<<
Home , Goa

HEADQUARTERS AND AREA (SIGNALS) CARE OF 56 ARMY POST OFFICE, PIN - 908806 REQUEST FOR PROPOSAL (RFP) AGAINST ADVERTISED TENDER ENQUIRY (ATE) IN TWO BID SYSTEM

REQUEST FOR PROPOSAL (RFP) No: 0905/OUTDOOR/KALINA MALAD KANDIVALI/TAG/SIGS OPENED ON ‘P’ DAY + 29

1. The online Bids under Advertised Tender Enquiry (TWO BID SYSEM) are invited by the Headquarters Maharashtra Gujarat and Goa Area (Signals) for and on behalf of the President of for supply of items listed in Part II of this RFP. The tender reference number is 0905/Outdoor/Kalina Malad Kandivali/TAG/Sigs and can be viewed / downloaded from the website www.eprocure.gov.in.

2. The address and contact numbers for sending Bids or seeking clarifications regarding this RFP are given below: -

(a) Bids/queries to be addressed to - Chief Signal Officer, Headquarters Maharashtra Gujarat and Goa Area, 27, Assaye Building, First Floor, , -05.

(b) Postal address for - Headquarters Maharashtra Gujarat and Goa Area, 27, Assaye Building, First Floor, Colaba, Mumbai-05.

(c) Name/designation of the - Col HK Gopinath Point of Contact Project Officer, Headquarters Maharashtra Gujarat and Goa Area (Signals) PIN- 900497, C/o 56 APO

(d) Telephone numbers of - 022-22152409 Point of Contact

(e) E-mail ids of Point of Contact - [email protected]

(f) Fax Number - 022-22152409

3. This RFP is divided into five Parts as per DPM 2009.

(a) Part I - Contains general information and instructions for the Bidders about the RFP such as the time, place of submission and opening of tenders, validity period of tenders, etc.

(a) Part II - Contains essential details of the items/services required, such as the Schedule of Requirements (SOR), technical specifications, delivery period, mode of delivery and consignee details.

(b) Part III - Contains standard conditions of RFP, which will form part of the Contract with the successful Bidder.

(c) Part IV - Contains special conditions applicable to this RFP and which will also form part of the Contract with the successful Bidder.

(d) Part V - Contains evaluation criteria and format for price bids.

4. Placement of Purchase Order - The Purchase Order will be placed on successful conclusion of negotiations with the L1 Firm. 2

5. This RFP is being issued with no financial commitment and the Buyer reserves the right to change or vary any part thereof at any stage. Buyer also reserves the right to withdraw the RFP, should it become necessary at any stage.

Sd-x-x-x-x (HK Gopinath) Colonel DCSO Enclosures: (As above) for Chief Signal Officer 3

PART I - GENERAL INFORMATION

1. Critical Dates. The critical dates with respect to the Tender under ref i.e. Tender No 0905/Outdoor/Kalina Malad Kandivali/Tag/Sigs are as given below:-

CRITICAL DATESHEET Ser Item Date Time (a) Published Date ‘P’ Day 1400 hrs (b) Bid Document Download ‘P’ Day 1400 hrs Date from which Clarification can be 1400 hrs (c) ‘P’ Day sought (d) Pre-bid Meeting ‘P’ + 15 Day 1200 hrs Last Date of seeking Clarification on 1400 hrs (e) ‘P’ + 15 Day the RFP (f) Earliest Date of Bid Submission ‘P’ + 20 Day 1400 hrs (g) Last Date of Bid Submission ‘P’ + 28 Day 1400 hrs (h) Bid Opening Date ‘P’ + 29 Day 1200 hrs Note: ‘P’ is the date of publication of the tender

2. Manner of Depositing the Bids. The bids will be submitted through on-line mode of Central Public Procurement Portal (CPPP) [http://eprocure.gov.in/eprocure/app]. However, certain documents would be required to be submitted physically to be dropped in the tender box/sent by post at the prescribe location/address. Details are as follows:-

On-lineSubmission

(a) Cover-I. Cover-I will contain the Technical Bids consisting of the following documents :-

(i) Proof of valid registration/renewal of registration, if any (to be scanned and uploaded).

(ii) PAN No. , CST/VAT/TIN registration (to be scanned and uploaded).

(iii) Scanned copy of EMD documents if applicable or the exemption certificate in terms of Para 13 of Part-I of RFP.

(iv) Tender Conditions Acceptance Certificate. The bidder shall certify acceptance of all the tender conditions of the online RFP and furnish a certificate as per Appendix A. The certificate duly signed and stamped shall be scanned and uploaded. In case of any deviations, the bid will be liable to be rejected. If the certificate is signed by legally authorized signatory, a copy of the authorization letter should be enclosed/uploaded.

(v) Scanned copy of DD/Banker’s cheque for Tender Fee or Exemption proof, if applicable, in terms of Para 2(c)(ii) of Part-I of RFP.

(vi) Certificate of clause by clause compliance of specifications as mentioned in Para 2 of Part-II of the RFP.

(vii) Detailed survey Report of the site by vendor. As project involves digging and trenching, vendors will carry out physical survey of route.

(b) Cover-II. Commercial bid will be submitted as cover-II and will consist of the following :-

(i) Commercial bid [Reference to the format of price bid to be given] 4

(ii) Scanned copy of “Additional Charges/Discounts” containing details of items with financial implications on the bid. The format of the same is attached as Appendix B. [applicable only if on-line price bid format is used].

Physical Submission

(c) Documents to be Submitted in Hard Copy. The original of following documents shall be submitted physically in a sealed envelope and dropped in the tender box/sent by post so as to reach prior to bid submission closing date & time. The responsibility to ensure this lies with the Bidder. The envelope should be superscribed with Outdoor plant at Kalina, Malada and Kandivali. (i) EMD if applicable or proof of exemption (As per para 14 of part-I of RFP).

