BHARAT BROADBAND NETWORK LIMITED

89
BHARAT BROADBAND NETWORK LIMITED (A Government of India Enterprise) Tender No. BBNL/MM/2016/003 issued on 28/10/2016 Bid Document for Procurement of 24 Fibre Metal Free Optical Fibre Cable with double HDPE Sheath (G.652D) and Accessories 28 th October 2016 Bharat Broadband Network Limited Corporate Office 3 rd Floor, CDOT Campus, Mandi Gaon Road, Chhatarpur New Delhi - 110030 FAX: 011- 26809777 Visit us at: www.bbnl.nic.in

Transcript of BHARAT BROADBAND NETWORK LIMITED

BHARAT BROADBAND NETWORK LIMITED

(A Government of India Enterprise)

Tender No. BBNL/MM/2016/003 issued on 28/10/2016

Bid Document for Procurement

of

24 Fibre Metal Free Optical Fibre Cable

with double HDPE Sheath (G.652D)

and Accessories

28th October 2016

Bharat Broadband Network Limited

Corporate Office

3rd Floor, CDOT Campus, Mandi Gaon Road, Chhatarpur

New Delhi - 110030

FAX: 011- 26809777

Visit us at: www.bbnl.nic.in

BBNL Tender No. BBNL/MM/2016/003

Page 2 of 89

INDEX SECTION - I. .......................................................................................................................................................... 3

NOTICE INVITING TENDER ............................................................................................................................. 3

SECTION - II. ......................................................................................................................................................... 7

GENERAL INSTRUCTIONS TO BIDDERS ....................................................................................................... 7

SECTION - III. ..................................................................................................................................................... .22

GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT………………………………………………………22

SECTION - IV...................................................................................................................................................... .35

SPECIAL INSTRUCTIONS TO BIDDERS AND SPECIAL CONDITIONS OF CONTRACT ........................... 35

PART A - SPECIAL INSTRUCTIONS TO BIDDERS AND ELIGIBILITY CONDITIONS ................................ 35

PART B – SPECIAL (COMMERCIAL) CONDITIONS OF CONTRACT (SCC) ............................................... 45

PART C – SPECIAL (TECHNICAL) CONDITIONS OF CONTRACT AND TECHNICAL SPECIFICATIONS…………………………………………………………………………………………………..…..47

Technical Specifications of Accessories ..................................................................................................... 48

Technical Specifications for Metal Free Optical Fibre Cable with Double HDPE Sheath and Glass Yarn Armouring (G.652D)……………………………………………………………………………………….…………...50

SECTION - V....................................................................................................................................................... .73

SCHEDULE OF REQUIREMENTS (SOR)....................................................................................................... 73

SECTION - VI...................................................................................................................................................... .74

BID FORM ....................................................................................................................................................... 74

SECTION - VII..................................................................................................................................................... 75

Price Schedule .............................................................................................................................................. 75

SECTION - VIII.................................................................................................................................................... 78

BID SECURITY FORM .................................................................................................................................... 78

SECTION - IX...................................................................................................................................................... 79

PERFORMANCE SECURITY GUARANTEE BOND ....................................................................................... 79

SECTION - X....................................................................................................................................................... 81

LETTER OF AUTHORISATION FOR ATTENDING BID OPENING ............................................................... 81

SECTION - XI...................................................................................................................................................... 82

INTEGRITY PACT ........................................................................................................................................... 82

SECTION - XII..................................................................................................................................................... .86

FORMAT FOR AFFIDAVIT OF SELF-CERTIFICATION REGARDING DOMESTIC VALUE ADDITION ...... 86

LIST OF ABBREVIATIONS………………...…………………………………………...………………………………..88

BBNL Tender No. BBNL/MM/2016/003

Page 3 of 89

NOTICE INVITING TENDER

SECTION – I.

BHARAT BROADBAND NETWORK LIMITED

(A Government of India Enterprise)

Corporate Office

3rd Floor, CDOT Campus, Mandi Gaon Road, Chhatarpur, New Delhi 110030

[MM Section]

DETAILED NOTICE INVITING TENDER

Tender No: BBNL/MM/2016/003 Dated: 28-10-2016

1. On behalf of Chairman and Managing Director (CMD), Bharat Broadband Nigam Limited (BBNL)

invites digitally sealed online tenders, on rupee payment basis, in Single Stage Bidding and two stage

Opening using two Electronic Envelopes (Techno-commercial bid & Financial bid) with e-Reverse

Auction, from the eligible bidders for supply of following items:

Sl.

No. Item Quantity

1 24F Metal free Optical Fibre Cable with double HDPE Sheath (G.652D Fiber) 67292 Kms

2 Branch Joint Closures (BJC) 20457Nos.

3 Branch Joint Closures (BJC) with 1:2 Splitters 2801 Nos.

4 Straight Joint Closures (SJC) 54422 Nos.

5 24F Fibre Termination Box (FTB) 5944 Nos.

6 FDMS 234 Nos.

7 Patch Cords 5m with SC-APC connector 7759 Nos

Bid Security (EMD) Amount (INR) 1.09 Crore

2. Accessibility of Tender Document: The tender document for participating in E-tender shall be available

for downloading from 28-10-2016 at 17:00 Hours onwards from https://www.tcil-india-

electronictender.com . This link can also be visited from the website of BBNL http://www.bbnl.nic.in

by clicking Link “Tender Notices” on the home page. The Tender document shall not be available for

download on or after its submission/ closing date.

3. Demand Draft/ Bankers cheque of an amount of Rs. 10,500 /- (Rupees Ten Thousand Five

Hundred only) including VAT, in favour of BHARAT BROADBAND NETWORK LIMITED, drawn

on any scheduled bank and payable at New Delhi, shall have to be submitted towards tender fee/

cost of the tender documents failing which the tender bid will be rejected.

3.1 Tender documents shall be issued to MSE bidders free of cost. Before issue of such

documents free, the bidders have to submit details of their registration with the appropriate

authority for the tendered item. Their eligibility as per the terms and conditions of the tender

in question would also be examined, and if they meet the conditions stipulated, they may be

issued the documents free.

BBNL Tender No. BBNL/MM/2016/003

Page 4 of 89

4. Sale of hard copy of tender Document: As BBNL has decided to use process of e-tendering for

inviting this tender, and so the hard copy of the tender will not be available for sale.

5. ELIGIBILITY CRITERIA:

5.1 The bidders should be Indian Companies registered to manufacture the tendered item in India and

have obtained clearance from Reserve Bank of India, wherever applicable. In addition they should

meet the following criteria: The Bidders should:

5.1.1 (a) have got Technical Specification Evaluation Certificate (TSEC) for their product from Quality

Assurance Circle, BSNL, Bengaluru or Type Approval Certificates (TAC) from TEC New Delhi

against specification under the section IV-C. TSEC obtained against BSNL tender no.

CA/CNP/24F OFC/T-498/2015 issued on 20/01/2015 and CA/Ent.-CNP/OFC/T-553/2016 issued

on 24/06/2016 with matching technical specifications or TSEC obtained for BBNL tenders no.

BBNL/MM/2013/001 issued on 03/04/2013 will be acceptable to meet eligibility criteria.

OR

(b) have applied for TSEC for their product in QF-103 form to Quality Assurance Circle,

Bengaluru or in form– B to TEC at least one day before the opening of the tender. The Type

Approval Certificate / TSEC / FORM-B / QF-103 shall be obtained for specification under

section IV-C. The registration number allotted for the TSEC purpose by QA circle shall be

submitted along with the bid.

NOTE for (a) & (b):

Regarding supplies, only type approved OF Cable as per specifications under section IV-C

of tender document shall be accepted, for which the TAC/ TSEC will have to be obtained

within the lead time period of one month from the date of issue of APO to bidder. TSEC /

TAC of previous BBNL / BSNL tenders as mentioned in (a) above will be acceptable for

supplies also subject to validity of the TSEC during the entire delivery schedule meeting the

same specifications. The bidder shall submit an Undertaking, for compliance to this

requirement, with his bid. The OF Cable is to be supplied only after Quality tests from BSNL

QA.

5.1.2 have completed supply against Commercial order(s) issued by DOT/ BSNL/ MTNL/ BBNL/State

Government/ PSUs/Telecom Service Providers for the OF Cable (24 Fibre and above) for a

minimum total quantity of 2,000 Route Km during the last three (3) financial years i.e. 2013-14,

2014-15 and 2015-16. The bidders shall submit certificate(s) from the end user(s) for the

satisfactory working/ performance of the OF Cable supplied by them for the quantities required

under this clause.

5.2 All tendered items other than OF Cable i.e. accessories, etc. shall be type approved against the

respective technical specifications as per TEC GRs mentioned in the table below and the valid TAC/

TSEC of the quoted items of accessories shall be submitted along with the bid. TSEC obtained

against BBNL tender no. BBNL/MM/2013/001 issued on 03/04/2013 and BSNL Tender No. CA/Ent.-

CNP/OFC/T-553/2016 issued on 24/06/2016 will be acceptable to meet eligibility criteria. For

accessories i.e. joint closures, splitters, termination box and FDMS, the bidder may quote for such

models of accessories for which, TSEC in QF-103 Form to Quality Assurance Circle, BSNL,

Bengaluru or in Form-B to TEC, New Delhi have been applied for against the technical specifications

as per respective TEC GRs at least one day before the opening of the tender. The registration

number allotted for the TSEC purpose by QA Circle BSNL Bengaluru or for TAC purpose by TEC

New Delhi shall be submitted along with the bid. However only type approved accessories as per

below specifications, will be accepted, which will have to be obtained before placement of APO. If

the bidder is not the manufacturer of such tendered items, then the bidder shall enter into legally

BBNL Tender No. BBNL/MM/2016/003

Page 5 of 89

binding agreement(s) with the manufacturers of the tendered items and the copy of such

agreement(s) shall be furnished with the bid. It shall be bidder’s responsibility to ensure timely

availability of valid TSEC/ TAC against such third-party products.

The Patch Cords should also be TAC/ TSEC/ CACT (SAC) approved or have been applied for

TAC/ TSEC/ CACT (SAC) in appropriate forms to TEC New Delhi or QA Circle BSNL Bengaluru

at least one day before the opening of tender against the technical specification mentioned in

the table below. The type approval certificate or the registration certificate issued by TEC/ QA

Circle BSNL would be submitted with the bid. Other conditions as mentioned above and

applicable for other accessories would be applicable for Patch Cords also.

S. No. Accessory TEC GR No.

1. 24F Splice Closure (buried type) for making Straight Joints and Branch Joints for branching 6F/12F/48F cables with provision for mounting splitters.

TEC GR No. TEC/GR/TX/OJC-002/03/APR-2010 with latest amendment, if any

3. Splitters 1:2 with pig tails, mountable inside the FTB/FDMS with pig tails each 1 meter.

The Splitters shall meet the characteristics as per TEC GR No- GR/TX/OPT/001/ 01 APRIL 2012. All the fibers used inside the splitters shall be compliant to TEC GR for G.652D/G.657A OF Cable.

4. Patch Cord 5 M. length with SC-APC connector (BIF G.657A Fibre)

TEC GR No TEC/GR/Tx/OFJ-01/05 NOV 2009

5. 24F Fibre Termination Box (FTB) with patch panel having 4 SC-APC adapters & wall mountable

TEC GR No. GR/TX/FTB-02/02 APR-2010 (type II) with latest amendment, if any

6. 24F FDMS (Indoor) with patch panel, wall mountable

GR No. GR/FDM-01/02 April 2007 TYPR-IIIA with latest amendment if any

5.3 Full quantity i.e. 100% of the Optical Fibre Cable and accessories to be supplied against this tender

shall be domestically manufactured and the minimum domestic Value Addition (VA) to qualify as

Domestically Manufactured Telecom Product shall be 60% for the financial year 2016-17. The

formula for calculation of Value Addition for telecom products shall be as notified by the Department

of Electronics and Information Technology from time to time. The bidder shall submit a self-

certification certifying that the domestic Value Addition in the OF Cable and accessories being

supplied to BBNL is 60% or more. Each SOR item mentioned in the tender has to individually meet

the PMA and VA criteria mentioned in the clause. Self-certificates shall be furnished for all SOR items

quoted by the bidder.

5.4 The bidders shall submit necessary documentary proof showing that they meet the eligibility criteria

along with their tender bid. All documents submitted will also be self-attested.

6. Bid Security:

The bidder shall furnish the Bid Security in one of the following ways.

a) Demand Draft/ Banker’s cheque in favour of BHARAT BROADBAND NETWORK

LIMITED payable at New Delhi and drawn on any scheduled bank.

b) Bank Guarantee in the format given in Section-VIII of the tender document in favor of

Bharat Broadband Network Limited from any scheduled bank, and valid for 180 days from

the tender opening date. Bank details are as below:

Bank & Branch: Canara Bank, Parliament Street, New Delhi

IFSC Code: CNRB0001098.

BBNL Tender No. BBNL/MM/2016/003

Page 6 of 89

7. Last Date & Time of Submission of Tender bid: 21/11/2016 by 15:00 Hrs. In case the date of

submission (opening) of bid is declared to be a holiday, the date of submission (opening) of bid will

get shifted automatically to next working day at the same scheduled time. Any change in bid opening

date due to any other unavoidable reason will be intimated to all the bidders separately.

8. Opening of Tender Bids: At 15:30 Hours of this tender closing date i.e. 21/11/2016.

9. Place of opening of Tender bids: BBNL has adopted e-tendering process which offers a unique

facility for ‘Public Online Tender Opening Event (TOE)’. BBNL’s Tender Opening Officers as well as

authorized representatives of bidders can attend the Public Online Tender Opening Event (TOE) from

the comfort of their offices. Please refer clause 33 of Section IV-A of Tender document for further

instructions. However, authorized representatives of bidders (i.e. Supplier organization), if desire so,

can attend the TOE at BBNL Corporate Office, 3rd Floor, CDOT Campus, Mandi Gaon Road,

Chhatarpur, New Delhi – 110030, where BBNL’s Tender Opening Officers would be conducting

Public Online Tender Opening Event (TOE).

10. The bidder is required to submit the tender document online at the e-tender portal. Tender bids

received after due time & date will not be accepted.

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

12. CMD, BBNL reserves the right to accept or reject any or all tender bids without assigning any reason.

He is not bound to accept the lowest tender.

13. The bidder shall furnish a declaration under his digital signature that no addition/ deletion/ corrections

have been made in the downloaded tender document being submitted and it is identical to the tender

document appearing on E-tender Portal (https://www.tcil-india-electronictender.com).

14. In case of any correction/ addition/ alteration/ omission in the tender document by the bidder, the

tender bid shall be treated as non-responsive and shall be rejected summarily. All documents

submitted in the bid offer should be preferably in English. In case the certificate viz. experience,

registration etc. is issued in a language other than English, the bidder shall attach an English

translation of the same duly attested by the bidder & the translator, to be true copy in addition to the

relevant certificate.

15. All computer generated documents should be duly attested/ signed by the issuing organisations.

16. The Date / time schedule for various activities is as mentioned below:

Date Time Activity

28/10/2016 - Issue of NIT

28/10/2016 17:00 Hrs Accessibility of Tender document

04/11/2016 17:00 Hrs Last date & time of seeking clarifications

21/11/2016 14:30 Hrs Closure of Downloading of Tender

document 21/11/2016 15:00 Hrs Last Date & Time of submission of Bids

21/11/2016 15:30 Hrs. Opening of Tender Bids (Technical Part)

Chief General Manager (MM & CM)

BBNL Corporate Office, New Delhi

Telephone: 011-26592416

[email protected]

BBNL Tender No. BBNL/MM/2016/003

Page 7 of 89

SECTION - II.

GENERAL INSTRUCTIONS TO BIDDERS

II.1. DEFINITIONS

(a) "The Purchaser" means the CMD, Bharat Broadband Network Ltd. (BBNL), New Delhi

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

its bid.

(c) "The Supplier" or “The Vendor” means the individual or firm supplying the goods and/

or services under the contract.

(d) "The Goods" means all the equipment, machinery, and/ or other materials including

services which the Supplier is required to supply to the Purchaser under the contract.

(e) "The Advance Purchase Order" or “Letter of Intent” means the intention of

Purchaser to place the Purchase Order on the bidder.

(f) "The Purchase Order" means the order placed by the Purchaser on the Supplier

signed by the Purchaser including all attachments and appendices thereto and all

documents incorporated by reference therein. The purchase order shall be deemed as

"Contract" appearing in the document.

(g) "The Contract Price" means the price payable to the Supplier under the purchase

order for the full and proper performance of its contractual obligations.

(h) "Validation" is a process of testing the equipment for assessing its conformity to

Technical Specifications and the Generic Requirements by BBNL. Validation is carried

out by deploying the equipment in the field environment and includes stability, reliability

and environmental tests.

(i) "Telecom Service Provider" means any Telecom operator in India, who is licensed

by the Department of Telecommunications (DOT), Government of India to provide

telecom services to the general public or to the other DOT licensed Telecom operators.

"Telecom Service Provider" also refers to any Telecom operator in other countries

providing telecom services to general public of that country or to other telecom

operators of the same country.

(j) “Successful Bidder(s)” means the bidder(s) to whom work in this tender is awarded.

II.2. ELIGIBLE BIDDER:

II.2.1. Please refer Section – IV-A for eligibility conditions

II.3. COST OF BIDDING

II.3.1. The bidder shall bear all costs associated with the preparation and submission of the bid.

The Purchaser will, in no case, be responsible or liable for these costs, regardless of the

conduct or outcome of the bidding process.

BBNL Tender No. BBNL/MM/2016/003

Page 8 of 89

II.4. DOCUMENTS REQUIRED

II.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) General Instructions to Bidders

(c) General (Commercial) Conditions of Contract

(d) Special Instructions to Bidders and Eligibility Conditions

(e) Special (Commercial) Conditions of Contract, if any

(f) Special (Technical) Conditions of Contract and Technical Specifications

(g) Schedule of Requirements

(h) Bid Form

(i) Price Schedules

(j) Bid Security Form

(k) Performance Security Bond Form

(l) Letter of authorization to attend bid opening

(m) Integrity Pact

II.4.2. The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid

Documents and clarifications/ amendments/ addenda, if any. Failure to furnish all

information required as per the Bid Documents or submission of the bids not

substantially responsive to the Bid Documents in every respect will be at the bidder's

risk and may result in rejection of the bid.

II.5. CLARIFICATION OF BID DOCUMENTS

II.5.1. A prospective bidder, requiring any clarification on the Bid Documents shall notify the

Purchaser in writing through the e-tendering portal. The Purchaser shall respond in writing

to any request for the clarification of the Bid Documents, which it receives not later than two

weeks 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.

II.5.2. Any clarification issued by BBNL 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.

BBNL Tender No. BBNL/MM/2016/003

Page 9 of 89

II.6. AMENDMENT OF BID DOCUMENTS

II.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.

II.6.2. The amendments shall be notified in writing through e-tendering portal 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.

II.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.

II.7. DOCUMENTS COMPRISING THE BID

II.7.1. The bid prepared by the bidder shall comprise the following components:

(a) Documentary evidence to establish that the bidder is eligible to bid and is qualified to

perform the contract if its bid is accepted.

(b) Bid Security furnished in accordance with clause 12.

(c) A Clause by Clause compliance as per clause 11.2 (c)

(d) A Bid form and price schedule completed in accordance with clause 8 & 9.

II.8. BID FORM

II.8.1. The bidder shall complete the bid form and appropriate Price Schedule furnished in the Bid

Documents, indicating the goods to be supplied, brief description of the goods, quantity and

prices as per section VI and VII.

II.9. BID PRICES

II.9.1. The bidder shall give the total composite price inclusive of all Levies & Taxes i.e. Sales Tax

& Excise, packing, forwarding, freight and insurance etc. but excluding Octroi/ Entry Tax

which will be paid extra as per actuals, 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.

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

(a) The Basic Unit price (Ex-Factory Price) of the goods, Excise duty, Sales Tax, Freight,

Forwarding, Packing, Insurance and any other Levies/ Charges already paid or

payable by the supplier shall be quoted separately item wise.

