Вы находитесь на странице: 1из 46

Form No………………...

Date of issue…………….
BHARAT SANCHAR NIGAM LIMITED
(A Govt. of India Enterprise)
OFFICE OF THE CHIEF GENERAL MANAGER TELECOM
RAJASTHAN TELECOM CIRCLE, SARDAR PATEL MARG, JAIPUR-
302 008
Visit us at www.rajasthan.bsnl.co.in

TENDER DOCUMENT

(Tender No: IT/01-74/Tender/DOTSOFT/JP/2006-07)


Tender for supply & installation of Servers for DOTSOFT &
Networking Components at Jaipur SSA & Implementation of
recovered server of Jaipur at Bhilwara and Chittore SSA.

1. DATE OF SALE OF TENDER 24.05.2007 to 21.06.2007 (UPTO 1730 HOURS)

2. DATE OF PRE-BID MEETING 30.05.2007 (AT 1500 HOURS)

3. LAST DATE OF RECEIPT OF 22.06.2007 (UPTO 1400 HOURS)


TENDER

4. DATE OF OPENING OF TENDER 22.06.2007 (AT 1430 HOURS)

5. COST OF TENDER DOCUMENT Rs.2000/- (Rs. Two Thousand Only)

6. EARNEST MONEY DEPOSIT Rs 4,36,000/- (Rs. Four lacs thirty six Only)
(EMD)

ISSUED TO M/S ................................................………………………………………………….

....………………………………………………….............................................

............................………………………………………………….....................

Assistant Director (Computer)

Important Note: - Original Tender document must be submitted with the bid. As far as
possible columns given in this document should be used to provide information and each page
should be signed otherwise the bid is liable to be rejected.

(This Tender Document Contains 44 page including cover Page)

Page 1 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
BID-DOCUMENTS

TABLE OF CONTENTS

Section Title Pages

I Notice Inviting Tender 3


Method for packing of bid document 4
CHECK LIST OF THE BIDDERS 5

II Instructions to Bidders 6-17

III General Conditions of Contract 18-25

IV Special Conditions of 26-31


Contract

V Schedule of Requirement 32

VI Technical Specification 33-34

VII Bid Form & Price Schedule 35-38


(Part: I, II & III)

VIII Bid Security Form 39

IX Performance Security Form 40

X Letter of authorization for 41


attending Bid opening

ANNEXURE-‘A’ Clause-By-Clause Compliance Statement 42


ANNEXURE-‘B’ No Deviation Statement 43
ANNEXURE-‘C’ Near Relative Certificate 44

***************

Page 2 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
BHARAT SANCHAR NIGAM LIMITED
(A GOVT. OF INDIA ENTERPRISE)
OFFICE OF CHIEF GENERAL MANAGER TELECOMMUNICATIONS
RAJASTHAN TELECOM CIRCLE, SARDAR PATEL MARG, C-SCHEME, JAIPUR-302008

NOTICE INVITING TENDER


(No. IT/01-74/Tender/ DOTSOFT/JP/2006-07)

On behalf of Chief General Manager, Rajasthan Telecom Circle, Bharat Sanchar Nigam
Limited, Jaipur, sealed tenders are invited for supply and installation of Servers for DOTSOFT &
Networking Components at Jaipur SSA and implementation of the recovered servers at
Bhilwara and chittore SSA from the Indian companies having authorization from the manufacturing
companies as per following details: -
Name of Item Estimated Bid Security Tender Sale of Date of Pre bid
Cost (EMD) Document Tender Opening meeting
(in Rupees) (in Rupees) Fee in Rs. Document from (1430 Hrs) (1500 Hrs)
1.Database Server along with storage for
DOTSOFT at Jaipur 24.05.2007 to
2,18,00,000 4,36,000/- 2000.00 22.06.2007 30.05.2007
2.Implementation of the recovered 21.06.2007
servers at Bhilwara & Chittore SSA

1. Eligibility Conditions
Intending bidders must be companies, either manufacturer or authorized dealer/supplier of the
manufacturer for the quoted item, having successfully executed the orders of supply and
installation of Database Servers, computer hardware/software costing Rs. 50 lacs or above in
Govt./Semi Govt. organizations/ PSUs/banks/educational institutes during last three years(2004-05,
2005-06,2006-07),at-least one order shall be with DOTSOFT DATABASE server in cluster with SAN
storage costing more than 50 lacs, having after-sales support office in Jaipur with adequate
number of engineers and infrastructure like telephone, fax, mobile phones etc.

The satisfactory certificate issued by an officer not below the rank of AGM/ DE/ CAO in case of BSNL/ MTNL
and Head of corresponding purchase department in other cases must be attached in support of the claim.

2. Tender form can be obtained by authorised person from AD (Computer) O/o CGMT, Rajasthan Circle, Jaipur by
depositing cash at cash counter O/o CGMT, Jaipur or by producing Crossed Demand Draft drawn on any Schedule
bank in favour of A.O. (Cash), BSNL, Office of Chief General Manager Telecom, Rajasthan Circle, Jaipur
payable at Jaipur on any working day between 1030 to 1230 and 1430 to 1730 hours by submitting an application up
to one day prior to the date fixed for receipt of bid documents. The Pre-bid meeting will be held on 30.05.2007 at
1500 Hrs in the Conference Hall of CGMT, Jaipur. The tenders will be accepted upto 14.00 Hrs on the
scheduled date of opening and bid will be opened at 1430 Hrs on the same date in the presence of authorized
representative of Bidders.

3. Fee for Bid Documents is neither transferable nor refundable.

4. Before submitting the bid on due date, kindly see all corrigendum/clarifications issued on website.

5. BIDS WILL BE OPENED IN TWO STAGES. TECHNICAL BID WILL BE OPENED FIRST AND AFTER
EVALUATION OF TECHNICAL BIDS. THE FINANCIAL BIDS (PRICE SCHEDULE) WILL BE OPENED AT
A LATER DATE TO BE COMMUNICATED.

6. The Purchaser reserves the right to (i) accept or reject any or all tender(s) and (ii) cancel the tender without
assigning any reason.

Asstt. General Manager (IT)


0141-2364565
Note: Bid document is available on website www.rajasthan.bsnl.co.in Tender Watch Circle Office. It may
be downloaded & submitted along with the tender fee as per point-2 above. The fee should be in envelope A. If at any
stage of the tendering process it is found that the downloaded document has been altered/manipulated, the bid shall stand
cancelled and EMD shall be forfeited.

Page 3 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
Method for Packing of bid documents
Outer Envelope

Envelope A Envelope B Envelope C


Envelope A (Marked as “BID SECURITY& TENDER DOCUMENT FEEs”)
Envelope B (Marked as “TECHNICAL BID”)
Envelope C (Marked as “FINENCIAL BID”)
Separate Cover (Marked as “BID SECURITY & REQUIRED CERTIFICATES for Tender No. :IT/01-
74/Tender/DOTSOFT/JP/2006-07”)
Contents of Envelope A Contents of Envelope B Contents of Envelope C
Bid Security in the form of BG / Original Bid Form section-VII Original Price Schedule as
NSIC registration Certificate as (Part-I & Part-II) duly filled per part-III, section-VII.
per clause 12, section-II
up and signed.
Bank draft of requisite value in Original bid document with
token of purchase of tender signature on each page
document in case same is down
loaded from website.
Copy of Certificate of
Incorporation as per clause 10.1 of
section-II
Power of Attorney as per clause
14.4 of section-II
Copy of Article of Memorandum
of Association or Partnership deed
or Proprietorship deed as the case
may be as per clause 10.1 of
section-II
A list of all Board of Directors of
the company. (In case of limited
company)
Clause by clause compliance
statement as per Annexure-A
No deviation statement as per
Annexure-B
Near relative certificate as per
Annexure-C and as per clause no.
34 of section-II
Any other supporting documents
Bid Document along with all
above-mentioned documents in
original are to be kept in this
envelope.
• All the envelopes should bear tender enquiry number and date, date of tender opening, name and address of the bidder and
sealed with the personal seal of the bidder.
• The outer envelope should also bear the address where the bids are to be submitted.
• The Envelop A should contain Bid Security in the form of DD /BG / NSIC registration Certificate as per clause 12 of section-II,
Bank Draft of requisite value in token of purchase of tender document in case same is down loaded from website. The envelope shall be
marked as “ BID SECURITY”.
• The Envelope B shall contain original Technical bid (marked as Technical Bid) consisting of the document
• The Envelope C shall contain the original price bid.This envelope shall be marked as “PRICED FINENCIAL ORIGINAL”.

Page 4 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
CHECK LIST OF THE BIDDERS
Please ensure that all documents are fully authenticated by the Authorized Signatory with his signature with official seal.
Offer is liable to be rejected, if enclosed documents are not authenticated.
Documents forming part of the bid: -

The Page no. of the


S. DOCUMENTS attached
document in the
bid.
Bid form in section-VII (Part-I & Part-II) and Price Schedule in section –VII
1.
(Part-III) duly filled up and signed.

2. Copy of certificate of Incorporation.


Power of Attorney attested by Notary Public or Registered with Sub Registrar in
3. favour of the signatory signing the offer and documents as per clause no. 14.4 of
section-II.
Copy of Memorandum of Association or Partnership deed (if not a proprietor
4. firm).
Copy of Board resolution, authorizing a person foer executing power of attorney in
5. the name of person, who is signing the bid document. (In case of
Company/Institution/Body Corporate)

6. Documents related to technical capabilities.

7. Documents related to financial capabilities of the bidder.


Copy of valid registration with NSIC mentioning therein the tendered item with
technical specifications as mentioned in section-VI. The factory address mentioned
in the NSIC and TSEC must be the same. In case of registration with the NSIC
being older than 3 (three) years, confirmation about its validity is essential.
8. OR
Bank Guarantee towards bid security on Non-Judicial Stamp Paper of proper value
for the specified amount and valid till 30 days after the expiry of validity of offer
(Bid Security valid for 180 DAYS from the date of opening of Bids) as per clause
12, section-II.
Bank draft of requisite value in token of purchase of tender document in case same
9 is down loaded from website and not submitted before opening.
Clause-by-Clause compliance statement pursuant to clause 11.2 (c) section-II as
10. per attached annexure-‘A’.
No deviation statement for Clause-by-Clause compliance in accordance with
11. clause 31 (iv) of section-II as per attached annexure-‘B’.

12. Deviation Statement in accordance with clause 30 (iv) of section-II, if any.

13. A list of all Board of Directors of the company. (In case of limited company)
Near Relative Certificate as per clause 34 of section-II as per attached
14. annexure-‘C”.
Any other supporting documents asked for in bid document.

Signature of bidder with seal


Page 5 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
SECTION – II
INSTRUCTIONS TO BIDDERS

A. INTRODUCTION:

1. DEFINITIONS:

(a) "The Purchaser" means the Chief General Manager, Rajasthan Telecom Circle, BSNL, Jaipur.

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

(c) "The Supplier" means the individual or firm supplying the goods under the contract.

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

(e) "The Advance Purchaser Order" means the intention of the 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 specifications including requirements for
use in BSNL network. Validation is carried out in simulated field environment and includes stability,
reliability and environmental tests.

2. ELIGIBLE BIDDERS:
Intending bidders must be companies, either manufacturer or authorized dealer/supplier of the
manufacturer for the quoted item, having successfully executed the orders of supply and
installation of Database Servers, computer hardware/software costing Rs. 50 lacs or above in
Govt./Semi Govt. organizations/ PSUs/banks/educational institutes during last three years(2004-05,
2005-06,2006-07),at-least one order shall be with DOTSOFT DATABASE server in cluster with SAN
storage costing more than 50 lacs, having after-sales support office in Jaipur with adequate
number of engineers and infrastructure like telephone, fax, mobile phones etc.

The satisfactory certificate issued by an officer not below the rank of AGM/ DE/ CAO in case of BSNL/
MTNL and Head of corresponding purchase department in other cases must be attached in support of the claim.

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:

4.0 DOCUMENTS REQUIRED

Page 6 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
4.1 The goods required to be supplied, bidding procedures and contract terms and conditions are prescribed
in the Bid Documents. The Bid documents include:

(a) Notice Inviting Tender

(b) Instructions to Bidders

(c) General (Commercial) Conditions of Contract

(d) Special conditions of Contract, if any

(e) Schedule of Requirements

(f) Technical Specifications

(g) Bid Form and Price Schedules

(h) Bid Security Form

(i) Performance Security Bond Form

(j) Letter of authorization to attend bid opening.

