, six months where TSEC is available but PQT is required. The TSEC and PQT should be completed in maximum period of two months. The delivery period should be eight months in case validation of new technology equipments is involved. Early deliveries may be accepted as per requirement of BSNL on case-to-case basis.In turnkey projects where Installation and Commissioning is to be carried out by the supplier, the time-lines for such activities should also be defined.3.9.4.2 Incidental Services (refer GCC clause 8):Requirement of such services will depend on the nature of the goods, cost thereof etc. Some of the services will be needed along with the goods and some may be needed separately (like maintenance service). All such aspects are to be kept in view while formulating the requirement of the incidental services.3.9.4.3 Warranty(refer GCC clause 10):For turnkey projects or high value procurements, the Warranty terms may have to be elaborated keeping in view the actual project requirements e.g. for CDMA and GSM projects, the date of commencement of the Warranty should be clearly specified in the SCC.Suitable Clause may be incorporated in the Special (Commercial) Conditions of Contract, fixing reasonable timeframe to start warranty of the equipment after it has been put to commercial use. This will be treated as date of commissioning for the purpose of release of payment and calculation of liquidated damages.3.9.4.4 AMC conditions:Section-4 Part A (GCC) does not mention about the Annual Maintenance Contract (AMC) conditions. If there is need for AMC after successful completion of the Warranty period, then, suitable conditions for the same should be specified in Section-5 -C (General conditions of AMC).The AMC conditions should indicate the penalties, payment terms, date of commencement, obligations of the supplier, Bank Guaranties to be furnished, etc. Such conditions should be decided on case-to-case basis keeping in view the actual project requirements. The AMC should be only on the cost of equipment supplied(excluding duties and taxes CENVAT-able i.e. net cost to BSNL) and not on the cost of installation & commissioning, etc.A draft of the AMC terms and Conditions should be provided in the Section-5 Part C of the tender enquiry document. Sample AMC conditions are mentioned in Section-5-Part C of the Standard Tender Enquiry Document in Chapter4 of this Manual.

3.9.4.5 Payment Terms (refer GCC clause 11):The terms and mode of payment will depend on the milestones defined here which may again depend upon nature of the goods, terms of delivery, requirement of incidental services, etc. The actual payment conditions for new products or procurements having installation and AMC services may be decided on case-to-case basis and incorporated in Section-2.The documents needed for effecting the payments are also to be specified accordingly.

3.9.4.6 Liquidated Damages (LD) (refer GCC clause 16):The LD defined in Section-5 Part A (GCC) is only for the delay in supply of goods. However, if the contract involves services such as Installation, commissioning, etc., then the penalties applicable when there is delay in executing such services should be mentioned in Section-5 Part B (SCC).

3.9.4.7 Change in make/ model after opening of bids(refer GCC clause 23):In some cases supplier / vendor asks for change in a) model of main equipment which may be required due to : (i) Change in Technology /Technological up gradation.For allowing any change in model of the equipment /item the vendor will be required to establish the suitability of the replacing equipment in regard to the required specifications.(ii) Obsolescence of the technology/ Phase-out of the item in production line by the OEM to bidder.For allowing any change in make/model of the equipment/item due to obsolescence or phasing out of model by OEM, a certificate from OEM in this regard must be submitted by the bidder.(These are some illustrative situations and are not exhaustive) b) Make/ model of the third party equipment, which is not the main tendered item. Shall be allowed provided that the vendor is able to establish the suitability of the replacing equipment in regard to the required specifications.

In such aforesaid situations, case shall be dealt as per following steps A committee, of the level of CET, should be formed for assessing the suitability of the alternate offered item in regard to specifications and resultant financial gain, if any, to BSNL due to this change. These cases should be decided by the tender approving authority on case-to-case basis upon recommendations of the committee so formed as above.Note 1:- In case of aforesaid change in any make/model of the equipment/item, lowest of the rates offered by proposing bidder or any other bidder who quoted for the same make/model in the tender, shall be applicable.Note 2: - In any case the vendor shall be required to supply the item at a rate not more than the quoted rate in the tender.

3.10 Section 9 Price ScheduleThere are two price schedules, Part-A and PartB for indigenous and imported items respectively, which are self explanatory.

3.11 Pre-bid clarifications and amendments in the tender document3.11.1 After issue of tender document, a number of queries are sometimes received and pre-bid clarifications are issued by BSNL. Sometimes, the same clause gets clarified in contradictory manner against different clarifications. Sometimes the original clause gets amended but the language of new clause is not clear as the clarification is replied simply as Yes please or agreed or accepted. During evaluation and subsequently while preparing special conditions for issue of APO/ PO, lot of difficulty is faced. In this regard, the clarifications issued should be unambiguous and if any clause is getting modified, then the amended clause should be stated in proper language.3.11.2 When a large number of clarifications have been issued resulting in number of changes in the tender clauses, then after issue of the last pre-bid clarification, BSNL should issue the updated tender document incorporating all the relevant clarifications and amended clauses just below the original clause. If printing of the amended document may not be possible due to time constraint, then it should be uploaded on BSNL Website/ electronic tender portal. In such cases, the bidders should be asked to submit the clause-by-clause compliance of this amended tender document only and for evaluation the CET Members should rely only on the amended document.