(ii) DD/Banker’s cheque of Tender Fee, if applicable. The crossed Demand Draft/Banker’s Cheque of Rs 1500/- (Rupees Fifteen hundred only) should be payable to Pr. CDA . It should be valid for a minimum of three months period. Any firm claiming exemption should enclose the proof of the same.

(iii) Tender Conditions Acceptance Certificate (Format attached as Appendix A to this RFP).

(iv) Downloaded Tender documents duly stamped and signed (other than price bid).

3. (a) Location of the Tender Box

Headquarters Maharashtra Gujarat and Goa Area, 27, Assaye Building, First Floor, Colaba, Mumbai-05.

Note :- Documents dropped in the wrong Tender Box will not be considered.

(b) The address for sending documents by post is at Para 3 (b) of covering letter.

4. Opening of the Bids

(a) The opening of the bids can be witnessed on-line by the bidders by logging into the e-procurement site at the date and time given at Ser No (h) of Para 1 of Part-I.

(b) The covers in which physical documents have been submitted will also be opened on the same date and time at HQ Maharashtra Gujarat and Goa Area (Signals). The list of documents submitted will be read out in the presence of representative/s of bidders. This event will not be postponed due to non-presence of your representative.

5. Two-Bid System. In case of the Two-bid system, only the Technical Bid would be opened on the date and time mentioned at Ser No (h) of Para 1 of Part - I. Date of opening of the Commercial Bid will be intimated after acceptance of the Technical Bids. Commercial Bids of only those firms will be opened, whose Technical Bids are found compliant/suitable after Technical Evaluation by the Buyer.

6. Bids should be submitted by Bidders under their original memo / letter pad inter alia furnishing details like TIN number, GST number, Bank address with EFT Account, if applicable, etc and complete postal and e-mail address of their office.

7. Pre Bid Meeting.

(a) Clarification Regarding Contents of the RFP. A prospective bidder who requires clarification regarding the contents of the bidding documents shall notify to the Buyer in writing about the clarifications sought not later than 15 (fifteen) days post publishing of the tender. 5

(b) A Pre-bid meeting will be held on P + 15 Day at 1200h at HQ Maharashtra Gujarat and Goa Area (Signals). i.e on the 15th day of issue of RFP to resolve all queries, No queries will be entertained after closure of Pre-bid meeting. In the interest of their procurement and due to introduction of e-procurement & GeM it is in the interest of the bidders & buyers to attend a pre bid meeting & resolve all quires.

(c) Copies of the query and clarification by the purchaser will be uploaded as corrigendum for all prospective bidders who have received the bidding documents. (d) Vendor will carry out physical survey of area and produce the survey report during pre-bid meeting.

8. Modification and Withdrawal of Bids. A Bidder may modify or withdraw his bid after submission provided that the written notice of modification or withdrawal is received by the Purchaser prior to deadline prescribed for submission of bids. A withdrawal notice may be sent by fax/e-mail/post, which should reach the Purchaser not later than the deadline for submission of bids. No bid shall be modified after the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and expiration of the period of bid validity specified. Withdrawal of a bid during this period will result in Bidder’s forfeiture of bid security.

9. Rejection of Bids. Canvassing by the Bidder in any form, unsolicited letter and post- tender correction may invoke summary rejection with forfeiture of EMD. Conditional tenders will be rejected. Tenders without proper physical survey report will be rejected by TEC.

10. Unwillingness to quote. Bidders unwilling to quote should ensure that intimation to this effect reaches before the due date and time of opening of the Bid, failing which the defaulting Bidder may be delisted for the given range of items as mentioned in this RFP.

11. Validity of Bids. The Bids should remain valid 180 days from the last date of submission of the Bids.

12. Turn Key Project. This project will be treated as a turnkey project and no piece meal orders for individual item will be placed. The vendor is expected to provide all accessories required for the project to make the project functional and usable without any additional cost to the user.

13. Earnest Money Deposit. Bidders are required to submit Earnest Money Deposit (EMD) for amount of Rs 2,85,000/- (Rupees Two Lacs Eighty Five Thousand only) along with their bids. The EMD may be submitted in the form of a Fixed Deposit Receipt or Bank Guarantee from any of the public sector bank or a private sector bank authorized to conduct government business (e.g ICIC Bank Ltd., Axis Bank Ltd or HDFC Bank Ltd etc) as per Form DPM-13 of DPM 2009 as attached at ANNEXURE-I. EMD is to remain valid for a period of forty five days beyond the final bid validity period. EMD of the unsuccessful Bidders will be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30th day after the award of the contract. The Bid Security of the successful Bidder would be returned, without any interest whatsoever, after the receipt of Performance Bank Guarantee from them as called for in the contract. EMD is not required to be submitted by those Bidders who are registered for the same items/range of products/goods or services with the Central purchase Organization (e.g DGS&D), National Small Industries Corporation (NSIC) or any Department of MoD or MoD itself. The EMD will be forfeited if the bidder withdraws or amends, impairs or derogates from the tender in any respect within the validity period of their tender.

14. Manner for obtaining the Tender Set. The tender documents are available for download at www.eprocure.gov.in. The interested firm may download the documents and submit the same along with required tender fees. 6

15. Eligibility Criteria.

(a) A vendor or seller as defined in Para 1.4.21 of DPM 2009 who is registered for this item or similar range of products/goods with central purchase organization or DGQA would be eligible to bid. Registration of the firm must be valid on the date of opening of technical bids.