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 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.

4. CLARIFICATION OF BID DOCUMENTS

5.1 A prospective bidder, requiring any clarification on the Bid Documents shall notify the Purchaser in
writing or by FAX at the Purchaser’s mailing address 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
not later than 15 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.

5.2 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 to an amendment of relevant clauses of the bid
documents.

6. AMENDMENT OF BID DOCUMENTS

6.1 At any time, prior to the date of 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 bid documents by
amendments.

6.2 The amendments shall be notified in writing or by FAX 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.

C. PREPARATION OF BIDS

Page 7 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
7. DOCUMENTS COMPRISING THE BID

7.1 1st Envelope (Envelope A) containing bid fee & Bid Security marked as “Bid document fee & Bid
Security”, if the document is downloaded from website as given in NIT.

7.2 The 2nd sealed envelope (Envelope-B), marked as ORIGINAL TECHNICAL BID, should contain:

a) Documentary evidence established in accordance with the clause 2 & 10.1 that the bidder is
eligible to bid and is qualified to perform the contract if his bid is accepted.
b) A Clause by Clause compliance as per clause 11.2 (c)

7.3 The 3rd sealed envelope (Envelope – C), marked as Original Financial Bid, should contain -
(a) Original Price Schedule as per part-III, section-VII.

7.4 The 4th outer envelope, duly marked and sealed, should contain following:
st
1 Envelope (Envelope A) containing bid fee & Bid Security marked as “Bid document fee & Bid
Security”, if the document is downloaded from website as given in NIT.
2nd sealed envelope (Envelope B) prepared as per 7.2
3rd sealed envelope (Envelope C) prepared as per 7.3

8. BID FORM

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 VII.

9. BID PRICES

9.1 The bidder shall give the total composite price inclusive of all Levies & Taxes i.e. Sales Tax, Service
tax & Excise, packing, forwarding, freight and insurance etc. but excluding Octroi/Entry Tax which
will be paid extra as per actual, wherever applicable. The basic unit price and all other components of
the price need to be individually indicated against the goods it proposes to supply under the contract
as per the price schedule given in Section VII. 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.

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

(i) The Basic Unit price (Ex-Factory Price) of the goods, Excise duty, Sales Tax, Service Tax,
Freight, Forwarding, Packing, Insurance and any other Levies/Charges already paid or payable by
the supplier shall be quoted separately item wise.

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

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 Para 9.1 above. Breakup in various heads like
Page 8 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
excise duty, sales tax, insurance, freight and other taxes paid/payable as per clause 9.2 (i) is for the
information of the purchaser.

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. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION

10.1 The bidder shall furnish, as part of the bid documents establishing the bidder’s eligibility, the
following documents or which ever is required as per terms and conditions of Bid Documents.

(i) Certificate of incorporation.

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


the case may be.
(iii) Registration certificate from State Director of Industries or from secretariat for
Industrial approval(SIA), Ministry of Industries, Government of India.

(iv) Approval from Reserve Bank of India in case of foreign collaboration.

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

(vi) Near Relative Certificate as per clause 34 of section-II as per attached annexure-‘C”.

(vii) Power of attorney in favor of person signing the bid. Minutes of Board of Directors
empowering the person executing GPA.

(viii) Authorization letter/dealership/distributorship/partnership proof from Microsoft.


Note: If any one of the above documents, required to be submitted along with the technical bid, is found
wanting, the offer is liable to be rejected at that stage. However, the purchaser at it’s discretion may call for
any clarification regarding the document. The purchaser at it’s discretion may also ask for the submission of
any additional/missing document(s) within a stipulated time period. In such case(s), the bidder shall have to
comply the purchaser’s requirement within the specified time. In case of non-compliance to such queries, the
bid will be out rightly rejected without entertaining further correspondence in this regard.

10.2 (i) The bidder shall furnish Audited Annual Report and /or a solvency certificate from its bankers
as evidence that he has financial capability to perform the contract.

(ii) 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.

11. DOCUMENTS ESTABLISHING GOOD’S CONFORMITY TO BID DOCUMENTS


11.1 Pursuant to clause 7, the bidder shall furnish, as part of his bid, documents establishing the
conformity of his 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;

Page 9 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
(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 Technical Specifications
(Section VI), Commercial Conditions (Section III) and Special Conditions (Section IV)
shall not be considered. (as per annexure ‘A’)

11.3 For the purpose of compliance to be furnished pursuant to the clause 11.2(c) above, the bidder
shall note that the standards for the workmanship, material and equipment and reference to the
brand names or catalogue number, designated by the Purchaser in its Technical specifications are
intended to be descriptive only and not restrictive.

12. BID SECURITY


12.1(i) Pursuant to Clause 7, the bidder shall furnish, as part of his bid, a bid security for an amount
of Rs. 4,36,000/- (Rupees Four Lacs and thirty six thousand only), which is non-interest bearing.
The bidders (Small Scale Units) who are registered with National Small Scale Industries
Corporation under SINGLE POINT REGISTRATION SCHEME are exempted from payment
of bid security up to the amount equal to their monetary limit or Rs. 50 lakhs, which ever is
lower. In case of bidders having monetary limit as “ No Limit” or ‘ Without limit’ or exceeding
Rs. 50 Lakhs, the exemption will be limited to Rs. 50,00,000/- (Rupees Fifty Lakhs) only as per
existing policy of BSNL. A proof regarding current registration with NSIC for the tendered
items will have to be attached along with the bid.

12.1(ii) If a vendor registered with NSIC under single point registration scheme claiming concessional
benefit is awarded work by BSNL and subsequently fails to obey any of the contractual
obligation, he will be debarred from any further work/ contract by BSNL for one year from the
date of issue of such order.

12.2 The 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.

12.3 The bid security shall be in the form of a BG issued by a scheduled bank on non-judicial stamp
paper of Rs.100/- in favour of the purchaser, i.e CGMT, BSNL, Rajasthan Circle valid for a
period of 180 days from the date of tender opening or in the form of DD in favour of AO (cash),
O/o CGMT-Rajasthan, BSNL, Jaipur.

12.4 A bid not secured in accordance with para 12.1 & 12.3 shall be rejected by the Purchaser being
non-responsive at the bid opening stage and returned to the bidder unopened.

12.5 The bid security of the unsuccessful bidder will be discharged/returned as promptly as possible but not
later than 30 days after the expiry of the period of the bid validity 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.

12.7 The bid security may be forfeited:

(a) If the bidder withdraws his bid during the period of bid validity specified by the bidder in the Bid
form or

Page 10 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
(b) In the case of successful bidder, if the bidder fails:

(i) to sign the contract in accordance with clause 28 or

(ii) to furnish performance security in accordance with clause 27.

(c) In both the above cases, i.e 12.7 (a) & (b), the bidder will not be eligible to participate in the
tender for same item for one year from the date of issue of APO. The bidder will not approach the
court against the decision of BSNL in this regard.

12.8 The EMD should be kept in a separate Envelope marked “Bid Security” in 1st envelope (Envelope-A).

12.9 If at any stage of the tendering process it is found that the downloaded document has been
altered/manipulated, the bid shall stand cancelled and EMD shall be forfeited.

13. PERIOD OF VALIDITY OF BIDS


13.1 Bid shall remain valid for 150 days from the date of opening of bids prescribed by the purchaser
pursuant to clause 19.1. A bid valid for a shorter period shall be rejected by the purchaser being
non-responsive.

13.2 In exceptional circumstances, the purchaser may request the consent of the bidder for an extension to
the period of bid validity. The request and the response 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 his bid security. A bidder accepting the request and granting extension will not
be permitted to modify his bid.

14. FORMAT AND SIGNING OF BID

14.1 The Bid shall be typed or printed and all the pages numbered consecutively and shall be signed by the
bidder or a person or persons duly authorized to bind the bidder to the contract. The letter of
authorization shall be indicated by written power-of-attorney accompanying the bid.
14.2 All pages of the original bid, except for un-amended printed literatures, shall be signed by the
person or persons signing the bid. The bids submitted shall be sealed properly.

14.3 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.

14.4 Power of Attorney shall be in following manner:-

(i) The Power of Attorney should be submitted and executed on the non-judicial stamp
paper of appropriate value as prevailing in the respective state (s) and the same be attested by
the Notary Public or registered before the sub-registrar of the state(s) concerned.
(ii) The Power of Attorney be executed by a person who has been authorized by the
Board of Directors of the bidders in this regard on behalf of the Company / institution/Body
Corporate.
(iii) 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.

SUBMISSION OF BIDS

15. SEALING AND MARKING OF BIDS

15.1 a) The Bidders are specifically required to submit their offers in three parts, each in different sealed
envelopes duly marked as

Page 11 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
i. “Envelope-A: (i) Bid Security (ii) DD for Cost of Bid Document” (in case the tender document is
Downloaded from our website).
ii. “Envelope-B: Technical Bid”.
iii. “Envelope-C: Financial/ Price Bid”.
iv. All the above three envelopes (A, B & C) should be submitted in a separate large envelope.
b) Above three covers are to be sealed properly under the PERSONAL SEAL of the bidder. All the three
covers (A, B & C) shall be kept in one outer cover, which will also be sealed and marked with personal seal.
c) If the envelopes are not sealed and marked as required above, the bid is subjected for rejection in tender
opening stage itself.
d) Envelope-A should contain (i) Bid Security as per clause-12 of section II and DD towards the Cost of Bid
Document (if the tender document is downloaded from website).
e) Envelope-B should contain the Techno-Commercial bid along with the related document establishing
bidders eligibility as per clause-7.2 of section-II.
f) Envelope-C should contain Financial/ Price Bid i.e. the rates duly quoted by the bidder in the prescribed
format (Section-VII of Part-III “Financial Bid”).
g) If any of the document required to be submitted in envelope A is found to be wanting, the concerned Bid
shall be rejected at the opening stage itself and the remaining envelopes B & C will not be opened.

15.2 (a) The envelopes shall be addressed to the purchaser at the following address:

Asstt. General Manager (IT),


Office of the Chief General Manager Telecom, Rajasthan Circle, BSNL,
Sardar Patel Marg, C-scheme, Jaipur-302008.

(b) The envelope shall bear (the project name), the tender number and the words ‘DO NOT
OPEN BEFORE’ (due date & time).

(c) The inner and outer envelopes shall indicate the name and address of the bidders to
enable the bid to be return unopened in case it is declared ‘late’ or rejected.

(d) Tender may be 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 14.00 Hrs. to
AD(Comp.)/ Tender box at the venue (address is given in clause 15.2 (f) below} of the tender
opening. The purchaser shall not be responsible if the bids are delivered elsewhere.

(f) Venue of Tender Opening: Tender will be opened in Conference Hall, Sardar Patel Marg, C-
scheme, Jaipur-302008 at 1430 Hrs. on the due date. If due to administrative reason, the
venue of Bid opening is changed, it will be displayed prominently on Conference Hall,
CGMT Office.

15.3 If the envelopes are not sealed and marked as required at para 15.1 and 15.2 the bid shall be
rejected.

16. SUBMISSION OF BIDS


16.1 Bids must be received by the Purchaser at the address specified under para 15.2 not latter than
1400 hrs. on due date.

16.2 The 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 deadline as extended.

17. LATE BIDS

Page 12 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
Any bid received by the purchaser after the deadline for submission of bids prescribed by the
purchaser pursuant to clause 16, shall be rejected and returned unopened to the bidder.

18. MODIFICATION AND WITHDRAWAL OF BIDS

18.1 The bidder may modify or withdraw his bid after submission provided that the written notice of the
modification or withdrawal is received by the purchaser prior to the deadline prescribed for
submission of bids.

18.2 The bidder’s modification or withdrawal notice shall be prepared, sealed, marked and dispatched as
required in the case of bid submission in accordance with the provision of clause 15. A withdrawal
notice may also be sent by FAX but followed by a signed confirmation copy by post not later than
the deadline for submission of bids.