(b) The supplier shall quote as per price schedule given in section VII for all the items

given in schedule of requirement.

BBNL Tender No. BBNL/MM/2016/003

Page 10 of 89

II.9.3. A bid submitted with an adjustable price quotation will be treated as non-responsive and

rejected.

II.9.4. The prices quoted by the bidder shall be in sufficient detail to enable the Purchaser to arrive

at the price of equipment/ system offered.

II.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.

II.9.6. The price approved by BBNL for procurement will be inclusive of levies and taxes, packing,

forwarding, freight and insurance as mentioned in clause 9.1 subject to other terms and

condition as stipulated in clause 22.2 of Sec. II and clause 11 of Sec. III of Bid-document.

Unloading charges at the consignee end shall be borne by the supplier and no separate

charges are payable for transportation to individual sites for installation.

II.10. DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILITY AND QUALIFICATION

II.10.1. The bidder shall furnish, as part of the bid documents establishing the bidder's eligibility, the

following documents or whichever is required as per terms and conditions of Bid Documents.

(a) Certificate of Incorporation.

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

the case may be.

(c) Registration certificate from State Director of Industries or from Secretariat for

Industrial Approval (SIA), Ministry of Industries, Government of India.

(d) Approval from Reserve Bank of India /SIA in case of foreign collaboration.

(e) Latest and valid MSEs Certificate with SC/ ST status of Micro and Small Enterprises

issued by Appropriate Authority, if applicable.

(f) Type Approval Certificate given by Telecom Engineering Centre (TEC)/ TSEC issued

by the Quality Assurance Circle of BSNL or proof of having applied for TAC/ TSEC

(Copy of Form-B/ Form QF-103 be attached) (if applicable).

(g) Undertaking duly signed by front bidder and its technology/ consortium partner stating

that both of them shall be liable for due performance of the contract jointly and severally

as per clause 12.7(d) (if applicable). - Not Applicable

(h) Power of Attorney as per clause 14.4 (a) and (d) and authorization for executing the

power of Attorney as per clause 14.4 (b) or (c).

(i) List of all Directors including their name(s), Director Identification Number(s) (DIN) and

address (es) along with contact telephone numbers of office and residence.

(j) Certificates from all Directors of the bidder stating that none of their near relatives are

BBNL Tender No. BBNL/MM/2016/003

Page 11 of 89

working in BBNL in accordance with clause 34.

(k) Additional documents to establish the eligibility and qualification of bidder as specified

in Section-I and Section-IV-A.

II.10.2. Documentary evidence for financial and technical capability

(a) The bidder shall furnish Annual Report and/ or a certificate from its bankers as

evidence that he has financial capability to perform the contract.

(b) The bidder shall furnish documentary evidence about technical and production

capability necessary to perform the contract.

II.10.3. In order to enable the Purchaser to assess the provenness of the system offered, the bidder

shall provide documentary evidence regarding the system being offered by him.

II.10.4. The offered product has to be type approved. For this purpose, the supplier shall submit a

sample type for evaluation. The sample would be evaluated for its ability to meet the technical

specifications, manufacturability, reliability, testability, ease of installation, maintainability etc.

Necessary documents to substantiate these attributes will have to be submitted at the time

of application for approval by the supplier for obtaining type approval. In case goods offered

have already been type approved/ validated by the Purchaser, documentary evidence to this

effect shall be submitted by the bidder.

II.10.5. A signed undertaking from Authorised Signatory of the bidder that shall certify that all

components/ parts/ assembly/ software used in the Desktops and Servers like Hard disk,

Monitors, Memory etc. shall be original, new components/ parts/ assembly/ software and that

no refurbished/ duplicate/ second hand components/ parts/ assembly/ software are being

used or shall be used. – Not Applicable

II.10.6. For supply of any software i.e. operating system or any applications software the bidder

should submit a Certificate of Authenticity (COA), signed by Authorised Signatory stating that

all Software supplied are authentic and legal copy is/are being supplied. – Not Applicable

II.11. DOCUMENTS ESTABLISHING GOOD'S CONFORMITY TO BID DOCUMENTS

II.11.1. Pursuant to clause 7, the bidder shall furnish, as part of its bid, documents establishing the

conformity of its bid to the Bid Documents of all goods and services which he proposes to

supply under the contract.

II.11.2. The documentary evidences of the "goods and services" conformity to the Bid Documents,

may be, in the form of literature, drawings, data etc. and the bidder shall furnish:

(a) a detailed description of goods with essential technical and performance

characteristics;

(b) a list, giving full particulars including available sources and current prices of all spare

parts, special tools, etc., necessary for the proper and continuous functioning of the

goods for a period of three years following commencement of use of the goods by the

purchaser, and - Not Applicable

BBNL Tender No. BBNL/MM/2016/003

Page 12 of 89

(c) a clause-by-clause compliance on the purchaser's Technical Specifications and

Commercial Conditions demonstrating substantial responsiveness to the Technical

Specifications, Commercial Conditions and Special Conditions. In case of deviations,

a statement of the deviations and exception to the provision of the Technical

Specifications, Commercial Conditions and Special Conditions shall be given by the

bidder. A bid without clause-by-clause compliance of the Technical Specifications

(Section IV-C), Commercial Conditions (Section III) and Special Conditions (Section

IV) shall not be considered.

II.11.3. For the purpose of compliance to be furnished pursuant to the clauseII.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.

II.12. BID SECURITY

II.12.1. Pursuant to clause 7, the bidder shall furnish, as part of its bid, a bid security for an amount

mentioned in Section-IV-A. The bidders (MSEs) who are registered with Appropriate

Authority are exempted from payment of bid security:

(a) A proof regarding registration of MSE with Appropriate Authority for the tendered items

will have to be attached along with the bid.

II.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.

II.12.3. The bid security shall be in the form of a bank Guarantee issued by a scheduled bank in

favour of the purchaser, valid for a period of 180 days from the date of tender opening.

Bid security in the form of Account Payee Demand Draft or Banker’s Cheque, safeguarding

the purchaser’s interest in all respects, shall also be acceptable. However, no interest shall

be payable on this account.

II.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.

II.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.

II.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.

II.12.7. The bid security may be forfeited:

(a) If the bidder withdraws or amends its bid or impairs or derogates from the bid in any

respect during the period of bid validity specified by the bidder in the Bid form or

extended subsequently, or

(b) In the case of successful bidder, if the bidder fails :

BBNL Tender No. BBNL/MM/2016/003

Page 13 of 89

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

(ii) to furnish performance security within the specified time 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 BBNL in this regard.

(d) The front bidder shall submit an irrevocable undertaking duly singed by it and its

technology/ consortium partner stating that both of them i.e. the front bidder and its

technology/ consortium partner shall be liable for due performance of the contract

jointly and severally, failing which both of them shall be liable to be barred from having

any business dealing with BBNL for a period of three years. – Not Applicable

II.13. PERIOD OF VALIDITY OF BIDS

II.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.

II.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 its bid security. A bidder accepting the

request and granting extension will not be permitted to modify its bid.

II.14. FORMAT AND SIGNING OF BID

II.14.1. The bidder shall prepare one complete set of bid as per instructions mentioned in Section-

IV-A. In the event of any discrepancy between the ElectronicForms™ and the ‘Main-Bid’, the

contents of the ElectronicForms™ shall prevail. The copy of quality manual and Article or

Memorandum of Association may be provided in the bid.

II.14.2. 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. 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.

II.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.

II.14.4. Power of Attorney

(a) The power of Attorney should be submitted and executed on the non-judicial stamp

paper of appropriate value as prevailing in the respective states(s) and the same be

attested by a Notary public or registered before Sub-registrar of the state(s) concerned.

BBNL Tender No. BBNL/MM/2016/003

Page 14 of 89

(b) The power of Attorney be executed by a person who has been authorized by the Board

of Directors of the bidder in this regard, on behalf of the Company /institution/ Body

Corporate.

(c) In case of the bidder being a firm, the said Power of Attorney should be executed by

all the partner(s) in favour of the said Attorney.

(d) Attestation of the specimen signatures of such authorized signatory of the bid by the

Company’s/ firm’s bankers shall be furnished. Name, designation, Phone number,

mobile number, email address and postal address of the authorized signatory shall be

provided.

II.15. SEALING AND MARKING OF BIDS

II.15.1. The bids should be sealed and marked in accordance with the instructions mentioned in

Section-IV-A of this document. Bids have to be submitted online only. In addition, some

documents have to be submitted off-line in accordance with Clause IV.A.24 (Section-IV-A).

(a) The envelope for offline submission shall be addressed to the purchaser at the address

mentioned in the Clause IV.A.24 of Section-IV-A of this document.

(b) The envelope shall bear (the project name), the tender number and the words 'DO

NOT OPEN BEFORE' (due date & time).

(c) The envelope shall indicate the name and address of the bidders to enable the

documents to be returned unopened in case it is declared 'late' or rejected.

(d) The responsibility for ensuring that the tenders are delivered in time would vest with

the bidder.

(e) Offline documents delivered in person on the day of tender opening shall be delivered

upto 15.00 Hrs. to the purchaser at the venue (address is given in NIT) of the tender

opening. The purchaser shall not be responsible if the bids are delivered elsewhere.

(f) Venue date and time of tender opening shall be as mentioned in the Notice Inviting

Tender (NIT) i.e .Section-I. If due to administrative reasons, the venue of Bid opening

is changed, it will be displayed prominently on notice board and also on BBNL website.

II.15.2. If bids and the envelope for offline submission are not sealed and marked as required at para

15.1, the bid shall be rejected.

II.16. SUBMISSION OF BIDS

II.16.1. Bids must be received by the Purchaser online as per instructions in Section-IV-A not later

than the specified date and time indicated in the Detailed NIT (Section-I). The bidder is

required to submit the bid online at the e-tender portal. Tender bids received after due time

& date will not be accepted. Offline submission of bids would not be accepted and only the

documents mentioned in Clause IV.A.24 (Section-IV-A) shall be submitted offline.

II.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

BBNL Tender No. BBNL/MM/2016/003

Page 15 of 89

obligations of the purchaser and bidders previously subject to the deadline will thereafter be

subjected to the deadline as extended.

II.16.3. The bidder shall submit its bid offer against a set of bid documents purchased by him for all

or some of the systems/ equipment as per requirement of the Bid Documents. He may

include alternate offer, if permissible as per the bid. However not more than one independent

and complete offer shall be permitted from the bidder.

II.17. LATE BIDS

II.17.1. Any bid received by the purchaser after the deadline for submission of bids prescribed by

the purchaser pursuant to clause 16, shall be rejected.

II.18. MODIFICATION AND WITHDRAWAL OF BIDS

II.18.1. The bidder may modify, revise or withdraw its bid after submission prior to the deadline

prescribed for submission of bid, provided that the written notice of the modification/ revision

or withdrawal is received by the purchaser prior to the deadline prescribed for submission of

bids.

II.18.2. The bidder's modification, revision or withdrawal shall be prepared, sealed, marked and

online submitted 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.

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

bids.

II.19. OPENING OF BIDS BY PURCHASER

II.19.1. The purchaser shall open bids online in the presence of bidders or their authorized

representatives who chose to attend, at the time specified in the Detailed NIT (Section-I).

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).

II.19.2. A maximum of two representatives of any bidder shall be authorized and permitted to attend

the bid opening.

II.19.3. 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.

II.19.4. The date fixed for opening of bids, if subsequently declared as holiday by BBNL, 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.

II.20. CLARIFICATION OF BIDS

II.20.1. To assist in the examination, evaluation and comparison of bids, the purchaser may, at its

BBNL Tender No. BBNL/MM/2016/003

Page 16 of 89

discretion ask the bidder for the clarification of its bid. The request for the clarification and

the response shall be in writing. However, no post bid clarification at the initiative of the

bidder shall be entertained.

II.21. PRELIMINARY EVALUATION

II.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.

II.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, its bid shall be rejected.

II.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.

II.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.

II.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 affect the

relative ranking of any bidder.

II.22. EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS

II.22.1. The Purchaser shall evaluate in detail and compare the bids previously determined to be

substantially responsive pursuant to clause 21.

II.22.2. The evaluation and comparison of responsive bids shall be done on all-inclusive basis on

the prices of the goods offered inclusive of Duties and taxes, Sales Tax, Packing,

Forwarding, Freight and Insurance charges etc. as indicated in Col. 16 of the price schedule

in the Sec.VII of the Bid document. As stipulated in clause 9.1, Octroi/ Entry Taxes are not

to be included in the composite price and hence the same will not be considered for the

purpose of evaluation and comparison of responsive bids. However, Octroi/ Entry Taxes will

be paid extra as per actuals wherever applicable on production of proof of payment/ relevant

invoices/ documents.

(a) “Duties & Taxes for which the firm has to furnish Cenvatable Challans/ Invoices will be

indicated separately in the PO/ APO.

(b) Vendors should furnish the correct E.D./ Customs tariff Head in the price Schedule. If

the credit for the Duties and Taxes under CENVAT Credit Rules, 2004 is found to be

BBNL Tender No. BBNL/MM/2016/003

Page 17 of 89

not admissible at any stage subsequently owing to wrong furnishing of Tariff Head,

then the vendors will be liable to refund such non-admissible amount, if already paid,

along with interest and penalty if charged by the concerned authority.

(c) In case the Duties & Taxes which are non CENVAT-able as per the quotes indicated

in the price schedule by the vendors and subsequently at any stage it is found that

Credit for such Duties & Taxes is admissible as per CENVAT Credit Rules, 2004/ VAT

Rules, then the vendors will be liable to refund the amount equivalent to such Duties

& Taxes if already paid to them. However, the purchaser may allow the supplier to

submit necessary documents in this regard which may enable the purchaser to avail

the CENVAT credit provided such credit is still available for the amount so paid as per

CENVAT Credit Rules 2004/ VAT Rules.

(d) The purchaser reserves the right to ask the bidders to submit documentary proof

confirming the correct Tariff Head from the E.D./ Customs authority where the Tariff

Head furnished against the particular tendered item by different bidders differs from

each other or the same is found apparently not furnished in accordance with E.D./

Customs Tariff notifications.

(e) If the supplier fails to furnish necessary supporting documents i.e. Excise/ Customs

invoices etc. in respect of the Duties/ taxes which are Cenvatable, the amount

pertaining to such Duties/ Taxes will be deducted from the payment due to the firm.

II.23. CONTACTING THE PURCHASER

II.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.

II.23.2. Any effort by a bidder to modify its 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.

II.24. PLACEMENT OF ORDER

II.24.1. 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 type approved/ validated by the purchaser. The

Purchaser reserves the right to counter offer price(s) against price(s) quoted by any

bidder.

II.24.2. The ordering price of any bidder shall not exceed the lowest evaluated price.

II.24.3. The purchaser reserves the right for the placement of order of entire tendered quantity on

the bidder with the lowest evaluated price.

II.25. PURCHASER'S RIGHT TO VARY QUANTITIES

(a) BBNL 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

price or other terms and conditions at the time of award of contract or additional

quantities up to 50% of goods and services contained in the running tender/ contract

BBNL Tender No. BBNL/MM/2016/003

Page 18 of 89

can be ordered within a period of twelve months from the earliest date of acceptance

of APO (earliest one) at the same rate or a rate negotiated (downwardly) with the

existing vendors considering the reasonability of rates based on prevailing market

conditions and the impact of reduction in duties and taxes etc. and supplies to be

obtained within delivery period scheduled afresh.

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

necessary to ensure continued supplies from the existing vendors, the purchaser

reserves the right to place repeat order up to 100% 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 vendors considering the reasonability of rates based on

prevailing market conditions and the impact of reduction in duties and taxes etc.

Exceptional situation and emergent nature should be spelt out clearly detailing the

justification as well as benefits accrued out of it and loss incurred in case this provision

is not invoked and approved by the authority competent to accord administrative and

financial approval for the procurement calculated on the basis of total procurement i.e.

initial and proposed add-on quantity.

(c) BBNL Board will have full power to accord administrative approval and financial

concurrence to procure any equipment/ material in any quantity by any means in the

exigencies of services and interest of BBNL.

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

II.26.1. 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.

II.27. ISSUE OF ADVANCE PURCHASE ORDER

II.27.1. The issue of an Advance Purchase Order shall constitute the intention of the Purchaser to

enter into contract with the bidder.

II.27.2. The bidder shall within 14 days of issue of the advance purchase order, give its acceptance

along with performance security in conformity with proforma enclosed in section IX provided

with the bid document.

II.28. SIGNING OF CONTRACT

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

II.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.

II.29. ANNULMENT OF AWARD

II.29.1. 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

BBNL Tender No. BBNL/MM/2016/003

Page 19 of 89

purchaser or call for new bids.

II.30. QUALITY ASSURANCE REQUIREMENTS

II.30.1. The supplier shall have Quality Management System supported and evidenced by the

following:

(a) A Quality Policy.

(b) A management representative with authority and responsibility for fulfilling QA

requirements and for interfacing with purchaser in the matters of Quality.

(c) Procedure for controlling design/ production engineering, materials, choice of

components/ vendors, manufacturing and packaging process for supplying quality

products.

(d) System of Inward Good Inspection.

(e) System to calibrate and maintain required measuring and test equipment.

(f) System for tracing the cause for non-conformance (traceability) and segregating

product which don't conform to specifications.

(g) Configuration management and change-control mechanism.

(h) A quality plan for the product.

(i) Periodical internal quality audits.

(j) A 'Quality Manual' detailing the above or infrastructure assessment certificate and

Type Approval Certificate (TAC)/ Technical Specifications Evaluation Certificate

(TSEC) issued by "QA Circle of BSNL" shall be furnished.

II.31. REJECTION OF BIDS

II.31.1. 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 rejection of the bid.

(a) 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 & 12.3 and bid validity is less than

the period prescribed in Clause 13.1 mentioned above.

(b) Clause 2 & 10 of Section II: If the eligibility condition as per clause 2 of Section II is not

met and/ or documents prescribed to establish the eligibility as per Clause 10 of section

II are not enclosed, the bids will be rejected without further evaluation.

(c) 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.

(d) Section III General Commercial conditions, Section IV-A Special Instructions to

BBNL Tender No. BBNL/MM/2016/003

Page 20 of 89

Bidders, Section IV-B Special (Commercial) Conditions of Contract & Section IV-C

Special (Technical) Conditions of Contract and 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.

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

(f) Section II clause 9.5 on discount which is reproduced as follows: "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".

II.31.2. Before outright rejection of the Bid by Bid-opening team for non-compliance of any of the

provisions mentioned in clause 31.1 of Section II and clause 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 the Bid opening team immediately but in no case after

closing of the tender process with full justification quoting specifically the violation of tender

condition if any.

II.31.3. 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 the signatures of some of the desirous representatives of the participating bidder/

companies present on the occasion.

II.31.4. The in-charge of Bid opening team will mention the number of bids with the name of the 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

argument 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 Director (Planning) 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 P.O. against the instant tender.

II.31.5. 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.

II.32. PURCHASER’S RIGHT TO DISQUALIFY

II.32.1. 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.

II.33. PURCHASER’S RIGHT TO BAN BUSINESS DEALINGS

II.33.1. Purchaser reserves the right to ban business dealings with a bidder for a suitable period in

case he fails to honour its bid without sufficient grounds.

BBNL Tender No. BBNL/MM/2016/003

Page 21 of 89

II.34. NON-RELATIONSHIP CERTIFICATE

II.34.1. 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. In case of limited company, certificate will be given 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 and

full time Directors of PSUs both state and central.

II.34.2. 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

BBNL 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.

II.34.3. 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).

II.34.4. 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

BBNL 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, BBNL shall have the absolute right to take any

action as deemed fit/without any prior intimation to me."

II.35. VERIFICATION OF DOCUMENTS AND CERTIFICATES

II.35.1. The bidder will verify the genuineness and correctness of all documents and certificates,

including experience/ performance certificates, issued either by the bidder or any other firm/

associate before submitting them in the bid. The onus of proving genuineness of the

submitted documents would rest with the bidder.