(b) An unregistered firm/vendor may also participate in tender process if it can supply the product as per technical specifications and meets the laid down technical parameters detailed in the RFP. However, in all such cases before opening the commercial bid of such firm. assessment of capability of the firm by procuring/registering agency would be mandatory. This capability verification will, however, not amount to automatic registration of the firm by the registering authority. Such vendors should submit untempered copy of orders secured from Govt agencies/ reputed organizations in the last two years.

16. Proof of execution of atleast one institutional supply order amounting not less than Rupees 30,00,000/- preferably Army/Defence/other gov purchser within last three year required to be forwarded in pdf format.

17. Clause by clause compliance of specifications should be mentioned in para 1 & 2 of part-II of RFP. Relevant classifications should be mentioned wherever applicable. 7

PART II – ESSENTIAL DETAILS OF SERVICES REQUIRED

1. Schedule of Requirements.List of items / services required are as follows:-

SER ITEMS A/U QTY NO 1. 100 Pair (0.5mm Armoured) UG Cable Mtrs 3490 2. 50 Pair (0.5mm Unarmoured) UG Cable Mtrs 3890 3. 20 Pair (0.5mm Unarmoured) UG Cable Mtrs 1670 4. 10 Pair (0.5mm Unarmoured) UG Cable Mtrs 8230 5. 200 Pair Pillar Nos 01 6. 100 Pair Pillar Nos 02 7. 50 Pair Pillar Nos 05 8. 50 Pair DP Box Nos 03 9. 20 Pair DP Box Nos 11 10. 10P DP Box Nos 33 11. 100 Pair Jointing Kits Nos 07

12. 50 Pair Jointing Kits Nos 10 13. 20 Pair Jointing Kits Nos 10 14. 10 Pair Jointing Kits Nos 10 15. Drop wire 0.5mm Mtrs 5000 16. Jumper wire 0.5mm Mtrs 1000 17. Road Crossing with 2” GI pipe Mtrs 820 18. Route Indicators Nos 90 Digging, Trenching and Laying of UG 19. Cable as per BSNL specification in hard Mtrs 17280 soil 20. * AMC with spare of items Ser No 1 to 10 without taxes per year.

2. Technical details. Technical specification / compliance of the required is as per Appendix D.

3. Technical Evaluation Committee (TEC) Meeting. TEC will be conducted for evaluation of technical bids.

4. Commercial offer will be opened only for those firms, whose Technical Offer have been accepted technical evaluation. 5. The offers (Technical & Commercial) will be opened by separate committees. Further negotiation may be carried out on the discretion of the Buyer only with the lowest Bidder (L1) as determined by the tender purchase committee. 6. Pre-delivery/Pre-installation Inspection

(a) Pre-delivery Inspection of stores will be carried out at OEM premises if essential, date for which will be co-ordinate by L1 & user unit rep. This however does not supersede the request of ATP.

(b) Vendors will undertake route reconnaissance prior to laying of the cable, and submit the detailed layout route before laying of the cable is initiated 8

7. Delivery and Installation Schedule. You will implement the project as per schedule given as under:- (a) Delivery of items at the project location will be completed within eight weeks from the date of placement of Supply Order.

(b) Laying and commissioning of items will be completed within sixteen weeks of from the date of placement of Supply Order.

(c) The Installation integration of all items will be completed within two weeks of laying and commissioning of items.

8. Sub-letting of Contract. You shall not sublet, transfer or assign the contract or any part thereof without written permission of user unit.

9. Acceptance Testing Procedure (ATP). Delivery, installation and commissioning of cables, accessories and all items will be considered complete only after ATP to check the specifications of the items/equipments supplied and to test the compliance and performance of equipment with the qualitative requirement given in request for proposal, technical quote and supply order has been carried out duly ratified by board of officers. Modalities of the testing may be worked out jointly by vendor and 25 AD Regt, COD and AFMSD at Kalina, Malad and Kandivali respectively. Vendor will provide all test equipment required for the test procedure. 25 AD Regt and COD would issue an Acceptance Certificate on successful completion of ATP. Draft ATP document will be prepared by the vendor and forwarded to the user unit for perusal and approval within four weeks of placing the supply order. The date of Acceptance Certificate shall be deemed to be the date of commencement of warranty. 10. Final Acceptance Testing. These tests shall consist of actual link performance measurement to ensure compliance with qualitative requirements. All these tests will be done at the expense of the vendor. Test equipment for this purpose shall be arranged by the vendor. (a) Each fiber will be tested for the end to end loss by using OTDR with back scatter method and results should commensurate with Qualitative Requirement mentioned in part II of the Tender Enquiry. (b) Also, testing regarding layout of the OFC as per specifications mentioned in this document will be done randomly at places as desired by the testing board during the ATP period. (c) Measurement of depth of trenches. The cable routes of one work order shall be divided into a number of segments each of maximum 200 meters length bounded by identifiable landmarks at both the ends of the segments. If landmarks are not available, length of segment may be maintained at 200 meters. The measurement of depth shall be recorded at each point of measurement (POM) in the measurement book in meters in the multiples of 5cms. The points of measurements shall be at a distance of 10 meters starting from 0 (Zero) Meter. (d) Measurement Book. A measurement book will be made for all the routes. Each time a route inspection is carried out by representative of the purchaser, following details will be entered in the measurement book :- (i) Route - From ------to------(ii) Nature of work - Trenching (iii) Type of soil - Ordinary /Hard /Rocky. (iv) Depth of trench - (v) Stores used - (aa) OFC - (ab) HDPE Pipes - (ac) RCC pipes - (ad) GI pipes - (ae) Markers, others- (f) Signature, name and designation of vendor/contractor. (g) Signature, name and designation of Army rep. 9 (h) Date and Time. (j) Any other pertinent detail. 11. Training. NA.