18.3 Subject to clause 20, no bid shall be modified subsequent to the deadline for submission of bids.

E. BID OPENING AND EVALUATION

19. OPENING OF BIDS BY PURCHASER

19.1 The purchaser shall open bids in the presence of bidders or their authorized representatives who chose
to attend, at 1430 hrs on due date. The bidder’s representatives, who are present, shall sign in an
attendance register. Authority letter to this effect shall be submitted by the bidders before they are
allowed to participate in bid opening (A Format is given in section X).
19.2 A maximum of two representatives of any bidder shall be authorized and permitted to attend the bid
opening.
19.2 The bidder’s names, Bid prices, modifications, bid withdrawals and such other details as the
purchaser, at its discretion, may consider appropriate will be announced at the time of opening.

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

19.4 a) It is a two-stage bid. The TOC shell open first the envelope ‘A’ and check the documents with
reference to bid security and fees of tender document (if downloaded from website), if any of these
are not available the remaining “Envelopes B & C” will not be opened and the bid will be rejected at
that stage itself.
b) For the eligible bidders, TOC shall then open the technical bid contained in envelope-B and
check the availability of all the documents as per clause 10.1. During this opening of technical bids,
purchaser shall check availability of required document in general. Evaluation of the technical bids in
detail will be done by the purchaser on a later date before opening of the financial/price bid.
c) For technically responsive bids the Financial/ Price bids (Envelope-C) will be opened on date and
time and the same will be communicated to bidders.

20. CLARIFICATION OF BIDS

To assist in the examination, evaluation and comparison of bids, the purchaser may, at its discretion
ask the bidder for the clarification of its bid. The request for the clarification and the response shall be
in writing.

21. PRELIMINARY EVALUATION

21.1 Purchaser shall evaluate the bids to determine whether they are complete, whether any computational
errors have been made, whether required sureties have been furnished, whether the documents have
been properly signed and whether the bids are generally in order.
Page 13 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
21.2 Arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the
unit price and total price that is obtained by multiplying the unit price and quantity, the unit price shall
prevail and the total price shall be corrected by the purchaser. If there is a discrepancy between words
and figures, the amount in words shall prevail. If the supplier does not accept the correction of the
errors, his bid shall be rejected.

21.3 Prior to the detailed evaluation pursuant to clause 22, the Purchaser will determine the substantial
responsiveness of each bid to the Bid Document. For purposes of these clauses, a substantially
responsive bid is one which confirms to all the terms and conditions of the Bid Documents without
material deviations. The purchaser’s determination of bid’s responsiveness shall be based on the
contents of the bid itself without recourse to extrinsic evidence.

21.4 A bid, determined as substantially non-responsive will be rejected by the purchaser and shall not
subsequent to the bid opening be made responsive by the bidder by correction of the non-
conformity.

21.5 The Purchaser may waive any minor infirmity or non-conformity or irregularity in a bid which doesn’t
constitute a material deviation, provided such waiver doesn’t prejudice or effect the relative ranking of
any bidder.

22. EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS

22.1 The Purchaser shall evaluate in detail and compare the bids previously determined to be substantially
responsive pursuant to clause 21.
22.2 The evaluation and comparison of responsive bids shall be done on the lowest total price of the goods
offered (all the items in price schedule including implementation charges, AMC, optional
items and any other item quoted by the bidder for successful commissioning of the system)
inclusive of Levies & Taxes i.e., Sales Tax, Service tax & Excise Duty, packing, forwarding, freight
and insurance etc. of the Price Schedule in Section VII Part III of the Bid Document but exclusive of
octroi / entry tax which will be paid extra as per actuals, wherever applicable.
22.3 Though the prices of additional item/s have been asked for and the cost of additional item/s
shall be included for evaluation of the Tender unless otherwise specified, Purchaser reserves
the right to procure or not to procure the optional items.

23. CONTACTING THE PURCHASER

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

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

F AWARD OF CONTRACT

24. PLACEMENT OF ORDER

The Purchaser shall consider placement of orders for commercial supplies only on those eligible
bidders whose offers have been found technically, commercially and financially acceptable and whose
goods have been accepted by the purchaser. The Purchaser reserves the rights to counter offer
price(s) against price(s) quoted by any bidder.

25. PURCHASER’S RIGHT TO VARY QUANTITIES

(a) BSNL will have the right to increase or decrease up to 25% of the quantity of goods
and services specified in the schedule of requirements without any change in the unit
Page 14 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
price or other terms and conditions at the time of award of contract or up to 25% of
the tender quantity can be ordered within 2 (two) months of the placement of
purchase order and supplies obtained within the original scheduled delivery
period.

(b) In exceptional situation where the requirement is of an emergent nature and it is


necessary to ensure continued supplies from the existing venders, the purchaser
reserves the right to place repeat order up to 50% of the quantities of goods and
services contained in the running tender /contract within a period of twelve months
from the earliest date of acceptance of APO at the same rate or a rate negotiated
(downwardly) with the existing venders considering the reasonability of rates based on
prevailing market conditions and the impact of reduction in duties and taxes etc.

26. PURCHASER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS

The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process
and reject all bids, at any time prior to award of contract without assigning any reason
whatsoever and without thereby incurring any liability to the affected bidder or bidders on the
grounds of purchaser’s action.

27. ISSUE OF ADVANCE PURCHASE ORDER

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

27.2 The bidder shall within 14 days of issue of the advance purchase order, give his acceptance along with
performance security valid for 36 months from the issue of APO in conformity with section IX
provided with the bid document.

28. SIGNING OF CONTRACT

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

28.2 Upon the successful bidder furnishing performance security pursuant to clause 27, the
Purchaser shall discharge the bid security in pursuant to clause 12.
29. ANNULMENT OF AWARD
Failure of the successful bidder to comply with the requirement of clause 28 shall constitute
sufficient ground for the annulment of the award and the forfeiture of the bid security in
which event the Purchaser may make the award to any other bidder at the discretion of the
purchaser or call for new bids.

30. QUALITY ASSURANCE REQUIREMENTS


The supplier shall have Quality Management System supported and evidenced by the following:
• A Quality Policy.
• A management representative with authority and responsibility for fulfilling QA requirements and
for interfacing with purchaser in the matters of Quality.
• Procedure for controlling design/production engineering, materials, choice of components/vendors,
manufacturing and packaging process for supplying quality products.
• System of Inward Good Inspection.
• System to calibrate and maintain required measuring and test equipment.
• System for tracing the cause for non-conformance (traceability) and segregating product, which
don’t conform to specifications.

Page 15 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
31. While all the conditions specified in the Bid documents are critical and are to be complied, special
attention of bidder is invited to the following clauses of the bid documents. Non-compliance of any
one of which shall result in out right rejection of the bid.

(i) Clause 15.1 of Section II: The bids will be recorded/returned unopened if covers are not
properly sealed with ‘PERSONAL SEAL’ of the bidder.

(ii) Clauses 12.1, 12.3 & 13.1 of Section II: The bids will be rejected at opening stage if Bid
security is not submitted as per Clauses 12.1 & 12.4 and bid validity is less than the period
prescribed in Clause 13.1 mentioned above.

(iii) Clause 2 of Section II : If the eligibility condition as per clause 2 of Section II is not met, the
bids will be rejected without further evaluation.

(iv) Clause 11.2 ( c ) of Section II : If clause-by-clause compliance and deviation statements as


prescribed are not given, the bid will be rejected at the stage of primary evaluation. In case of
no deviations, a statement to that effect must be given. (as per annexure ‘B’)

(v) Section III Commercial conditions, Section IV Special Conditions of Contract & Section
VI Technical Specifications : Compliance if given using ambiguous words like “Noted”,
“Understood”, “Noted & Understood” shall not be accepted as complied. Mere “Complied”
will also be not sufficient, reference to the enclosed documents showing compliances must be
given.

(vi) Section VII Price Schedule: Prices are not filled in as prescribed in price schedule.

(vii) Section II clause 9.5 on discount, which is reproduced below:

“Discount, if any, offered by the bidder shall not be considered unless specifically indicated in
the price schedule. Bidders desiring to offer discount shall therefore modify their offer suitably
while quoting and shall quote clearly net price taking all such factors like Discount, free supply
etc. into account”.

(VIII)Before outright rejection of the Bid by bid opening team for non –compliance of any of the
provisions mentioned in clause 31(i) , 31(ii) of section II and 2(i) of section IV though the
bidder company is given opportunity to explain their position , however if the person
representing the company is not satisfied with the decision of the Bid opening team, he / they
can submit the representation to Bid- opening team immediately but in no case after closing of
the tender process with full justification quoting specifically the violation of tender conditions if
any.

Bid opening team will not return the bids submitted by the bidders on the date of Tender
opening even if it is liable for rejection and will preserve the bids in sealed cover as submitted
by taking signatures of some of the desirous representatives of the participating bidders /
companies present on the occasion.

The In charge of the Bid opening team will mention the number of bids with name of company
found unsuitable for further processing on the date of tender opening and number of
representations received in Bid opening Minutes and if Bid opening team is satisfied with the
arguments of the bidder / company mentioned in their representation and feel that there is
prima-facie fact for consideration, the in charge of the Bid opening team will submit the case
for review to competent authority, CGM in Circles and Director (Plg & NS) in Corporate
Office as early as possible preferably on next working day and decision to this effect should be
communicated to the bidder company within a week positively . Bids found liable for rejection
and kept preserved on the date of tender opening will be returned to the bidders after issue of
PO against the instant tender.

Page 16 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
If the reviewing officer finds it fit to open the bid of the petitioner, this should be done by giving
three (working) days notice to all the participating bidders to give opportunity to desirous
participants to be present on the occasion.

32. Purchaser reserves the right to disqualify the supplier for a suitable period who habitually failed to
supply the equipment in time. Further, the suppliers whose equipment do not perform satisfactory in
the field in accordance with the specifications may also be disqualified for a suitable period as decided
by the purchaser.

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

34. Near Relative certificate :

The bidder should give a certificate that none of his/her near relative is working in the units as
defined below where he is going to apply for the tender. In case of proprietorship firm certificate will
be given by the proprietor. For partnership firm certificate will be given by all the partners and in
case of limited company by all the Directors of the company excluding Government of
India/Financial institution nominees and independent non-Official part time Directors appointed by
Govt. of India or the Governor of the state. Due to any breach of these conditions by the company or
firm or any other person the tender will be cancelled and Bid Security will be forfeited at any stage
whenever it is noticed and BSNL will not pay any damage to the company or firm or the concerned
person.

The company or firm or the person will also be debarred for further participation in the concerned
unit.
The near relatives for this purpose are defined as:-

(a) Members of a Hindu undivided family.

(b) They are husband and wife.

(c) The one is related to the other in the manner as father, mother, son(s) & Son’s wife (daughter in
law), Daughter(s) and daughter’s husband (son in law), brother(s) and brother’s wife, sister(s)
and sister’s husband (brother in law).

The format of the certificate to be given is “I…………..s/o…….……r/o…………….. hereby certify


that none of my relative(s) as defined in the tender document is/are employed in BSNL unit as per
details given in tender document. In case at any stage, it is found that the information given by me is
false/incorrect, BSNL shall have the absolute right to take any action as deemed fit/without any prior
intimation to me.” (as per annexure ‘C’)

*****

Page 17 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
SECTION III

GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT

1. APPLICATION:

The General Conditions shall apply in contracts made by the Purchaser for the procurement of Goods.

2. STANDARDS:

The Goods supplied under this contract shall conform to the standards prescribed in the Technical
Specifications in section- VI.

3. PATENT RIGHTS:

The Supplier shall indemnify the Purchaser against all third party claims of infringement of patent,
trademark or Industrial design rights arising from use of the goods or any part thereof in Indian
Telecom Network.

4. PERFORMANCE SECURITY:

4.1 The Supplier shall furnish performance security to the Purchaser for an amount equal to 5% of the value of
Advance Purchase Order within 14 days from the date of issue of the Advance Purchase Order by the
Purchaser. The Suppliers (Small Scale Units) who are registered with National Small Scale Industries
Corporation UNDER SINAGLE POINT REGISTRATION SCHEME has to submit the performance
bank security as per the formula given below: -

PBG Amount = (Total value of PO – Monetary Limit) X 5%

In case of suppliers having monetary limit as “NO LIMIT” the exemption will be limited to Rs.
50,00,000 (Rs. Fifty Lakhs Only) as per existing policy of BSNL. A proof regarding current
registration with NSIC for the TENDERED ITEMS will have to be attached along with the bid.