CHAPTER 44 STANDARD TENDER ENQUIRY DOCUMENTSECTION-1BHARAT SANCHAR NIGAM LIMITED(A Government of India Enterprise)2nd Floor, Bharat Sanchar Bhawan, HC Mathur Lane, Janpath, New Delhi- 110001... From: To,AGM (MMY).................................................2nd Floor, MMT Section,.................................................Bharat Sanchar Bhawan, HCM Lane,.................................................Janpath, New Delhi 110001. .................................................

No. CA/MMT/Item/11-yy/BU name/2011-12/ Dated:Sub: -Tender documents for Tender No.: CA/BU name/Item/T-xxx/2011-12 issued on Please find enclosed the tender document in respect of above mentioned tender which contains the following.Section No.ItemPage No.

1.Part ADetailed NIT

1. Part BNewspaper NIT

2.Tender Information

3 Part AScope of work

3 Part BTechnical Specifications/ Requirements

3 Part CSchedule of Requirements(SOR)

4 Part AGeneral Instructions to Bidders(GIB)

4 Part BSpecial Instructions to Bidders(SIB)

4 Part CE-tendering Instructions to Bidders (If applicable)

5 Part AGeneral (Commercial) Conditions of Contract (GCC)

5 Part BSpecial (Commercial) Conditions of Contract (SCC)

5 Part CGeneral Conditions of AMC ( If applicable)

6Undertaking & declaration

7Proforma (s)

8Bidders profile & Questionnaire.

9Bid Form & Price Schedule

If interested, kindly submit your bid offers online (in case of tenders invited through e-tendering portal) or physically (in case of tenders invited through manual tendering) on or before date & time specified in Clause 6 of detailed NIT.

AGM (MMY)Tel.: 011-2371 7844, FAX: 2371 0198E-Mail: -----------@bsnl.co.in--------------------------------------------------------------------------------------------------------------------------------------Regd. Off.: BSNL, Bharat Sanchar Bhawan, Janpath New Delhi -110 001. Web: www.bsnl.co.in

SECTION 1 Part ADetailed NOTICE INVITING E-TENDER (DNIT)BHARAT SANCHAR NIGAM LIMITED(A Government of India Enterprise)MMT Section, 2nd floor, Bharat Sanchar Bhawan, Janpath, New Delhi - 110 001..Sealed Tenders (Digitally in case of e-tendering & Wax/ Tape sealed in case of manual tendering) are invited by ... (Write Designation of Officer approving inviting of tender) e.g. CMD, BSNL for supply of following Items or undertaking following works (as applicable).

S. No.Name of the Item/ Work

Estimated Quantity (Nos.)Bid Security/Earnest Money Deposit Amount for the tender

Note 1: The quantity /no. / Sites stated above are estimated and BSNL reserves the right to vary the quantity to the extent of -25 % to +25 % of specified quantity at the time of award of the contract i.e. APO without any change in unit price or other terms & conditions.Note 2: 20 % of the Estimated Quantity/requirement in this tender Enquiry is earmarked for procurement from the eligible Micro & Small Enterprises (MSEs). However, in case eligible Micro & Small Enterprises (MSEs) bidder(s) are not available then this quantity would be de-reserved & procured from participating bidders.(Note-2 shall be deleted in case the tender does not have provision for reservations for MSE units)1.1 There is a separate bid form for each section/ Zone/ Package in the tender documents, which should be filled if the bidder wishes to participate in that section/ zone/ Package (if applicable). The evaluation of the tender as well as allotment of the work will be done section/ zone/ Package wise.2. Purchase of Tender Document: Tender document can be obtained by downloading it from the website ... (write address of concerned website) e.g. www.bsnl.co.in following Link for E-tenders by BSNL in case of tenders invited through e-tendering process.Tenders invited through manual bidding process shall be available at ... (write address of concerned website) e.g. www.bsnl.co.in.2.1The bidders downloading the tender document are required to submit the tender fee amount through DD/ Bankers cheque along with their tender bid failing which the tender bid shall be left archived unopened/ rejected. The DD/ bankers cheque shall be drawn from any Nationalized/ Scheduled Bank in favour of .. (state designation of concerned Accounts Officer) e.g. AO(Cash), BSNL, C.O. N. Delhi and payable at ... (state the name of the concerned payable City/ Station) e.g. New Delhi.2.2The tender documents shall be issued free of cost to MSE bidders on production of requisite proof in respect of valid certification from MSME for the tendered item.