12. Consignee details. The consignee for the contract is as under:- OIC Comn, 25 AD Regt Kalina, Mumbai. 13. The manufactures shall be responsible for the safe delivery of the stores consignee’s end, transit damage if any shall be promptly attended by him. 10

PART III

STANDARD CONDITION OF RFP

The Bidder is required to give confirmations of their acceptance of the Standard Conditions of the Request for Proposal mentioned below which will automatically be considered as part of the Contract concluded with the successful Bidder (i.e Seller in their Contract) as selected by the Buyer. Failure to do so may result in rejection of the Bid submitted by the Bidder

1. . The Contract shall be considered and made in accordance with the of the Republic of India. The contract shall be governed by and interpreted in accordance with the laws of the Republic of India

2. Effective Date of the Contract. Normally the contract shall come into effect on the date of signatures of both the parties on the contract except when some other effective date is mutually agreed to and specifically indicated /provided in the contract. The deliveries and supplies and performance of the services shall commence from the effective date of contract.

3. Arbitration. All disputes or differences arising out of or in connection with the Contract shall be settled by bilateral discussions. Any dispute, disagreement or question arising out of or relating to the Contract or relating to construction or performance, which cannot be settled amicably, may be resolved through arbitration at court at issuing HQ. The standard clause of arbitration is as per Forms DPM-7, DPM-8 and DPM-9 (Available in MoD website and can be provided on request).

4. Penalty for use of undue influence. The Seller undertakes that he has not given, offered or promised to give, directly or indirectly, any gift, consideration, reward, Commission, fees, brokerage or inducement to any person in service of the Buyer or otherwise in procuring or execution of the present Contract or any other Contract With the for showing or forbearing to show favour or disfavor to any person in relation to the present Contract or any other Contract with the Government of India. Any breach of the aforesaid undertaking by the Seller or any one employed by him or acting on his behalf (whether with or without the knowledge of the Seller) or the commission of any offers by the Seller or anyone employed by him or acting on his behalf, as defined in Chapter IX of the India Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other Act enacted for the prevention of Corruption shall entitle the Buyer to cancel the contract and all or any other contracts with the Seller and recover from the Seller the amount of any loss arising from such cancellation. A decision of the Buyer or his nominee to the effect that a breach of the undertaking had been committed shall be final and binding on the Seller. Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of the Seller towards any officer/employee of the Buyer or to any other person in a position to influence any office/employee of the Buyer for showing any favour in relation to this or any other contract, shall render the Seller to such liability/penalty as the Buyer may deem proper, including but not limited to termination of the contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the amounts paid by the Buyer.

5. Agents / Agency Commission. The seller confirms and declares to Buyer that the Seller is the original manufacture of the stores/provider of the services referred to tin this Contract and has not engaged any individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to recommend to the Government of India or any of its functionaries , whether officially or unofficially, to the award of the contract to the seller ; nor has any amount been paid, promised or intended to be paid to any such individual or firm in respect of any such intercession, facilitation or recommendation. The Seller agrees that if is is established at any time to the satisfaction of the Buyer that the Seller has engaged any such individual/firm, and paid or intended to pay any amount, gift, reward, fees, commission or consideration to such person, party,, firm or institution, whether before or after the signing of this contract, the Seller will be liable to refund that amount to the Buyer. The Seller will also be debarred from entering into any supply Contract with the Government of India for a minimum period of five years. The Buyer will also have a right to consider cancellation of the Contract either wholly or in part, without any entitlement or compensation to the Seller who shall in such an event be liable to refund all payment made by the Buyer in terms of the Contract along with interest at the rate of 2% per annum above LIBOR rate. The Buyer will also have the right to recover any such amount from any contracts concluded earlier with Government of India. 11

6. Access to Book of Accounts. In case it is found to the satisfaction of the Buyer that the Seller has engaged an Agent or paid commission or influenced any person to obtain the contract as described in clauses relating to Agent/Agency Commission and penalty for use of undue influence, the Seller, on a specific request of the Buyer, shall provide necessary information / inspection of the relevant financial documents/information.

7. Non-disclosure of Contract documents. Except with the written consent of the Buyer/ Seller, other party shall not disclose the contract or any provision, specification, plan, design, pattern, sample or information thereof to any third party.

8. Liquidated Damages. In the event of the Seller’s failure to submit the Bonds, Guarantees and Documents, supply of stores/goods and conduct of trials, training, etc as specified in this contract , the Buyer may, at this discretion, withhold any payment until the completion of the contract, BUYER may also deduct from the SELLER as agreed, liquidated damages to the sum of 0.5% of the contract price of the delayed/undelivered stores/services mentioned above for every week of delay or part of a week, subject to the maximum value of the Liquidated Damages being not higher than 10% of the value of delayed stores.

9. Termination of Contract. The BUYER shall have the right to terminate this contract in part or in full in any of the following cases :-

(a) The delivery of material is delayed for causes not attributable to force majeure for more than (one month) after the scheduled date of delivery.

(b) The Seller is declared bankrupt or because insolvent.

(c) The delivery of material is delayed due causes of Force Majeure by more than (one month) provide Force Majeure clause is included in contract.

(d) As per decision of the Arbitration Tribunal.

10. Notice. Any notice required or permitted by the contract shall be written in the English language and may be delivered personally or may be sent by FAX or registered per-paid mail/airmail, addressed to last known address of the party to whom it is sent.

11. Transfer and Sub-letting. The Seller has no right to give, bargain, sell, assign or sublet or otherwise dispose of the Contract or any part thereof, as well as to give or to let a third party take benefit or advantage of the present Contract or any part thereof.