4.2 The proceeds of the performance security shall be payable to the Purchaser as compensation for any
loss resulting from the bidder's failure to complete its obligations under the Contract.

4.3 a) The performance security bond shall be in the form of a Bank Guarantee valid for 36 months from
date of APO, issued by a Scheduled Bank on non-judicial stamp paper of Rs. 100/- and in the form
provided in Section-IX of Bid Documents. (After commissioning, the PBG should be valid for
minimum 30 months otherwise PBG will be further extended by contractor accordingly).
b)Before expiry of this Bank Guaranty, the contractor should submit a performance bank guarantee for
an amount equal to the highest one of the three year of AMC charges, at the time of signing of AMC
agreement valid for a period of 42 months. Also, the value of this new performance bank guarantee
cannot be lower than the earlier performance security of procurement. Thus, performance security
during AMC will be higher of the two.
4.4 The performance security Bond will be discharged by the Purchaser after completion of the supplier’s
performance obligations including any warranty obligations under the contract, and after the supplier
has signed the AMC agreement and submitted another performance security for AMC according to
clause 4.3(b).

Page 18 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
5. INSPECTION AND TESTS

5.1 The purchaser or his bonafide representatives ( To be decided be the SSA Head) will inspect & Test
the Goods. Should any inspected or tested goods fail to conform to the specifications the purchaser
may reject them and the supplier shall either replace the rejected goods or make all alterations
necessary to meet Specification requirements free of cost to the purchaser.

5.2 If any equipment or any part thereof, before it is taken over under clause 5.3, is found defective or
fails to fulfill the requirements of the contract, the inspector shall give the Supplier notice setting forth
details of such defects or failure and the supplier shall make the defective equipment good, or alter
the same to make it comply with the requirements of the contract forthwith and in any case within a
period not exceeding three months of the initial report. These replacements shall be made by the
supplier free of all charges at site. Should it fail to do so within this time, the purchaser reserves the
discretion to reject and replace at the cost of the supplier the whole or any portion of equipment as the
case may be, which is defective or fails to fulfill the requirements of the contract . The cost of any
such replacement made by the purchaser shall be deducted from the amount payable to the supplier.

5.3 When the performance tests called for have been successfully carried out, the inspector / ultimate
consignee will forthwith issue a Taking Over Certificate. The inspector /ultimate consignee shall not
delay the issue of any “taking Over Certificate” contemplated by this clause on account of minor
defects in the equipment which do not materially affect the commercial use thereof provided that the
supplier shall undertake to make good the same in a time period not exceeding six months. The
Taking Over Certificate shall be issued by the ultimate consignee within six weeks of successful
completion of tests. In this case, BCPC (Bills Copy Payable Challan) shall be equivalent to “Taking
Over Certificate”, issuance of which shall certify receipt of goods in safe and sound condition.
However, they shall not discharge the supplier of their warranty obligation. BCPC in respect of last
consignment against the purchase order will be equivalent to “Taking Over Certificate”.

5.4 Nothing in clause 5 shall in any way release the Supplier from any warranty or other obligations under
this contract.

6. DELIVERY AND DOCUMENTS


6.1 Delivery of the goods and documents shall be made by the supplier in accordance with the terms specified
by the purchaser in its schedule of requirements and special conditions of contracts, and the goods
shall remain at the risk of the supplier until delivery has been completed. The delivery of the
equipment shall be to the ultimate consignee as given in the purchase order.

6.2 For Jaipur SSA, the delivery of the goods & documents shall be supplied within 6 weeks from the date of
APO and installation shall be completed within 10 (Ten) weeks from the date of issue of Advance
Purchase Order. The actual delivery schedule will be given in purchase order.

6.3 For Bhilwara and Chittorgarh SSA, the installation and implementation of recovered server of Jaipur SSA
should be completed with in six weeks after successful commissioning of new server at Jaipur SSA.
The vendor will be responsible for safely transportation of server and accessories from Jaipur to
Bhilwara.

6.4 All Technical assistance for installation, commissioning and monitoring of the equipment shall be
provided by the Supplier at no extra cost during laboratory evaluation, validation and field trial, if any.

7. TRAINING:

7.1 The bidder shall provide training for installation and maintenance staff of the purchaser free of cost
where required. Training on the use of the Hardware and Software packages will be provided by the
supplier at least for basic day-to-day operations.

Page 19 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
7.2 Five persons from each SSA (Bhilwara & Chittorgarh) will be trained on system
administration aspects of UNIX & Oracle, Networking aspects & on Administration
/Configuration of Routers & Leased Line Modem. for 15 days..
7.3 The bidder shall provide all training material and documents.
7.4 Conduct of training of the purchaser’s personnel shall be at the supplier’s plant and/or on-site in
assembly start-up operation, maintenance and/or repair of the supplied goods.
7.5 After issue of Purchase Order, the supplier will submit a detailed training schedule for
approval of the purchaser in accordance to above.

7. SCOPE OF WORK(For Jaipur, Bhilwara and Chittorgarh SSA):

7.1 Supply and installation of equipment ordered within the time frame specified in the tender
conditions.

7.2 Port data from the old system to the new system. The client end software (DOTSOFT) will be
provided by BSNL. The vendor will configure the server and the client to get the desired outputs
and speeds.
7.3 Entry of additional data as per requirement.

7.4 For Installing computer hardware and peripherals BSNL will provide accommodation equipped
with suitable electrical wiring, fitting and furniture.

7.5 Install all the hardware equipment supplied & Configure all the Networking equipment.

7.6 The system installation and commissioning includes Installation of UNIX, ORACLE RDBMS,
providing implementation assistance in installing Application software (DOTSOFT) subsequent
FINE TUNING and other related works like Creating ROLES, assigning GRANTS and
PRIVILEGES to USERS etc. The latest updated data of planned SDCAs is to be implemented
on the network

7.7 BSNL will nominate an officer as Database Administrator (DBA), who will co-ordinate with the
vendor in the implementation.

7.8 Commissioning of the equipment and checking the functioning of the Network.
7.9 For Bhilwara and Chittorgarh SSA, the installation and implementation of recovered server of Jaipur
SSA should be completed with in six weeks after successful commissioning of new server at Jaipur
SSA. The vendor will be responsible for safely transportation of server and accessories from Jaipur to
Bhilwara

8. INCIDENTAL SERVICES

8.1 The supplier may be required to provide any or all of the following services:

(a) Performance or supervision of on-site assembly and/or start-up of the supplied Goods;
(b) Furnishing of tools required for assembly and/or maintenance of supplied Goods;
(c) Performance of supervision or maintenance and/or repair of the supplied Goods, for a period of
time agreed by the parties provided that this service shall not relieve the supplier of any
warranty obligations under this contract.

9. SPARES: -

9.1 The supplier shall be required to provide a list of the material and notifications pertaining to spare
parts manufactured or distributed by the supplier spares including cost and quantity considered for
arriving at the price of spares in Section II, clause 9 wherever required.

Page 20 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
(a) Such spare parts as the purchaser may elect to purchase from the supplier provided that such
purchase shall not relieve the supplier of any warranty obligation under the contract.
(b) In the event of termination of production of the spare parts, the supplier shall
i) give advance notification to the purchaser pending termination (not less than 3 months), in sufficient
time to enable the purchaser to procure life time spare; and
ii) following such advance intimation of termination, furnish at no cost to the purchaser, the blue
prints, drawings and specifications of spare parts, if and when requested.
9.2 Over a period of three years starting from the date of final acceptance, the supplier shall supply, at his
own cost, all necessary spares which have not been included in the offer as part of the requirement.
These spares should be supplied within a maximum period of 30 days from the notification by the
purchaser of his need.

10. WARRANTY

10.1 The supplier shall warrant that the softwares/hardware to be supplied shall be new and free from all
defects and faults in materials used, workmanship and manufacture and shall be of the highest grade
and consistent with the established and generally accepted standards for materials of the type ordered
and shall perform in full conformity with the specifications and drawings. The supplier shall be
responsible for any defect that may develop under the conditions provided by the contract and under
proper use, arising from faulty material, design or workmanship such as corrosion of the equipment,
inadequate quantity of material to meet equipment requirements, inadequate contact protection,
deficiencies in circuit design and/or otherwise and shall remedy such defects at his own cost when
called upon to do so by the Purchaser who shall state in writing in what respect the stores are
faulty. This warranty shall survive inspection or payment for / and acceptance of goods, but shall
expire (except in respect of complaints notified prior to such date) twenty-four months after the
stores have been taken over under clause 5.3 above.

10.2 If it becomes necessary for the Supplier to replace or renew any defective portion(s) of the equipment
under this clause, the provisions of the clause 10.1 shall apply to the portion(s) of the equipment so
replaced or renewed or until the end of the above mentioned period of twelve months, whichever may
be later. If any defect is not remedied by the supplier within a reasonable time, the Purchaser may
proceed to get the defects remedied from other supplier etc., at the supplier’s risk and expenses, but
without prejudice to anyother rights which the purchaser may have against the supplier in respect of
such defects.

10.3 Replacement under warranty clause shall be made by the supplier free of all charges at site including
freight, insurance and other incidental charges.

11. PAYMENT TERMS

11.1Payment of 70% (seventy percent) of the price for hardware and software items (reference serial no 1 to 5
of the price bid section VII part -III) shall be made on receipt of goods in good condition by consignee
and inspection. For claiming this payment the following documents are to be submitted to the paying
authority.

(i) Invoice
(ii) Delivery Challan
(iii) Consignee receipt
(iii) Inspection certificate/QA report
(iv) Proof of payment of octroi/entry tax., if any
Next 30% (thirty percent) payment for the hardware and software items, and 100% payment
for the concerned Implementation & Services items (reference point no 6 & 8 of price schedule
section-VII part-III) shall be made after Acceptance Testing , declaration of successful commissioning
of the System and issue of Taking Over Certificate.
11.2 The payment for DOTSOFT Software support Section VII Part III item no 7 will be released on
this account Half Yearly basis and the payment for Annual Maintenance Charges Section VII Part III item

Page 21 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
no 9 to 11 will be released at the end of subsequent year on presentation of bill duly verified to the effect that
the Software and Hardware has been maintained and there has been no interruption of service from the user
not below the rank of Divisional Engineer.

11.3 (i) Form “C” and also a certificate stating that the tendered item (stores) are meant for the use of
BSNL shall be provided by the purchaser on the request of the bidder as and when asked for.

(ii) No payment will be made for goods rejected at the site on testing.

12. PRICES

(i) Prices charged by the supplier for goods delivered and services performed under the contract shall
not be higher than the prices quoted by the supplier in his bid.

(ii) (a) Prices will be fixed at the time of issue of purchase order as per taxes and statutory duties
applicable at that time.
(b) In case of reduction of taxes and other statutory duties during the scheduled delivery
period, purchaser shall take the benefit of decrease in these taxes/duties for the supplier
made from the date of enactment of revised duties/taxes.
(c) In case of increase in duties/taxes during the scheduled delivery period, the purchaser
shall revise the prices as per new duties /taxes for the supplies, to be made during the
remaining delivery period as per terms and conditions of the purchase order.

(iii) Any increase in taxes and others statutory duties/levies after the expiry of scheduled delivery
date shall be to the supplier account. However, benefit of any decrease in these taxes/duties.
Shall be passed on to the purchaser by the supplier.

13. CHANGES IN PURCHASE ORDERS

13.1 The purchaser may, at any time, by a written order given to a supplier, make changes within the
general scope of the contract in any one or more of the following:

(a) drawings, designs or specifications, where Goods to be supplied under the contract are to be
specifically manufactured for the Purchaser;

(b) the method of transportation or packing;

(c) the place of delivery; or

(d) the services to be provided by the supplier.

13.2 If any such change causes an increase or decrease in the cost of, or the time required for the execution
of the contract an equitable adjustment shall be made in the contract price or delivery schedule, or both, and
the contract shall accordingly be amended. Any proposal by the supplier for adjustment under this clause must
be made within thirty days from the date of the receipt of the change in order.

14. SUBCONTRACTS
The Supplier shall notify the Purchaser in writing of all subcontracts awarded under this contract if not
already specified in his bid. Such notification, in his original bid or later shall not relieve the supplier
from any liability or obligation under the Contract.