3.0 Availability of Tender Document: The tender document shall be available for downloading from ./ ../ 20. (write date in dd/mm/yyyy) onwards up to ./ ../ 20. (write date in dd/mm/yyyy) from 11-00 Hrs to 17-00 Hrs on all working days of this office.3.1In case of tenders invited through e-tendering process, physical copy of the tender document would not be available for sale.3.2Tenders invited through manual bidding process shall be available for sale and can be had from ... (state designation of the officer with complete postal address) e.g. Deputy Manger (MMT), 2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi-110001 against payment of Tender fee of Rs../- which will be payable in the form and in the name of person stated in clause 2.1 above.

Note 3: The Tender document shall not be available for download on its submission / closing date.4.Eligibility Criteria: - The bidder should havea) .b) Valid PAN No.c) Valid Sales/ Service Tax Registration Certificate No or exemption certificate No.

4.1The bidders shall submit necessary documentary proof showing that they meet the eligibility criteria along with their tender bid. All documents submitted will also be self attested by the bidder.

5. Bid Security/EMD:5.1The bidder shall furnish the bid EMD in one of the following ways:-(a) Demand Draft/ Bankers cheque drawn in favour of . (State Designation of concerned Accounts Officer) e.g. AO (Cash), BSNL, C.O. N. Delhi and payable at . (State the name of the concerned payable City) e.g. New Delhi either separately for each package or total for all no. of packages participated.b) Bank Guarantee from a scheduled bank drawn in favour of. (State Designation of concerned officer ) e.g. DGM (MMT), Bharat Sanchar Nigam Limited, Corporate Office, New Delhi which should be valid for days (i.e. one month above the offer validity period subject to maximum of 210 days) from the tender opening date, either separately for each package or total for all no. of packages participated.5.2The MSE units shall be exempted from submission of Bid Security deposit on production of requisite proof in respect of valid certification from MSME for the tendered item.

6.Date & Time of Submission of Tender bids: on or before . & . (state time & date of receipt of tender) e.g. hh: mm of dd/mm/20 yy. Note 4:In case the date of submission (opening) of bid is declared to be a holiday, the date of submission (opening) of bid will get shifted automatically to next working day at the same scheduled time. Any change in bid opening date due to any other unavoidable reason will be intimated to all the bidders separately.

7.Opening of Tender Bids: After 00:30 Hours of this tender closing time & on same date.

8. Place of opening of Tender bids:8.1In case of tenders invited through e-tendering process, the tenders shall be opened through Public Online Tender Opening Event (POTOE). BSNLs Tender Opening Officers as well as authorized representatives of bidders can attend the Public Online Tender Opening Event (TOE) from the comfort of their offices. Kindly refer clause 8 of Section-4 Part C of Tender document for further instructions.8.2In addition & in case of tenders invited through manual bidding process, authorized representatives of bidders (i.e. vendor organization) can attend the TOE at the (state address of the tender opening place) e.g. Meeting Room, 2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi, where BSNLs TenderOpening Officers would be conducting Public Online or manual Tender Opening Event (TOE).9.Tender bids received after due time & date will not be accepted.10.Incomplete, ambiguous, Conditional, unsealed tender bids are liable to be rejected. 11. (Write the Designation of Officer approving inviting of tender) e.g. CMD, BSNL reserves the right to accept or reject any or all tender bids without assigning any reason. He is not bound to accept the lowest tender. 12.The bidder shall furnish a declaration in his tender bid that no addition / deletion / corrections have been made in the downloaded tender document being submitted and it is identical to the tender document appearing on the website.12.1In case of any correction/ addition/ alteration/ omission in the tender document, the tender bid shall be treated as non responsive and shall be rejected summarily.Note 5: All documents submitted in the bid offer should be preferably in English. In case the certificate viz. experience, registration etc. is issued in any other language other than English, the bidder shall attach an English translation of the same duly attested by the bidder & the translator to be true copy in addition to the relevant certificate.Note 6: All computer generated documents should be duly signed/ attested by the bidder/ vendor organization.

SECTION 1 (Part B)

NEWS PAPER N.I.T. (NNIT)

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

NOTICE INVITING TENDERTender No. MM/./T./2012-13 dated ..Sealed tenders are invited by. (Write Designation of Officer approving inviting of tender) e.g. CMD, BSNL from the prospective bidders for the following work:Name of the workQuantity (With Unit)Estimated cost in Rs.Last date of receipt of tender is .............. up to Hrs.For further detailed information, kindly visit our website www.bsnl.co.in and follow Link for E-Tenders by BSNL. DGM (MM)Tel. No. ,FAX No. Note :- (Not to be published)1. Complete Postal Address of the office inviting tender should be there in the NNIT.2. Phrases like on behalf of BSNL etc. should be avoided.3. The font size of the NNIT, to be published, should be 8 points.4. The width of the NNIT in the newspaper should be Two Column.5. Telephone and Fax no. with STD code must be there in the NNIT.6.No advertisement of Excel & Cell one service need be included in the NNIT which unnecessarily inflates the publishing cost.7. No. of insertions in the newspaper will depend on value of tender tabulated below:

S. No.Value of tenderNo. of insertion

1.Less than Rs.1 Crore1 Regional/ Hindi

2.Rs.1 Crore and above1 Regional/ Hindi & 1 English

SECTION- 2Tender Information

Note 1:-The Tender Information below is for reference only. Precise Tender Information need be framed for each tender as per type of tender.