II.35.2. As per requirement of the tender’s conditions, if any document/ paper/ certificate submitted by

the participant bidder is found to be false/ fabricated/ tempered/ manipulated at any stage

during bid evaluation or award of contract, then the bid security (EMBG) of the bidder would

be forfeited and the bidder would be disqualified from the tender. Action would also be taken

for banning of business dealing with the defaulting firm. In case contract has already awarded

to the bidder, then PBG would be forfeited and the contract would be rescind/ annulled and

BBNL would be at liberty to procure the ordered goods and services from any other source

at the risk and cost of the defaulting bidder. Action would also be taken for banning business

dealing with the defaulting firm.

BBNL Tender No. BBNL/MM/2016/003

Page 22 of 89

SECTION - III.

GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT

III.1. APPLICATION

III.1.1. The general condition shall apply in contracts made by the purchaser for the procurement of

goods and/ or services.

III.2. STANDARDS

III.2.1. The goods and/ or services supplied under this contract shall conform to the standards

prescribed in the Technical Specifications mentioned in section IV-B.

III.3. PATENT RIGHTS

III.3.1. 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.

III.4. PERFORMANCE SECURITY

III.4.1. All suppliers (including MSEs who are registered with Appropriate Authority) shall furnish

performance security to the purchaser for an amount equal to 5% of the value of purchase

order within 14 days from the date of issue of Advance Purchase Order by the Purchaser.

III.4.2. The proceeds of the performance security shall be payable to the Purchaser as

compensation for any loss resulting from the supplier's failure to complete its obligations

under the contract.

III.4.3. The performance security Bond shall be in the form of Bank Guarantee issued by a

scheduled Bank and in the form provided in 'Section IX' of this Bid Document.

III.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.

III.5. INSPECTION AND TESTS

III.5.1. The Purchaser or its representative shall have the right to inspect and test the goods as per

prescribed test schedules for their conformity to the specifications. Where the Purchaser

decides to conduct such tests on the premises of the supplier or its subcontractor(s), all

reasonable facilities and assistance like Testing instruments and other test gadgets including

access to drawings and production data shall be furnished to the inspectors at no charge to

the purchaser.

III.5.2. 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.

BBNL Tender No. BBNL/MM/2016/003

Page 23 of 89

III.5.3. Notwithstanding the pre-supply tests and inspections prescribed in clause 5.1 & 5.2 above,

the equipment and accessories on receipt in the Purchaser's premises will also be tested

during and after installation before "take over" and if any equipment or part thereof is found

defective, the same shall be replaced free of all cost to the purchaser as laid down in clause

5.4 below.

III.5.4. If any equipment or any part thereof, before it is taken over under clause 5.5, 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.

III.5.5. 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".

III.5.6. Nothing in clause 5 shall in any way release the Supplier from any warranty or other

obligations under this contract.

III.6. DELIVERY AND DOCUMENTS

III.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.

III.6.2. Unless specified in Section-IV-B, the delivery of the goods and documents shall be

completed within 6 months from the date of issue of Advance Purchase Order, with the first

two months for lead period and supplies expected in remaining four months. The actual

delivery schedule will be given in purchase order.

III.6.3. 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/ type

approval and field trial, if any.

III.6.4. The extension of delivery period against the purchase order, if any, should be granted subject

to the condition that BBNL shall have the absolute right to revise the price(s) and also to levy

BBNL Tender No. BBNL/MM/2016/003

Page 24 of 89

penalty for the delayed supplies.

III.7. TRAINING – Not Applicable

III.7.1. The bidder shall provide training for installation and maintenance staff of the purchaser free

of cost where required.

III.7.2. The bidder shall specify in its bid the number of trainees, quantum of proposed training, pre-

training qualifications required of the trainees and duration of the proposed training.

III.7.3. The bidder shall provide all training material and documents.

III.7.4. Conduct of training of the purchaser's personnel shall be at the suppliers' plant and/or on-site

in assembly start-up operation, maintenance and/or repair of the supplied goods.

III.8. INCIDENTAL SERVICES

III.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.

III.9. SPARES – Not Applicable

III.9.1. The supplier shall be required to provide a list of the following material and notifications

pertaining to spare parts manufactured or distributed by the supplier of spares including cost

and quantity considered for arriving at the price of spares in section. II, clause 9.

(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 2

years), 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.

III.9.2. Over a period of three years starting from the date of final acceptance, the supplier shall

supply, at its 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 its need.

BBNL Tender No. BBNL/MM/2016/003

Page 25 of 89

III.10. WARRANTY

III.10.1. The supplier shall warrant that the stores 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 its 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) twelve months, or the period specified in Section-IV-

B, after the stores have been taken over under clause 5.5 above.

III.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 (or the period specified in Section-IV-B), 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 any other rights which the purchaser may have against the supplier in respect

of such defects.

III.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.

III.11. PAYMENT TERMS

III.11.1. Payment as specified in Section-IV-B shall be made on receipt of goods by consignee. For

claiming this payment the following documents are to be submitted to the paying authority.

(i) Invoice clearly indicating break up details of composite price i.e. Basic, E.D., Sales

Tax, any other Duties and Taxes, Freight/ Packing Charges, Service Tax etc.

(ii) Acknowledged Delivery Challan

(iii) Supplier certificate for dispatch

(iv) Excise gate pass/ invoice or equivalent document viz. Custom invoice, if applicable

(v) Inspection certificate of QA (Payable copy)

(vi) Consignee receipt

(vii) Proof of payment of octroi/ entry tax etc., if any

(viii) If the supplier fails to furnish necessary supporting documents i.e. excise/ Customs

invoices etc. in respect of the Duties/ taxes which are Cenvatable, the amount

pertaining to such Duties/ taxes will be deducted from the payment due to the firm.

BBNL Tender No. BBNL/MM/2016/003

Page 26 of 89

III.11.2. The balance payment shall be released as specified in Section-IV-B in case there are no

damage/ shortages. In case there are shortages/ damages, the purchaser shall intimate the

supplier in writing, who will take necessary action to collect the material at his own cost and

replace the same. The balance payment shall be released only after the cases are settled in

accordance with the provision of the P.O.

III.11.3. Form C and also a certificate stating that the tendered item (stores) are meant for the use of

BBNL shall be provided by the purchaser on the request of the bidder as and when asked

for. III.11.4. No payment will be made for goods rejected at the site on testing.

III.11.5. The bidder has to give the mandate for receiving payment costing Rs.5 lacs and above

electronically and the charges, if any, levied by bank has to be borne by the bidder/

contractor/ supplier. The bidder company are required to give the following information for

this purpose:-

(a) Beneficiary Bank Name:

(b) Beneficiary branch Name:

(c) IFSC code of beneficiary Branch

(d) Beneficiary account No.:

(e) Branch Serial No. (MICR No.):

III.12. PRICES

III.12.1. 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 its Bid except for

variation caused by change in taxes/ duties as specified in Clause-12.2 mentioned below.

III.12.2. For changes in taxes/ duties during the scheduled delivery period, the unit price shall be

regulated as under:

(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

supplies 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.12.3. Any increase in taxes and other statutory duties/ levies after the expiry of the delivery date

shall be to the supplier's account. However, benefit of any decrease in these taxes/ duties

shall be passed on to the Purchaser by the supplier.

BBNL Tender No. BBNL/MM/2016/003

Page 27 of 89

III.13. CHANGES IN PURCHASE ORDERS

III.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.

III.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.

III.14. SUBCONTRACTS

III.14.1. The Supplier shall notify the Purchaser in writing of all subcontracts awarded under this

contract if not already specified in its bid. Such notification, in its original bid or later shall not

relieve the supplier from any liability or obligation under the Contract.

III.15. DELAYS IN THE SUPPLIER'S PERFORMANCE

III.15.1. Delivery of the Goods and performance of the services shall be made by the Supplier in

accordance with the time schedule specified by the purchaser in its purchase order. In case

the supply is not completed in the stipulated delivery period, as indicated in the 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.

III.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:

(a) forfeiture of its performance security,

(b) imposition of liquidated damages, and/ or

(c) short-closure of the contract in part or full and/ or termination of the contract for default.

III.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:

(a) 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

BBNL Tender No. BBNL/MM/2016/003

Page 28 of 89

of the contract (by not more than 20 weeks or as per provisions of clause 16.2, Section-

III) as per provision given below :

(b) The vendor has to submit their request for extension along with the undertaking as per

clause 24 Section-III (Fall Clause) and a copy of QA inspection certificate at least two

weeks before the expiry of delivery period. The vendor shall also submit unconditional

acceptance of the conditions for delivery period extension i.e. applicability of liquidated

damages, prices to be provisional and to be regulated as per clauses 12.3 and 24 of

section-III and submission of additional BG, wherever applicable. The decision

regarding extension shall be communicated within two weeks of the receipt of request

and after receipt of the unconditional acceptance and the undertaking mentioned

above.

(c) In case extension is being granted beyond 20 weeks then the vendor shall submit

additional BG while seeking extension. For piecemeal items the amount of additional

BG shall be 5% of the value of balance quantity of items to be supplied for which

extension in delivery period has been sought. In case of infrastructure/ turnkey projects

other than as stated above, 1% of the total project value shall be the value for additional

BG. The additional BG shall be valid for six months beyond extension of delivery period

sought and shall be discharged after the full ordered quantity has been supplied to the

ultimate consignee within the last extended delivery period on submission of inspection

certificate from QA and consignee receipt without prejudice to the other remedies

available to the purchaser.

(d) If the vendor fails to deliver the full ordered quantity even during extended delivery

period then the PO shall be short-closed and the Performance Bank Guarantee as well

as additional BG shall be forfeited.

III.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.

III.16. LIQUIDATED DAMAGES

III.16.1. The date of delivery of the stores 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 its 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.

III.16.2. While granting extension of delivery period as per clause 15.3, the liquidated damages shall

be levied as follows:

(a) Should the supplier fails to deliver the store or any consignment thereof within the

period prescribed and agreed for delivery, the purchaser, without prejudice to other

remedies available to the purchaser shall be entitled to recover, as agreed liquidated

damages for breach of contract, a sum equivalent to 0.5% of the value of the delayed

supply and/ or undelivered material/ supply 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

BBNL Tender No. BBNL/MM/2016/003

Page 29 of 89

delayed supply and/ or undelivered material/ supply for each week of delay or part

thereof for another TEN weeks of delay.

(b) DP extension beyond 20 weeks would not be generally allowed. The extension beyond

20 weeks may be decided in most exceptional circumstances on case to case basis,

by the Functional Director stating reasons and justifications for grant of extension of

delivery period beyond 20 weeks.

(c) In the case of package supply/ turnkey projects when the delayed portion of the supply

materially hampers installation and commissioning of the systems, LD charge be levied

as above on the total value of the concerned package of the Purchase Order.

(d) Quantum of liquidated damages assessed and levied by the purchaser and decision

of the purchaser thereon shall be final and binding on the supplier, further the same

shall not be challenged by the supplier either before Arbitration tribunal or before the

court. The same shall stand specifically excluded from the purview of the arbitration

clause, as such shall not be referable to arbitration. However, when supply is made to

the ultimate consignee within 21 days of QA clearance in the extended delivery period

and the goods were dispatched within contracted original delivery period, the

consignee may accept the stores and in such cases the LD shall be levied up to the

date of dispatch after QA clearance only.

(e) The total value of the liquidated damages as per above sub-clauses shall be limited to

a maximum of 12% (Twelve percent) i.e. LD shall be levied upto 20 weeks only as per

provision at para (a).

III.16.3. In cases where the scheduled delivery period is distributed month-wise or is in installments,

the liquidated damages shall be imposed for delay in each scheduled month/ installment.

Liquidated damages shall be calculated separately for quantities to be supplied in every

month/ installment and the corresponding delay. If the supplier supplies full quantity before

the expiry of the scheduled delivery period of the last month/ installment but there is delay in

month-wise/ installment-wise supply, then also liquidated damages shall be levied on the

supplies against the earlier months/ installments that have been delayed. Twenty (20) weeks

for the purpose of additional BG and grant of DP extension shall be counted from the last

month/ installment.

III.16.4. Wherever Clause of grace period of 21 days exists in the Purchase Order as well as in the

Tender document against which the Purchase Order has been released, applicability of the

grace period shall be subject to:

(a) The Store has been offered to ‘QA’ by the Supplier for Inspection/ Testing within the

contracted original delivery period.

(b) 'QA’ has cleared the equipment for dispatch within the contracted original delivery

period.

(c) The Supplier has carried out dispatch/ dispatched the equipment with in contracted

original delivery period. For claiming benefit of grace period, the supplier shall have to

satisfy the Paying Authority by furnishing documents of dispatch confirming that it has

actually dispatched the equipment within contracted original delivery period.

(d) The Store has been received by the ultimate consignee within 21 days of the expiry of

BBNL Tender No. BBNL/MM/2016/003

Page 30 of 89

contracted original delivery period.

(e) The grace period of 21 days shall be allowed only in those cases which fulfill all the

conditions given in para (a) to (d) above. During grace period no LD charges shall be

levied and supplier shall be paid at the same rates as applicable during the contracted

original delivery period.

III.17. FORCE MAJEURE

III.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.

III.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.

III.18. TERMINATION FOR DEFAULT

III.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 its 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.

III.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.

BBNL Tender No. BBNL/MM/2016/003

Page 31 of 89

III.19. TERMINATION FOR INSOLVENCY

III.19.1. 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.

III.20. ARBITRATION

III.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 CMD, BBNL

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 CMD, BBNL or by whatever designation such an officer

may be called (hereinafter referred to as the said officer), and if the CMD or the said officer

is unable or unwilling to act as such, then to the sole arbitration of some other person

appointed by the CMD 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/ PSU Employee 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

CMD, BBNL 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.

III.20.2. The 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.

III.20.3. The venue of the arbitration proceeding shall be the office of the CMD, BBNL, New Delhi or

such other places as the arbitrator may decide.

III.21. SET OFF

III.21.1. 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 BBNL or any other

person(s) contracting through BBNL and set off the same against any claim of the Purchaser

or BBNL 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 BBNL or

such other person(s) contracting through the BBNL.

III.22. INTIMATION OF SUPPLY STATUS

III.22.1. The bidders, who are given Purchase Orders, must give the details of the supplies made

against all the Purchase Orders every month on the first working day of the following month

to MM and the concerned User Branches of BBNL.

BBNL Tender No. BBNL/MM/2016/003

Page 32 of 89

III.23. DETAILS OF THE PRODUCT

III.23.1. The bidder should furnish the name of its collaborator (if applicable), brand name, model

number 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.

III.24. FALL CLAUSE

III.24.1. At any time during the contract (a) if 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 prices would be determined as follows:

III.24.2. The prices once fixed will remain valid during the scheduled delivery period except for the

provisions in clause 12.1 of Section III.

III.24.3. The purchaser, for the extended delivery period, 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 reserves the right to purchase the

balance unsupplied quantity/ service at the risk and cost of the defaulting vendor besides

considering the forfeiture of its performance security.

III.24.4. 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."

III.24.5. In case under taking as in Clause 24.4 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.

III.25. COURT JURISDICTION

III.25.1. Any dispute arising out of the tender/ bid document/ evaluation of bids/ issue of APO shall

be subject to the jurisdiction of the competent court at the place from where the NIT/ tender

has been issued.

III.25.2. Where a contractor has not agreed to arbitration, the dispute/ claims arising out of the

Contract/ PO entered with him shall be subject to the jurisdiction of the competent Court at

the place from where Contract/ PO has been issued. Accordingly, a stipulation shall be made

in the contract as under.

III.25.3. This Contract/ PO is subject to jurisdiction of Court at New Delhi only”.

BBNL Tender No. BBNL/MM/2016/003

Page 33 of 89

Model Amendment Letter Intimating Conditions for Extension of Delivery Period

Registered Acknowledgement Due

Address of the purchaser -------------------------------- --------------------------------

To M/s ……………………………….. ……………………………………… Sub : This office contract no………….. dated …………. placed on you for supply of ……………… Ref : Your letter no……………………………… dated ……………….

You have failed to deliver the goods/ entire quantity of the goods/ execution/ installation/ commissioning of the entire project within the contract delivery period/ delivery period as agreed schedule or last extended up to ______________. In your above referred letter, you have asked for extension/ further extension of time for delivery/ execution/ installation/ commissioning. In view of the circumstances stated in your above referred letter, the time of delivery can be extended from _______ (original/ last delivery period) to ____________ (presently agreed delivery period) subject to your unconditional acceptance of the following terms and conditions:

1. That, liquidated damages shall be levied in accordance with agreed clause 16.2 Section III of

terms and conditions of the tender/ PO.

2. That, notwithstanding any stipulation in the contract for increase in price on any ground, no

such increase, whatsoever, which takes place after zzz shall be admissible on such of the said goods as are delivered after the said date as per clause 12 Section III.

3. That, the prices during this extended delivery period shall be provisional and shall be governed

as per agreed clauses 12 and 24 of Section III and shall be finalized in accordance with the current PO price or the current PO price with latest budget/ duty impact or the prices in the new tender (T.E. no. ………..) from the date of its opening, on whichever is lower basis.

4. An additional BG of Rs. _________in accordance with clause 15.3, Section III of the contract

with validity upto _______. 5. An undertaking as required vide clause 24, Section III.

Please intimate your unconditional acceptance of this letter alongwith the additional BG within ten days of the issue of this letter failing which the contract will be cancelled at your risk and expense without any further reference to you. This letter shall form part and parcel of the agreement/ contract/ APO/ PO and all other terms & conditions of the contract remain unaltered.

Yours faithfully, (………………………) for and on behalf of………..

zzz Original delivery date or the last extended/ re-fixed delivery period (as the case may be) NB : The

entries which are not applicable for the case under consideration are to be deleted.

BBNL Tender No. BBNL/MM/2016/003

Page 34 of 89

Model Amendment Letter for Extension of Delivery Period

Registered Acknowledgement Due

Address of the purchaser

-------------------------------- --------------------------------

To M/s ……………………………….. ……………………………………… Sub : This office contract no………….. dated …………. placed on you for supply of ……………… Ref : 1. Your letter no……………………………… dated ………………. requesting DP extension

2. This office letter no. ……………… dated ……… intimating conditions for DP extension 3. Your letter no………………….. dated …………. accepting the conditions for DP extension

You have failed to deliver the goods/ entire quantity of the goods/ execution/ installation/ commissioning of the entire project within the contract delivery period/ delivery period as agreed schedule or last extended up to ______________. In your above letter under reference (1), you have asked for

extension/ further extension of time for delivery/ execution/ installation/ commissioning. The terms and conditions for extension of delivery period were conveyed to you vide this office letter under reference (2). In view of the circumstances stated in your above referred letter, and upon your unconditional acceptance of the terms and conditions of this extension vide your letter under reference (3), the time of delivery is hereby extended from _______ (last delivery period) to ____________ (presently agreed delivery period) on the terms and conditions in letter under reference (2) above and agreed by you vide letter under reference (3) i.e.:

(a) Liquidated damages shall be levied in accordance with agreed clause 16.2 Section III of terms

and conditions of the tender/ PO. (b) Notwithstanding any stipulation in the contract for increase in price on any ground, no such increase, whatsoever, which takes place after zzz shall be admissible on such of the said goods as are delivered after the said date as per clause 12 Section III.

(c) The prices during this extended delivery period shall be provisional and shall be governed as

per clauses 12 and 24 of Section III and shall be finalized in accordance with current PO price or the current PO price with latest budget/ duty impact or the prices in the new tender (T.E. no. ………..) from the date of its opening, on whichever is lower basis.

The letters under reference above and this letter shall form part and parcel of agreement/ contract/ APO/ PO and all other terms & conditions of the contract remain unaltered.

Yours faithfully, (………………………) for and on behalf of………..

Copy to : ………………….. ………………….. ………………….. (All concerned) zzz Original delivery date or the last unconditionally re-fixed delivery date (as the case may be) NB : The entries which are not applicable for the case under consideration are to be deleted.

BBNL Tender No. BBNL/MM/2016/003

Page 35 of 89

SECTION - IV.

SPECIAL INSTRUCTIONS TO BIDDERS AND SPECIAL CONDITIONS OF

CONTRACT

1. The special instructions to bidders and the special conditions of contract shall supplement the

'Instructions to Bidders' as contained in Section II &"General (Commercial) Conditions of

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.