15. DELAYS IN THE SUPPLIER’S PERFORMANCE

15.1 Delivery of the Goods and performance of the services/implementation shall be made by the Supplier
in accordance with the time schedule specified by the purchaser in its purchase order. In case the
supply and implementation is not completed in the stipulated delivery period, as indicated in the
Page 22 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
Purchase Order, purchaser reserves the right either to short close /cancel this purchase order and/or
recover liquidated damage charges. The cancellation/short closing of the order shall be at the risk
and responsibility of the supplier and purchaser reserves the right to purchase balance-unsupplied
item at the risk and cost of the defaulting vendors.
15.2 Delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to
any or all of the following sanctions: forfeiture of its performance security, imposition of liquidated
damages and/or termination of the contract for default.

15.3 If at any time during the performance of the contract, the supplier encounters condition impending
timely delivery of the goods and performance of service, the Supplier shall promptly notify to the
Purchaser in writing the fact of the delay, its likely duration and its cause(s). As soon as practicable
after receipt of the supplier’s notice, the Purchaser shall evaluate the situation and may at its discretion
extend the period for performance of the contract (by not more than 20 weeks) subject to furnishing of
additional performance security by the supplier @ 5% of the total value of the Purchase Order.
Additional performance security @5% of the contract value will be taken for the turnkey contracts /
package supplies and for bulk supply contract, the additional performance security will be @5% of the
values of the remaining quantity yet to be supplied at the time of seeking extension by the vendor.
15.4 If the supplies are not completed in the extended delivery period, the purchase order shall be short-
closed and both the Performance securities shall be forfeited.
15.5 As per BSNL HQ letter no. 3-2/2002-MMT (Pt) Dated: 08.09.03 if any supply is made during the
extended delivery period BSNL shall have the absolute right to revise the price(s) and also to levy
penalty for delayed supplies.

15.5. PENALTY CLAUSE DURING WARRANTY AND AMC

Delay will be calculated from the date and time of making over the assignment to the
contractor.
15.5.1 In case of delay in rectification of hardware fault of Server a penalty of Rs.1000/- per day will
be levied. In case of delay in rectification of the fault beyond 3 days, a penalty of Rs. 3000/- per
day will be levied. In such an event, the purchaser may get the faults rectified by third party
and such cost of repairs shall have to be borne by the contractor, in addition to the penalty.
15.5.2 In case of delay in rectification of DOTSOFT and system support fault of Server/client a
penalty of Rs.500/- per day will be levied. In case of delay in rectification of the fault beyond 3
days, a penalty of Rs. 1500/- per day will be levied. In such an event, the purchaser may get the
support by third party and such cost of repairs shall have to be borne by the contractor, in
addition to the penalty.

16 LIQUIDATED DAMAGES
16.1 The date of delivery of the stores and implementation stipulated in the acceptance of the tender
should be deemed to be the essence of the contract and delivery must be completed not later than the
dates specified therein. Extension will not be given except in exceptional circumstances. Should,
however, deliveries be made after expiry of the contracted delivery period, without prior concurrence
of the purchaser and be accepted by the consignee, such delivery will not deprive the purchaser of his
right to recover liquidated damage under clause 16.2 below. However, when supply is made within
21 days of the contracted original delivery period, the consignee may accept the stores and in such
cases the provision of clause 16.2 will not apply.
16.2 Should the supplier fails to deliver the store, implementation or any consignment thereof within the
period prescribed for delivery, the purchaser shall be entitled to recover 0.5 % of the value of the
delayed supply and installation for each week of delay or part thereof for a period up to 10 (TEN)
weeks and thereafter at the rate of 0.7% of the value of the delayed supply for each week of delay or
part thereof for another TEN weeks of delay. The extension beyond 20 Weeks may be decided by
functional Director in the most exceptional cases on case to case basis on the recommendation of the
CGM concerned stating reasons and justification for the grant of extension of delivery period beyond
20 weeks. The LD will continue to be charged at a flat rate of 0.7% of the value of the delayed supply
for each week of delay of part thereof beyond 20 weeks of delay. In the case of package
supply/turnkey project where the delayed portion of the supply materially hampers installation and
Page 23 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
commissioning of the systems, L/D charges shall be levied as above on the total value of the
concerned package of the Purchase Order. Quantum of liquidated damages assessed and levied by
the purchaser shall be final and not challengeable by the supplier.

17. FORCE MAJEURE


17.1 If, at any time, during the continuance of this contract, the performance in whole or in part by
either party of any obligation under this contract is prevented or delayed by reasons of any war
or hostility, acts of the public enemy, civil commotion, sabotage, fires, floods, explosions,
epidemics, quarantine restrictions, strikes, lockouts or act of God (hereinafter referred to as
events) provided notice of happenings of any such eventuality is given by either party to the
other within 21 days from the date of occurrence thereof, neither party shall by reason of such
event be entitled to terminate this contract nor shall either party have any claim for damages
against other in respect of such non-performance or delay in performance, and deliveries
under the contract shall be resumed as soon as practicable after such an event come to an end or
cease to exist, and the decision of the Purchaser as to whether the deliveries have been so
resumed or not shall be final and conclusive. Further that if the performance in whole or part of
any obligation under this contract is prevented or delayed by reasons of any such event for a
period exceeding 60 days, either party may, at its option, terminate the contract.

17.2 Provided, also that if the contract is terminated under this clause, the Purchaser shall be at
liberty to take over from the Supplier at a price to be fixed by the purchaser, which shall be
final, all unused, undamaged and acceptable materials, bought out components and stores in
course of manufacture which may be in possession of the Supplier at the time of such
termination or such portion thereof as the purchaser may deem fit, except such materials,
bought out components and stores as the Supplier may with the concurrence of the purchaser
elect to retain.
18. TERMINATION FOR DEFAULT
18.1 The Purchaser may, without prejudice to any other remedy for breach of contract, by written notice of
default, sent to the supplier, terminate this contract in whole or in part

a) if the supplier fails to deliver any or all of the goods within the time period(s) specified in the
contract, or any extension thereof granted by the purchaser pursuant to clause15;

b) if the supplier fails to perform any other obligation(s) under the Contract; and

c) if the supplier, in either of the above circumstances, does not remedy his failure within a period
of 15 days (or such longer period as the purchaser may authorize in writing) after receipt of the
default notice from the purchaser.

18.2 In the event the purchaser terminates the contract in whole or in part pursuant to para 18.1 the
purchaser may procure, upon such terms and in such manner as it deems appropriate, goods similar to
those undelivered and the supplier shall be liable to the Purchaser for any excess cost for such similar
goods. However the supplier shall continue the performance of the contract to the extent not terminated.

19. TERMINATION FOR INSOLVENCY


The Purchaser may at any time terminate the Contract by giving written notice to the
Supplier, without compensation to the supplier. If the supplier becomes bankrupt or
otherwise insolvent as declared by the competent court provided that such termination will
not prejudice or affect any right of action or remedy, which has accrued or will accrue
thereafter to the purchaser.

Page 24 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
20. ARBITRATION
20.1 In the event of any question, dispute or difference arising under this agreement or in connection there-
with (except as to the matters, the decision to which is specifically provided under this agreement), the
same shall be referred to the sole arbitration of the CGMT, Rajasthan Circle, BSNL, Jaipur or in case his
designation is changed or his office is abolished, then in such cases to the sole arbitration of the officer
for the time being entrusted (whether in addition to his own duties or otherwise) with the functions of the
CGMT, Rajasthan Circle, BSNL, Jaipur or by whatever designation such an officer may be called
(hereinafter referred to as the said officer), and if the CGM or the said officer is unable or unwilling to act
as such, then to the sole arbitration of some other person appointed by the CGMT, Rajasthan Circle,
BSNL, Jaipur or the said officer. The agreement to appoint an arbitrator will be in accordance with the
Arbitration and Conciliation Act 1996. There will be no objection to any such appointment on the ground
that the arbitrator is a Government Servant or that he has to deal with the matter to which the agreement
relates or that in the course of his duties as a Government Servant he has expressed his views on all or
any of the matters in dispute. The award of the arbitrator shall be final and binding on both the parties to
the agreement. In the event of such an arbitrator to whom the matter is originally referred, being
transferred or vacating his office or being unable to act for any reason whatsoever, the CGMT, Rajasthan
Circle, BSNL, Jaipur or the said officer shall appoint another person to act as an arbitrator in accordance
with terms of the agreement and the person so appointed shall be entitled to proceed from the stage at
which it was left out by his predecessors.

20.2The arbitrator may from time to time with the consent of both the parties enlarge the time frame for
making and publishing the award. Subject to the aforesaid, Arbitration and Conciliation Act, 1996 and the
rules made there under, any modification thereof for the time being in force shall be deemed to apply to
the arbitration proceeding under this clause.

20.3 The venue of the arbitration proceeding shall be the office of the CGMT, Rajasthan Circle, BSNL,
Jaipur or such other places as the arbitrator may decide.

21. SET OFF


Any sum of money due and payable to the supplier (including security deposit refundable to him)
under this contract may be appropriated by the purchaser or the BSNL or any other person(s)
contracting through the BSNL and set off the same against any claim of the Purchaser or BSNL or
such other person or person(s) for payment of a sum of money arising out of this contract or under any
other contract made by the supplier with the Purchaser or BSNL or such other person(s) contracting
through the BSNL.

22. The bidder should furnish the name of his collaborator (if applicable), brand name, model no. and type
of the products offered in this tender. The technical literatures of the products should also be
submitted. No change in either technology or product shall be permitted after opening of bids.

23. Fall clause

23.1 The prices once fixed will remain valid during the scheduled delivery period except for the provisions
in clause 12.1 of Section III. Further, if at any time during the contract

a) It comes to the notice of purchaser regarding reduction of price for the same or similar
equipment/service;
and/or
b) the prices received in a new tender for the same or similar equipment/service are less than the prices
chargeable under the contract.
the purchaser, for the purpose of delivery period extension, if any, will determine and intimate the new
price, taking into account various related aspects such as quantity, geographical location etc., and the
date of its effect for the balance quantity/service to the vendor. In case the vendor does not accept the
new price to be made applicable during the extended delivery period and the date of its effect, the
purchaser shall have the right to terminate the contract without accepting any further supplies. This
termination of the contract shall be at the risk and responsibility of the supplier and the purchaser

Page 25 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
reserves the right to purchase the balance unsupplied quantity/service at the risk and cost of the
defaulting vendor besides considering the forfeiture of his performance security.
23.2
a) The vendor while applying for extension of time for delivery of equipment/services, if any, shall have
to provide an undertaking as “ We have not reduced the sale price, and/or offered to sell the same or
similar equipment/service to any person/organization including Department of central/state
Government or any central/state PSU at a price lower than the price chargeable under the contract for
scheduled delivery period.”
c) In case under taking as in Clause 24.2 (a) is not applicable, the vendor will give the details of prices,
the name (s) of purchaser, quantity etc. to the purchaser, while applying extension of delivery period.

SECTION IV
SPECIAL CONDITIONS OF CONTRACT

1. The special conditions of contract shall supplement the ‘Instructions to the Bidders’ as contained in
Section II & “General (Commercial) Conditions of the Contract” as contained in Section III and
wherever there is a conflict, the provisions herein shall prevail over those in Section II and Section III.
If date fixed for opening of bids is subsequently declared as holiday by Govt. of India, the revised
schedule will be notified. However, in absence of such notification, the bids will be opened on next
working day, the time and venue remaining unchanged.

2. (i) The bank guarantee/D.D. for bid security or NSIC certificate for claiming exemption from
submission of Bank guarantee/D.D. against bid security, as prescribed in clauses 12.1 & 12.4
of Section II of the bid document and the Proof of Execution of E.O. / C.O. as required under
clause 2 of Section II shall be submitted along with the bids in a separate cover. The Bank
guarantee/D.D. so submitted shall be as per the format given in Section VIII on prescribed
non judicial paper with stamps of proper value and should contain full address of the issuing
branch of the bank with its telephone number and FAX number. This cover should be super
scribed as “BID SECURITY FOR TENDER ENQUIRY NO. IT/01-
74/Tender/DOTSOFT/JP/2006-2007 dated …………..07

3 In case where the document of bid security etc. are not submitted in the manner prescribed under
clause 2 ( i) above in Envelope-‘A’, cover containing the commercial, technical and financial offers
SHALL NOT BE OPENED AND THE BID SHALL BE REJECTED.