12. Patents and Other Industrial Property Rights. The prices started in the present Contract shall be deemed to include all amounts payable for the use of patents, copyrights, registered charges, trademarks and payments for any other industrial property rights. The Seller shall indemnify the Buyer against all claims from a third party at any time on account of the infringement of any or all the rights mentioned in the previous paragraphs, whether such claims arise in respect of manufacture or use. The Seller shall be responsible for the completion of the supplies including spares, tools technical literature and training aggregates irrespective of the fact of infringement of the supplies, irrespective of the fact of infringement of any or all the rights mentioned above.

13. Amendments. No provision of present Contract shall be changed or modified in any way (including this provision) either in whole or in part except by an instrument in writing made after the date of this Contract and signed on behalf of both the parties and which expressly states to amend the present Contract. 12

14. Taxes and Duties.

(a) All taxes as applicable will be reflected separately. Any dispensation will be decided by Army on cause to case basis.

(i) General

(aa) Bidders must indicate separately the relevant taxes/Duties likely to be paid in connection with delivery of completed goods specified in RFP. In absence of this, the total cost quoted by them in their bids will be taken into account in the ranking of bids.

(ab) If a Bidder is exempted from payment of any duty/tax upto any value of supplies from them, he should clearly state that no such duty/tax will be charged by them up to the limit of exemption which they may have. If any concession is available in regard to rate/quantum of any Duty/tax, it should be brought out clearly. In such cases, relevant certificate will be issued by the Buyer later to enable the Seller to obtain exemptions from taxation authorities.

(ii) Customs Duty

(aa) For imported stores offered against forward delivery, the Bidder shall quote prices thereof exclusive of customs duty. The Bidder shall specify separately the C.I.F. prices and total amount of customs duty payable. They will also indicate correctly the rate of customs duty applicable along with Indian Customs Tariff Number. Customs duty as actually paid will be reimbursed on production of necessary documents i.e.

(aaa) Triplicate copy of the bill of entry (aab) copy of bill of lading (aac) A copy of foreign principal’s invoice. However, if the Bidder imports the stores in question against his own commercial quota Import Licences, he will also be required to submit in addition the triplicate copy of bills of entry etc. a certificate from his Internal Auditor on the bill itself, to the effect that the following items/quantity in the bill of entry related to the stores imported against Defence Buyer contract number ………… Dated ……

(ab) Subsequent to the reimbursement of customs duty, the Bidder will submit to the concerned Payment Authority a certificate to the effect that he has not obtained any refund of customs duty subsequent to the payment of duty to the Customs authority by him. In addition, he shall also submit to the Paying Authority concerned a certificate immediately after a period of three months from the date of payment of the duty to customs authorities to the effect that he has not applied for refund of the customs duty subsequent to the payment of duty to the customs authorities by him.

(ac) In case the Bidder obtains any refund of customs duty, subsequently to the payment of the same by him to the customs authorities and reimbursement of the customs duty to him by the Payment Authority, he should forthwith furnish the details of the refund obtained and afford full credit of the same to the Buyer.

(iii) Goods and Services Taxes (GST). GST as applicable will be mentioned separately by the vendor in his bid. However the basic cost of each item supplied must be brought out clearly and then GST shown separately. 13

PART-IV

SPECIAL CONDITIONS OF RFP

The Bidder is required to give confirmation of their acceptance of Special Conditions of the RFP mentioned below which will automatically be considered as part of the Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer. Failure to do so may result in rejection of Bid submitted by the Bidder.

1. Performance Bank Guarantee. The Bidder will be required to furnish a Performance Guarantee by way of Bank Guarantee through a public sector bank or a private sector bank authorized to conduct government business (ICICI Bank Ltd, Axis Bank Ltd, or HDFC Bank Ltd) for a sum equal to 10% of the contract value within 30 days of receipt of the confirmed order. Performance Bank Guarantee should be valid up to 90 days beyond the date of warranty. The specimen of PBG is given in Form DPM-15 (Available in MOD website and can provided on request).

2. Tolerance Clause. To take care of any change in the requirement during the period starting from issue of RFP till placement of the contract, Buyer reserves the right to 50% plus/minus increase or decrease the quantity of the required goods upto that limit without any change in the terms & conditions and prices quoted by the seller. While awarding the contract, the quantity ordered has been increased or decreased by the Buyer within this tolerance limit.

3. Payment Terms. It will be mandatory for the Bidders to indicate their bank account numbers and other relevant e-payment details so that payments could be made through ECS/EFT mechanism instead of payment through cheques, wherever feasible. A copy of the model mandate form prescribed by the RBI to be submitted by Bidders for receiving payments through ECS is at Form DPM-11 (Available in MoD website and can be given on request). The payment will be made as per the following terms, on production of the requisite documents. The payment shall be made as under:-

(a) 40% of the total project cost of the project will be paid on delivery of the complete stores.

(b) 40% of the total project cost will be paid on acceptance test of the equipment.

(c) Balance 20% payment will be made on satisfactory performance of the systems, on rendering of satisfactory performance report by the user (within a period of 30 days of ATP). 4. Advance Payments. No advance payment(s) will be made.

5. Paying Authority. The bills of the complete items should be prepared in favour of Chief Signal Officer, Headquarters Maharashtra Gujarat and Goa Area (Signals), PIN 908806, C/O 56 APO as per IAFA-68, with revenue stamp duly affixed in triplicate and should be forwarded to Headquarters Maharashtra Gujarat and Goa Area (Signals), PIN 908806, C/O 56 APO. Pr CDA, Pune will be the payment authority for the project. Payment of bills will be made on submission of the following documents by the Seller to the Authority issuing supply order along with the bill:- 14

(a) Ink-signed copy of contingent bill / Seller’s bill. (b) Ink-signed copy of Commercial invoice / Seller’s bill. (c) CRVs in duplicate to be co-ordinated with user. (d) Joint inspection note/opening Bd. (e) Claim for statutory and other levies to be supported with requisite documents / proof of payment such as Excise duty challan, Customs duty clearance certificate, Octroi receipt, proof of payment for EPF/ESIC with nominal roll of beneficiaries, etc as applicable. (f) Exemption certificate for Excise duty / Customs duty, if applicable. (g) Guarantee / Warranty certificate (h) Performance Bank guarantee / Indemnity bond where applicable. (j) Details for electronic payment viz Account holder’s name, Bank name, Branch name and address, Account type, Account number, IFSC code, MICR code (if these details are not incorporated in supply order/contract). (k) Any other document / certificate that may be provided for in the Supply Order / Contract. (l) User Acceptance. (m) Xerox copy of PBG.

