BHARAT SANCHAR NIGAM LIMITED

(A Government of India Enterprise)

2nd Floor, MM cell, Bharat Sanchar Bhawan, Janpath, New Delhi- 110001

From: To,

AGM (MMX) ......

2nd Floor, MMT Section, ......

Bharat Sanchar Bhawan, HCM Lane, ......

Janpath, New Delhi – 110001......

No. CA/MMT/11-29/2014(CNP) Dated: 10/11/2014

Sub: - Tender document for procurement of Transmission equipments (i) STM-1 ADMs Qty. 2897, (ii) STM-1 CPEs Qty. 13432, (iii) MADM-16 Qty. 2963 through E-tendering process.

Tender No.: CA/CNP/ STM-1 CPE, ADM & MADM-16/T-489/2014 issued on 10/11/2014

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

Section No. / Item / Page No.
1.Part A / Detailed NIT / 2-6
1. Part B / Page intentionally left blank / 7
2. / Tender Information / 8-10
3 Part A / Scope of work / 11
3 Part B / Technical Specifications/ Requirements / 12
3 Part C / Schedule of Requirements(SOR) / 13-15
4 Part A / General Instructions to Bidders(GIB) / 16-39
4 Part B / Special Instructions to Bidders(SIB) / 40-41
4 Part C / E-tendering Instructions to Bidders (If applicable) / 42-46
5 Part A / General (Commercial) Conditions of Contract (GCC) / 47-57
5 Part B / Special (Commercial) Conditions of Contract (SCC) / 58-67
5 Part C / General Conditions of Comprehensive Repair Contract / 68-75
6 / Undertaking & declaration / 76-77
7 / Proforma (s) / 78-90
8 / Bidder’s profile & Questionnaire. / 91-92
9 / Bid Form & Price Schedule / 93-103

If interested, kindly submit your bid offers online on or before date & time specified in Clause 6 of detailed NIT.

-Sd-

AGM (MMX)

Tel.: 011-2371 7844, FAX: 2371 0198

E-Mail:

------

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


SECTION – 1 Part A

DETAILED NOTICE INVITING E-TENDER (DNIT)

On behalf of Chairman and Managing Director, Bharat Sanchar Nigam Limited, digitally sealed online tenders, on rupee payment basis, are invited in Single Stage Bidding and two stage Opening using two Electronic Envelopes (Techno-commercial bid & Financial bid) from the eligible bidders for supply of following items.

Package I:

S. No. / Name of the Item / Quantity (in Nos.) / Bid Security/EMD
for the tender
1. / STM-1 CPE
(Config. A,B,E,F) / 13,432 / Rs. 1 Crore
2. / STM-1 ADM / 2,897

Package II:

S. No. / Name of the Item / Quantity (in Nos.) / Bid Security/EMD
for the tender
1. / MADM-16 / 2,963 / Rs. 2 Crores

Note 1: Separate Bid security is required to be submitted for Package-I and Package-II. If the bidder is participating in both the Packages then also Bid Security is to be submitted separately for Package-I and Package-II.

Note 2: The quantity 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 3: 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 represented in the bid then this quantity would be de-reserved & procured from participating bidders.

2.  Availability of Tender Document: Tender document can be obtained by downloading it from the website “www.bsnl.co.in”. For e-bidding process, tender document shall have to be downloaded from e-tender portal- ETS, following the Link- “E-Tenders” (https://www.tcil-india-electronictender.com).

2.1 The bidders downloading the tender document are required to submit the tender fee of Rs.10,000/- through DD/ Banker’s cheque along with their tender bid failing which the tender bid shall be rejected.

The DD/ banker’s cheque shall be drawn from any Nationalized/ Scheduled Bank in favour of “AO(Cash), BSNL, C.O. New Delhi” and payable at “New Delhi”.

2.2 The tender documents shall be issued free of cost to MSE bidders on production of requisite proof in respect of valid certification from MSME for the tendered item.

3.0 Availability of Tender Document one-tender portal for bid submission: The tender document shall be available for downloading from ETS portal from 28/11/2014 at 18:00 Hrs onwards.