1.Type of tender- : a)No. of Bid Submission Stages for tender: Single /Two Stage.(Please See Note-2).b)No. of Envelopes for submission of Bids: Single/ Two Nos.(Opening stages) (Please See Note-3).c)E-reverse auction (In case of tenders: Yes/ No invited through e-tendering only)

Note 2: Two stage submission of bids is desirable only in cases where there is doubt on the scope of Work/ Specifications and requirements. In such tender, first stage will be used to invite bids to have details/ clarifications on scope of Work/ Specifications and requirements to firm up the same following which techno-commercial bid along with financial bid shall be invited in 2nd stage.Note 3:- In case of 1(b) above, the bidder shall submit Techno-commercial & Financial bid simultaneouslyNote 4:- The bids will be evaluated techno-commercially first and thereafter financial bids of techno-commercially compliant bidders only shall be opened.

2. Bid Validity Period /:.days (Specify time in days) from the Validity of bid Offertender opening date.

3. In case of tenders invited under two envelopes system, the first envelope will be named as techno-commercial& will contain documents of bidders satisfying the eligibility / Technical & commercial conditions and 2nd envelope will be named as financial envelope containing financial quote. These envelopes shall contain one set of the following documents :-

a) Techno-commercial envelope shall contain :- i) EMDii)Cost of the tender documents i.e. tender fee. iii)Certificate(s) showing fulfillment of the eligibility criteria(s) stated in Clause 4 of the DNITiv)Power of Attorney & authorization for executing the power of Attorney in accordance with clause 14.4 of Section 4 Part Av)Integrity Pact (if applicable)vi)Clause by clause compliance as per clause 11.2 of Section-4Avii)Bidders Profile & Questionnaire duly filled & signed.viii)Non-Relation Certificate duly filled & signed.ix) Undertaking & declaration duly filled & signedx) Documents stated in clause 10 of Section-4 Part A.xi)Tender documents duly signed at the end of each section for having read it & accepted it (only in case of Manual bidding Process).xii)Tender/ Bid form- Section 9 Part Axiii)Electronic Form- Technical (in case of tenders invited through e-tendering process)Note 5: In case of e-tendering, in case the bidder is unable to upload any of the documents listed above, he may submit the same physically. However EMD & cost of tender document will be submitted in original in physical form.b) Financial envelope shall contain: i)Electronic Form- financial along with Price Schedule (Section 9 PartB (I & II) with all relevant bid annexure (in case of tenders invited through e-tendering process).ii)Bid form- Price Schedule (Section 9 Part B (I &II ) duly filled & signed (in case of tenders invited through manual bidding process).

Note 6:- In case of e-tendering, the following documents are required to be submitted offline (i.e. offline submissions) to (state the address of the concerned officer) e.g. DM (MMT), BSNL, C.O. 2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi-110001 on or before the date & time of submission of bids in a sealed envelope.The envelope shall bear the tender number, name of work and the phrase: Do Not Open Before (due date & time of opening of tender).i) EMD Bid security (original copy)ii) DD/ Bankers cheque of Tender fee iii) Power of Attorney in accordance with clause 14.4 of section 4 Part A and authorization for executing the power of Attorney.iv) Integrity Pact (if applicable)

4. In case of tenders invited under Single Envelope system, the envelope will contain both techno-commercial & financial bid i.e. documents 3 (a) (i) to (xi) & 3 (b) (i) to (ii).5. Payment terms

6. Delivery Schedule

Note 7:- First two months are for lead period and evenly distributed supplies are expected in remaining four months.

7. Consignee

SECTION- 3 Part A

SCOPE OF WORK

A. General :

B. Scope of Work:

SECTION- 3 Part B

TECHNICAL SPECIFICATIONS/ Requirements

A. General :

B. Technical specifications: The equipment shall conform to the Technical specifications as mentioned below :

Note 1: Clauses for describing the technical requirements, model technical Specifications may be added as per requirement.

Note 2: After the issue of DNIT, Specifications should not be changed.

SECTION-3 Part C SCHEDULE OF REQUIREMENTS (SOR)

S.NO.GOODS/ SERVICESQUANTITYUnit of Measurement (Km/kg/No.etc.)

Note:Bidder shall furnish the detailed Bill of Material (BOM) for each SOR item mentioned above. The detailed Bill of Material should clearly mention all the components including quantities, constituting the SOR item. The priced Bill of Material should be submitted in the envelope containing the price bid and unpriced Bill of Material should be submitted in the envelope containing the techno-commercial part. There should not be any difference in the items and quantities in the priced and the unpriced BOMs.