PART A - SPECIAL INSTRUCTIONS TO BIDDERS AND ELIGIBILITY

CONDITIONS

IV.A.1. ELIGIBILITY CONDITIONS

1 The bidders should be Indian Companies registered to manufacture the tendered item

in India and have obtained clearance from Reserve Bank of India, wherever applicable.

In addition they should meet the following criteria: The Bidders should:

1.1 a) have got Technical Specification Evaluation Certificate (TSEC) for their product from

Quality Assurance Circle, BSNL, Bengaluru or Type Approval Certificates (TAC) from TEC

New Delhi against specification under the section IV-C. TSEC obtained against BSNL tender

no. CA/CNP/24F OFC/T-498/2015 issued on 20/01/2015 and CA/Ent.-CNP/OFC/T-

553/2016 issued on 24/06/2016 with matching technical specifications or TSEC obtained for

BBNL tenders no. BBNL/MM/2013/001 issued on 03/04/2013 will be acceptable to meet

eligibility criteria.

OR

1.1 b) have applied for TSEC for their product in QF-103 form to Quality Assurance Circle,

Bengaluru or in form– B to TEC at least one day before the opening of the tender. The

Type Approval Certificate / TSEC / FORM-B / QF-103 shall be obtained for

specification under section IV-C. The registration number allotted for the TSEC

purpose by QA circle shall be submitted along with the bid.

NOTE for (a) & (b):

Regarding supplies, only type approved OF Cable as per specifications under section

IV-C of tender document shall be accepted, for which the TAC/ TSEC will have to be

obtained within the lead time period of one month from the date of issue of APO to

bidder. TSEC / TAC of previous BBNL / BSNL tenders as mentioned in (a) above will

be acceptable for supplies also subject to validity of the TSEC during the entire delivery

schedule meeting the same specifications. The bidder shall submit an Undertaking, for

compliance to this requirement, with his bid. The OF Cable is to be supplied only after

Quality tests from BSNL QA.

1.2 have completed supply against Commercial order(s) issued by DOT/ BSNL/ MTNL/

BBNL/State Government/ PSUs/Telecom Service Providers for the OF Cable (24 Fibre

and above) for a minimum total quantity of 2,000 Route Km during the last three (3)

financial years i.e. 2013-14, 2014-15 and 2015-16. The bidders shall submit

BBNL Tender No. BBNL/MM/2016/003

Page 36 of 89

certificate(s) from the end user(s) for the satisfactory working/ performance of the OF

Cable supplied by them for the quantities required under this clause.

1.3 All tendered items other than OF Cable i.e. accessories, etc. shall be type approved

against the respective technical specifications as per TEC GRs mentioned in the table

below and the valid TAC/ TSEC of the quoted items of accessories shall be submitted

along with the bid. TSEC obtained against BBNL tender no. BBNL/MM/2013/001 issued

on 03/04/2013 and BSNL Tender No. CA/Ent.-CNP/OFC/T-553/2016 issued on

24/06/2016 will be acceptable to meet eligibility criteria. For accessories i.e. joint

closures, splitters, termination box and FDMS, the bidder may quote for such models

of accessories for which, TSEC in QF-103 Form to Quality Assurance Circle, BSNL,

Bengaluru or in Form-B to TEC, New Delhi have been applied for against the technical

specifications as per respective TEC GRs at least one day before the opening of the

tender. The registration number allotted for the TSEC purpose by QA Circle BSNL

Bengaluru or for TAC purpose by TEC New Delhi shall be submitted along with the bid.

However only type approved accessories as per below specifications, will be accepted,

which will have to be obtained before placement of APO. If the bidder is not the

manufacturer of such tendered items, then the bidder shall enter into legally binding

agreement(s) with the manufacturers of the tendered items and the copy of such

agreement(s) shall be furnished with the bid. It shall be bidder’s responsibility to ensure

timely availability of valid TSEC/ TAC against such third-party products.

The Patch Cords should also be TAC/ TSEC/ CACT (SAC) approved or have been

applied for TAC/ TSEC/ CACT (SAC) in appropriate forms to TEC New Delhi or QA

Circle BSNL Bengaluru at least one day before the opening of tender against the

technical specification mentioned in the table below. The type approval certificate or the

registration certificate issued by TEC/ QA Circle BSNL would be submitted with the bid.

Other conditions as mentioned above and applicable for other accessories would be

applicable for Patch Cords also

S. No. Accessory TEC GR No.

1. 24F Splice Closure (buried type) for making Straight Joints and Branch Joints for branching 6F/12F/48F cables with provision for mounting splitters.

TEC GR No. TEC/GR/TX/OJC-002/03/APR-2010 with latest amendment, if any

3. Splitters 1:2 with pig tails, mountable inside the FTB/FDMS with pig tails each 1 meter.

The Splitters shall meet the characteristics as per TEC GR No- GR/TX/OPT/001/ 01 APRIL 2012. All the fibers used inside the splitters shall be compliant to TEC GR for G.652D/G.657A OF Cable.

4. Patch Cord 5 M. length with SC-APC connector (BIF G.657A Fibre)

TEC GR No TEC/GR/Tx/OFJ-01/05 NOV 2009

5. 24F Fibre Termination Box (FTB) with patch panel having 4 SC-APC adapters & wall mountable

TEC GR No. GR/TX/FTB-02/02 APR-2010 (type II) with latest amendment, if any

6. 24F FDMS (Indoor) with patch panel, wall mountable

GR No. GR/FDM-01/02 April 2007 TYPR-IIIA with latest amendment if any

3 Full quantity i.e. 100% of the Optical Fibre Cable and accessories to be supplied against

this tender shall be domestically manufactured and the minimum domestic Value

Addition (VA) to qualify as Domestically Manufactured Telecom Product shall be 60%

BBNL Tender No. BBNL/MM/2016/003

Page 37 of 89

for the financial year 2016-17. The formula for calculation of Value Addition for telecom

products shall be as notified by the Department of Electronics and Information

Technology from time to time. The bidder shall submit a self-certification certifying that

the domestic Value Addition in the OF Cable and accessories being supplied to BBNL

is 60% or more. Each SOR item mentioned in the tender has to individually meet the

PMA and VA criteria mentioned in the clause. Self-certificates shall be furnished for all

SOR items quoted by the bidder.

4 The bidders shall submit necessary documentary proof showing that they meet the

eligibility criteria along with their tender bid. All documents submitted will also be self-

attested.

IV.A.2. Bid Security

(i) The bank guarantee for bid security or MSE certificate from Appropriate Authority for

claiming exemption from submission of bank guarantee against bid security, as

prescribed in clauses 12.1 & 12.3 of Section II of the bid document and the Type

Approval Certificate and 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 so submitted shall be as per the format given in Section VIII on prescribed

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

superscribed as “BID SECURITY & TYPE APPROVAL CERTIFICATE FOR TENDER

No.--------- Issued on------------

(ii) In case where the document of bid security and type approval etc. are not submitted in

the manner prescribed under clause 2 (i) above, cover containing the commercial,

technical and financial offers SHALL NOT BE OPENED AND THE BID SHALL BE

REJECTED AND RETURNED TO THE BIDDER UNOPENED.

(iii) Bid Security amount for this tender is Rs. 1.09 Crores (Rupees One Crore Nine Lakh

only).

(iv) The Micro and Small Enterprises registered with Appropriate Authority for the tendered

items and desirous of claiming concessions available to such units inclusive of bid security

should submit their latest MSE certificate duly certified by Appropriate Authority.

IV.A.3. Type of tender: Single stage bidding, Two stage Opening using Two Electronic Envelope

System followed by e-Reverse Auction.

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

Note 2: The bids will be evaluated techno-commercially first and thereafter financial bids of

techno-commercially compliant bidders only shall be opened. There will be e-Reverse Auction

after evaluation of financial bids.

Note 3: If three or more responsive bidders are available then H1 bidder will not be allowed to

participate in the e-Reverse Auction. However such bidder shall be considered for the casting

of inter-se ranking for award of the work. However, if only two responsive bidders are available

then both of these will be allowed to participate in e-Reverse Auction. The elimination of H1 is

for e-Reverse Auction only. Offer for award of work at L1 prices achieved after e-Reverse

Auction as per clause IV.A.4.

BBNL Tender No. BBNL/MM/2016/003

Page 38 of 89

In case of MSE bidder(s), if the bidder(s) happen to be highest bidder but falls within the price

band of L1+15% during financial evaluation before reverse auction, then such MSE bidder shall

not be eliminated for e-Reverse Auction.

IV.A.4. Number of Successful Bidders

(i) The Purchaser intends to limit the number of technically and commercially responsive bidders

to Ten (10) from the list of such bidders arranged in increasing order of their evaluated prices

starting from the lowest for the purpose of ordering against this tender. The bidder with the

lowest evaluated price (L1) will be considered for about 20% of the tendered quantity and the

balance quantity will be ordered on the remaining selected bidders in a ratio inversely

proportional to their quoted prices at L1 Price.

(ii) In the event of any of the eligible bidder(s) not agreeing to supply the equipment or not being

considered by BBNL 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.

(iii) However, the purchaser reserves the right for the placement of order of entire tendered quantity

on the bidder with the lowest evaluated price.

(iv) Procurement from Micro and Small Enterprise (MSE)

a) In tender, participating MSEs quoting price within price band of L1+15 per cent shall also

be allowed to supply a portion up-to 20% of requirement by bringing down their price to L1

Price where L1 is non MSEs. In case of more than one such MSE, the supply shall be

shared proportionately (to tendered quantity).

b) A sub-target of 20% of 20% of annual procurement shall be earmarked for procurement

from MSEs owned by SC/ST enterprises.

IV.A.5. Quantity to be quoted in the bid by the bidder is for 100% of the tendered quantity.

IV.A.6. Purchaser reserves the right to blacklist a bidder for a suitable period in case he fails to honour

his bid without sufficient ground.

IV.A.7. The Purchaser reserves the right to offer counter offer price(s) against the price(s) quoted by

any bidder.

IV.A.8. The clarifications sought by the bidder prior to the tender submission and the replies to be

submitted against the clarification sought by BBNL after the tender opening should be

submitted in soft copy through the e-procurement portal. The clarifications should be sought

for commercial conditions and technical conditions separately. The clarifications sought

without any mention of the clauses of the tender document/ GR(s) may not be considered.

IV.A.9. Any clarification issued by BBNL in response to any 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.

IV.A.10. The bidder must comply with all tender conditions. Clause by Clause compliance for the tender

document shall be submitted by the bidder along with the No deviation certificate. Every page

of the same shall be signed and written as complied against each clause. The copy of the

clarifications/ corrigendum shall also be submitted by the bidder duly signed on every page

along with compliance against each clause.

BBNL Tender No. BBNL/MM/2016/003

Page 39 of 89

IV.A.11. The Bid shall be liable to be rejected, if any of the above clauses are not complied by the

bidder.

IV.A.12. The ordered quantity for the OFC accessories in the tender shall not be linked to the quantity

of OFC ordered to any particular vendor. It would be independently decided based on the

requirement of individual accessories in the area of supply within the right to vary (Section-

II.25). Similarly, the variation in overall quantity of these items, if any, shall be independent

of the variation of the OFC quantity. Also, if required, BBNL at its discretion can place PO for

supply of accessories only within the right to vary (Section- II.25).

Special instructions to Bidders for e-Tendering

IV.A.13. The Special Instructions (for e-Tendering) supplement ‘General Instructions to Bidders’, as

given in the Tender Document. Submission of Online Bids is mandatory for this Tender.

IV.A.14. E-Tendering is a new methodology for conducting Public Procurement in a transparent and

secured manner. Now, the Government of India has made e-tendering mandatory. Suppliers/

Vendors will be the biggest beneficiaries of this new system of procurement. For conducting

electronic tendering, BBNL has decided to use the portal https://www.tcil-india-

electronictender.com through TCIL, a Central Government Public Sector Enterprise. This

portal is based on the ‘secure’ and ‘user friendly’ software from ElectronicTender® and is

referred as the portal in this document. A portal built using ElectronicTender’s software is also

referred to as ElectronicTender System® (ETS). Benefits to Suppliers are outlined on the

Home-page of the portal.

IV.A.15. Tender Bidding Methodology: Sealed Bid System – ‘Single Stage Bidding, using Two

Envelopes Followed by ‘e-Reverse Auction’ after opening of Financial bids, (Financial &

Techno-commercial bids shall be submitted by the bidder at the same time).

IV.A.16. Broad Outline of Activities from Bidder’s Perspective:

1. Procure a Digital Signing Certificate (DSC)

2. Register on ElectronicTendering System® (ETS) portal

3. Create Users and assign roles on the portal

4. View Notice Inviting Tender (NIT) on the portal

5. Download Official Copy of Tender Documents from the portal

6. Clarification to Tender Documents on the portal

– Query to BBNL (Optional)

– View response to queries posted by BBNL

7. Bid-Submission on the portal

8. Attend Public Online Tender Opening Event (TOE) on the portal

– Opening of relevant Bid-Part

9. Post-TOE Clarification on the portal (Optional)

– Respond to BBNL Post-TOE queries

10. Attend Public Online Tender Opening Event (TOE) on the portal

– Opening of relevant part (i.e. Financial-Part)

(Only for Technically Responsive Bidders)

IV.A.17. For participating in this tender online, the following instructions are to be read carefully. These

instructions are supplemented with more detailed guidelines on the relevant screens of the

BBNL Tender No. BBNL/MM/2016/003

Page 40 of 89

portal.

IV.A.18. Digital Certificates: For integrity of data and authenticity/ non-repudiation of electronic

records, and to be compliant with IT Act 2000, it is necessary for each user to have a Digital

Certificate (DC) also referred to as Digital Signature Certificate (DSC), of Class 2 or above,

issued by a Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA)

[refer http://www.cca.gov.in].

IV.A.19. Registration: To use the portal https://www.tcil-india-electronictender.com, vendors need to

register on the portal. Registration of each organization is to be done by one of its senior

persons who will be the main person coordinating for the e-tendering activities. In ETS

terminology, this person will be referred to as the Super User (SU) of that organization. For

further details, please visit the website/ portal, and click on the ‘Supplier Organization’ link

under ‘Registration’ (on the Home Page), and follow further instructions as given on the site.

Pay Annual Registration Fee as applicable.

IV.A.20. After successful submission of Registration details and Annual Registration Fee, please

contact TCIL/ ETS Helpdesk (as given below), to get your registration accepted/ activated.

TCIL/ ETS Helpdesk

Telephone/ Mobile Customer Support: +91-11-26241071, 26241072 Emergency Mobile Numbers: +91-9868393775, 9868393717, 9868393792

E-mail ID [email protected] [Please mark CC: [email protected]]

IV.A.21. To minimize teething problems during the use of the portal (including the Registration

process), it is recommended that the user should peruse the instructions given under ‘ETS

User-Guidance Center’ located on ETS Home Page, including instructions for timely

registration on the portal. The instructions relating to ‘Essential Computer Security Settings

for Use of ETS’ and ‘Important Functionality Checks’ should be especially taken into

cognizance.

IV.A.22. Please note that even after acceptance of your registration by the Service Provider, to respond

to a tender you will also require time to complete activities related to your organization, such

as creation of users, assigning roles to them, etc.

IV.A.23. The entire bid-submission would be online on the portal (unless specified for Offline

Submissions). Broad outline of submissions are as follows:

o Submission of Bid-Parts/ Envelopes

Technical-Part

Financial-Part o Submission of information pertaining Bid Security/ Earnest Money Deposit (EMD)

o Submission of digitally signed copy of Tender Documents/ Addendum

o Submission of General Terms and Conditions (with/ without deviations) Submission of

Special Terms and Conditions (with/ without deviations)

IV.A.24. Offline Submissions: The bidder is requested to submit the following documents offline to

Chief General Manager (MM & CM), Bharat Broadband Network Limited, 3rd Floor,

BBNL Tender No. BBNL/MM/2016/003

Page 41 of 89

CDOT Campus, Mandi Gaon Road, Chhatarpur, New Delhi - 110030 before the last date

and time of bid submission in a Sealed Envelope otherwise the bid shall not be opened:

1. Original copy of the Bid Security in the form of a Bank Guarantee/ Demand Draft/ Bankers

cheque in accordance with the details mentioned in Detailed NIT (Section-I).

2. Original copy of the letter of authorization shall be indicated by written power-of-attorney,

along with the Integrity Pact.

3. Demand Draft/ Bankers cheque of Rs. 10,500/- (including VAT) drawn in favour of

BHARAT BROADBAND NETWORK LIMITED payable at New Delhi and drawn on any

scheduled bank against payment of tender fee/ Cost of Tender Documents.

IV.A.25. The envelope shall bear (the project name), the tender number and the words ‘DO NOT

OPEN BEFORE’ (due date & time).

IV.A.26. The Bidder should also upload the Scanned copy of all above said original documents as Bid-

Annexure during Online Bid-Submission.

Special Note on Security and Transparency of Bids

IV.A.27. Security related functionality has been rigorously implemented in the portal in a multi-

dimensional manner. Starting with 'Acceptance of Registration by the Service Provider',

provision for security has been made at various stages in ElectronicTender's software.

Specifically for Bid Submission, some security related aspects are outlined below:

IV.A.28. As part of the ElectronicEncrypter™ functionality, the contents of both the ‘ElectronicForms’

and the ‘Main-Bid’ are securely encrypted using a Pass-Phrase created by the Bidder himself.

Unlike a ‘password’, a Pass-Phrase can be a multi-word sentence with spaces between words

(e.g. ‘I love this World’). A Pass-Phrase is easier to remember, and more difficult to break. It

is recommended that a separate Pass-Phrase be created for each Bid-Part. Bid-encryption in

the portal is such that the Bids cannot be decrypted before the Public Online Tender Opening

Event (TOE), even if there is connivance between the concerned tender-opening officers of

the purchaser and the personnel of e-tendering service provider.

IV.A.29. CAUTION: All bidders must fill ElectronicForms™ for each bid-part sincerely and carefully,

and avoid any discrepancy between information given in the ElectronicForms™ and the

corresponding Main-Bid. For transparency, the information submitted by a bidder in the

ElectronicForms™ is made available to other bidders during the Online Public TOE. If it is

found during the Online Public TOE that a bidder has not filled in the complete information in

the ElectronicForms™, the TOE officer may make available for downloading the

corresponding Main-Bid of that bidder at the risk of the bidder. If variation is noted between

the information contained in the ElectronicForms™ and the ‘Main-Bid’, the contents of the

ElectronicForms™ shall prevail. Alternatively, the purchaser reserves the right to consider the

higher of the two pieces of information (e.g. price) for the purpose of short-listing, and the

lower of the two pieces of information (e.g. price) for the purpose of payment in case that

bidder is an awardee in that tender.

IV.A.30. Typically, ‘Pass-Phrase’ of the Bid-Part to be opened during a particular Public Online Tender

Opening Event (TOE) is furnished online by each bidder during the TOE itself, when

demanded by the concerned Tender Opening Officer.

BBNL Tender No. BBNL/MM/2016/003

Page 42 of 89

IV.A.31. Additionally, the bidder shall make sure that the Pass-Phrase to decrypt the relevant Bid-Part

is submitted to BBNL in a sealed envelope before the start date and time of the Tender

Opening Event (TOE).

IV.A.32. There is an additional protection with SSL Encryption during transit from the client-end

computer of a Supplier organization to the e-tendering server/ portal.

Public Online Tender Opening Event (TOE)

IV.A.33. The portal offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. Tender

Opening Officers, as well as, authorized representatives of bidders can simultaneously attend

the Public Online Tender Opening Event (TOE) from the comfort of their offices. Alternatively,

one/ two duly authorized representative(s) of bidders (i.e. Supplier organization) are

requested to carry a Laptop with Wireless Internet Connectivity, if they wish to come to BBNL

office for the Public Online TOE.

IV.A.34. Every legal requirement for a transparent and secure ‘Public Online Tender Opening Event

(TOE)’, including digital counter-signing of each opened bid by the authorized TOE-officer(s)

in the simultaneous online presence of the participating bidders’ representatives, has been

implemented on the portal.