4. The small scale industries registered with National Small Scale Industries Corporation (NSIC) for the
tendered item under single point registration scheme and desirous of claiming concessions available to
such units inclusive of bid security should submit their latest NSIC certificates and documents in
respect of their monetary limit and financial capability duly certified by NSIC.

5. DISTRIBUTION OF QUANTITY:

(i) The Purchaser shall place order for the entire Tendered quantity to one bidder with the
lowest total evaluated price.

(ii) In the event of any of the eligible bidder(s) not agreeing to supply the equipment or not
being considered by BSNL for ordering the equipment, inter-se ranking of the bidders
below the aforesaid bidder(s) will be recast to fill up the vacated slot(s). This will be done
to ensure that the number of bidders supplying the equipment remains same as earlier.

6. SPARES

6.1 During the implementation, warranty and AMC period, purchaser will not procure any spares from
the Supplier.

Page 26 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
6.2 The bidder shall provide the list of spares that will be kept at some central site and/ or any other
sites, at its own cost, for maintenance during implementation, warranty and AMC period
6.3 Purchaser intends to buy the spares at the quoted rates at the end of AMC period. The bidder shall
quote itemized price of recommended spares (for two years) for the equipments to be supplied. This
price shall be taken for the purpose of evaluation. Any spares not quoted but required for maintenance
shall be supplied free of cost by the supplier.

7. Repair of faulty equipment and setting up of repair facilities

8. DELIVERY SCHEDULE:

(I) The delivery of stores shall commence immediately on placement of Purchase Order to vendor and
installation/commissioning to be completed within scheduled delivery period (Ten weeks from the
date of issue of APO) as per conditions at paragraph 6 of Section III of the Bid Document. Any
slippage in supply as per the prescribed schedule shall invite imposition of LD charges.

(II) The issue of Letter of Intent/Advance Purchase Order shall constitute the intention of the Purchaser to
enter into the contract with the bidder.

(III) The Earnest Money/Bid Security/D.D. shall be discharged upon the bidder after furnishing the
Performance Security deposit for the Purchase Order.

9. Irrespective of any other entry appearing anywhere in the Bid Documents, the validity of offer shall be
read as 150 days.
10. Purchaser reserves the right to disqualify such bidders who have a record of not meeting contractual
obligations against earlier contracts entered into with the purchaser.
11. Any clarification issued by purchaser in response to query raised by prospective bidders shall form an
integral part of bid documents and it may amount to amendment of relevant clause(s) of the bid
documents.
12. The bidder must submit the copy of the tender document issued to/downloaded along with the
amendments (if any issued) with every page signed and written as all clauses complied. Any
clarification issued by purchaser in response to query raised by prospective bidders shall form a part
of bid document and should also to be submitted by the bidder duly signed and written as all clauses
complied.
13. The purchaser reserves the right to have negotiation with the L1 Bidder and/or to counter offers
price(s) against price(s) quoted by any bidder.
13.1 The supplier shall provide all technical assistance to the consignees in cases of any trouble/problem.
i.) If a bidder who is given purchase order fails to commence supply during the original delivery
period, the purchaser reserve the right to cancel the P.O. and encash the performance Bank Guarantee.
ii.) The supply should be spread uniformly over the entire delivery period from the date of issue of
P.O. However he delivery period as given in the P.O. will be final.
iii.) The Earnest Money/Bid Security shall be discharged upon the bidder after furnishing the
performance Security Deposit for the Purchase Order.

10. BID SECURITY, as stipulated at para-7 and Para-12 of Section- II, shall be furnished in form of
D.D/Bank Guarantee in the format indicated at Section-VIII, issued by Scheduled Bank, in favour of
purchaser, on Non-judicial Stamp paper of Rs. 100/- only and must be valid for the period of 180 days
from the date of opening of the Bid.

11. PERFORMANCE SECURITY :


(i) The performance security shall be as per clause no. 4 of section-III. The firm should submit its
monthly turnover in support of its claims for meeting the delivery schedule, duly certified by NSIC.
They shall, however, be required to furnish the Performance Security as per stipulations of
Performance Security vide Para 4 of Section-III for the value of Performance Security Deposit in
excess of the said monetary limit.

Page 27 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
(ii) The Bank Guarantee towards PERFORMANCE SECURITY as stipulated at Para-4 of Section-III shall
be furnished (in the format indicated at Section-IX) duly issued by a Scheduled Bank, in favour of the
CGMT, BSNL, Rajasthan Circle. Purchaser, on non-judicial stamp paper of Rs. 100/- only. The proof
of the bank being a scheduled one, shall be furnished by the bidder along with acceptance of the APO
and the PBG.

(iii) In case a bidder, exempted from submission of PBG on the strength of his registration with NSIC,
fails to complete the supplies as the delivery schedule indicated in the APO/PO, the firm shall not be
entitled to the facilities against NSIC registration in future tenders for the particular item, and the fact
shall be reported to the NSIC for cancellation of his registration.

12. If the quoted price(s) of the technically and commercially responsive Central Public Sector
Enterprise(s) which is (are) not appearing in the list of bidders short listed for placement of order
but eligible for purchase preference as per the guidelines contained in the Department of Public
enterprises OM No.DPE/13(1)/2002-Fin. Dated 14.06.2002 is (are) within 10% of the lowest
evaluated price in the tender then, such PSE(s) will also be considered for placement of order in
addition to the bidders short listed for placement of orders in accordance with the clause 5 stated
above. In such cases too, the quantity to be ordered on the bidder with lowest evaluated price will
remain the same as indicated in clause 5(i). The balance quantities will be ordered on the other
short listed bidders including the selected PSEs in the inverse ratio of their evaluated prices.

13. The purchase preference to Central PSEs as stated above in clause 12 is applicable only if the
tendered item is being manufactured by the Central PSEs concerned and the procurement value is
in excess of Rs. 5 crore.

14. ADDITIONAL TERMS AND CONDITION OF TENDER SUBMITTED BY THE BIDDER:

In case of submission of additional terms and conditions of tender if any by the bidder along
with the Bid, the purchaser’s terms and conditions of the offer available in the Bid Document
shall prevail and all other conditions mentioned by the bidder (if any found at any stage) will
be treated as null and void. The purchaser reserves the right to cancel such bids at any stage
and at the risk and cost of the bidder if any of such condition is found along with the bid.
14.1 The Prices quoted should be strictly on the Price Schedule Performa given in Section –VII
Part-III. Bids will be rejected if the Prices are quoted in the Performa other than the one given
in Section–VII Part-III. The bidders submitting their offer with concessional sales tax/ Excise
duty shall submit the documentary proof of applicable concessional sales tax/ Excise duty.
Any type of conditional offer/ discount will not be accepted and will be rejected.
14.2 The proper make and model of each item in schedule of requirements must be mentioned as
part of the techno-commercial bid. The prices of same make & model of individual items is to
be filled in the Financial Bid.
14.3 The equipment shall be supplied with all necessary connectors and interconnecting cables,
even though not mentioned explicitly in the schedule of requirement. The equipment shall
work in full mutual compatibility with respect to physical and electrical interfaces, and give
the desired outputs.
14.4 The Original CD-RoMs of the Operating System, application softwares and other softwares
shall be supplied alongwith one back-up copy each. The supplier may have to prepare
duplicate CDs by a CD-writer to fulfill this requirement. Original set shall be handed over to
consignee and Duplicate set will be kept as the working set in the equipment room.
14.5 The supplier shall provide full support for the OS, and other S/Ws, and shall incorporate all
the upgrades/ patches/ versions without any charges, which are available free of cost from the
OEM.

Page 28 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
14.6 The supplier shall carry out all necessary changes/ modifications of software modules free of
cost to ensure trouble free operation for a period of 5 (five) years from the date of
commissioning during warranty and AMC period.
14.7 The successful bidder will have to ensure that the spares will continue to be available for a
period of 5(five) years from the date of commissioning, by making some back-to-back
arrangement with OEM. In exceptional cases, however there is a likelihood of certain parts
becoming obsolete due to certain reasons beyond the control of supplier, then the supplier
shall bring it to the notice of purchaser atleast 3 (three) months in advance, so as to enable the
Purchaser to make a one time purchase of its requirements. In no case however shall the spare
or the additional equipment or equivalent substitute be allowed to become obsolete during
this period.
14.8 Operating System, Application Software or any other software shall be supplied with user
identification and appropriate license in the name of concerned SSA head. The same should
be provided with unlimited users license along-with media.
14.9 After the system take-over, the normal day today operations and diagnosis to the extent
possible will be done by the SSA concerned.
14.10. Site preparation & Power requirements will be arranged by BSNL. For installing the system,
BSNL will provide accommodation equipped with suitable electrical wiring, fitting and
furniture. BSNL shall endeavor to provide independent electrical cabling from two separate
invertors/ online UPSs to the equipment. The tentative program for installation should be
communicated to BSNL by the Supplier well in advance. Supplier shall provide guidance for
site preparation and pre-installation requirements.
14.11 It is the prerogative of the purchaser to enter into the AMC agreement or not after the expiry
of warranty. Even if the purchaser enters into the AMC with supplier during first year, the
second/ third year AMCs may be entered into or not, solely at the discretion of respective
SSA head, and in such a case the commitment of the contractor under various clauses shall be
limited from 5 years to lesser period accordingly. Even after such premature expiry of the
AMC the firm shall have to supply the spare equipment/ accessories/ parts etc. at mutually
agreed upon rates, if desired by SSA head.
14.12 If any system is upgraded during the implementation period or thereafter then the contractor
shall work on the upgraded system.
14.13 Purchaser shall be free to move the equipment within its offices. The intimation in this regard
shall be given to the contractor and shifting shall be done under the supervision of
Contractor’s representatives. Necessary manpower and any other requisite facility shall be
provided by BSNL. All technical help shall be extended by the contractor at no extra charge.
Any damages caused or replacements necessitated in the course of shifting shall be the
BSNL’s responsibility.

15. IMPLEMENTATION:
15.1 For installing Database Servers alongwith Storage, the respective SSA head (PGMTD Jaipur
in case of Jaipur SSA,GMTD Bhilwara in case of Bhilwara SSA and TDM Chittore in case of
Chittore SSA) will provide the site, equipped with suitable electrical wiring, fittings, furniture
& regulated power supplies.
15.2 Respective SSA head will nominate an officer from BSNL side (either Database
Administrator or Network Administrator of the SSA), who will coordinate with the supplier
in the implementation.
15.3 The scope of work for the supplier shall include:
15.3.1 Installation of all the ordered hardware/ software items alongwith interconnecting cables/
cords, etc.
15.3.2 Installation of the operating system.
15.3.3 Installation of Oracle RDBMS (The Oracle RDBMS shall be provided from BSNL side)
15.3.4 Configuration and fine tuning to get the desired output and system performance.

Page 29 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
15.3.5 Installation of BSNL’s application software (DOTSOFT). Porting of existing Database tables
and application from the existing server to the new server.
15.3.6 Commissioning of the system on the new server and checking of functioning of the network.
15.3.7 Training of personnel nominated by SSA head on new server maintenance.
15.3.8 Migration of data from old server to new server

16. QUALITY ASSURANCE (QA) REQUIREMENTS


16.1 All hardware items should have been designed/developed and manufactured in accordance
with the prevailing International quality standards. In support of this, the supplier shall
furnish the Factory test results/reports. Accordingly, for Quality Assurance requirement,
Factory test Results/Reports shall be made as part of the document requirement for the
purpose of release of the payment.
16.2 The purchaser also reserves the right to ask from supplier the bench-marking certificate/report
issued by internationally reputed Bench-marking organizations.
16.3 All subsystems in a system should be from same OEM. No subsystem of any other make
should be included unless it is certified by the OEM that the particular subsystem is not in its
product line.

