O/mm/Bid Document-Plg/12-15/Tender/07-08(RRC)

Bharat Sanchar Ngam Limited

(A Government of India Enterprise)

O/o the Chief General Manager, BSNL; Orissa Telecommunication Circle

MM Cell

Door Sanchar Bhawan, Unit-IX; Bhubaneswar-751022.

BID DOCUMENT

TENDER FOR

PROCUREMENT OF

C-DOT SPARE COMPONENTS.

TENDER NO: Plg/MM/12-15/TENDER/07-08

PART-A “TECHNICAL BID”

Particulars of issue of Tender documents
Payment of cost of Tender document-
Rs. / Particulars of DD number and date.
Name of the tenderer:

A.D.(MM)

O/o the C.G.M.T., BSNL

Orissa Telecommunications Circle- Bhubaneswar.

PLEASE VISIT US AT

www.orissa.bsnl.co.in

INDEX

PART-A “TECHNICAL/QUALIFYING BID DOCUMENT”

SECTION CONTENTS PAGE NO.

SECTION I NOTICE INVITING TENDER 3

CHECKLIST 5

SECTION II INSTRUCTION TO BIDDERS 6

A.  INTRODUCTION.

B.  THE BID DOCUMENT.

C.  PREPARATION OF BIDS.

D.  SUBMISSION OF BIDS.

E. BID OPENING & EVALUATION.

F. AWARD OF CONTRACT.

SECTION III GENERAL (COMMERCIAL) CONDITION OF CONTRACT 18

SECTION IV SPECIAL CONDITION OF CONTRACT 28

SECTION V BID FORM 30

SECTION VII BID SECURITY FORM 31

SECTION VIII PERFORMANCE SECURITY GURARANTEE (BOND FORM) 32

ANNEXURE A AMOUNT OF BID SECURITY 33

ANNEXURE B BID SECURITY TO BE SUBMITTED BY DEFAULTING VENDORS 34

ANNEXURE C LETTER OF AUTHORISATION TO ATTEND BID OPENING 35

ANNEXURE D UNDER TAKING IN RESPECT OF NO NEAR RELATIVE(S) OF THE BIDDER IS WORKING IN BSNL. 36

ANNEXURE E LIST OF SPARE COMPONENTS AND QUANTITY 37

ANNEXURE F INFORMATION WITH RESPECT TO BANK 39

PART-B “FINANCIAL BID DOCUMENT”

SECTION-VI PRICE SCHEDULE. 41

2

O/mm/Bid Document-Plg/12-15/Tender/05-06/3

SECTION I

BHARAT SANCHAR NIGAM LIMITED.

(A GOVT.OF INDIA ENTERPRISE)

Office of the Chief GMT, Orissa, Bhubaneswar

No.PLG/12-15/Tender/07-08 Dated at Bhubaneswar the 30 - 07 -2007

NOTICE INVITING TENDER

On behalf of the CMD BSNL Head Qtrs, New Delhi sealed tenders are invited by the CGMT,

Orissa from the registered manufacturers for the supply of following category of items as per details below.

Sl.
No / Name of the Item /

Spec. No. with up

to-date amendment

/
Quantity
/

Tender Enquiry No.

/

Cost of Bid Document in Rs

/ Date and time of / Amount of Bid Security
In Rs. / Estimated
Cost.
Rs. In Lakhs / No of vendors among which the orders will be placed.
Receipt
Of Bid / Opening of Bid
Technical bid / Financial bid
1 / 2 / 3 / 4 / 5 / 6 / 7 / 8 / 9 / 10 / 11 / 12
1 / C-DOT Spare components of 55 items (As per the detailed list available in Annexure-E / Please refer to C-DOT spare component code in col-ii of Annexure-E / As indicated against each item in Annexure-E / PLG/12-22/RRC/07-08 / 520.00 / 11.00 hrs of 25.08.07 / 15.00 hrs
Of
25.08.07 / 15.00 hrs
Of
07.09.07 / 15,000.00 / 10.68 / 2

*Bidders shall have to quote their prices against all the items listed in Annexure-E. Evaluation of financial bid shall be on total cost basis.

4

O/mm/Bid Document-Plg/12-15/Tender/05-06/3

2. ELIGIBILITY REQUIREMENT

(a)  The bidders having registration for manufacturing C-DOT equipments/ Switches. They must submit the proof of manufacturing of C-DOT equipments/ Switches.

(b)  Must have successfully executed educational/commercial orders of DOT/BSNL.