SECTION-4 Part AGENERAL INSTRUCTIONS TO BIDDERS (GIB)

1.0DEFINITIONS (a) "The Purchaser" means the Bharat Sanchar Nigam Ltd. (BSNL), New Delhi(b) "The Bidder" means the individual or firm who participates in this tender and submits its bid.(c) "The Supplier" or The Vendor means the individual or firm supplying the goods under the contract.(d) "The Goods" means all the equipment, machinery, and/or other materials which the Supplier is required to supply to the Purchaser under the contract.(e) "The Advance Purchase Order" or Letter of Intent means the intention of Purchaser to place the Purchase Order on the bidder.(f) "The Purchase Order" means the order placed by the Purchaser on the Supplier signed by the Purchaser including all attachments and appendices thereto and all documents incorporated by reference therein. The purchase order shall be deemed as "Contract" appearing in the document.(g) "The Contract Price" means the price payable to the Supplier under the purchase order for the full and proper performance of its contractual obligations. (h) "Validation" is a process of testing the equipment as per the Generic Requirements in the specifications for use in BSNL network. Validation is carried out in simulated field environment and includes stability, reliability and environmental tests. (i) "Telecom Service Provider" means any Telecom operator in India, who is licensed by the Department of Telecommunications (DOT), Government of India to provide telecom services to the general public or to the other DOT licensed Telecom operators. "Telecom Service Provider" also refers to any Telecom operator in other countries providing telecom services to general public of that country or to other telecom operators of the same country. (j) Successful Bidder(s) means the bidder(s) to whom work in this tender is awarded.

2.0 ELIGIBILITY CONDITIONS:2.1 Kindly refer to clause 4 of Section 1 i.e. Detailed NIT.

3.0 COST OF BIDDING3.1 The bidder shall bear all costs associated with the preparation and submission of the bid. The Purchaser will, in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

4.0 DOCUMENTS REQUIRED4.1 The goods required to be supplied; bidding procedures and contract terms and conditions are prescribed in the Bid Documents. The contents of the Bid documents are specified in the covering letter.4.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid Documents and clarifications/ amendments/ addenda, if any. Failure to furnish all information required as per the Bid Documents or submission of the bids not substantially responsive to the Bid Documents in every respect will be at the bidder's risk and may result in rejection of the bid.

5.0 CLARIFICATION OF BID DOCUMENTS5.1. A prospective bidder, requiring any clarification on the Bid Documents shall notify the Purchaser in writing by FAX or by Email of the Purchaser as indicated in the invitation of Bid. The Purchaser shall respond in writing to any request for the clarification of the Bid Documents, which it receives 21 days prior to the date of opening of the Tenders. Copies of the query (without identifying the source) and clarifications by the Purchaser shall be sent to all the prospective bidders who have received the bid documents.5.2Any clarification issued by BSNL in response to query raised by prospective bidders shall form an integral part of bid documents and shall amount to an amendment of the relevant clauses of the bid documents.

6.0 AMENDMENT OF BID DOCUMENTS6.1The Purchaser may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, may modify bid documents by amendments prior to the date of submission of Bids with due notification to prospective bidders.6.2The amendments shall be notified in writing by FAX or Email or by Addendum through e-tendering portal ( for tenders invited through e-tendering process)to all prospective bidders on the address intimated at the time of purchase of the bid document from the purchaser and these amendments will be binding on them.6.3 In order to afford prospective bidders a reasonable time to take the amendment into account in preparing their bids, the purchaser may, at its discretion, extend the deadline for the submission of bids suitably.7.0DOCUMENTS COMPRISING THE BID The bid prepared by the bidder shall ensure availability of the following components:(a) Documentary evidence establishing that the bidder is eligible to bid and is qualified to perform the contract if its bid is accepted in accordance with the clause 2 & 10.(b)Bid Security furnished in accordance with clause 12.(c) A Clause by Clause compliance as per clause 11.2 (c)(d) A Bid form and price schedule completed in accordance with clause 8 & 9.

8.0 BID FORM8.1 The bidder shall complete the bid form and appropriate Price Schedule furnished in the Bid Documents, indicating the goods to be supplied, brief description of the goods, quantity and prices as per section- 9.