17. INSPECTION AND TESTS:


17.1 The inspection shall be conducted by nominated BSNL officer of the SSA for Comparison of
make and model number of goods actually supplied with those mentioned in the purchase
order. The additional accessories/ components (if any) shall also be verified taking reference
from the Technical Specifications mentioned in the bid document.
17.2 Supplier shall be wholly responsible for the successful Acceptance Testing (A/T) of the
system at the BSNL site. Acceptance testing will be carried out in proper running
configuration and with the application software being used in the BSNL (DoTSoft) by an
officer not below the rank of a Divisional Engineer in the SSA.
17.3 Commissioning of the System on new server shall be declared by the SSA head after the
successful completion of A/T. SSA head shall not delay the declaration of commissioning on
account of minor defects which do not materially effect the commercial use of the system,
provided that the supplier undertakes to make good the same in a time limit not exceeding
two months.
17.4 Taking Over Certificate shall be issued by the consignee two months after the commissioning
of the system. Before issue of Taking over certificate both parties shall ensure that the minor
defects pointed out by the A/T are removed.

18. TERMS & CONDITIONS DURING WARRANTY & AMC PERIODS:


18.1 The vendor will have to provide comprehensive on-site warranty for all the hardware & software
goods supplied for 2 years (24 months) after the stores have been "taken over" under Clause 5.3 (of
Section-III) or 30 months from date of delivery of complete material at the ultimate consignee/ site,
whichever is earlier.

18.2 The vendor must quote unit rates for all the hardware goods quoted in the price schedule. The
warranty also includes support for installed system software related problems.

18.3 All hardware items, including printer head/matrix, except printer ribbon, toner/ ink cartridges,
shall be covered under the warranty. All installed systems Software shall also be covered under
warranty.

18.4 The vendor will ensure an up time of more than 95% during the warranty and AMC period.

18.5 The fault will be booked by the purchaser on phone. The contractor shall have to attend or rectify the
fault within 24 hours.

Page 30 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
18.6 Two year comprehensive warranty inclusive of labor and parts after the successful
commissioning of the system shall have to be provided by the supplier (herein after referred
to as contractor).
18.7 Three years comprehensive AMC (on per year basis) shall have to be provided by the
contractor. Contractor shall stock sufficient spares for rendering service and meeting
conditions stipulated in the AMC agreement.
18.8 The Bidder shall quote for year-wise comprehensive Annual Maintenance Contract for three
years which shall become effective at the end of the warranty period. The cost shall be quoted
as a percentage of the total component cost. Here component means hardware and software
components. The RDBMS and application software (DoTSoft) & their maintenance shall not
be covered under warranty or AMC, being not procured from the supplier.
19.9 No separate charges shall be paid for visit of engineers or attending to faults and repairs or
supply of spare parts.
18.10 During the warranty period the bidder shall perform all the functions as enunciated under the
AMC at no extra cost to the Purchaser. All the penalty clauses shall be applicable during
period of warranty and AMC in case of failure on part of contractor.
18.11 The contractor shall submit the proposal specifying the fault control centre location and how
the contractor proposes to carry out repair under AMC to respective SSA head. The
contractor shall also indicate what spares will be kept in different locations. The infrastructure
planned to be created by the bidder to fulfill his obligations under AMC and his action plan to
deal with the various situations arising out of hardware and software faults shall be clearly
indicated.
18.12 The contractor shall support for planning, optimization and tuning of hardware and software
after commissioning, whenever needed during Warranty / AMC shall be provided by bidder
at no extra cost to the Purchaser.
18.13 During the warrantee period and AMC period, if some equipment purchased from some third
party is brought into the system/ network, the contractor shall provide all assistance in its
integration to the main system/ network.
18.14 Purchaser reserves the right to ask the bidder to validate any technical parameter in a
laboratory environment at the time of evaluation of the Technical bid, at the cost of the
bidder.
18.15 Full software support for execution as well as there –after in running DOT SOFT in all
respect. This is in addition to existing support for hardware and system soft wares e.g.
operating software solaris, windows and RBDMS (Oracle) etc.
18.16 Creation, addition alteration of the network routes etc among with its Updation on the
server.
18.17 All kind of fine-tuning and other related works as and when required.
18.18 To update the latest patches on the server as well as at the client machines and to ensure its
proper working on all forms and reports related to each module of DOT SOFT system.
18.19 To provide the regular support for resolving the problems of final bill, bill adjustments and
bill processing and generation and also during sub-ledger processing or other related to TRA
and Billing.
18.20 To provide regular support for resolving the problems of FRS and DQ modules viz. up-
keeping the FRS data afresh, proper routing of faults, reporting, and clearance and ensuring
regular Updation of FRS and DQ data for its smooth working.
18.21 To assist to maintain all the master data of DOT SOFT as per requirement due to releasing
of new plans or change in existing tariff and configuring the plans accordingly and also to
update new/change of exchange code, addition/change of levels etc. in the DOT SOFT.
18.22 The bidder shall provide 24 X 7, 365 days support with certified engineer/s during warranty
and AMC period for BSNL without any extra charges.

19 PRECAUTIONARY MEASURES

Page 31 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
The contractor must take every care to ensure that the purchaser’s materials, viz., hardware, software,
data, and other information, etc., made over to him for the execution of the allotted job, does not fall into
unauthorized hands. Care shall be taken by the contractor to execute the work in secret manner under
security conditions to the satisfaction of the purchaser.

SECTION - V

SCHEDULE OF REQUIREMENTS

1. DESCRIPTION OF STORES: as detailed in table below:

S.no. Item Qty


1 Database Server with Rack 3
2 SAN DISK Array Between Severs 1&2 2
3 Linear Tape open(LTO) 1
4 Backup Server 1
Additional H/w & S/w required to
5 establish the Disaster recovery 1
compatible with the quoted server
Implementation including transportation,
6 installation, commissioning & training of 2
DOTsoft in Bhilwara & Chittor SSA
Dotsoft Support fpr Bhiolwara server
including all clients connected with
7 1
server per year(for both Bhilwara &
Chittorgarh SSA)

IMPLEMENTATION & AMC CHARGES:


Data migration & implementation cost 1
8
this new server (Dotsoft of Jaipur SSA)
AMC for Three year after two year
comprehensive warranty (for Hardware
and software)
9 First Year AMC Charges 1
10 Second Year AMC Charges 1
11 Third Year AMC Charges 1

Page 32 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
S E C T I O N - VI
TECHNICAL SPECIFICATIONS
A. DATA BASE SERVER

Sr.No. Item Description Compliance/Deviations


1 CPU 64 bit RISC processors latest generation
with highest clock speed available for the
quoted model from server OEM.
2 No. of Physical CPUs 4 Nos. CPU's expandable upto 8 Nos. of
CPU's (Each CPU should be dual core - that
is 8 core expandable to 16 core).

3 CPU Cache memory Minimum 1 MB per processor or higher


4 Main Memory 32 GB expandable to 128 GB
5 Internal System Disk 2 x 146 GB (for OS) and 2 x 146 GB (for
capacity RDMS) above with disk mirroring facility
6 Backup Device 20 /40 GB DAT Drives(Internal / External)
7 DVD ROM Drive 16 X DVD internal drive
8 Controllers 2 X Ultra 3 SCSI / FC-AL / Fibre and 2
Gbps Fibre channel
9 Console 17 “ SVGA LCD Monitor
10 I/O ports Serial / USB port
11 Ethernet controllers 4 X 1 GB Ethernet Auto sensing card
12 I/O Slots Minimum 8 PCI slots
13 I/O Bandwidth Offered system should support I/O
bandwidth equal to or greater than 3.5 Gbps
14 Power Supply Load Sharing, Dual redundant hot
swappable
15 Operating system Latest version of HP UX/ IBM AIX/ SUN
SOLARIS alongwith clustering software

B. STORAGE DEVICE (from the same manufacturer as server)


1 Disks At least 1000 GB useable in RAID 1 configuration.
Storage must support RAID 0,1,5,0+1 configurations
based on hardware.
2 Hot spare disk Yes, 2 nos
3 RAID Dual redundant RAID controllers with 2GB Cache each.
Controller
Notes
1 The storage array should have dual redundant dedicated path for cache mirroring.

2 For security (specs 19), a separate letter from manufacturer is to be attached

3 The server hardware shall support hot plug ability on power supply and internal hard disk drives and also with N+1
redundant power supplies.
4 The storage shall be connected to the server through dual IO links through dual Fiber Channel. This configuration
shall provide No Single Point of Failure (NSPOF). Bidder should include all required Hardware to acheive
NSPOF. The storage shall have FC based 10K rpm disks. It shall also have battery backup cache for data security.
The storage shall have hot swap disk, controllers and power supply.
5 The system shall have appropriate Fiber channel controllers to provide dual path to RAID. RAID disk arrays
(hardware configurable for RAID level 0,1,5 & 0+1) of >= 1000GB storage capacity with speeds of at least 2 Gbps
I/O throughput shall be required.

Page 33 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
6 The Models quoted for Server & Storage should not become end of life within one year from date of NIT

C. Tape Library

1 LTO (Linear Tape Open) tape library having SCSI 3 Interface with 2 LTO drives (Gen -2 or Gen -3 )

2 20 slots for medias. The tape library should support mixed media for next generation i.e mix of LTO 2
and LTO 3 . 10 Nos of media 1 No. Cleaning Media should be supplied. Necessary cables may be
provided for connecting LTO to back-up server.
Specification and Compliance/Deviations
Description
No. of LTO drives 2 Nos.
No of slots for media 20 nos.
Support for fiber
channel & SCSI
interface

D. Backup server (with necessary provision for connecting LTO)


Specification Description Compliance/Deviations
CPU Intel Xeon Processors
No. of CPUs 2 nos.

CPU Cache Minimum 1 MB per processor or higher


Memory
Main Memory 4 GB
(DDR)
System Disk 2 X 72 GB or above,
Capacity (Hot
swappable with OS)
DVD ROM DRIVE 16 X DVD Internal Drive

Controllers 1 X Ultra 3 SCSI & 2 Gbps Fiber


Channel
Console 17” LCD Monitor

Ethernet Controllers 2 X 10/100 MB Ethernet card

I/O Minimum 2 free; 64 bit PCI/PCI-X I/O


slots
HBA 2 Nos. HBA with fibre channel for
connectivity to Achieve NSPOF
Management Should have dedicated management
processor independent of Operating
System
Power Supply Dual redundant hot swappable

OS Required Red Hat Linux OS

S E C T I O N : VII (PART - I)

Page 34 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
BID FORM

Tender NO. IT/01-74/Re Tender/DOTSOFT/JP/2006-2007 dated 21.5.2007 due to open on 22.06.2007.

Bidder's Ref. No.: Dated

To,
The Chief General Manager Telecom,
BSNL, Rajasthan Telecom Circle,
Sardar Patel Marg, C - Scheme, Jaipur –302008

Dear Sir,

1. Having examined the conditions of contract and specifications including addenda nos................. the
receipt of which is hereby duly acknowledged, we undersigned, offer to supply and deliver ................... in
conformity with the said drawings, conditions of contract and specifications for the sum shown in the
schedule of prices attached herewith and made part of this bid.

2. We undertake, if our bid is accepted, to commence deliveries within three months and to complete
delivery of all the ordered items by us specified in the contract within 6 (SIX) months calculated from the
date of issue of Advance purchase order.

3. If our bid is accepted, we will obtain the performance guarantees of a Scheduled Bank for a sum @ 5% of
the contract value for the due performance of the contract.

4. We agree to abide by this bid for a period of 150 days from the date fixed for bid opening and it shall
remain binding upon us and may be accepted at any time before the expiration of that period.

5. Until a formal Purchase Order of Contract is prepared and executed, this Bid together with your written
acceptance thereof in your notification of award shall constitute a binding contract between us.

6. Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and
replacement.

7. We understand that you are not bound to accept the lowest or any bid, you may receive.

Dated this ...........……….. day of …...................2007


Name & Signature ..........................................………………...

in the capacity of .........................................

Duly authorised to sign the bid for and on behalf of .......

(Documentary proof enclosed)

Witness............. Signature .............

Address.............

Page 35 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
SECTION : VII ( PART-II)
BID FORM

1.0 Tender is to be submitted in this form only. Tender submitted by the tenderer in their own proforma is
liable to be rejected. Separate sheets may be attached where space provided against any clause is
insufficient.