(c)  The bidder should submit an undertaking to the effect that none of their relatives are working in DOT/BSNL in annexure-D.

3. ISSUE OF BID DOCUMENTS-

Bid document shall be issued during the office hours on all working days from the date of Publication of NIT up to 2 days prior to the date fixed for receipt of Bid Documents.

4. BID DOCUMENTS CAN BE HAD:

a. From the Assistant Director (MM) O/o CGMT Orissa, Planning Cell. Door Sanchar Bhawan, 4th Floor Unit-IX, Bhubaneswar: 751022 on written application with the copies of the documents in support of their eligibility to participate in the Tendered item along with the cost of Bid document as mentioned at pre pages in the form of DD from any nationalized or scheduled bank in favour of Accounts Officer (A&P) BSNL, Office of the Chief General Manager Telecom Orissa, Bhubaneswar –1 payable at Bhubaneswar.

b. Eligible bidders can also down load the entire bid document from our website www.orissa.bsnl.co.in and submit the same within the scheduled time & date along with the required cost of the bid document as mentioned against the item(s) at pre pages in the form of DD from any scheduled bank in favour of Accounts Officer (A&P) BSNL, Office of the Chief General Manager Telecom Orissa, Bhubaneswar –1 payable at Bhubaneswar. The DD towards the cost of bid document and documents confirming to the eligibility criteria as mentioned in clause-2 above are required to be kept in the “Envelope-A: Technical/Commercial Bid”. However an intimation in this regard may be sent through Fax No: 0674-2543880 for information of the purchaser to list out their participation.

c. The tender document to NSIC registered SSI units may be given free of cost, if the value of procurement is less than or equal to their money limit. They would be asked to submit the details of NSIC registration for issue of tender document. If the bidder down loads the tender document, the details of NSIC registration must accompany the bid document. If the value of procurement is more than monetary limits, they are not entitled to get free tender document.

5. BID SECURITY.

i) Bid security as mentioned at pre pages is variable for the SSI units as per their financial limit vide Annexure-A of Bid document.

ii) EMD may be increased for such vendors who failed to accept the ordered quantity at the price quoted by them in the previous tender as per Annexure-B of Bid document.

PLESE VISIT US AT CHIEF GENERAL MANAGER

www.orissa.bsnl.co.in BSNL, ORISSA TELECOM CIRCLE

BHUBANESWAR

CHECKLIST OF DOCUMENTS SUBMITTED WITH THE BID.

S.N / Document/ material / Complied (Yes/No) / Page No:
1 / Cost of Bid document
2 / Bid Security
3 / Power of Attorney.
4 / Proof of execution of commercial orders with respect to the tendered items.
5 / Certificate of incorporation
6 / Articles of Memorandum of Association or partnership deed or proprietorship as the case may be
7 / Registration certificate from State Director of Industries or from Secretariat for Industrial Approval (SIA), Ministry of Industries, Government of India, if applicable.
8 / Approval from Reserve Bank of India/ SIA in case of foreign collaboration.
9 / Latest & Valid NSIC Certificate for the tendered items duly certified by NSIC if applicable.
10 / Undertaking in respect of nonworking of relatives in BSNL (As per Annexure-D)
11 / Information relating to bank as per Annexure-F
12 / 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.
13 / No deviation certificate.
14 / Document conforming to annual turn over as per requirement.
15 / Documents as per special conditions in section-IV
16 / Price Bid (Section-VI)

Date……………… Signature of Bidder

Office Seal

SECTION II

INSTRUCTIONS TO BIDDERS

A.  INTRODUCTION

1.  DEFINITIONS:

(a)  “The Purchaser” means Bharat Sanchar Nigam Limited Orissa Telecom Circle, Bhubaneswar.

(b)  “The Bidder” means the individual or firm who participates in this tender and submits its bid.

(c)  “The supplier” means the individual or firm supplying the goods under the contract.

(d)  “The Goods” means all the equipment, machinery, and/or other materials, which the supplier is required to supply to the Purchaser under the contract.

(e)  “Advance Purchase Order (APO)” means the intention of purchaser to place P.O. 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 specifications including requirement for use in BSNL network. Validation is carried out in simulated field environment and includes stability, reliability and environmental tests.

2.  ELIGIBLE BIDDERS:

The bidders should be Indian Companies having registration to manufacture C-DOT equipments/ C-DOT approved vendors/ Experienced supplier(s) to any Regional Repair Centres/ Electronic components suppliers to small or medium Electronics firms/Industries, the turn over of which should not be less than Rs. Five lakh for the last two years.