9.0 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 excluding Octroi/ Entry Tax which will be paid extra at actual, wherever applicable. The basic unit price and all other components of the price need to be individually indicated up to two decimal points only against the goods it proposes to supply under the contract as per the price schedule given in Section 9 Part B(I&II). Prices of incidental services should also be quoted. The offer shall be firm in Indian Rupees. No Foreign exchange will be made available by the purchaser.9.2Prices indicated in the Price Schedule shall be entered in the following manner: (a) The Basic Unit price (Ex-Factory Price) of the goods, Excise duty, Custom duty, Sales Tax, Freight, Forwarding, Packing, Insurance and any other Levies/ Charges already paid or payable by the supplier shall be quoted separately item wise. (b) The supplier shall quote as per price schedule given in Section 9 part B for all the items given in schedule of requirement at Section 3 part C.9.3A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected.9.4The prices quoted by the bidder shall be in sufficient detail to enable the Purchaser to arrive at the price of equipment/ system offered.9.5"DISCOUNT if any, offered by the bidders shall not be considered unless specifically indicated in the price schedule. Bidders desiring to offer discount shall therefore modify their offers suitably while quoting and shall quote clearly net price taking all such factors like Discount, free supply, etc. into account".9.6 The price approved by BSNL for procurement will be inclusive of levies and taxes, packing, forwarding, freight and insurance as mentioned in clause 9.1 subject to other terms and condition as stipulated in clause 22.2 of Section 4 Part A. and clause 11 of Sec-5 Part A of Bid-document. Unloading charges at the consignee end shall be borne by the supplier and no separate charges shall be paid for transportation to individual sites for installation.

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

10.0 DOCUMENTS ESTABLISHINGBIDDER'S ELIGIBILITY AND QUALIFICATION10.1.The bidder shall furnish, as part of the bid documents establishing the bidder's eligibility, the following documents or whichever is required as per terms and conditions of Bid Documents.a) Valid MSE Certificate, if applicable. In case the ownership of such MSE Entrepreneurs happens to be from SC/ST category, proof in this regard also need to be submitted.b) Type Approval Certificate given by Telecom Engineering Centre (TEC)/ TSEC issued by the Quality Assurance Circle of BSNL or proof of having applied for TSEC (Copy of Form QF 103 be attached).c) Inspection Certificate issued by BSNL (QA) for execution of educational/ Commercial Order.d) Additional documents to establish the eligibility and qualification of bidder as specified in Section-I and Section-4 Part B.e) Power of Attorney as per clause 14.4 (a) and (d) and authorization for executing the power of Attorney as per clause 14.4 (b) or (c).f) Documentary proof of applicable rate of ED/ CD/ Sales Tax/ VAT /Service Tax.g) Undertaking duly signed by front bidder and its technology/ consortium partner stating that both of them shall be liable for due performance of the contract jointly and severally as per clause 12.7(d).h) Certificates from all Directors of the bidder stating that none of their near relatives are working in BSNL in accordance with clause 34.i) Certificate of incorporation.j) Article or Memorandum of Association or partnership deed or proprietorship deed as the case may be.k) List of all Directors including their name(s), Director Identification Number(s) (DIN) and address (es) along with contact telephone numbers of office and residence.

l) Registration certificate from State Director of Industries or from Secretariat for Industrial Assistance (SIA), Ministry of Industries, Government of India.m) Approval from Reserve Bank of India/ SIA in case of foreign collaboration.

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

10 .2Documentary evidence for financial and technical capability a)The bidder shall furnish audited Annual Report and /or a certificate from its bankers to assess its solvency/financial capability.b) The bidder shall furnish documentary evidence about technical and production capability necessary to perform the contract. 10.3 In order to enable the Purchaser to assess the proven-ness of the system offered, the bidder shall provide documentary evidence regarding the system being offered by him.10.4 The offered product has to be type approved. For this purpose, the supplier shall submit a sample type for evaluation. The sample would be evaluated for its ability to meet the technical specifications, manufacturability, reliability, testability, ease of installation, maintainability etc. Necessary documents to substantiate these attributes will have to be submitted at the time of application for approval by the supplier for obtaining type approval. Or In case goods offered have already been type approved/ validated by the Purchaser, documentary evidence to this effect shall be submitted by the bidder.10. 5 A signed undertaking from Authorized Signatory of the bidder that shall certify that all components/ parts/ assembly/ software used in the Desktops and Servers like Hard disk, Monitors, Memory etc. shall be original, new components/ parts/ assembly/ software and that no refurbished/ duplicate/ second hand components/ parts/ assembly/ software are being used or shall be used.10.6.For supply of any software i.e. operating system or any applications software the bidder should submit a Certificate Of Authenticity (COA), signed by Authorized Signatory stating that all Software supplied are authentic and legal copy is/ are being supplied.10.7 Documentary evidence/ Declaration to the effect that the type of software to be utilized in the system/ equipment i.e. Packaged/ Canned OR Customized shall be furnished by the bidder. In case of Packaged/ Canned, the portion of value which represents consideration paid or payable for transfer of right to use such goods subject to provisions laid down in Central Excise/Custom Notifications.