IV.A.35. As soon as a Bid is decrypted with the corresponding ‘Pass-Phrase’ as submitted online by

the bidder himself (during the TOE itself), salient points of the Bids (as identified by the

purchaser) are simultaneously made available for downloading by all participating bidders.

The tedium of taking notes during a manual ‘Tender Opening Event’ is therefore replaced with

this convenient form of ‘Public Online Tender Opening Event (TOE)’.

IV.A.36. The portal has a facility of ‘Online Comparison Chart’ which is dynamically updated as each

online bid is opened. The format of the chart is based on inputs provided by the Buyer for

each Bid-Part of a tender. The information in the Comparison Chart is based on the data

submitted by the Bidders. A detailed Technical and/ or Financial Comparison Chart enhances

Transparency. Detailed instructions are given on relevant screens.

IV.A.37. The portal also has a facility of a detailed report titled ‘Minutes of Online Tender Opening

Event (TOE)’ covering all important activities of ‘Online Tender Opening Event (TOE)’. This

is available to all participating bidders for ‘Viewing/ Downloading’.

IV.A.38. There are many more facilities and features on the portal. For a particular tender, the screens

viewed by a Supplier will depend upon the options selected by the purchaser. For further

instructions, the vendor should visit the home-page of the portal https://www.tcil-india-

electronictender.com, and go to the User-Guidance Center.

IV.A.39. E-Reverse Auction

E-Reverse Auction would be conducted on the basis of net total package price for bid

evaluation, subsequently after the opening of the Financial-Part (subject to availability of two

or more bidders).

The following would be parameters for e-Reverse Auction:

BBNL Tender No. BBNL/MM/2016/003

Page 43 of 89

S. No. Parameter Value

1 Date and Time of Reverse-Auction Bidding Event Will be intimated to Technically

Responsive bidders after the

opening of Financial-part.

2 Duration of Reverse-Auction Bidding Event 2 Hours

3 Automatic extension of the ‘Reverse-Auction

Closing Time’, if last bid received is within a ‘Pre-

defined Time-Duration’ before the ‘Reverse-

Auction Closing Time’

Yes

3.1 Pre-defined Time-Duration 5 Minutes

3.2 Time-Duration of Automatic extension 10 Minutes

3.3 Maximum number of Auto-Extensions 6 Automatic Extensions.

4 Criteria of Bid-Acceptance

‘Beat on Starting last quoted

Price’, as well as, ‘Beat on

Rank-1 Bid Value’

5 Entity – Start-Price Net total Package price

6 Minimum Bid-Decrement ………………..( Value in

Currency)

7 Display of ‘Pseudo Identity’ of Bidders during

bidding period

To all Bidders, as well as,

BBNL’s officers.

8 Display of Bidder’s own current Rank Yes

Note: Parameters at S. No. 5 & 6 shall be confirmed after opening & evaluation of Financial bid parts.

IV.A.40 For further instructions, the vendor should visit the home-page of the portal https://www.tcil-

india-electronictender.com, and go to the User-Guidance Center. The help information

provided through ‘ETS User-Guidance Center’ is available in three categories – Users

intending to Register/ First-Time Users, Logged-in users of Buyer organizations, and Logged-

in users of Supplier organizations. Various links are provided under each of the three

categories.

IV.A.41. It is strongly recommended that all authorized users of Supplier organizations should

thoroughly peruse the information provided under the relevant links, and take appropriate

action. This will prevent hiccups, and minimize teething problems during the use of the portal.

IV.A.42. The following 'FOUR KEY INSTRUCTIONS for BIDDERS' must be assiduously adhered to:

1. Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first

tender submission deadline on the portal

2. Register your organization on the portal well in advance of the important deadlines for

your first tender on the portal viz ‘Date and Time of Closure of Procurement of Tender

Documents’ and ‘Last Date and Time of Receipt of Bids’. Please note that even after

BBNL Tender No. BBNL/MM/2016/003

Page 44 of 89

acceptance of your registration by the Service Provider, to respond to a tender you will

also require time to complete activities related to your organization, such as creation of

users, assigning roles to them, etc.

3. Get your organization's concerned executives trained on the portal well in advance of your

first tender submission deadline on the portal

4. Submit your bids well in advance of tender submission deadline on the portal (There could

be last minute problems due to internet timeout, breakdown, et al)

IV.A.43. While the first three instructions mentioned above are especially relevant to first-time users

of the portal, the fourth instruction is relevant at all times.

IV.A.44. Minimum Requirements at Bidder’s End:

• Computer System with good configuration (Min PIV, 1 GB RAM, Windows XP)

• Broadband connectivity

• Microsoft Internet Explorer 6.0 or above

• Digital Certificate(s)

IV.A.45. Vendors Training Program: One day training (10:00 to 17:00) would be provided by TCIL.

Training is optional. Vendors are requested to carry a Laptop and Wireless Internet

Connectivity.

Scheduled Date

As per TCIL.

Venue

Vendors Training Charges

(Per Participant)

BBNL Tender No. BBNL/MM/2016/003

Page 45 of 89

PART B – SPECIAL (COMMERCIAL) CONDITIONS OF CONTRACT (SCC)

IV.B.1. Payment terms:

(i) Payment of 95% of the price shall be made consignee-wise on receipt of all ordered goods

of that consignee in full (i.e. OFC along with all ordered tools and accessories) by that

consignee. For claiming this payment the documents specified in Clause III.11.1 of Section-

III are to be submitted to the paying authority. In addition, a self-certification confirming 60%

domestic value addition for OFC, tools and accessories shall also be furnished, in line with

PMA guidelines, to the paying authority for claiming payment.

(ii) The balance 5% payment shall be released within 6 months from the date of supply of the

equipment in case there are no damages/ shortages. In those cases where such shortages/

damages are intimated to the supplier in writing, this balance 5% payment shall be released

only after the cases are settled in accordance with the provisions of the P.O. Further the

PBG of the vendors will be released only after completion of Acceptance Testing (AT) and

vendors will be liable to replace the material free of cost, if found short/ damaged up to

completion of A.T.

(iii) If the supplier fails to furnish necessary supporting documents i.e. excise/ customs invoices

etc. in respect of the Duties/ Taxes which are CEN Vatable, the amount pertaining to such

Duties/ Taxes will be deducted from the payment due to the firm.

(iv) For goods rejected at the site on testing, the advance amount paid shall be deducted from

the next payment due to be released.

IV.B.2. Delivery Schedule:

(i) The total delivery period for supply of complete equipment will be Four (4) months from the

date of placement of Advance Purchase Order (APO) by the BBNL Corporate Office. The

supplies shall be distributed month-wise as given below:

1st month : Lead time for preparation including completion of TAC/ TSEC.

2nd month : 33% 3rd month : 33% 4th month : 34%

(ii) Advance delivery is permitted subject to availability of valid TAC/ TSEC.

IV.B.3. If a bidder who is given Purchase Order fails to commence supply or fails to meet the monthly

delivery schedule as per the above clause, the purchaser reserves the right to cancel the PO

and encash the Performance Bank Guarantee.

IV.B.4. Quality Assurance and Testing: Section IV-C may be referred.

IV.B.5. Anti-dumping duty, if any shall be to the account of the supplier.

IV.B.6. All costs pertaining to type approval, Quality Assurance as well as all types of testing shall be

borne by the bidders. The bidder would bear all charges except any fees charged by the testing

agency for carrying out QA on behalf of BBNL.

BBNL Tender No. BBNL/MM/2016/003

Page 46 of 89

IV.B.7. Purchaser reserves the right to disqualify such bidders from future orders who have a record of

not meeting contractual obligations against contracts entered into with the purchaser.

IV.B.8. Purchaser reserves the right to blacklist a bidder for a suitable period in case he fails to honour

his bid without sufficient ground.

IV.B.9. The bidders, who are given Purchase Order, must give the details of the supplies made against

various purchase orders every month on first working day of the following month to Project

Monitoring Cell and MM Cell of BBNL Corporate Office, New Delhi.

IV.B.10. The bidder shall be responsible to get timely issuance of waybill/ road permit and/ or inspection.

IV.B.11. For each item mentioned in the Schedule of Requirement (SOR), the bidder shall furnish an

unpriced detailed bill of material in the Technical-Part and the corresponding priced detailed bill

of material in the Financial-Part.

IV.B.12. Bid Evaluation:

(i) It shall be a two stage evaluation techno-commercial and financial. The bidders shall submit

simultaneously techno-commercial and financial bids on the same day. On the opening of

tender only techno-commercial bids shall be opened and financial bids shall be kept

sealed. The financial bids of only those bidders shall be opened which are found techno-

commercially responsive. The date of opening of financial bids shall be intimated to the

bidders later.

(ii) The tender shall be evaluated as a complete package of all the items given in Schedule of

requirement (Section V) / Price Schedule (Section VII).

(iii) Evaluation shall be carried out by calculating the total cost for all SOR items.

IV.B.13. Self-certification:

(i) Each domestic manufacturer shall furnish the Affidavit of self-certification to the purchaser

declaring that the electronic product is domestically manufactured in terms of the domestic

value addition prescribed. The Affidavit of self-”certification shall be furnished in format

provided in Section-XII of this document.

BBNL Tender No. BBNL/MM/2016/003

Page 47 of 89

PART C – SPECIAL (TECHNICAL) CONDITIONS OF CONTRACT AND

TECHNICAL SPECIFICATIONS

IV.C.1. Quality Assurance and Testing:

(i) The QA test schedule shall be issued by BBNL and same shall be followed by BSNL/

RailTel/ PGCIL. The BSNL QA Test schedule already issued against the BBNL Tender

No. BBNL/MM/2013/001 dated 03-04-13 will be accepted.

(ii) The supply will be accepted only after Quality Assurance tests are carried out by Quality

Assurance Wings of BSNL/ RailTel/ PGCIL, as specified by BBNL in the APO/ Purchase

Order, as per prescribed schedule. The material successfully clearing the QA tests should

be duly cleared for excise gate pass/ excise invoice or equivalent document as specified

by the Excise authorities, Govt. of India for that purpose.

(iii) Only the Supplies made in full, “as per purchase order”, during delivery period will be

deemed to have been supplied within the scheduled delivery period.

(iv) The respective QA unit of BSNL/ RailTel/ PGCIL shall cross-verify from the bills/ vouchers

that the raw materials used by the vendor such as HDPE, fibre, anti-termite dopants, etc.

are sourced from approved sources. They shall also verify the quantity of raw material

used vis-a-vis the quantity of OFC being manufactured and supplied. This would be

recorded in the QA test report as prescribed by BBNL.

(v) In case of any Quality issue, manufacturers would have to replace the defective material,

in full, by good material duly passed by QA.

IV.C.2. The bidders would be required to quote for all the SOR items. The bids submitted by any vendor

without quote for any of the items shall be dealt with as per BBNL procurement policy.

IV.C.3. The consignees shall be BSNL/ RailTel/ PGCIL, as specified by BBNL in the Purchase Order.

Supplies shall be all over the country at District HQ level or any other location(s) in the District

as specified.

IV.C.4. The OFC will be supplied as per the distributed quantities to each ultimate consignee which will

be intimated at the time of APO/ PO. The exact length of the optical fibre cable to the ultimate

Consignee should ideally be as specified. However, the quantity supplied shall not be in excess

or deficit by at most 1 Km at each consignee for each PO which will include cumulative total of

all supplies against the PO. Any variation in quantities beyond 1 Km shall not be acceptable.

IV.C.5. The OFC length in a drum shall be 2 Km ±10 %. The payments will be made on the actual

supplied length.

IV.C.6. OFC drums with short length of up to 500 Mts (max) from standard length i.e. 2KM per drum

shall be permitted against maximum 5% of total supply for each consignee against the P.O. on

a cumulative basis.

IV.C.7. Consignee delivery requirement shall be given in multiples of standard length (i.e. 2 Kms). Any

consignee delivery length specifically mentioned by the purchaser shall be considered as the

standard length.

BBNL Tender No. BBNL/MM/2016/003

Page 48 of 89

Technical Specifications of Accessories

Sl.

No.

Item TEC GR No.

A. Optical Fibre Cable

1. Metal-Free Optical Fibre Cable 24 Fibre

(G.652D Fibre) with suitable sheath and

glass roving

As per technical specifications mentioned in

subsequent clauses

B. Accessories

1. 24F Splice Closure (buried type) for

making Straight Joints and Branch

Joints for branching 6F/12F/48F cables

with provision for mounting splitters.

TEC GR No. TEC/GR/TX/OJC-002/03/APR-2010

with latest amendment, if any.

It should have the IP rating 68. The closure should

have the provision for splicing of fibers of 12/24/48F

cables to pig tails of the splitters (for branch joints

closures with splitters) and to individual fiber of

loose tube type cables (for FDMS without splitters).

It should have the provision for oval shape entry

port for entry of loop of 12F/24F/48F cable and

adequate number of circular entry ports so that

minimum 2-3 cables of size 12F can be

accommodated.

(i) The splitter shall be mounted in the splice

tray.

(ii) The fibre length at the input and output

ends of the splitter shall be 1 mtr long.

(iii) The splitter wherever used shall be

mounted in the splice tray which shall be

housed in the splice closure/FDMS/FTB as

applicable.

(iv) The splitters are to be supplied without

connectors.

2. Splitters 1:2 with pig tails, mountable

inside the FTB/FDMS with pig tails each

1 meter.

The Splitters shall meet the characteristics as per

TEC GR No- GR/TX/OPT/001/ 01 APRIL 2012. All

the fibers used inside the splitters shall be

compliant to TEC GR for G.652D/G.657A OF

Cable.

(i) The splitter shall be mounted in the splice tray.

(ii) The fibre length at the input and output ends of

the splitter shall be 1 mtr long.

(iii) The splitter wherever used shall be mounted in

the splice tray which shall be housed in the

splice closure/FDMS/FTB as applicable.

(iv) The splitters are to be supplied without

connectors.

(v) The splitter can be with 250µm (fibre)/ 900 µm

(outer jacket)

3. Patch Cord 5 M. length with SC-APC

connector (BIF G.657A Fibre)

TEC GR No TEC/GR/Tx/OFJ-01/05. NOV 2009

4. 24F Fibre Termination Box (FTB) with

patch panel having 4 SC-APC adapters

& wall mountable

TEC GR No. GR/TX/FTB-02/02 APR-2010 (type II)

with latest amendment, if any.

Each of the 4 SC-APC adapters on the patch panel

will have pre-installed minimum 1 mtr long SC-APC

BBNL Tender No. BBNL/MM/2016/003

Page 49 of 89

Sl.

No.

Item TEC GR No.

pigtail on one side

5. 24F FDMS (Indoor) with patch panel, wall mountable

GR No. GR/FDM-01/02 April 2007 TYPR-IIIA with latest amendment if any It should be wall mountable and compact with SC-PC splicing cum patching panel for terminating loose tube type cable.

BBNL Tender No. BBNL/MM/2016/003

Page 50 of 89

Technical Specifications for Metal Free Optical Fibre Cable with Double HDPE

Sheath and Glass Yarn Armouring (G.652D)

PART I – TECHNICAL SPECIFICATIONS

1.0 Introduction:

This document describes the requirements of Metal free Optical fibre cable for underground

installation in ducts. The cable shall have double HDPE jacketing anti-rodent & anti-termite with

glass yarn in between as reinforcement. The optical fibre cable shall be suitably protected for

the ingress of moisture by Flooding Jelly /WS yarn and WS tape. The raw material used in the

cable shall meet the requirements as specified in the TEC GR for raw materials (GR No.

TEC/GR/TX/ORM-01/04 SEP-09).

2.0 Functional Requirement:

2.1 The design and construction of Optical fibre cable shall be inherently robust and rigid under all

conditions of installation, operation, adjustment, replacement, storage and transport.

2.2 The Optical fibre cable shall be able to work in a saline atmosphere in coastal areas and should

be protected against corrosion.

2.3 Life of cable shall be at least 25 years. Necessary statistical calculations shall be submitted by

the manufacturer, based upon life of the fibre and other component parts of the cable. The cable

shall meet the cable aging test requirement.

2.4 It shall be possible to operate and handle the Optical fibre cable with tools as per GR No.

GR/OFT-01/03 APR 2006 and subsequent amendment, if any. If any special tool is required

for operating and handling the optical fibre cable the same shall be provided along with the

cable.

2.5 The Optical fibre cable supplied shall be suitable and compatible to match with the dimensions,

fixing, terminating & splicing arrangement of the splice closure. The cable supplied shall also

meet other requirement of splice closure (GR No. TEC/GR/TX/OJC-002/03/APR-2010) and

subsequent amendments, if any.

2.6 The manufacturer shall submit an undertaking that the optical and mechanical fibre

characteristics shall not change during the lifetime of the cable against the manufacturing

defects.

2.7 It is mandatory that Optical Fibre Cable supplied in an offered lot is manufactured from a single

source of optical fibres.

2.8 The Optical fibre cable shall be manufactured so as to protect the cable from rodent and termite.

The rodent resistance is an important requirement for the cable. The manufacturer shall give

an undertaking to this effect.

3.0 Technical Requirements of Optical Fibres:

Single Mode Optical Fibre used in manufacturing optical fibre cables shall be as per ITU-T

Rec. G 652 D. The specifications of optical fibres are mentioned below:

BBNL Tender No. BBNL/MM/2016/003

Page 51 of 89

3.1 Type of fibre : Single mode (Section -I of the GR

(Wavelength band optimized No. TEC/GR/TX/ORM-01/04/SEP-

nominal 1310 nm) 09 and subsequent amendments, if any)

3.2 Geometrical Characteristics:

3.2.1 MFD : 8.8-9.8 µm

3.2.2 Cladding Diameter : 125 µm ± 1.0 µm

3.2.3 Cladding Non-circularity : < 1%

3.2.4 Core Clad concentricity error : ≤ 0.6 µm

3.2.5 Diameter over primary coated with : 245 µm ± 10 µm

double UV cured acrylate.

(Shall be measured on un coloured fibre)

Note: The thickness of colour coating may be over and above the values specified above, if the

manufacturer adopts separate UV-cured colouring process (to colour the un coloured fibres)

other than the on line integrated colouring process (of secondary layer of primary coating) of

the fibres, during fibre manufacturing.

3.2.6 Coating / Cladding Concentricity : ≤ 12 µm

3.3 Transmission Characteristics:

3.3.1 Attenuation:

a) Fibre attenuation before Cabling

i) At 1310 nm

ii) Between 1285 to 1380 nm

iii) Between 1390 to 1525 nm

iv) At 1550 nm

v) Between 1525 to 1625 nm

b) Water Peak Attenuation before cabling

Between 1380-1390 nm

Note:

: ≤ 0.34 dB/Km

: ≤ 0.37 dB/Km

: ≤ Value at 1310nm

: ≤ 0.21 dB/Km

: ≤ 0.24 dB/Km

: ≤ Value at 1310nm

1. Attenuation in the band 1380-1390nm shall be checked at every 2nm after Hydrogen ageing as

per IEC 60793-2-50. Hydrogen ageing test is to be carried out by CACT, Bangalore or any other

recognized laboratory for type test.

2. Sudden irregularity in attenuation shall be less than 0.1 dB

3. The spectral attenuation shall be measured on un-cabled fibre.

4. The Spectral attenuation in the 1250 nm–1625 nm band shall be measured at an interval of

10nm and the test results shall be submitted.

BBNL Tender No. BBNL/MM/2016/003

Page 52 of 89

c) Fibre attenuation after cabling

i) At 1310 nm : ≤ 0.36 dB/km

ii) At 1550 nm : ≤ 0.23 dB/Km

iii) At 1625 nm : ≤ 0.26 dB/Km

d) Water Peak Attenuation after cabling

At 1383nm ± 3nm : ≤ Value at 1310 nm

Fiber attenuation at 1490 nm is covered in the range given before cabling. Fiber

attenuation after cabling at 1490 nm may be considered as per TEC GR referred in the

tender. Attenuation at 1383 nm may be ignored.