(Note – From the above list, the documents that may be required depending upon the peculiarities of the procurement being undertaken, may be included in RFP)

6. Fall clause. The following fall clause will form part of the contract placed on successful Bidder:-

(a) The price charged for the stores supplied under the contract by the Seller shall in no event exceed the lowest prices at which the Seller sells the stores or offer to sell stores of identical description to any persons/Organization including the purchaser or any department of the Central government or any Department of state government or any statutory undertaking the central or state government as the case may be during the period till performance of all supply Orders placed during the currency of the rate contract is completed.

(b) If at any time, during the said period the Seller reduces the sale price, sells or offer to sell such stores to any person/organization including the Buyer or any Deptt, of central Govt. or any Department of the State Government or any Statutory undertaking of the Central or state Government as the case may be at a price lower than the price chargeable under the contract, the shall forthwith notify such reduction or sale or offer of sale to the Director general of Supplies & Disposals and the price payable under the contract for the stores of such reduction of sale or offer of the sale shall stand correspondingly reduced. The above stipulation will, however, not apply to:-

(i) Exports by the Seller. (ii) Sale of goods as original equipment at price lower than lower than the prices charged for normal replacement. (iii) Sale of goods such as drugs which have expiry dates. (iv) Sale of goods at lower price on or after the date of completion of sale/placement of the order of goods by the authority concerned under the existing or previous Rate Contracts as also under any previous contracts entered into with the Central or State Govt. Depts, including their undertakings excluding joint sector companies and/or private parties and bodies.

(c) The Seller shall furnish the following certificate to the Paying Authority along with each bill for payment for supplies made against the Rate contract – “We certify that there has been no reduction in sale price of the stores of description identical to the stores supplied to the Government under the contract herein and such stores have not been offered/sold by me/us to any person/organization including the purchaser or any department of Central Government or any Department of a state Government or any 15

Statutory Undertaking of the Central or state Government as the case may be upto the date of bill/the date of completion of supplies against all supply orders placed during the currency of the Rate Contract at price lower than the price charged to the government under the contract except for quantity of stores/categories under sub-clauses (i),(ii) (iii) and (iv) of sub-para (b) above details of which are given below-…..”.

7. Risk & Expense clause

(a) Should the stores or any installment thereof not be delivered within the time or times specified in the contract documents, or if defective delivery is made in respect of the stores or any installment thereof, the Buyer shall after granting the Seller 45 days to cure the breach, be at liberty, without prejudice to the right to recover liquidated damages as a remedy for breach of contract, to declare the contract as cancelled either wholly or to the extent of such default. (b) Should the stores or any installment thereof not perform in accordance with the specifications / parameters provided by the SELLER during the check proof tests to be done in the BUYER’s country, the BUYER shall be at liberty, without prejudice to any other remedies for breach of contract, to cancel the contract wholly or to the extent of such default. (c) In case of a material breach that was not remedied within 45 days, the BUYER shall, having given the right of first refusal to the SELLER be at liberty to purchase, manufacture, or procure from any other source as he thinks fit, other stores of the same or similar description to make good:-

(i) Such default. (ii) In the event of the contract being wholly determined the balance of the stores remaining to be delivered there under.

(d) Any excess of the purchase price, cost of manufacturer, or value of any stores procured from any other supplier as the case may be, over the contract price appropriate to such default or balance shall be recoverable from the SELLER.

8. Force Majeure Clause

(a) Neither party shall bear responsibility for the complete or partial non-performance of any of its obligations (except for failure to pay any sum which has become due on account of receipt of goods under the provisions of the contract), if the non-performance results from such Force Majeure circumstances as Flood, Fire, Earthquake and other acts of God, as well as War, Military operations, blockade, Acts or Actions of State Authorities or any other circumstances beyond the control of the parties that might arise after the conclusion of the contract.

(b) In such circumstances, the time stipulated for the performance of an obligation under the contract is extended correspondingly for the period of time of action of these circumstances and their consequences.

(c) The party for which it becomes impossible to meet obligations under this contract due to Force Majeure conditions, is to notify in written form the other party of the beginning and cessation of the above circumstances immediately, but in any case not later than ten days from the moment of their beginning.

(d) Certificate of a Chamber of Commerce (Commerce and Industry) or other competent authority or organization of the respective country shall be a sufficient proof of commencement and cessation of the above circumstances.

(e) If the impossibility of complete or partial performance of an obligation lasts for more than six months, either party to the contract reserves the right to terminate the contract totally or partially upon giving prior written notice of thirty days to the other party of the intention to terminate without any liability, other than reimbursement on the terms provided in the agreement/ contract for the goods received. 16

09. Electronic Clearance System (ECS). ECS authorisation cum banker’s certification from attached at ANNEXURE-II is required to be fielded and authorized by the concerned bank. It is mandatory to submit ECS mandate with the Tender Enquiry.

10. OEM Certificate. In case the Bidder is not the OEM, the agreement certificate with the OEM for sourcing the spares shall be mandatory. However, where OEMs do not exist, minor aggregates and spares can be sourced from authorized vendors subject to quality certification.