11.0DOCUMENTS ESTABLISHING GOODS CONFORMITY TO BID DOCUMENTS11.1Pursuant to clause 7, the bidder shall furnish, as part of its bid, documents establishing the conformity of its bid to the Bid Documents of all goods and services which he proposes to supply under the contract.11.2 The documentary evidences of the "goods and services" conformity to the Bid Documents may be, in the form of literature, drawings, data etc. and the bidder shall furnish:(a) a detailed description of goods with essential technical and performance characteristics;(b) a list, giving full particulars including available sources and current prices of all spare parts, special tools, etc., necessary for the proper and continuous functioning of the goods for a period of three years following commencement of use of the goods by the purchaser, and (c) a clause-by-clause compliance on the purchaser's Technical Specifications and Commercial Conditions demonstrating substantial responsiveness to the Technical Specifications and Commercial Conditions. In case of deviations, a statement of the deviations and exception to the provision of the Technical Specifications and Commercial Conditions shall be given by the bidder. A bid without clause-by-clause compliance of the Scope of Work, Technical Specifications, SOR (Section-3 Part A, B & C), General (Commercial) Conditions & Special (Commercial) Conditions, General Conditions of AMC (Section- 5 Part A, B & C) shall not be considered.11.3 For the purpose of compliance to be furnished pursuant to the clause11.2(c) above, the bidder shall note that the standards for the workmanship, material and equipment and reference to the brand names or catalogue number, designated by the Purchaser in its Technical specifications are intended to be descriptive only and not restrictive.

12.0 BID SECURITY / EMD12.1The bidder shall furnish, as part of its bid, a bid security as mentioned in Section-1(DNIT).12.2The MSE bidders are exempted from payment of bid security:a)A proof regarding valid registration with body specified by Ministry of Micro, Small & Medium Enterprise for the tendered items will have to be attached alongwith the bid.b)The enlistment certificate issued by MSME should be valid on the date of opening of tender.c)MSE unit is required to submit its monthly delivery schedule.d) If a vender registered with body specified by Ministry of Micro, Small & Medium Enterprise claiming concessional benefits is awarded work by BSNL and subsequently fails to obey any of the contractual obligations, he will be debarred from any further work/ contract by BSNL for one year from the date of issue of such order. 12.3The bid security is required to protect the purchaser against the risk of bidder's conduct, which would warrant the forfeiture of bid security pursuant to Para 12.7.12.4. A bid not secured in accordance with Para 12.1 & 12.2 shall be rejected by the Purchaser being non-responsive at the bid opening stage and archived unopened on e-tender portal for e-tenders and returned to the bidder unopened(for manual bidding process)12.5 The bid security of the unsuccessful bidder will be discharged/ returned as promptly as possible and within 30 days of finalization of the tender or expiry of the period of the bid validity period prescribed by the purchaser pursuant to clause 13.12.6 The successful bidder's bid security will be discharged upon the bidder's acceptance of the advance purchase order satisfactorily in accordance with clause 27 and furnishing the performance security, except in case of L-1 bidder, whose EMBG/EMD shall be released only after the finalization of ordering of complete tendered quantity in pursuance to clause no. 24.4 & 27.3 of this section..12.7The bid security may be forfeited:a)If the bidder withdraws or amends its bid or impairs or derogates from the bid in any respect during the period of bid validity specified by the bidder in the bid form or extended subsequently; or b) In the case of successful bidder, if the bidder fails to sign the contract in accordance with clause 28;(c) The front bidder shall submit an irrevocable undertaking in non-judicial stamp paper of appropriate value duly signed by it and its technology/ consortium partner stating that both of them i.e. the front bidder and its technology/ consortium partner shall be liable for due performance of the contract jointly and severally, failing which both of them shall be liable to be barred from participating in future tenders/EOIs/ RFPs of BSNL for a period of two years.

13.0 PERIOD OF VALIDITY OF BIDS13 .1 Bid shall remain valid for period specified in clause 2 of Tender Information. A bid valid for a shorter period shall be rejected by the purchaser being non-responsive.13.2In exceptional circumstances, the purchaser may request the consent of the bidder for an extension to the period of bid validity. The request and the response thereto shall be made in writing. The bid security provided under clause 12 shall also be suitably extended. The bidder may refuse the request without forfeiting its bid security. A bidder accepting the request and granting extension will not be permitted to modify its bid.14.0 FORMAT AND SIGNING OF BID14.1.The bidder shall submit his bid, online (in case of e-tendering) & through sealed envelopes physically (in case of tenders with manual bidding process), complying all eligibility conditions, other terms and conditions of tender document to be read along with the clarifications and amendments issued in this respect. All the documents must be authenticated, using Digital Signature (in case of e-tendering) & by hand signatures (for manual bidding process), by the authorized person. The letter of authorization shall be indicated by written power-of-attorney accompanying the bid.Note:-The Purchaser may ask the bidder(s) to supply, besides original bid, additional copy of bids as required by him.14.2.The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the bidder in which case such corrections shall be signed by the person or persons signing the bid. All pages of the original bid, except for un-amended printed literatures, shall be digitally signed by the person or persons signing the bid.