3.3.2 Dispersion:

a) Total Dispersion

i) In 1285-1330 nm band : ≤ 3.5 ps/nm.km

ii) In 1270-1340 nm band : ≤ 5.3 ps/nm. Km

iii) At 1550 nm. : ≤ 18.0 ps/nm. Km

iv) At 1625 nm : ≤ 22.0 ps/nm. Km

Note: The dispersion in the 1250 nm–1625 nm band shall be measured on un-cabled fibre at

an interval of 10nm and the test results shall be submitted.

b) Polarization mode dispersion at 1310 & 1550 nm

i) Fibre : ≤ 0.2 ps/√ km

i i) Cabled Fibre : ≤ 0.3 ps/√ 'km

Note: Measurement on un-cabled fibre may be used to generate cabled fibre statistics and

correlation established.

c) Zero Dispersion Slope : ≤ 0.092 ps/(nm 2 Km)

d) Zero dispersion wave length range : 1300 -1324 nm

3.3.3 Cut off wavelength for fibres used in cables : 1320 nm Max.

Note: The above cut off wavelength is w.r.t. 2M sample length of fibre.

3.3.4 Cable Cut off wavelength : 1260nm Max.

3.4 Mechanical Characteristics:

3.4.1 Proof test for minimum strain level : 1%

(Test method IEC–60793-1– 30)

3.4.2 Peak Stripability force to remove primary : 1.3 ≤ F ≤ 8.9 N

coating of the fibre. (Test method IEC–60793-1-32)

Note: The force required to remove 30 mm ± 3 mm of the fibre coating shall not exceed 8.9 N and

shall not be less than 1.3 N.

3.4.3 Dynamic Tensile Strength (Test method IEC–60793-1-31)

a) Un-aged : ≥ 550 KPSI (3.80 Gpa) b) Aged : ≥ 440 KPSI (3.00 Gpa)

BBNL Tender No. BBNL/MM/2016/003

Page 53 of 89

3.4.4 Dynamic Fatigue (Test method IEC- 60793 - 1-33) : ≥ 20

3.4.5 Static Fatigue (Test method IEC- 60793 - 1-33) : ≥ 20

3.4.6 Fibre Macro bend

(Test method FOTP– 62/ IEC- 60793-1-47)

a) Change in attenuation when fiber is coiled with : ≤ 0.05dB at 1550nm

100 turns on 30 ± 1.0 mm radius mandrel : ≤ 0.5 dB at 1625nm

b) Change in attenuation when fiber is coiled with : ≤ 0.5 dB at 1550nm

1 turn around 32 ± 0.5 mm diameter mandrel : ≤ 1.0 dB at 1625nm

3.4.7 Fibre Curl : ≥ 4 meters radius of curvature

(Test method as per IEC 60793-1-34)

3.5 Material Properties:

3.5.1 Fibre Materials:

a) The substances of which the fibres are made : To be indicated by manufacturer

b) Protective material requirement:

(i) The physical and chemical properties of the material used for the fibre primary fibre coating and for single jacket fibre.

: It shall meet the requirement of fibre coating stripping force as per clause No. 3.4.2

(ii) The best way of removing protective coating material.

: To be indicated by the manufacturer

c) Group refractive Index of fibre : To be indicated by the manufacturer

Note: The manufacturer shall indicate the variation in group refractive index of fibre during bulk

production.

3.6 Environmental Characteristic of Fibre (Type test):

3.6.1 Operating Temperature

(Test Method IEC – 60793 – 1-52)

Temperature Dependence of Attenuation : - 60°C to+85°C

Induced Attenuation at 1550 nm at -60°C to +85° C : ≤ 0.05 dB/km

3.6.2 Temperature – Humidity Cycling

(Test method /EIA/TIA-455-73)

Induced Attenuation at 1550 nm at -10°C to +85°C : ≤ 0.05 dB/km

and 95% relative humidity.

3.6.3 Water Immersion 23°C

(Test method IEC- 60793 – 1 -53)

Induced Attenuation at 1550 nm due to

Water Immersion at 23 ± 2°C : ≤ 0.05 dB/km

3.6.4 Accelerated Aging (Temperature ) 85°C

BBNL Tender No. BBNL/MM/2016/003

Page 54 of 89

(Test method IEC- 60793 – 1- 51)

Induced Attenuation at 1550 nm due to

Temperature Aging at 85 ± 2°C : ≤ 0.05 dB/km

3.6.5 Retention of Coating Color

(Test method IEC- 60793 – 1 - 51)

Coated Fiber shall show no discernible : 30 days at 85°C with

change in color, when aged for 95% Humidity and

relative humidity. 20 days in 85°C dry heat.

3.7.1 Primary coating Test:

a) Fourier Transform Infrared Spectroscopy (FTIR) Test:

To be tested to check the curing level of coating on the surface of natural fibre. The curing

level shall be better than 90%.

b) Adhesion Test:

To be tested by using soaked (Solvent) tissue paper for ten strokes unidirectional on 10 cm

length of fibre. No coating shall be observed on the tissue paper after testing.

3.8 Optical Fibre Cable Construction Specifications for Wet core (Type-I) which will be

procured through this tender:

General: The Metal Free optical fibre cable shall be designed to the parameters mentioned in

Annexure-I. The manufacturer shall submit designed calculations and the same shall be studied

and checked.

TYPICAL STRUCTURAL DRAWING FOR 24 FIBRE OF WET CORE CABLE

3.8.1 Secondary Protection: The primary coated fibres may be protected by loose packaging within

tube, which shall be filled with thixotropic jelly. The dimensions of tube shall be as per Annexure-

I.

3.8.2 Number of fibres in cable: 24

BBNL Tender No. BBNL/MM/2016/003

Page 55 of 89

3.8.3 Strength Member: Solid FRP non - metallic strength member shall be used in the center of the

cable core. The strength member in the cable shall be for strength and flexibility of the cable

and shall have anti buckling properties. The FRP shall keep the fibre strain within permissible

values. The size of FRP shall be as per Annexure – I.

3.8.4 Cable Core Assembly: Primary coated fibres in loose tubes stranded together around a central

strength member using helical or reverse lay techniques shall form the cable core. The

dimensions of FRP and stranding pitch shall be as per annexure - I.

3.8.5 Core Wrapping: The main cable core containing fibres shall be wrapped by a layer / layers of

Polyester foil/ tape. The nylon/polyester binder thread shall be used to hold the tape, if required.

The core wrapping shall not adhere to the secondary fibre coating and shall not leave any kink

marks over the loose tube.

3.8.6 Moisture barrier (protection): The main cable core (containing fibres & core wrapping) shall

by be protected by thixotropic flooding compound (jelly) having properties of non hygroscopic

dielectric material.

3.8.7 Filling and Flooding compound: The filling/flooding compound used in the loose tube and in

the cable core shall be compatible to fibre, secondary protection of fibre, core wrapping and

other component part of the cable. The drip point shall not be lower than +70°C. The fibre

movement shall not be constrained by stickiness & shall be removable easily for splicing.

Reference test method to measure drop point shall be as per ASTM D 566. The thixotropic

filling/flooding compound (jelly) shall be as per the GR No. TEC/GR/TX/ORM-01/04/SEP-09 and

subsequent amendment issued, if any.

3.8.8 Inner Sheath: A non-metallic moisture barrier sheath may be applied over and above the cable

core. The core shall be covered with tough weather resistant High Density Polyethylene (HDPE)

sheath, black in colour (UV Stabilized) and colour shall conform to Munsell colour standards.

Thickness of the sheath shall be uniform & shall not be less than 1.2 mm. The sheath shall be

circular, smooth, free from pin holes, joints, mended pieces and other defects. Reference test

method to measure thickness shall be as per IEC 189 para 2.2.1 and para 2.2.2.

Note: HDPE material, black in colour, from the finished cable shall be subjected to following

tests (on sample basis) and shall confirm to the requirement of the material as per GR No.

TEC/GR/TX/ORM-01/04 SEP.09.

i) Density

ii) Melt flow index

iii) Oxidative Induction time

iv) Carbon black content

v) Carbon black dispersion

vi) ESCR

vii) Moisture content

viii) Tensile strength and elongation at break

ix) Absorption Coefficient

x) Brittleness Temperature

3.8.9 Glass Reinforcement: Impregnated Glass Fibre Reinforcement are used to achieve the

required tensile strength of the optic fibre cables over the cable inner sheath to provide

peripheral reinforcement along with Solid Rigid FRP Rod in the centre at cable core. These

flexible strength members shall be Non-water blocking type. The use of Solid Rigid FRP

Rod(s) is mandatory in Optical Fibre cable design. Impregnated Colour Coated Glass Fibre

BBNL Tender No. BBNL/MM/2016/003

Page 56 of 89

Reinforcement used shall be equally distributed over the periphery of the cable inner sheath. It

shall be applied helically and shall provide full coverage to inner sheath to provide rodent

protection. The quantity of the Impregnated Glass fibre Reinforcement used 20 Kg per km length

of the cable along with its dimensions shall be as per Annexure-I. The specification of the glass

roving shall be as per Section XII of GR No. TEC/GR/TX/ORM-01/04 SEP.09 and as per other

details given in the Annexure –I.

3.8.10 Outer Sheath: A non-metallic moisture barrier sheath (black in colour) shall be applied over the

inner sheath, which shall consist of tough weather resistant made High Density Polyethylene

compound (HDPE) which is Anti-termite. The outer sheath shall be UV stabilized and the colour

shall confirm to Munsell colour standards. The thickness of the outer sheath shall not be less

than 1.6mm .The outer sheath shall be uniform, circular, smooth, free from pin holes, joints

mended pieces and other defects The reference test method to measure thickness shall be as

per IEC 811-5-1. Anti termite dopant shall be added in the outer sheath to resist termite attack

on the cable.

Note: HDPE material from finished product shall be subjected to following tests (on sample

basis) and shall confirm to the requirement of the material as per the GR no. TEC/GR/TX/ORM-

01/04/SEP-09 (Section-III):

i) Density

ii) Melt flow index

iii) Oxidative Induction time

iv) Carbon black content

v) Carbon black dispersion

vi) ESCR

vii) Moisture content

viii) Tensile strength and elongation at break

ix) Absorption Coefficient

x) Brittleness Temperature

Note: The outer jacket of HDPE shall be able to protect the cable from attack by termites.

Manufacturer shall provide the details of doping material used and same shall be verified during

bulk testing. The outer sheath shall be termite protected. The surface of the sheath shall be

smooth and free of defects such as cracks, blisters, etc. The cable shall be rodent protected.

As specified in various clauses of the Technical specifications of the OF cable, it is to be clarified

that the HDPE Outer Jacket shall be anti-termite with/without dopants. Addition of dopants for

anti-rodent property is optional. The tests as per clause 4.20 shall be carried out as applicable.

3.8.11 Cable diameter: The finished cable diameter shall be as per Annexure – I.

3.8.12 Cable Weight: The nominal cable weight shall be as per Annexure – I.

3.8.13 RIP Cord:

a) Three suitable ripcords shall be provided in the cable, which shall be used to open both HDPE

sheath of the cable. Two ripcords shall be placed diametrically opposite each other below the

outer Jacket & one ripcord shall be placed below inner sheath. It shall be capable of consistently

slitting the sheath without breaking for a length of 1meter at the installation temperature. The

ripcords (3ply & twisted) shall be properly waxed to avoid wicking action and shall not work as

water carrier.

BBNL Tender No. BBNL/MM/2016/003

Page 57 of 89

b) The ripcords used in the cable shall be readily distinguishable from any other components

utilized in the cable construction.

4.0 Mechanical Characteristics and Tests on Optical Fibre Cable:

(Note: All observations are to be taken at 1310nm and 1550nm wavelengths)

4.1 Tensile strength Test:

Objective: This measuring method applies to optical fibre cables which are tested at a

particular tensile strength in order to examine the behaviour of the attenuation

as a function of the load on a cable which may occur during installation.

Method: IEC 60794-1-2-E1.

Test Specs: The cable shall have sufficient strength to withstand a load of value T (N) = 9.81

x 2.5 W Newton or 2670 N whichever is higher (Where W-mass of 1 Km of

cable in Kg). The load shall be sustained for 10 minutes and the strain of the

fibre monitored.

Requirement: The load shall not produce a strain exceeding 0.25% in the fibre and shall not

cause any permanent physical and optical damage to any component of the

cable. The attenuation shall be noted before strain and after the release of

strain. The change in attenuation of each fibre after the test shall be ≤ 0.05

dB both for 1310 nm and 1550 nm wavelength.

4.2 Abrasion Test:

Objective: To test the abrasion resistance of the sheath and the marking printed on the

surface of the cable.

Method: IEC-60794-1-2-E2 or by any other international test method

Test Specs: The cable surface shall be abraded with needle (wt. 150 gm) having diameter

of 1 mm with 500 grams weight (Total weight more than 650 gms)

No. of cycles : 100

Duration : One minute (Nominal)

Requirement: There shall be no perforation & loss of eligibility of the marking on the

sheath.

4.3 Crush Test (Compressive Test):

Objective: The purpose of this test is to determine the ability of an optical fibre cable to

withstand crushing.

Method: IEC 60794-1-2-E3.

Test Specs: The fibres and component parts of the cable shall not suffer permanent damage

when subjected to a compressive load of 2000 Newton applied between the

plates of dimension 100 x 100 mm. The load shall be applied for 60 Secs. The

attenuation shall be noted before and after the completion of the test.

BBNL Tender No. BBNL/MM/2016/003

Page 58 of 89

Requirement: The change in attenuation of the fibre after the test shall be ≤ 0.05 dB both for

l310 nm and 1550 nm wavelength.

4.4 Impact Test:

Objective: The purpose of this test is to determine the ability of an optical fibre cable to

withstand impact.

Method: IEC 60794-1-2-E4.

Test Specs: The cable shall have sufficient strength to withstand an impact caused by a

mass weight of 50 Newton, when falls freely from a height of 0.5 meters. The

radius R of the surface causing impact shall be 300 mm. 10 such impacts shall

be applied at the same place. The attenuation shall be noted before and after

the completion of the test.

Requirement: The change in attenuation of the fibre after the test shall be ≤ 0.05dB both for

1310 nm and 1550 nm wavelength.

4.5 Repeated Bending:

Objective: The purpose of this test is to determine the ability of an optical fibre cable to

withstand repeated bending.

Method: IEC 60794-1-2-E6.

Test Specs: The cable sample shall be of sufficient length (5 m minimum) to permit radiant

power measurements as required by this test. Longer lengths may be used if

required.

Parameters:

Weight : 5 Kg

Minimum distance from Pulley : 216mm

centre to holding device

Minimum distance from Wt. to : 457mm

Pulley centre

Pulley Diameter : 20 D (D - cable diameter)

Angle of Turning : 90o

No. of cycles : 30

Time Required for 30 cycles : 2 min

Requirement: During the test no fibre shall break and the attenuation shall be noted before

and after the completion of the test. The change in attenuation of the fibre

after the test shall be ≤ 0.05 dB both for 1310 nm and 1550 nm wavelength.

4.6 Torsion Test:

Objective: The purpose of this test is to determine the ability of an optical fibre cable to

withstand torsion.

Method: IEC 60794-1-2-E7.

BBNL Tender No. BBNL/MM/2016/003

Page 59 of 89

Test Specs: The length of the specimen under rest shall be 2 meters and the load shall be

100 N. The sample shall be mounted in the test apparatus with cable clamped

in the fixed clamp sufficiently tight to prevent the movement of cable sheath

during the test. One end of the cable shall be fixed to the rotating clamp which

shall be rotated in a clock wise direction for one turn. The sample shall then be

returned to the starting position and then rotated in an anti-clock wise direction

for one turn and returned to the starting position. This complete movement

constitutes one cycle. The cable shall withstand 10 such complete cycles. The

attenuation shall be noted before and after the completion of the test.

Requirement: The cable shall be examined physically for any cracks tearing on the outer

sheath and for the damage to other component ports of the cable. The twist

mark shall not be taken as damage. The change in attenuation of the fibre

after the test shall be ≤ 0.05 dB both for 1310 nm and 1550 nm wavelength.

4.7 Kink Test:

Objective: The purpose of this test is to verify whether kinking of an optical fibre cable

results in breakage of any fibre, when a loop is formed of dimension small

enough to induce a kink on the sheath.

Method: IEC 60794-1-2-E10.

Test Specs.: The sample length shall be 10 times the minimum bending radius of the cable

The sample is held in both hands, a loop is made of a bigger diameter and

by stretching both the ends of the cable in opposite direction, the loop is

made to the minimum bend radius so that no kink shall form. After the cable

comes in normal condition, the attenuation reading is taken.

Requirement: The kink should disappear after the cable comes in normal condition. The

change in attenuation of the fibre after test shall be ≤ 0.05 dB both for 1310

nm & 1550 nm wavelength.

4.8 Cable Bend Test:

Objective: The purpose of this test is to determine the ability of an optical fibre cable to

withstand repeated flexing. The procedure is designed to measure optical

transmittance changes and requires an assessment of any damage occurring

to other cable components.

Method: IEC 60794-1-2-E11 (Procedure-I).

Test Specs: The fibre and the component parts of the cable shall not suffer permanent

damage when the cable is repeatedly wrapped and unwrapped 4 complete

turns of 10 complete cycles around a mandrel of 20 D, where D is the diameter

of the cable. The attenuation shall be noted before and after the completion of

the test.

Requirement: The change in attenuation of the fibre after the test shall be ≤ 0.05 dB both for

1310 nm and 1550 nm wavelength. Sheath shall not show any cracks visible to

the naked eye when examined whilst still wrapped on the mandrel.

4.9 Temperature Cycling (Type Test):

BBNL Tender No. BBNL/MM/2016/003

Page 60 of 89

Objective: To determine the stability behaviour of the attenuation of a cable subjected to

temperature changes which may occur during storage, transportation and

usage.

Method: IEC 794-1-2-F1 (To be tested on Standard cable length & drum i.e 2Km. ± 5%)

Test Specs: The permissible temperature range for storage and operation will be from -20°C

to +70°C. The rate of change of temperature during the test shall be 1oC per

minute approx. The cable shall be subjected to temperature cycling for 12 Hrs.

at each temperature as given below:

TA2 temp. : - 20°C

TA1 temp. : - 10°C.

TB1 temp. : + 60°C.

TB2 temp. : + 70°C.

The test shall be conducted for 2 cycles at the above temperatures.

Requirement: The change in attenuation of the fibre under test shall be ≤ 0.05 dB for 1310

nm and 1550 nm wave length respectively for the entire range of temperature.

4.10 Cable aging Test (Type Test):

Objective: To check the cable material change dimensionally as the cable ages.

Method: At the completion of temperature cycle test, the test cable shall be exposed to

85 ± 2 degree C for 168 hours. The attenuation measurement at 1310 & 1550

nm wave length to be made after stabilization of the test cable at ambient

temperature for 24 hours.

Requirement: The increase in attenuation allowed: ≤ 0.05 dB at 1310 and 1550 nm.

Note: The attenuation changes are to be calculated with respect to the base line attenuation

values measured at room temperature before temperature cycling.

4.11 Water Penetration Test (Type Test):

Objective: The aim of this test is to ensure that installed jelly filled Optical Fibre cable will

not allow water passage along its length.

Method: IEC 60794-1-2-F5 (Fig. B) 1992.

Test Specs. A circumferential portion of the cable end (with inner HDPE sheath) shall face

the water head. The water tight sleeve shall be applied over the cable. The

cable shall be supported horizontally and two meter head of water, containing

a sufficient quantity of water soluble fluorescent dye for the detection of

seepage, shall be applied on the inner HDPE sheath for a period of 7 days at

ambient temperature. No other coloured dye is permitted.

Requirement: No dye shall be detected when the end of the 3m length of the cable is

examined with ultraviolet light detector. The cable sample under test shall be

ripped open after the test and then it shall be examined for seepage of water

BBNL Tender No. BBNL/MM/2016/003

Page 61 of 89

into the cable and the distance to be noted. It shall not be more than 20 cm.

4.12 Test of Figure of 8 (Eight) on the cable (Type Test):

Objective: Check of easiness in formation of figure of 8 of the cable during installation in

the field.

Test Method: 1000 meter of the cable shall be uncoiled from the cable reel and shall be

arranged in figure of 8 (eight) shape. The diameter of each loop of the figure

of 8 shall be maximum 2 meters.