11. Earliest Acceptable Year of Manufacture (2017). Items being supplied should be of the latest manufacture. OEM Quality / Life certificate will need to be enclosed with the Bill.

12. Transportation. The transportation risk will be borne by the successful bidder. 13. Quality. The quality of the stores delivered according to the present Contract shall correspond to the technical conditions and standards valid for the deliveries of the same stores for in Seller’s country or specifications enumerated as per RFP and shall also include therein modification to the stores suggested by the Buyer. Such modifications will be mutually agreed to. The Seller confirms that the stores to be supplied under this Contract shall be new i.e not manufactured before (Year of Contract) and shall incorporate all the latest improvements and modifications thereto and spares of improved and modified equipment are backward integrated and interchangeable with same equipment supplied by the Seller in the past if any. The Seller shall supply an interchange ability certificate along with the changed part numbers wherein it should be mentioned that item would provide as much life as the original item. 14. Inspection Authority. The Inspection will be carried out by Board of Officer to be detailed by Headquarter Maharashtra Gujarat and Goa Area (Signals). The mode of Inspection will be Joint Inspection. Acceptance certificate would be provided as per Para 7 of Part-II of this document.

15. Franking Clause. The following Franking clause will form part of the contract placed on successful Bidder :-

(a) Franking Clause in the case of Acceptance of Goods “The fact that the goods have been inspected after the delivery period and passed by the Inspecting Officer will not have the effect of keeping the contract alive. The goods are being passed without prejudice to the rights of the Buyer under the terms and conditions of the contract”.

(b) Franking Clause in the case of Rejection of Goods “The fact that the goods have been inspected after the delivery period and rejected by the Inspecting Officer will not bind the Buyer in any manner. The goods are being rejected without prejudice to the rights of the Buyer under the terms and conditions of the contract.”

16. Claims. The following Claims clause will form part of the contract placed on successful Bidder :-

(a) The claims may be presented either.

(i) On quantity of the stores, where the quantity does not correspond to the quantity shown in the Packing List/Insufficiency in packing,

(ii) On quality of the stores, where quality does not correspond to the quality mentioned in the contract.

(b) The quantity claims for deficiency of quantity shall be presented within 45 days of completion of JRI and acceptance of goods. The quantity claim shall be submitted to the Seller as per Form DPM-22 (Available in MoD website and can be given on request). 17

(c) The quality claims for defects or deficiencies in quality noticed during the JRI shall be presented within 45 days of completion of JRI and acceptance of goods. Quality claims shall be presented for defects or deficiencies in quality noticed during warranty period earliest but not later than 45 days after expiry of the guarantee period. The quality claims shall be submitted to the Seller as per Form DPM-23 (Available in MoD website and can be given on request).

(d) The description and quantity of the stores are to be furnished to the Seller along with concrete reasons for making the claims. Copies of all the justifying documents shall be enclosed to the presented claim. The Seller will settle the claims within 45 days from the date of the receipt of the claim at the Seller’s office, subject to acceptance of the claim by the Seller. In case no response is received during this period the claim will be deemed to have been accepted.

(e) The Seller shall collect the defective or rejected goods from the location nominated by the Buyer and deliver the repaired or replaced goods at the same location under Seller’s arrangement.

(f) Claims may also be settled by reduction of cost of goods under claim from bonds submitted by the Seller or payment of claim amount by Seller through demand draft drawn on an Indian Bank, in favour of Principal Controller/Controller of Defence Accounts concerned.

(g) The quality claims will be raised solely by the Buyer and without any certification/countersignature by the Seller’s representative stationed in India.

17. Warranty

(a) The following Warranty will form part of the contract placed on the successful Bidder:-

(i) The Seller warrants that the goods supplied under the contract conform to technical specifications prescribed and shall perform according to the said technical specifications.

(ii) The Seller warrants for a period of 3 years from the date of acceptance of stores by Joint Receipt Inspection or date of installation and commissioning, whichever is later, that the goods/stores supplied under the contract and each component used in the manufacture thereof shall be free from all types of defects/failures.

(iii) If within the period of warranty, the goods are reported by the Buyer to have failed to perform as per the specifications, the Seller shall either replace or rectify the same free of charge, within a maximum period of 45 days of notification of such defect received by the Seller, provided that the goods are used and maintained by the Buyer as per instructions contained in the Operating Manual. Warranty of the equipment would be extended by such duration of downtime. Record of the down time would be maintained by the user in the logbook. Spares required for warranty repairs shall be provided free of cost by the Seller. The Seller also undertakes to diagnose, test, adjust, calibrate and repair/replace the goods/equipment arising due to accidents by neglect or misuse by the operator or damage due to transportation of the goods during the warranty period, at the cost mutually agreed to between the Buyer and the Seller.

(iv) The Seller also warrants that necessary service and repair back up during the warranty period of the equipment shall be provided by the Seller and he will ensure that the downtime is within 2 % of the warranty period.

(v) The Seller shall associate technical personnel of the Maintenance agency and Quality Assurance Agency of the Buyer during warranty repair and shall also provide the details of complete defects, reasons and remedial actions for defects. 18

(vi) If a particular equipment/goods fails frequently and/or, the cumulative down time exceeds 2% of the warranty period, complete equipment shall be replaced free of cost by the Seller within a stipulated period of 30 days of receipt of the notification from the Buyer. Warranty of the replaced equipment would start from the date of acceptance after Joint Receipt Inspection by the Buyer/date of installation and commissioning.

(vii) In case the complete delivery of Support Package is delayed beyond the period stipulated in this contract, the Seller undertakes that the warranty period for the goods/stores shall be extended to that extent.