14.3 Power of Attorney(a) The power of Attorney should be submitted and executed on the non-judicial stamp paper of appropriate value as prevailing in the concerned states(s) and the same be attested by a Notary public or registered before Sub-registrar of the state(s) concerned. (b)The power of Attorney be executed by a person who has been authorized by the Board of Directors of the bidder in this regard, on behalf of the Company/ institution/ Body corporate.(c)In case of the bidder being a firm, the said Power of Attorney should be executed by all the partner(s) in favour of the said Attorney.(d) Attestation of the specimen signatures of such authorized signatory of the bid by the Companys/ firms bankers shall be furnished. Name, designation, Phone number, mobile number, email address and postal address of the authorized signatory shall be provided.

15.0 SEALING AND MARKING OF BIDS15.1The bid should be submitted as per Clause 3 of tender information. 15.1.1The bids may be called undera) Single stage bidding & Single envelope system ORb) Single Stage Bidding & Two Envelope SystemThe details of sealing & marking of bids in each case is given below:15.1.2In Single stage bidding & single envelope system, the bidder shall submit all the documents specified for Techno-commercial bid & Financial bid in a single envelope. The cover shall contain the Original Copy of the bids subject to clause 14.2. The envelope should be sealed by the personal seal of the bidder. 15.1.3In Single stage bidding & two envelopes system, the bidder shall submit his bid in two envelopes; The First envelope will be named as Techno-commercial bid. This envelope will contain documents of bidders satisfying the eligibility / Technical & commercial conditions as per clause 2 & 10 with Bid Security as per Clause 12. Second envelope will be named as Financial bid containing Price Schedules as per Section 9 Part B(I&II) . The cover of first envelope shall contain the Original Copy of the Techno-commercial bid, subject to clause 14.2, duly marked ' TECHNO-COMMERCIAL BID '. The cover of second envelope shall contain the Original Copy of the financial bid, subject to clause 14.2, duly marked ' FINANCIAL BID '. Both the envelopes should be sealed separately and further kept in a single main envelope under the personal seal of the bidder. 15.2a) The envelopes shall be addressed to the purchaser inviting the tender.i) In case of tenders invited by MMT section of BSNL CO, the Purchaser Address shall be: DGM (MMT), Bharat Sanchar Nigam Limited (Corporate Office),2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi-110001.ii) In case of tenders invited from other section of BSNL CO./ Circles/ SSA of BSNL, the Purchaser Address shall be specified by the purchaser inviting the tender of concerned Circle/ SSA.b) The envelope shall bear the name of the tender, the tender number and the words 'DO NOT OPEN BEFORE' (due date & time). c) The inner and outer envelopes shall indicate the name and complete postal address of the bidder to enable the purchaser to return the bid unopened in case it is declared to be received 'late'. d) Tender should be deposited in the tender box provided by tendering authority or sent by registered post or delivered in person on above mentioned address (address is given in Clause 15.2 (a) above). The responsibility for ensuring that the tenders are delivered in time would vest with the bidder. e)Bids delivered in person on the day of tender opening shall be delivered upto specified time & date as stated in NIT to Section Officer (MMT) [in case of tenders invited by MMT section of BSNL C.O.] / concerned officer to be specified by tendering authority [In case of tenders invited from other units of BSNL CO./ Circles/ SSA of BSNL] at the venue (address is given in clause 15.2 (a) above). The purchaser shall not be responsible if the bids are delivered elsewhere. f) Venue of Tender Opening: (i) In case of Tenders invited by MMT section of BSNL, C.O., tenders will be opened in Meeting Room, 2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi-110001 at specified time & date as stated in NIT. (ii) In case of tenders invited from other units of BSNL CO./ Circles / SSA of BSNL, the details of Venue shall be specified by the purchaser inviting the tender of concerned Circle/ SSA .If due to administrative reasons, the venue of Bid opening is changed, it will be displayed prominently on Meeting Room, 2nd Floor, Bharat Sanchar Bhawan and notice board on 2nd Floor, Bharat Sanchar Bhawan)[ in case of tenders invited by MMT section of BSNL C.O.] & at a place notified by other section of BSNL CO./ Circle/SSA[In case of tenders invited from other sections of BSNL CO./ Circles/ SSA of BSNL].15.3If both the envelopes are not sealed and marked as required at para 15.1 and 15.2, the bid shall be rejected.

16. 0 SUBMISSION OF BIDS16.1.Bids must be submitted by the bidders on or before the specified date & time indicated in Clause 6 of Section-I i.e. DNIT.16.2The Purchaser may, at its discretion, extend this deadline for the submission of bids by amending the Bid Documents in accordance with clause 6 in which case all rights and obligations of the purchaser and bidders previously subject to the deadline will thereafter be subjected to the extended deadline.16.3The bidder shall submit its bid offer against a set of bid documents purchased by him for all or some of the systems/ equipment as per requirement of the Bid Documents. He may include alternate offer, if permissible as per the bid. However, not more than one independent and complete offer shall be permitted from the bidder.

17.0 LATE BIDS17.1 No bid shall be accepted either online by E-Tender Portal or physically in case of manual b


Recommended