Requirement: It shall be possible to make figure of 8 of minimum 1000 meters of the cable

uncoiled from the cable reel without any difficulty. No visible damage shall

occur.

4.13 Flexural Rigidity Test on the optical fibre cable (Type Test):

Objective: To check the Flexural Rigidity of the metal free optical fibre cable.

Method: To be tested as per ASTM D –790

Test Specs: The fibre and the component parts of the cable shall not suffer permanent

damage in the cable subjected to Flexural Rigidity Test as per the above

method. The attenuation shall be noted after and before the completion of the

test.

Requirement: The change in attenuation of the fibre after the test shall be < 0.05 dB at 1310,

1550 nm and 1625nm wavelengths. The sheath shall not show any cracks

visible to the naked eye.

4.14 Static Bend test (Type Test):

Objective: To check the cable under Static bend.

Method: As per the clause no 4.8 of the GR alternatively as per ASTM D790.

Test Specs: The cable shall be subjected to static bend test. The optical fibre cable shall be

bend on a mandrel having a Diameter of 10 D (D is diameter of the cable).

Requirement: The change in attenuation of the fibre after the test shall be <0.05 dB for 1310,

1550 nm and 1625nm wavelengths. Sheath shall not show any cracks visible

to the naked eye when examined whilst still wrapped on the mandrel.

4.15 Cable Jacket Yield Strength And Ultimate Elongation:

Objective: To determine the yield strength and elongation of the polyethylene (HDPE)

cable sheath (jacket).

Test Method: FOTP-89 or ASTM 1248 Type III class

Test Condition: 1. Sample shall be taken from a completed cable. The aged sample shall

be conditioned at 100 ± 2°C for 120 hours before testing.

BBNL Tender No. BBNL/MM/2016/003

Page 62 of 89

2. The cross-head speed shall be 50 mm per minute.

Requirement:

Jacket Material Minimum Yield Strength Minimum Elongation (%)

(MPa) (psi)

HDPE un-aged 16.5 2400 400

HDPE aged 12.4 1800 375

4.16 To Check of the quality of the loose tube (containing optical fibre) (Type Test):

a. Embrittlement Test

This test method is based on bending by compression and reflects embrittlement much better

than the other tensile tests. This test is independent of wall thickness of the loose tube.

Sample: The minimum length of the test sample depends on the outside diameter of the

loose tube and should be 85 mm for tubes up to 2.5 mm outside dia. The length

of the bigger tubes should be calculated by using the following equation:

𝐿𝑜 > 100 × [(𝐷2 + 𝑑2)1/2

4]

where

Lo = Length of tube under test.

D = Outside dia of loose tube.

d = Inside dia of loose tube.

Procedure: Both the ends of a buffer tube test sample may be mounted in a tool, which is

clamped in jaws of a tensile machine which exerts a constant rate of

movement. The movable jaw may move at a rate of 50 mm per minute toward

the fixed jaw. Under load, the tube will bend so that it is subjected to tensile

and compressive stresses. The fixture for holding the tube should be designed

in a manner that the tube might bend in all directions without further loading.

Requirement: The tube should not get embrittled. No kink should appear on the tube up

to the safe bend diameter of tube (15 D), where D is the outside diameter

of the loose tube. There should also not be any physical damage or mark

on the tube surface.

b. Kink Resistance Test on the Loose Tube

Objective: To safeguard the delicate optical fibers, the quality of the loose tube material

should be such that no kink or damage to the tube occur while it is being

handled during installation and in splicing operations.

Procedure: To check the kink resistance of the loose tube, a longer length of the loose

tube is taken (with fiber and gel), a loop is made and loop is reduced to the

minimum bend radius of loose tube i.e. 15 D (where D is the outside diameter

of the loose tube). This test is to be repeated 4 times on the same sample

BBNL Tender No. BBNL/MM/2016/003

Page 63 of 89

length of the loose tube.

Requirement: No damage or kink should appear on the surface of the tube.

4.17 Drainage Test for Loose Tube and Drip test on the cable (Type Test):

a. Drainage Test for loose Tube

Sample Size: 30 cm tube length.

Test procedure:

1. Cut the tube length to 40 cm.

2. Fill the tube with the tube filling gel ensuring that there are no air bubbles and the

tube is completely full.

3. Place the filled tube in a horizontal position on a clean worktop and cut 5 cm from

either end so that the finished length of the sample is 30 cm.

4. Leave the filled tube in a horizontal position at an ambient temperature for 24 hrs.

(This is necessary because the gel has been sheared and the viscosity has been

reduced during the filling process).

5. The sample tube is then suspended vertically in an environment heat oven over a

weighed beaker. It is left in the oven at a temperature of 70°C for a period of 24 Hrs.

6. At the end of the 24 hours period the beaker is checked and weighed to see if there

is any gel in the beaker.

Results:

1. If there is no gel or oil in the beaker the tube has PASSED the drainage test.

2. If there is gel or oil in the beaker the tube has FAILED the drainage test.

b. Drip test on the cable

Objective: The purpose of this test is to determine the ability of jelly in the O.F. cable to

withstand a temperature of 70 degree C.

Method: Take a sample of 30 cm. length of the cable with one end sealed by end cap.

Remove outer black sheath, binder tapes for 5 cm from open end of the

sample. Clean the jelly. Then the sample is kept vertically with open end

downwards in the oven for 24 hours at 70o C with a paper under the sample.

Test Specs: Examine the paper placed below the cable inside the oven for dripping of the

jelly after 24 hours. There should be no jelly drip or oily impression on the

paper.

4.18 Check of easy removal of sheath:

Objective: Check of the easy removal of sheath of the fiber optic cable by using normal

sheath removal tool.

BBNL Tender No. BBNL/MM/2016/003

Page 64 of 89

Procedure: To check easy removal, the sheath shall be cut in circular way and the about

300 mm length of the sheath should be removed in one operation. It should be

observed during sheath removal process that no undue extra force is applied

and no component part of the cable is damaged. One should be able to remove

the sheath easily.

4.19 Check of the effect of aggressive media on the cable (Acidic and Alkaline Behaviour)

(Type Test):

Procedure: To check the effect of aggressive media, solution of PH4 and PH10 shall be

made. The two test samples of the finished cable, each of 600 mm in length,

are taken and the ends of the samples are sealed. These test samples are

put in the PH4 and PH10 solutions separately. After 30 days these samples

are taken out from the solutions and examined for any corrosion etc. on the

sheath and other markings of the cables. (Test method no. ISO175).

Requirement: The sample should not show any effect of these solution on the sheath and

other marking of the cable.

4.20 Termite & Rodent Test (Type Test):

Termite & Rodent test shall be carried out at any NABL accredited /Government lab on finished cable

samples. The reports shall be submitted by the manufacturers. Termite resistance shall be provided with

an additive/without additive in outer sheath and rodent protection shall be provided with Glass roving

yarns around the periphery of inner sheath and these yarns should be spread uniformly around the

periphery of inner sheath.

The following minimum parametric tests on Anti termite / Anti rodent dopants shall be carried out during

the TSEC testing

1. Non-toxicity

2. Thermal Stability

3. Long life Span / half-life

4. Compatibility

5. Efficacy

The thermal stability of the dopant should not deteriorate during cable execution process. The life of the

dopant should be equal or better than the life of the cable specified in the technical specification herein.

Appropriate certificate in this regard from any neutral lab accredited with NABL / Government Laboratory

/ Institute should be produced.

Similarly other parameters such as non toxicity, efficacy and compatibility shall be certified in any neutral

lab accredited with NABL / Government Laboratory / Institute and test report is to be submitted during

TSEC testing.

The above tests mentioned here are the minimum test requirements. BBNL can specify any other test /

changes in parametric values which shall be deemed necessary at a later stage and these will have to

be mandatorily complied with.

BBNL Tender No. BBNL/MM/2016/003

Page 65 of 89

PART II – GENERAL REQUIREMENTS

5.0 Engineering Requirements:

5.1 Cable Marking:

5.1.1 A long lasting suitable marking shall be applied in order to identify this cable from other cables.

The cable marking shall be imprinted (indented). The marking on the cable shall be indelible of

durable quality and at regular intervals of one meter length. The accuracy of the sequential

marking must be within -0.25% to +0.5% of the actual measured length. The sequential length

markings must not rub off during normal installation and in life time of optical fibre cable. The

total length of the cable supplied shall not be in negative tolerance.

5.1.2 The marking shall be in contrast colour over the black HDPE Sheath (jacket) and shall be one

by hot foil indentation method. The colour used must withstand the environmental influences

experienced in the field.

5.1.3 The type of legend marking on O.F. cable shall be as follows:

a) Company LOGO

b) Legend containing internationally acceptable Laser symbol

c) Type of Fibre – G.652 D

d) Number of Fibres

e) Type of cable

f) Year of manufacture

g) Sequential length marking

h) User’s Identification: User Identification Marking on the cable shall be "BBNL" and the BBNL

logo shall also be used.

i) Cable ID

5.2 Cable Ends:

5.2.1 Both cable ends (the beginning end and end of the cable reel) shall be sealed and readily

accessible. Minimum 5 meter of the cable of the beginning end of the reel shall accessible for

testing. Both ends of the cable shall be kept inside the drums and shall be located so as to be

easily accessible for the test. The drum (conforming to GR No. G/CBD-O1/02 Nov. 94 and

subsequent amendment) should be marked to identify the direction of rotation of the drum. Both

ends of cable shall be provided with cable pulling (grip) stocking and the anti twist device (free

head hook). The wooden drums shall be properly treated against termites and other insects

during transportation and storage. The manufacturer shall submit the methodology used for the

same

5.2.2 An anti twist device (Free head hook) shall be provided, attached to both the ends of the cable

pulling arrangement. The arrangement of the pulling eye and its coupling system along with the

anti twist system shall withstand the prescribed tensile load applicable to the cable.

BBNL Tender No. BBNL/MM/2016/003

Page 66 of 89

5.3 The nominal drum length

5.3.1 Length of OF Cable in each drum shall be 2 Km ±10% and shall be supplied as per the order.

The variation in length of optical fibre cable, as specified above (in each drum), shall be

acceptable.

5.3.2 The fibres in cable length shall not have any joint.

5.3.3 The drum shall be marked with arrows to indicate the direction of rotation.

5.3.4 Packing list supplied with each drum shall have at least the following information:

a) Drum No.

b) Type of cables

c) Physical Cable length

d) No. of fibres

e) Length of each fibre as measured by OTDR

f) The Cable factor - ratio of fibre/cable length

g) Attenuation per Km. of each fibre at 1310 & 1550 nm

h) Users / Consignee’s Name

i) Manufacturers Name, Month, Year and Batch No.

j) Group refractive index of fibre.

k) Purchase Order No.

l) Cable ID

5.4 Colour coding in OF Cables

5.4.1 The colorant applied to individual fibres shall be readily identifiable throughout the lifetime of

the cable and shall match and conform to the Munsell Colour Standards (EIA-359-A) and also

IEC Publication 304 (4).

5.4.2 Colour Coding Scheme

When the loose tubes are placed in circular format, the marking to indicate the loose tube no.

"1" shall be in blue colour followed by loose tube no.2 of orange and so on for other tubes as

per the colour scheme given below and complete the circular format by placing the dummy

/fillers at the end.

Depending upon the number of fibres in a loose tube (which depends on the cable capacity),

the fibres are serially chosen from the column no. II of the following table-1. Last fibre in a tube

shall be of natural color, while the rest of fibres are colored.

BBNL Tender No. BBNL/MM/2016/003

Page 67 of 89

Table -1: Colour Coding scheme of the Optical Fibre & Loose tube

No. of Fibers/Buffer tube Fiber identification Loose tube identification

I II III

1 Blue Blue

2 Orange Orange

3 Green Green

4 Natural Brown

5 Slate

6 White

Colour coding of Loose Tubes for 24 fibres (Refer Table 1)

Blue

White

Orange

Slate

Green

Brown

(Loose Tube Colour: Blue, Orange, Green, Brown, Slate, White)

Color coding of 24 Fibres within Loose Tubes (Refer Table 1)

Natural

Blue

Orange

Green

(Fiber Colour: Blue , Orange, Green, Natural)

BBNL Tender No. BBNL/MM/2016/003

Page 68 of 89

6.0 Quality Requirements:

6.1 The cable shall be manufactured in accordance with the international quality standards ISO

9001-2008 (latest issue) for which the manufacturer should be duly accredited. The Quality

Manual shall be submitted by the manufacturer.

6.2 Raw Material:

6.2.1 The cable shall use the raw materials approved against the GR No. TEC/GR/TX/ORM-01/04

SEP.09 and the subsequent amendment issued, if any.

6.2.2 Any other material used shall be clearly indicated by the manufacturer. The detailed technical

specifications of such raw materials used shall be furnished by the manufacturer at the time

of evaluation/testing.

6.2.3 The raw materials used from multiple sources is permitted and the source / sources of raw

materials (Type and grade) from where these have been procured shall be submitted by the

manufacturer.

6.2.4 The manufacturer can change the raw material from one approved source to other approved

source with the approval of BBNL. In case of change of source/grade of SM Optical Fibre,

the call for fresh evaluation/testing shall be decided by BBNL.

6.2.5 The raw material used (HDPE black in colour) for outer sheath shall protect the cable from

attack by termite & rodent. The manufacturer shall specify anti-termite and anti-rodent

(optional) additives and submit the detail characteristics of the material and additives used to

make it termite & rodent (optional) proof. The additives shall also be non-toxic. The cable

shall be tested for the presence of Anti termites & Anti rodent (optional) additives by

recognized laboratory or institute. The cable shall also be tested for its termite & rodent

(optional) proven-ness by NABL accredited Lab / Govt laboratory or institute.

6.2.6 The HDPE black in colour used for sheath shall be UV stabilised.

Note: A test certificate from a recognised laboratory or institute may be acceptable for the

UV stability of the HDPE sheath material

6.2.7 The material used in optical fibre cable must not release hydrogen that will affect the

characteristics of optical fibres.

Note: A test certificate from a NABL accredited Lab / Govt laboratory or institute shall be

mandatory.

6.3 Cable Material Compatibility:

Optical fibre, buffers/core tubes, and other core components shall meet the requirements of the

compatibility with buffer/core tube filling material(s) and/or water-blocking materials that are in

direct contact with identified components within the cable structure (This shall be tested as per

clause no. 6.3.4 of Telecordia document GR-20-CORE issue 2, July 1998).

Note: The tests may be conducted in house (if facility exist) or may be conducted at CACT or

any NABL accredited Lab / Govt. laboratory.

BBNL Tender No. BBNL/MM/2016/003

Page 69 of 89

7.0 Documentation:

7.1 Complete technical literature in English with detailed cable construction diagram of various sub-

components with dimensions, weight & test data and other details of the cable shall be

provided.

7.2 All aspects of installation, operation, maintenance and fibre splicing shall also be covered in the

handbook. The pictorial diagrams of the accessories (with model no. and manufacturer name)

supplied along with the cable as package shall be also be submitted. A hard as well as soft

copy of the manuals shall be provided.

8.0 Safety:

8.1 The material used in the manufacturing of the Optical fibre cables shall be non-toxic and

dermatologically safe in its life time and shall not be hazardous to health. The manufacturer

shall submit MSDS (Material safety Data Sheet) for all the material used in manufacturing of

OF Cable to substantiate the statement.

9.0 Procedures for the issue of Evaluation/ Testing certificate for Metal Free Optical Fiber

Cable With Double HDPE Sheath

9.1 For the issue of Evaluation/Testing certificate for low fibre count of Metal Free Optical Fibre

Cables against the specifications under this section to the manufactures having valid

Evaluation/Testing certificate for higher fibre count of Metal Free Optical Fibre cables against

this specification without conducting the actual tests on the cable, following is stated.

i) The manufacturer may seek TAC/ TSEC against the technical specifications of 24 Fibre Optical

Cable mentioned in Section-IV-C of the tender document.

ii) The list of the Raw Materials used, the make and grade of the raw material and the certificate

of source approval issued by CACT or any NABL accredited Lab / Govt. laboratory along with

the details of the Raw Materials used in the manufacturing of the 24 fibre count OF cable.

9.2 Additional required information from the manufacturer may be sought (regarding manufactured

Optical Fibre Cable) and the manufactured cable may be inspected at the manufacturer’s

premises. After all the above requirements are met, the Evaluation/Testing certificate may be

issued based upon the test results and other details submitted by the manufacturer.

9.3 The above procedure shall be applicable only to the approval of Metal Free Double HDPE

Sheathed Optical Fibre Cables against the specifications given in this tender and subsequent

amendments, if any.

BBNL Tender No. BBNL/MM/2016/003

Page 70 of 89

Annexure-I

The following parameters of the component parts of the cable are to be taken in to account while designing

and manufacturing the optical fibre cables of the required fibre count. These parameters shall be checked

during evaluation of the OF cables.

SN Parameter Unit 24 Fibre OF cable

1 FRP Rod EAA Coated Mm 2.0+0.1/-0.0

2 Tube ID (min) Mm 1.2

3 Tube OD Mm 1.9+ 0.1

4 No of fibre /tube No 4

5 Color of fibre BL,OR,

GR, NAT

6 No of loose tubes No 6

7 Colour of loose tubes BL,OR,

GR,BR,

SL,WH

8 No of dummy cord No 0

9 Tube stranding lay over length Mm 90-110

10

Inner Sheath Thickness (refer

clause 3.8.8) mm 1.2

11 Qty. of Impregnated Glass

Kg/K

m 20

roving (min.)

12

Outer Sheath Thickness (refer

clause 3.8.10) mm 1.6

13 Cable diameter mm 13.2±1.0mm

14 Nominal cable weight Kg/ 140

km

15 Cable to be designed to Fibre % 0.1

strain value of

16 Excess fibre length % 0.65

17 Cable to be tested at defined % 0.25

load for fibre strain value of

Note: The manufacturer shall submit the design calculations which shall be cross checked.

BBNL Tender No. BBNL/MM/2016/003

Page 71 of 89

REFERENCES

TEC STANDARDS

1. GR No. TEC/GR/TX/ORM-01/04 SEP.09

2. GR No. GR/OFT-01/03. APR 2006

3. GR No. G/CBD-01/02. NOV 94

4. GR No. TEC/GR/TX/OJC-002/03/APR-2010

Specification for Raw Material used in

manufacturing of OF Cables.

Tools for installation & Operating the OFC &

for assembly of the OF Splice Closures.

Drum specifications for Cable ends.

Specifications for Splice Closure for Optical

Fibre Cable

OTHER STANDARDS (EIA/IEC/Bell Core/CISPR/ISO etc.)

1. ITU-T G.652 D ITU-T Recommendations

2. GR-20-CORE July 98 Generic Requirement for Optical Fibre Cable

(Bell Core)

3. IEC 811-5-1, IEC 794-1-2-E1 Test Methods for Optical Fibres

IEC 794-1-2-E2, IEC 794-1-2-E3

IEC 794-1-2-E4, IEC 794-1-2-E7,

IEC 794-1-2-E10, IEC 794-1-E11

IEC 794-1-2-F1, IEC 794-1-2-F3,

IEC 794-1-2-F5, IEC 60793-1-30

IEC 60793-1-31 IEC 60793-1-32

IEC 60793-1-33 IEC 60793-1-34

IEC 60793-1-47, IEC 60793-1-51,

IEC 60793-1-52, IEC-60793-1-53

IEC -60793-2-50,

4. IEC 304(4), EIA 359-A Colour Standard

5. EIA 455-104, EIA/TIA-455-181, Test Method for Optical Fibre

EIA/TIA-455-73

6. ISO 175, Test Method for Optical Fibre

ISO 9001-2000 International Quality Management System

7. FOTP-89, FOTP-

181

Test Methods

8. ASTM D-566,

ASTM D-790

Test Methods

ASTM D-1248,

ASTM D-4565

BBNL Tender No. BBNL/MM/2016/003

Page 72 of 89

LIST OF ABBREVIATIONS

ASTM - American Society for Testing Materials

AISI - American Iron and Steel Institute

BIS - Bureau of Indian Standards

BSNL - Bharat Sanchar Nigam Limited

FRP - Fibre Reinforced Plastic

HDPE - High Density Polyethylene

IEC - International Electro Technical Commission

IS - Indian Standards

ISO - International Standard Organisation

KV - Kilo Volt

MFD - Mode Field Diameter

OF - Optical Fibre

QA - Quality Assurance

QM - Quality Manual

RMS - Route Mean Square

UV - Ultra Violet

BBNL Tender No. BBNL/MM/2016/003

Page 73 of 89

SECTION - V.