1.1 T.E. No. & Date :

1.2 Offer No. & Date :

2.0 Firm's Name/address :

2.1 Name of the Firm :

Office Address :

Telephone/FAX Nos.:

2.2 Factory Address :

Telephone/FAX Nos :

2.3 Supplier's Code No:


(if, any)

3.0 The offer as per proforma in Part III is enclosed.

3.1 Particulars of Central Excise Tariff Rules under which ED is leviable ...............

4. Are you registered with NSIC under Single Point Registration Scheme. If so, please furnish attested copy
of the current Registration Certificate.
4A. Are you:-

i) Proprietorship firm :

ii) Partnership firm :

iii) Company :

Necessary valid documents as required in Clause 10.1 of Section V, Vol. II must be enclosed alongwith
the tender offer.

5. Income Tax Clearance Certificate:

Please indicate your PAN and enclose attested copy of the current Income TAX Clearance Certificate.

LIST OF ENCLOSURES:-
i)
ii)
iii)
iv)

Signature of the Authorised Signatory


Name in Block Letters :
STATUS OF THE SIGNATORY :

Page 36 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
1

1
S.No.

Item Description

Database
Server with
3

3
Tendered Quantity (in nos.)

4
Basic Unit Price exclusive of all levies & charges (in Rs.)

5
(in
Rs.)

6
Excise Duty

Amt. %

7
(in
Sales Tax

Rs.)

8
Amt. %

9A
(in
Rs.)

9
Service Tax

Amt. %

10A
Freight

Amt.
Insurance
Packing &

10
forwarding

(in Rs.)
Any other levies/charges (in Rs.)

11
Price Schedule
SECTION: VII (PART - III)

(In Figures)
12

Unit Price inclusive of all levies & charges in rupees (4+6+8+9+10+11)

(in Words)
IT/01-67/Tender/Software/2006-2007

Total Price inclusive of all levies & charges (3 x 12) (in Rs.)
13
14

Discount offered if any ( in Rs.)


15

Total offered / effective Price (13-14)

Import Content as % of basic unit price (Ex-factory price indicated in Col.5)


18
(To be sealed super scribing "OFFER FOR supply of SOFTWARE against Tender No. IT/01-74/Tender/ Software/2006-07)

19

with custom code(head)%age of Custom duty


20

Customs Tariff head


Rack

2 SAN DISK 2
Array
Between
Severs 1&2
3 Linear Tape 1
open(LTO)

4 Backup 1
Server
Additional
H/w & S/w
required to
establish the
5 Disaster 1
recovery
compitiable
with the
quoted server
Implematatio
n & training
of DOTsoft in
6 Bhilwara & 2
Chittor SSA
(charges per
SSA)
Dotsoft
Support per
year (for both
7 1
Bhilwara &
Chittorgarh
SSA)
Data 1
migration &
implementati
8 on cost this
new server
(Dotsoft of
Jaipur SSA)

% Amount of Item no.1 to5 Amount in Rupees (in words and figures) inclusive of Service

Page 38 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
above (In % with all Taxes) Tax/all Duties, Taxes, Levies/ Charges etc. FOR at site
In Words In figure In Words In figure
AMC for Three year after two year
comprehensive warranty (for New
Hardware item no. 1 to 5 purchase
for Jaipur SSA only
9 First Year

10 Second Year
11 Third Year

TOTAL
1. Composite Rate quoted above are inclusive of packing, forwarding, loading and unloading at the consignee premises, freight, insurance, all taxes and duties, F.O.R. delivery to the
destination i.e. Circle Telecom Store Depot, Jaipur and Telecom store depots located at SSAs H/Q in Rajasthan.
2. Certified that benefits of MODVAT or any other scheme have been passed on to the purchaser while quoting the composite unit price.
Central Sales Tax/ Sales Tax is included in the above noted price @______% and, Service tax @ _____%, Excise Duty is included in the above
noted price @______%. Bidders submitting their offer with concessional Sales Tax shall submit the proof of applicable concessional Sales Tax.

IMPORTANT NOTE: Price Schedule without Tax Rates shall NOT be considered for evaluation & shall stand as Rejected
(Signature of the Authorised Signatory)

Page 39 of 46 No:IT/01-74/Tender/DOTSOFT/JP/2006-07
SECTION: VIII
BID SECURITY FORM

Whereas ...............................(hereinafter called "the Bidder) has submitted its bid dated .................. for
the supply of .......................vide Tender no.___________________dated____ KNOW ALL MEN by these
presents that WE ............... OF ............. having our registered office at..................(hereinafter called "the
Bank") are bound unto The CGMT, BSNL, Jaipur" (hereinafter called "the Purchaser") in the sum
of .................... for which payment will and truly to be made of the said Purchaser, the Bank binds itself,
its successors and assignees by these presents.

THE CONDITIONS of the obligation are:

1. If the Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Bid
Form; or

2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of Bid
validity.

(a) fails or refuses to execute the Contract, if required, or

(b) fails or refuses to furnish performance security, in accordance with the instructions to Bidders.

We undertake to pay to the Purchaser up to the above amount upon receipt of its first written demand,
without the Purchaser having to substantiate its demand, provided that in its demand, the Purchaser will
note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions,
specifying the occurred condition or conditions.

This guarantee will remain in force as specified in clause 12 & 28.2 of section II of the Bid Document upto
and including Thirty (30) days after the period of bid validity, and any demand in respect thereof should
reach the Bank not later than the specified date/dates.

Signature of the Bank

Name

Signed in capacity of

Name of the witness : Signature of the witness

Address of Witness : Full address of Branch

Telephone No. of Branch

FAX No.

39

IT/01-67/Tender/Software/2006-2007
SECTION IX
PERFORMANCE SECURITY GUARANTEE BOND

In consideration of the CGMT, Rajasthan Circle, BSNL, Jaipur (hereinafter called ‘BSNL’) having agreed to
exempt ___________________ (hereinafter called ‘the said contractor(s)’) from the demand under the terms
and conditions of an agreement/Advance Purchase Order No ________________ dated ____________ made
between _____________________ and __________________ for the supply of _______________________
(hereinafter called “the said agreement ”), of security deposit for the due fulfillment by the said contractor
(s) of the terms and conditions contained in the said Agreement, on production of the bank guarantee for
_____________________________________we, (name of the bank) _________________________
( hereinafter refer to as “the bank”) at the request of ___________________________________
(contractor(s)) do hereby undertake to pay to the BSNL an amount not exceeding ___________________
against any loss or damage caused to or suffered or would be caused to or suffered by BSNL by reason of any
breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement.
2. We (name of the bank) ____________________ do hereby undertake to pay the amounts due and payable
under this guarantee without any demure, merely on a demand from the BSNL by reason of breach by the said
contractor(s)’ of any of the terms or conditions contained in the said Agreement or by reason of the
contractors(s)’ failure to perform the said Agreement. Any such demand made on the bank shall be conclusive
as regards the amount due and payable by the Bank under this guarantee where the decision of BSNL in these
counts shall be final and binding on the bank. However, our liability under this guarantee shall be restricted to
an amount not exceeding ___________________________________.
3. We under take to pay to the BSNL any money so demanded not withstanding any dispute or disputes
raised by the contractor(s)/supplier(s) in any suit or proceeding pending before any court or tribunal relating
there to our liability under this present being absolute and unequivocal. The payment so made by us under
this bond shall be valid discharge of our liability for payment there under and the contractor(s)/supplier(s)
shall have no claim against us for making such payment.
4. We( name of the bank)_________________________ further agree that the guarantee herein contained
shall remain in full force and effect during the period that would be taken for the performance of the said
agreement and that it shall continue to be enforceable till all the dues of the BSNL under or by virtue of the
said Agreement have been fully paid and its claims satisfied or discharged or till
________________________(office/Department) BSNL 30 certifies that the terms and conditions of the said
Agreement have been fully or properly carried out by the said contractor(s) and accordingly discharges this
guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the expiry of
TWO/TWO AND HALF/THREE YEARS (as specified in P.O) from the date hereof, we shall be discharged
from all liabilities under this guarantee thereafter.
5. We (name of the bank)_________________________ further agree with the BSNL that the BSNL
shall have the fullest liberty without our consent and without affecting in any manner our obligations
hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by
the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers
exercisable by the BSNL against the said Contractor(s) and to forbear or enforce any of the terms and
conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such
variation, or extension being granted to the said Contractor(s) or for any forbearance, act or omission on the
part of the BSNL or any indulgence by the BSNL to the said Contractor(s) or by any such matter or thing
whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving
us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Contractor(s)/supplier(s).

7. We (name of the bank) ____________________ lastly undertake not to revoke this guarantee during its
currency except with the previous consent of the BSNL in writing.

Dated the ________________ day of _______

for __________________________________
IT/01-74/Tender/Software/2006-2007
(indicate the name of bank)

40
SECTION X

LETTER OF AUTHORISATION FOR ATTENDING BID OPENING

To

The AGM (IT),


O/o the CGMT, Rajasthan Circle, BSNL,
Sardar Patel Mag,
C-Scheme, Jaipu – 302008

Subject : Authorisation for attending bid opening on ________________________________(date) in the


Tender of _________________________________________________________.

Following persons are hereby authorised to attend the bid opening for the tender mentioned above on
behalf of ______________________________________________ (Bidder) in order of preference given
below.

Order of Preference Name Specimen Signatures

I.

II.

Alternate
Representative

Signatures of bidder
Or
Officer authorized to sign the bid
Documents on behalf of the bidder.

Note : 1. Maximum of two representatives will be permitted to attend bid opening. In cases where it is
restricted to one, first preference will be allowed. Alternate representative will be permitted when
regular representatives are not able to attend.

2. Permission for entry to the hall where bids are opened, may be refused in case authorization as
prescribed above is not recovered.

**

IT/01-74/Tender/Software/2006-2007
41

ANNEXURE-‘A’

CLAUSE-BY-CLAUSE COMPLIANCE STATEMENT

Sl. CLAUSES COMPLIANCE


(A) (B) (C)

1.
All clauses of Technical Specification of section-VI

2.
All clauses of General Commercial Conditions of section-III

3.
All clauses of Special Condition of Contract of section-IV

• The clause-by-clause compliance statement should be given as per clause 11.2 (c) of section-
II.
• The bidder should mention ‘ FULLY COMPLIED’ in the column ‘ C’ above, otherwise a
statement of deviation may be submitted as per clause 30 (iv) of section-II.

Signature of bidder with seal

42
IT/01-74/Tender/Software/2006-2007
ANNEXURE-‘B’

NO DEVIATION STATEMENT

Sl. CLAUSES REMARKS


(A) (B) (C)

1. All clauses of Technical Specification of section-VI

2. All clauses of General Commercial Conditions of section-III

3. All clauses of Special Condition of Contract of section-IV

• The ‘No deviation statement’ should be given as per clause 11.2 (c) of section-II and clause
30(iv) of section -II.
• The bidder should mention ‘ NO DEVIATION’ in the column ‘ C’ above, otherwise a
statement of deviation may be submitted as per clause 30 (iv) of section-II.

Signature of bidder with seal

43
IT/01-74/Tender/Software/2006-2007
ANNEXURE-‘C’

NEAR RELATIVE CERTIFICATE


(To be given by ALL Directors)

I_______________________________________________________S/oShri
_____________________________________
r/o____________________________________
__________________________________________ hereby certify that none of my
relative (s) as defined in the tender document is / are employed in BSNL unit as per
details given in tender document. In case at any stage, it is found that the information
given by me is false / incorrect, BSNL shall have the absolute right to take any action
as deemed fit / without any prior intimation to me.

Dated:

Signature…………………………………………………

Name in block letters of the signatory……………………

In capacity of …………………………………………….

NOTE:
• In case of Company / Institution/ Body corporate , a list of all Board of Directors may be submitted along with
the bid..
• In case of Company / Institution/ Body corporate , “Near Relative Certificate” are required by all the Directors
of Company / Institution/ Body corporate excluding Government of India / Financial Institution nominees and
Independent non-official part time Directors appointed by Government of India or the Governor of State.
• In case of Proprietorship firm, certificate will be given by the proprietor.
• For Partnership firm, certificate will be given by all the partners.
• The ‘Near Relative Certificate’ should be submitted as per clause 34 of section-II.

Signature of bidder with seal

44
IT/01-74/Tender/Software/2006-2007
IT/01-74/Tender/Software/2006-2007

Вам также может понравиться