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

3.2 Sale of Tender document: Not applicable.

Note 4: The Tender document shall not be available for download from ETS portal on its submission / closing date.

4.  Eligibility Criteria: -

4.1. Eligibility Criteria for Bidders of Package-I:

In order to qualify as a Bidder, a prospective Bidder shall fulfill the following eligibility criteria:

(i)  The Bidder Company shall be registered & incorporated in India under the Companies Act, 1956.

(ii)  The bidders should have got ‘TYPE approval Certificates (TAC)’ from TEC, New Delhi OR should have got ‘Technical Specification Evaluation Certificate (TSEC)’ from Quality Assurance Circle, BSNL, Bangalore against the TEC GR No. TEC/GR/TX/SDH-004/04 Jan. 2011 for STM-1 ADM, GR No. GR/SDH-13/01 July 2003 with latest Amendments for STM-1 CPE.

Experience: The bidder should have successfully executed an educational/ commercial order for the tendered item, against the above technical specification from BSNL

OR

The bidders should have applied for TSEC for their product in Form-B to TEC or in QF-103 Form to Quality Assurance Circle, Bangalore at least one day before the opening of the tender. The Type approval certificate/ TSEC/ Form-B/ QF-103 shall be against the TEC GR No. TEC/GR/TX/SDH-004/04 Jan. 2011 for STM-1 ADM, GR No. GR/SDH-13/01 July 2003 with latest Amendments for STM-1 CPE. The registration number allotted for the TSEC purpose by QA Circle shall be submitted. However, only Type approved equipment will be accepted which will have to be supplied with in the scheduled delivery period.

Experience: The bidder/OEM should have supplied minimum 25% of tendered quantity of the same OEM’s product to the telecom service provider(s) and a certificate of concerned telecom service provider(s) in this regard to be submitted along with the bid. For this purpose experience of supply of any SDH equipment of STM-1/ STM-4/ STM-16/ STM-64 will be considered.

(iii)  The Bidder shall be a company having a minimum turnover of INR 25 crore each year during the last three years. In case of an Indian subsidiary, the turnover of the Parent Company or Parent/ Holding Company of the Parent Company shall also be taken into consideration for determining the fulfillment of this condition.

(iv)  The original equipment manufacturer (OEM) can participate in the tender directly or may authorize not more than one company to participate in the tender with the OEM’s product. In case of more than one bid of the same OEM’s product is received, all such bids will be rejected.

(v)  The bidder company should have Valid PAN No.

(vi) The bidder company should have Valid Sales/ Service Tax Registration Certificate No. or exemption certificate No.

4.2 Eligibility Criteria for Bidders of Package-II:

In order to qualify as a Bidder, a prospective Bidder shall fulfill the following eligibility criteria:

(i)  The Bidder Company shall be registered & incorporated in India under the Companies Act, 1956.

(ii)  The bidders should have got ‘TYPE approval Certificates (TAC)’ from TEC, New Delhi OR should have got ‘Technical Specification Evaluation Certificate (TSEC)’ from Quality Assurance Circle, BSNL, Bangalore against the TEC GR No. TEC/GR/TX/SDH-008/03 Jan. 2011 for STM-16 MADM.

Experience: The bidder should have successfully executed an educational/ commercial order for the tendered item, against the above technical specification from BSNL

OR

The bidders should have applied for TSEC for their product in Form-B to TEC or in QF-103 Form to Quality Assurance Circle, Bangalore at least one day before the opening of the tender. The Type approval certificate/ TSEC/ Form-B/ QF-103 shall be against the TEC GR No. TEC/GR/TX/SDH-008/03 Jan. 2011 for STM-16 MADM. The registration number allotted for the TSEC purpose by QA Circle shall be submitted. However, only Type approved equipment will be accepted which will have to be supplied with in the scheduled delivery period.

Experience: The bidder/OEM should have supplied minimum 25% of tendered quantity of the same OEM’s product to the telecom service provider(s) and a certificate of concerned telecom service provider(s) in this regard to be submitted along with the bid. For this purpose experience of supply of any SDH equipment of STM-1/ STM-4/ STM-16/ STM-64 will be considered.