SCHEDULE OF REQUIREMENTS (SOR)

Sl.

No. Item Quantity

1 24F Metal free Optical Fibre Cable with double HDPE Sheath (G.652D Fiber) 67292 Kms

2 Branch Joint Closures (BJC) 20457Nos.

3 Branch Joint Closures (BJC) with 1:2 Splitters 2801 Nos.

4 Straight Joint Closures (SJC) 54422 Nos.

5 24F Fibre Termination Box (FTB) 5944 Nos.

6 FDMS 234 Nos.

7 Patch Cords 5m with SC-APC connector 7759 Nos

Note: Bidder shall furnish the detailed Bill of Material (BOM) for each SOR item mentioned above.

The detailed Bill of Material should clearly mention all the components including quantities,

constituting the SOR item. The priced Bill of Material should be submitted in the envelope

containing the price bid and unpriced Bill of Material should be submitted in the envelope

containing the techno-commercial part. There should not be any difference in the items and

quantities in the priced and the unpriced BOMs.

BBNL Tender No. BBNL/MM/2016/003

Page 74 of 89

SECTION - VI.

BID FORM

Date: ................. To

Chief General Manager (MM)

Bharat Broadband Network Limited,

3rd Floor, CDOT Campus,

Mandi Gaon Road,

Chhatarpur New Delhi -

110030

Ref: Your Tender Enquiry No. ……………….. dated ………….

1. Having examined the above mentioned tender enquiry document including amendment/

clarification/ addenda Nos...................... dated …………….. the receipt of which is hereby duly

acknowledged, we, the 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 complete delivery of all the items and perform all the

services specified in the contract in accordance with the delivery schedule specified in the

General Commercial Conditions, read with modification, if any, in Section - IV – “Special

Conditions of Contract”,.

3. If our Bid is accepted, we will provide you with a performance guarantee 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 ------- days from the date fixed for Bid opening or

for subsequently extended period, if any, agreed to by us. This bid shall remain binding upon

us upto the aforesaid period 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.

8. We understand that the Bid document so submitted is the true copy of BBNL tender documents

available on the BBNL website/ e-tendering portal. Any deviation will result in the rejection of

the bid.

Dated this .............................. day of ........................ 20…

Name and Signature………………………………

In the capacity of…………………………………..

Duly authorized to sign the bid for and on behalf of witness.........................................

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

Signature ………………………….

BBNL Tender No. BBNL/MM/2016/003

Page 75 of 89

SECTION - VII.

PRICE SCHEDULE

Sl.

No.

Item

description

Tota

l Q

uantity

Ex-f

acto

ry P

rice (

Basic

Unit P

rice e

xclu

siv

e o

f a

ll

levie

s &

charg

es)

Excise Duty Integrity /

VAT

F.F. Pkg

&

Insurance

Oth

er

levie

s &

charg

es,

if a

ny

Unit P

rice (

all

inclu

siv

e

(4+

6+

8+

10+

11)

Duties &

Taxes V

AT

/ C

EN

VA

T-a

ble

on u

nit p

rice

Tota

l P

rice I

nclu

siv

e o

f all

Duties, T

axes, le

vie

s &

charg

es

(3 x

12)

Dis

count

offere

d,

if a

ny

Tota

l dis

cou

nte

d p

rice (

ail

inclu

siv

e)

(14 -

15)

E.D

. T

ari

ff H

ead

Import

co

nte

nt

Perc

enta

ge (

%)

of C

usto

ms d

uty

Custo

ms T

ari

ff H

ead

% Amt % Amt % Amt

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20

1

24F Metal free

Optical Fibre

Cable with

double HDPE

Sheath (G.652D

Fiber)

67292 Kms

2 Branch Joint

Closures (BJC) 20457Nos.

BBNL Tender No. BBNL/MM/2016/003

Page 76 of 89

Sl.

No.

Item

description

Tota

l Q

uantity

Ex-f

acto

ry P

rice (

Basic

Unit P

rice e

xclu

siv

e o

f a

ll

levie

s &

charg

es)

Excise Duty Integrity /

VAT

F.F. Pkg

&

Insurance

Oth

er

levie

s &

charg

es,

if a

ny

Unit P

rice (

all

inclu

siv

e

(4+

6+

8+

10+

11)

Duties &

Taxes V

AT

/ C

EN

VA

T-a

ble

on u

nit p

rice

Tota

l P

rice I

nclu

siv

e o

f all

Duties, T

axes, le

vie

s &

charg

es

(3 x

12)

Dis

count

offere

d,

if a

ny

Tota

l dis

cou

nte

d p

rice (

ail

inclu

siv

e)

(14 -

15)

E.D

. T

ari

ff H

ead

Import

co

nte

nt

Perc

enta

ge (

%)

of C

usto

ms d

uty

Custo

ms T

ari

ff H

ead

% Amt % Amt % Amt

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20

3

Branch Joint

Closures (BJC)

with 1:2 Splitters

2801 Nos.

4 Straight Joint

Closures (SJC) 54422 Nos.

5

24F Fibre

Termination Box

(FTB)

5944 Nos.

6 FDMS 234 Nos.

BBNL Tender No. BBNL/MM/2016/003

Page 77 of 89

Sl.

No.

Item

description

Tota

l Q

uantity

Ex-f

acto

ry P

rice (

Basic

Unit P

rice e

xclu

siv

e o

f a

ll

levie

s &

charg

es)

Excise Duty Integrity /

VAT

F.F. Pkg

&

Insurance

Oth

er

levie

s &

charg

es,

if a

ny

Unit P

rice (

all

inclu

siv

e

(4+

6+

8+

10+

11)

Duties &

Taxes V

AT

/ C

EN

VA

T-a

ble

on u

nit p

rice

Tota

l P

rice I

nclu

siv

e o

f all

Duties, T

axes, le

vie

s &

charg

es

(3 x

12)

Dis

count

offere

d,

if a

ny

Tota

l dis

cou

nte

d p

rice (

ail

inclu

siv

e)

(14 -

15)

E.D

. T

ari

ff H

ead

Import

co

nte

nt

Perc

enta

ge (

%)

of C

usto

ms d

uty

Custo

ms T

ari

ff H

ead

% Amt % Amt % Amt

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20

7

Patch Cords 5m

with SC-APC

connector

7759 Nos

8 Total

Net Package Price = Total discounted Price (inclusive of all taxes) (Row-8, Column-16) in Rupees Words…………………………………………………………….

Note :

1. “We hereby declare that in quoting the above prices, we have taken into account the entire credit on inputs available under the MODVAT SCHEME

introduced w.e.f. 1st March 1986 and further extended on more items till date, CENVAT Credit Rules 2004 and other VAT Rules”.

2. “We hereby certify that E.D/ Customs Tariff Head shown in column 17/ 20 are correct & VAT/ CENVAT Credit for the amount shown in column 13 above

are admissible as per CENVAT Credit Rules 2004 and/ or VAT Rules”.

3. The bidder submitted the offer with concessional E.D/sales tax shall submit the proof of applicable concessional ED/ Sales Tax.

BBNL Tender No. BBNL/MM/2016/003

Page 78 of 89

SECTION - VIII.

BID SECURITY FORM

Whereas……………………… (hereinafter called "the Bidder") has submitted its bid dated……............for

Tender No………………………………………dated……………… KNOW ALL MEN by these presents

that WE of ……………………………. having our registered office

a t … … … … … … … … … … … … … . . . (hereinafter called "the Bank") are bound unto Bharat

Broadband Network Limited (hereinafter called "the Purchaser") in the sum of

INR...................................(Rupees.......................................................................................................................) for

which payment will and truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns

by these present.

THE CONDITIONS of the obligation are:

1. If the Bidder withdraws or amends its bid or impairs or derogates from the bid in any respect

during the period of bid validity specified by the Bidder on the Bid form or extended subsequently;

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 the Performance Security within the specified time, 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 clauses 12 and 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 Authority.

Name

Signed in Capacity of

Name & Signature of witness Full address of Branch

Address of witness Tel No. of Branch

Fax No. of Branch

BBNL Tender No. BBNL/MM/2016/003

Page 79 of 89

SECTION - IX.

PERFORMANCE SECURITY GUARANTEE BOND

(To be typed on non-judicial stamp paper)

In consideration of the CMD, Bharat Broadband Network Limited (hereinafter called 'BBNL') 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 BBNL an

amount not exceeding ___________________ against any loss or damage caused to or suffered or

would be caused to or suffered by BBNL 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 BBNL 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 BBNL 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 undertake to pay to the BBNL any money so demanded notwithstanding any dispute or

disputes raised by the contractor(s)/ supplier(s) in any suit or proceeding pending before any court or

tribunal relating thereto 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 BBNL under or

by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till

________________________ (office/ Department) BBNL 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 BBNL that the

BBNL Tender No. BBNL/MM/2016/003

Page 80 of 89

BBNL 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 BBNL 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 BBNL or any indulgence by the BBNL 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 BBNL in writing.

Place: ……………………………

Date: ………………………….. (Signature of the Bank Officer)

Rubber stamp of the bank:

Authorized Power of Attorney Number: ………………………………

Name of the Bank officer: …………………………...……..

Designation: ……………………………………………...….

Complete Postal address of Bank: ………………………..

……………………………………………………………..…

Telephone Numbers ………………………………………..

Fax numbers…………………………………………………

BBNL Tender No. BBNL/MM/2016/003

Page 81 of 89

SECTION - X.

LETTER OF AUTHORISATION FOR ATTENDING BID OPENING

(To be typed preferably on letterhead of the company)

To

Chief General Manager (MM)

Bharat Broadband Network Limited,

3rd Floor, CDOT Campus,

Mandi Gaon Road, Chhatarpur New Delhi - 110030

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

the Tender of _________________________________________________________.

I/ We Mr. /Ms. …………………………………… have submitted our bid for the tender no.

…………………………………in respect of

…………………………………………………………………………… (Item of work) which is due to open

on ………………… (date).

Following persons are hereby authorized 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/ 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 received.

BBNL Tender No. BBNL/MM/2016/003

Page 82 of 89

SECTION XI

FORMAT OF INTEGRITY PACT.

INTEGRITY PACT

Between

Bharat Broadband Network Limited (BBNL) hereinafter referred to as “The Principal”

and

………………………………..hereinafter referred to as “The Bidder/Contractor”

Preamble

The Principal intends to award, under laid down organizational procedures, contract/s for -----------------

--------------------------. The Principal values full compliance with all relevant laws and regulations, and the

principles of economic use of resources, and of fairness and transparency in its relations with its

Bidder/s and Contractor/s.

In order to achieve these goals, the Principal will appoint an Independent External Monitor who will

monitor the tender process and the execution of the contract for compliance with the principles

mentioned above.

Section 1 – Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles:-

(a) No employee of the Principal, personally or through family members, will in connection with the tender for, or the execution of a contract, demand, take a promise for or accept, for him/herself or third person, any material or immaterial benefit which he/she is not legally entitled to.

(b) The Principal will, during the tender process treat all Bidder(s) with equity and reason. The Principal will in particular, before and during the tender process, provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential/additional information through which the Bidder(s) could obtain an advantage in relation to the tender process or the contract execution.

(c) The Principal will exclude from the process all known prejudiced persons.

(2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the IPC / PC Act, or if there be a substantive suspicion in this regard, the Principal will inform the Chief Vigilance Officer and in addition can initiate disciplinary actions.

Section 2 – Commitments of the Bidder(s)/Contractor(s)

(1) The Bidder(s)/Contractor(s) commits itself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution.

(a) Thee Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise or give to any of the Principal’s employees involved in the tender process or the execution of the contract or to any third person any material or immaterial benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract.

BBNL Tender No. BBNL/MM/2016/003

Page 83 of 89

(b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process.

(c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC / PC Act; further the Bidder(s)/Contractor(s) will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

(d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the name and address of the Agents / representatives in India, if any. Similarly, the bidder(s) / contractor(s) of Indian Nationality shall furnish the name and address of foreign principals, if any.

(e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

(2) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an accessory to such offences.

Section 3 – Disqualification from tender process and exclusion from future contracts

If the Bidder(s)/Contractor(s), before contract award or during execution has committed a transgression

through a violation of Section 2, above or in any other form such as to put his reliability or credibility in

question, the Principal is entitled to disqualify the Bidder(s)/Contractor(s) from the tender process or

take action as per the defined procedure.

Section 4 – Compensation for Damages

(1) If the Principal has disqualified the Bidder(s) from the tender process prior to the award according to Section 3, the Principal is entitled to demand and recover the damages equivalent to Earnest Money Deposit / Bid Security.

(2) If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to terminate the contract according to section 3, the Principal shall be entitled to demand and recover from the Contractor the amount equivalent to Security Deposit / Performance Bank Guarantee in addition to any other penalties/ recoveries as per terms and conditions of the tender.

Section 5 – Previous transgression

(1) The Bidder declares that no previous transgression occurred in the last three years with any other Company in any country conforming to the Anti-corruption approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process.

(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process or action can be taken as per the defined procedure.

Section 6 – Equal treatment of all Bidders/Contractors/Subcontractors

(1) The principal will enter into agreements with identical conditions as this one with all Bidders/Contractors.

(2) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in conformity with this Integrity Pact.

BBNL Tender No. BBNL/MM/2016/003

Page 84 of 89

(3) The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions.

Section 7 – Criminal charges against violating Bidder(s) / Contractor(s) / Subcontractor(s)

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an

employee or a representative or an associate of a Bidder, Contractor or Subcontractor, which

constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform

the same to the Chief Vigilance Officer.

Section 8 – External Independent Monitor/Monitors

(1) Principal appoints competent and credible Independent External Monitor for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently. He reports to the Chairman and Managing Director (CMD) BBNL.

(3) The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality.

(4) The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the Management of the Principal and request the Management to discontinue or take corrective action, or to take other relevant action. The monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action.

(6) The Monitor will submit a written report to the CMD BBNL within 8 to 10 weeks from the date of reference or intimation to him by the ‘Principal’ and, should the occasion arise, submit proposals for correcting problematic situations.

(7) If the Monitor has reported to the CMD BBNL, a substantiated suspicion of an offence under relevant IPC / PC Act, and CMD BBNL has not, within reasonable time, taken visible action to proceed against such offence or reported it to the Chief Vigilance Officer, the Monitor may also transmit this information directly to the Central Vigilance Commissioner, Government of India.

(8) The word ‘Monitor’ would include both singular and plural.

Section 9 – Pact Duration

This Pact begins when both parties have legally signed it. It expires for the Contractor 10 months after

the last payment under the contract, and for all other Bidders 6 months after the contract has been

awarded.

If any claim is made/ lodged during this time, the same shall be binding and continue to be valid despite

the lapse of this pact as specified above, unless it is discharged/determined by CMD, BBNL.

BBNL Tender No. BBNL/MM/2016/003

Page 85 of 89

Section 10 – Other provisions

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of the Principal, i.e. New Delhi.

(2) Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made.

(3) If the Contractor is a partnership or a consortium, this agreement must be, signed by all partners or consortium members.

(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

-------------------------------- ----------------------------------

For and on behalf of the Principal For and on behalf of the Bidder/Contractor

(Office Seal) (Office Seal)

Place……………………

Date ……………………

Witness 1: ………………………………

(Name & Address)

Witness 2: ………………………………

(Name & Address)

BBNL Tender No. BBNL/MM/2016/003

Page 86 of 89

SECTION XII

FORMAT FOR AFFIDAVIT OF SELF-CERTIFICATION REGARDING DOMESTIC VALUE

ADDITION

(To be provided on Rs.100/- Stamp Paper)

Date: _______________

I____________________________ S/o, D/o, W/o _____________________, Resident of

_____________________________________________ do hereby solemnly affirm and declare as

under:

That I will agree to abide by the terms and conditions of the policy of Government of India issued vide

33(3)/2013-IPHW dated 23.12.2013.

That the information furnished hereafter is correct to best of my knowledge and belief and I undertake

to produce relevant records before the procuring authority or any authority so nominated by the

Department of Electronic and Information Technology, Government of India for the purpose of

assessing the domestic value-addition.

That the domestic value addition for all inputs which constitute the said electronic product has been

verified by me and I am responsible for the correctness of the claims made therein. That in the event of

the domestic value addition of the product mentioned herein is found to be incorrect and not meeting

the prescribed value-addition norms, based on the assessment of an authority so nominated by the

Department of Electronic and Information Technology, Government of India for the purpose of

assessing the domestic value-addition, I will be disqualified from any Government tender for a period

of 36 months. In addition, I will bear all costs of such an assessment.

That I have complied with all conditions referred to in the Notification No. wherein preference to

domestically manufactured electronic products in Government procurement is provided and that the

procuring authority is hereby authorized to forfeit and adjust my EMD and other security amount towards

such assessment cost and I undertake to pay the balance, if any, forthwith.

I agree to maintain the following information in the Company’s record for a period of 8 years and shall

make this available for verification to any statutory authorities.

i. Name and details of the Domestic Manufacturer. (Registered Office, Manufacturing unit location,

nature of legal entity)

ii. Date on which this certificate is issued.

iii. Electronic Product for which that certificate is produced.

iv. Purchaser to whom the certificate is furnished

v. Percentage of domestic value addition claimed

vi. Name and contact detail of the unit of the manufacturer.

vii. Sale Price of the product

viii. Ex-Factory Price of the product

ix. Freight, insurance and handling

BBNL Tender No. BBNL/MM/2016/003

Page 87 of 89

x. Total Bill of Material

xi. List and total cost value of inputs used for manufacture of the electronic product

xii. List and total cost of inputs which are domestically sourced. Please attach certificates from

suppliers, if the input is not in-house.

xiii. List and cost of inputs which are imported, directly or indirectly

For and on behalf of _________________________ (Name of firm/ entity)

Authorized signatory (To be duly authorized by the Board of Directors)

<Insert Name, Designation and Contact No.>

BBNL Tender No. BBNL/MM/2016/003

Page 88 of 89

LIST OF ABBREVIATIONS

AMC Annual Maintenance Contract

APO Advance Purchase Order

BBNL Bharat Broadband Network Limited

BCPC Bills Copy Payable Challan

BOM Bill of Material

BSNL Bharat Sanchar Nigam Limited

CENVAT Central Value Added Tax

CET Committee for Evaluation of Tender

CIP Carriage and Insurance Paid

CVC Central Vigilance Commission

DOT Department of Telecommunications

DTR Detailed Technical Requirements

EA Executing Agency

EMBG Earnest Money Bank Guarantee

EMD Earnest Money Deposit

EOI Expression of Interest

GCC General (Commercial) Conditions of Contract

GFR General Financial Rules

GIB General Instructions to Bidders

GP Gram Panchayats

GR Generic Requirements

HLC High Level Committee

LD Liquidated Damages

MOU Memorandum of Understanding

NIT Notice Inviting Tender

NOFN National Optical Fiber Network

OFC Optical Fiber Cable

PBG Performance Bank Guarantee

PMA Preferential Market Access

PO Purchase Order

RC Rate Contract

BBNL Tender No. BBNL/MM/2016/003

Page 89 of 89

SCC Special (Commercial) Conditions of Contract

SIA Secretariat for Industrial Approval

SOR Schedule of Requirement

SPV Special Purpose Vehicle

TAC Type Approval Certificate

TEC Telecom Engineering Centre

TSEC Technical Specifications Evaluation Certificate

USOF Universal Service Obligation Fund

VAT Value Added Tax

Appropriate Authority: District Industries Centres (DICs) / Khadi &Village Industries Commission

(KVIC) / Khadi & Village Industries Board (KVIB) / Coir Board /NSIC /Directorate of Handicrafts and

Handloom or any other body specified by Ministry of Micro, Small & Medium Enterprises (MoMSME).

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