3.  COST OF BIDDING:

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.

B.  THE BID DOCUMENTS:

4.  BID DOCUMENTS:

4.1  The goods required, bidding procedures and contract terms are prescribed in the Bid Documents. The Bid Documents include:

a)  Notice Inviting Tender.

b)  Instruction to Bidders

c)  General Conditions (Commercial) of the Contract

d)  Special Conditions of Contract

e)  Bid Form

f)  Price schedule.

g)  Bid Security Form

h)  Performance Security Bond Form.

i)  Letter of authorization to attend Bid opening.

j)  Undertaking in respect of non-working of relatives in BSNL.

4.2  The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid Documents. Failure to furnish all information required as per the Bid Documents or submission of 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  CLARIFICATION OF BID DOCUMENTS;

5.1  A prospective bidder, requiring any clarification of the Bid Documents shall notify the Purchaser in writing or by telex or FAX at the Purchaser’s mailing address indicated in the Invitation for Bids. The Purchaser shall respond in writing to any request for clarification of the Bid Documents, which it receives not later than 7 (Seven) days prior to the date for the submission of bids. Copies of the query (without identifying the source) and clarifications by the Purchaser shall be sent individually to all the prospective bidders who have received the bid documents.

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

6  AMENDMENT OF BID DOCUMENTS;

6.1  At any time, prior to the date for submission of bids, the Purchaser may, for any reason whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the bid documents by amendments.

6.2  The amendments shall be notified in writing or by telex or FAX to all prospective bidders on the address intimated at the time of purchase of bid document from the purchaser and these amendments will be binding on them.

6.3  In order to afford prospective bidders reasonable time to take the amendments into account in preparing their bids, the Purchaser may, at its discretion, extend the deadline for the submission of bids suitably.

C.  PREPARATION OF BIDS;

7  DOCUMENTS COMPRISING THE BID:

It is a two bid system and the bid prepared by the bidder shall comprise the following components:

i) TECHNICAL BID: Technical bid shall comprise the following components:

a)  Documentary evidence established in accordance with Clause 2 and 10 of Section-II that the bidder is eligible to bid and is qualified to perform the contract if his bid is accepted.

b)  A Bid form completed in accordance with Clause 8 of Section-II.

c)  A Clause by Clause compliance as per clause 11.2

d)  Bid Security furnished in accordance with Clause 12

ii) FINANCIAL BID: Financial bid shall comprise the completed “PRICE SCHEDULE” (Part-B, Section-VI) in accordance with Clause-9.

8  BID FORM:

The bidder shall complete the Bid Form and the appropriate Price schedule furnished in the Bid Documents, indicating the goods to be supplied, a brief description of the goods, quantity and prices as per Section-V & VI.

9  BID PRICES:

9.1  The bidder shall give the total composite price inclusive of all levies & taxes i.e. Sales Tax and Excise, packing, forwarding, freight and insurance charges etc but exclusive of Octroi/Entry Tax. Octroi/Entry Tax shall be reimbursable on actual basis on presentation of documentary proof. The basic unit price and other component price need to be individually indicated against the goods under the contract as per price schedule given in Section VI. Prices of incidental services should be quoted. The offer shall be firm in Indian Rupees. No foreign exchange will be made available by the purchaser. Bidders shall have to quote price(s) against all the items, listed in the Annexure-‘E’.

9.2 Prices indicated on the Price Schedule shall be entered in the following manner.

(i) The basic unit price (Ex-Factory price) of the goods, Excise duty, Sales Tax, Insurance, Freight and forwarding other levies/taxes already paid or payable by Bidder shall also be quoted separately item wise.

(ii) Form C shall be issued on request.

(iii)  Stores may be delivered to the Divisional Engineer, Regional Repair Centre; Door Sanchar Bhawan, Unit-IX- Bhubaneswar, and the AO (A&P), O/o the CGMT, BSNL; Orissa shall be the paying authority.

(iv)  The Suppliers shall quote as per price schedule given in Section VI for the items given in the schedule of requirement.

9.3  The prices quoted by the bidder shall remain fixed during the entire period of contract and shall not be subject to variation on any account except the items for which Price Variation (P.V) is applicable. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected.

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

9.5  “DISCOUNT”, if any offered by the bidders shall not be considered unless they are 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 para 9.1 above. Break-up in various heads like ED, Sales Tax, Insurance, Freight and other taxes paid/payable as per Clause 9.2(i) is for the information of the purchaser and any change in these shall have no effect on price during the scheduled period of delivery.