(iii)  The Bidder shall be a company having a minimum turnover of INR 70 crore each year during the last three years. In case of an Indian subsidiary, the turnover of the Parent Company or Parent/ Holding Company of the Parent Company shall also be taken into consideration for determining the fulfillment of this condition.

(iv)  The original equipment manufacturer (OEM) can participate in the tender directly or may authorize not more than one company to participate in the tender with the OEM’s product. In case of more than one bid of the same OEM’s product is received, all such bids will be rejected.

(v)  The bidder company should have Valid PAN No.

(vi)  The bidder company should have Valid Sales/ Service Tax Registration Certificate No. or exemption certificate No.

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

5. Bid Security/EMD:

5.1 The bidder shall furnish the bid EMD, if applicable, in one of the following ways:-

(a) Demand Draft/ Banker’s cheque drawn in favour of ‘AO (Cash), BSNL, C.O. New. Delhi’ and payable at ‘New Delhi’ either separately for each package or total for all number of packages participated.

b) Bank Guarantee from a scheduled bank drawn in favour of ‘DGM (MMT), Bharat Sanchar Nigam Limited, Corporate Office, New Delhi’ which should be valid for 180 days from the tender opening date, either separately for each package or total for both the packages.

5.2 The MSE units shall be exempted from submission of Bid Security deposit on production of requisite proof in respect of valid certification from MSME for the tendered item.

6.  Date & Time of Submission of Tender bids: on or before 11:30 Hrs of 15/12/2014.

Note 5: 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 date 15/12/2014.

8.  Place of opening of Tender bids:

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

8.2 However, if required, authorized representatives of bidders (i.e. vendor organization) can attend the TOE at the “Meeting Room, 2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi”, where BSNL’s Tender Opening Officers would be conducting Public Online Tender Opening Event (TOE).

9.  Tender bids received after due time & date will not be accepted..

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

11.  “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.

12.1 In case of any correction/addition/alteration/omission in the tender document, the tender bid shall be treated as non responsive and shall be rejected summarily.

Note 6: 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 7: All computer generated documents should be duly signed/ attested by the bidder/ vendor organization.

13.  Integrity Pact Program is implemented for this tender for which signing of Integrity Pact is mandatory for the purchaser and bidder. Format of Integrity Pact is provided in the tender document at 7(F) in Section 7 Proforma(s). To oversee the implementation of Integrity Pact Program, IEMs are appointed by BSNL vide No. 15-1/2012-MMT dated 19.07.2012 which is available in ‘Tender Notice’ link on www.bsnl.co.in .

14.  The queries in respect of the bid document, if any, can be sent to following officers at their Email IDs and address of this office:

BSNL Contact-1
BSNL’s Contact Person / Mr. M.S.Shekhawat, AGM(MMX)
Telephone/ Mobile / (011) 2303 7172
[between 9:30 hrs to 18:00 hrs on working days]
E-mail ID /
BSNL Contact-2
BSNL’s Contact Person / Mr. Manoj Jain, DM(MMX)
Telephone/ Mobile / (011) 2303 7172
[between 9:30 hrs to 18:00 hrs on working days]
E-mail ID /

SECTION – 1 (Part B)

Page intentionally left blank

SECTION- 2

Tender Information

1. Type of tender : Single stage bidding, Two stage Opening using

two Electronic Envelope System without e-reverse auction

Note 1: The bidder shall submit Techno-commercial & Financial bid simultaneously.

Note 2: The bids will be evaluated techno-commercially first and thereafter financial bids of techno-commercially compliant bidders only shall be opened. There will be no e-reverse auction.

2. Bid Validity Period / : 150 days from the tender opening date.

Validity of bid Offer

3. The tender offer shall contain two electronic envelopes system, the first envelope will be named as techno-commercial & will contain documents of bidders satisfying the eligibility/Technical & commercial conditions and 2nd envelop will be named as financial envelope containing financial quote. These envelopes shall contain one set of the following documents :-