(viii) The Seller will guarantee the shelf life of (10) years under the Indian tropical condition as given below:- 0 (aa) Minimum temperature : -20 C 0 (ab) Maximum temperature : 55 C (ac) Average Humidity : -95%

18. Product / Maintenance Support. The following Product / Maintenance Support clause will form part of the contract placed on successful Bidder:–

(a) The Seller agrees to provide Product Support for the stores, assemblies/subassemblies, fitment items and all consumables; Special Maintenance Tools (SMT) /Special Test Equipments (STE) subcontracted form other agencies/manufacturer by the Seller for a maximum period of 10 years including 3 years of warranty period after the ATP mentioned in the project.

(b) The Seller agrees to undertake Maintenance Contract for a maximum period of 84 months, extendable till the complete Engineering Support Package is provided by the Seller.

(c) In the event of any obsolescence during the above mentioned period of product support in respect of any component or sub-system, mutual consultation between the Seller and Buyer will be undertaken to arrive at an acceptable solution including additional cost, if any.

(d) Any improvement/modification/ up gradation being undertaken by the Seller or their sub suppliers on the stores/equipment being purchased under the Contract will be communicated by the Seller to the Buyer and, if required by the Buyer, these will be carried out by the Seller at Buyer's cost.

(e) The Seller agrees to provide an Engineering Support Package as modified after confirmatory Maintenance Evaluation Trials (METs). The SELLER agrees to undertake the repair and maintenance of the equipment, SMTs/STEs test set up, assemblies/sub assemblies and stores supplied under this contract for a period of 10 years as maintenance contract as specified or provision of complete Engineering Support Package to the Buyer whichever is later, as per terms and conditions mutually agreed between the Seller and the Buyer.

19. Annual Maintenance Contract. The following AMC clause will form part of the contract placed on successful Bidder:-

(a) The Seller would provide comprehensive AMC for a period of 7 years. The AMC services should cover the repair and maintenance of all the equipment and systems purchased under the present Contract. The Buyer Furnished Equipment which is not covered under the purview of the AMC should be separately listed by the Seller. The AMC services would be provided in two distinct ways:-

(i) Preventive Maintenance Service. The Seller will provide a minimum of four Preventive Maintenance Service visits during ayear to the operating base to carry out functional checkups and minor adjustments/ tuning as may be required. 19

(ii) Breakdown maintenance Service. In case of any breakdown of the equipment/system, on receiving a call from the Buyer, the Seller is to provide maintenance service to make the equipment/ system serviceable.

(b) Response time. The response time of the Seller should not exceed 24 hours from the time the breakdown intimation is provided by the Buyer.

(c) Serviceability of 98% per year is to be ensured. Also unserviceability should not exceed 02 days at one time. Required spares to attain this serviceability may be stored at site by the Seller at his own cost. Total down time would be calculated at the end of the year. If downtime exceeds permitted downtime, LD would be applicable for the delayed period.

(d) Maximum repair turnaround time for equipment/system would be 03 days. However, the spares should be maintained in a serviceable condition to avoid complete breakdown of the equipment/system.

(e) Technical Documentation. All necessary changes in the documentation (Technical and Operators manual) for changes carried out on hardware and software of the equipment will be provided.

(f) During the AMC period, the Seller shall carry out all necessary servicing/repairs to the equipment/system under AMC at the current location of the equipment/system. Prior permission of the Buyer would be required in case certain components/sub systems are to be shifted out of location. On such occasions, before taking over the goods or components, the Seller will give suitable bank guarantee to the Buyer to cover the estimated current value of item being taken.

(g) The Buyer reserves its right to terminate the maintenance contract at any time without assigning any reason after giving a notice of 01 months. The Seller will not be entitled to claim any compensation against such termination. However, while terminating the contract, if any payment is due to the Seller for maintenance services already performed in terms of the contract, the same would be paid to it as per the contract terms.

(h) Not with standing above, Buyer may decide not to take AMC at all after expiry of warranty period without assessing any reasons for the same. 20

PART-V : EVALUATION CRITERIA & PRICE BID ISSUES

“All questions and comn of Part V of Tender Enquiry need to be answered and mentioned clearly and failure to do so may result in Disqualification and Rejection of Bid”

1. Evaluation Criteria. The broad guidelines for evaluation of Bids will be as follows :-

(a) Only those Bids will be evaluated which are found to be fulfilling all the eligibility and qualifying requirements of the RFP, both technically and commercially.

(b) In respect of Two-Bid system, the technical Bids forwarded by the Bidders will be evaluated by the Buyer with reference to the technical characteristics of the equipment as mentioned in the RFP. The compliance of Technical Bids would be determined on the basis of the parameters specified in the RFP. The Price Bids of only those Bidders will be opened whose Technical Bids would clear the technical evaluation.

(c) The lowest bid will be decided upon the lowest basic price quoted by the particular bidder as per the price format given at Para 2 below. The total basic price excluding the taxes and duties quoted by the bidders will be considered and would be the deciding factor for raking of bids. AMC cost will be taken into a/c for determination of L1.

(d) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price will prevail and the total price will be corrected. If there is a discrepancy between words and figures, the amount in words will prevail for calculation of price.

(e) The Lowest Acceptable Bid will be considered further for placement of contract / Supply Order after complete clarification and price negotiations as decided by the Buyer.

(f) The AMC value quoted by each bidder will from part of their respective bid and the total cost to the buyer inclusive of AMC for seven years would be the deciding factor for ranking of bids. However, it would be the discretion of the Buyer weather to conclude with the the contract AMC or without AMC.

2. Price Bid Format (to be used for L-1 determination). The Price Bid Format in general is given below and Bidders are required to fill this up correctly with full details, as required under Part-II of RFP (The format indicated below is only as an illustration. The format should be filled up with items / requirements as mentioned in Part-II of RFP.):-Basic price of :- (a) Item (s):- (b) SER ITEMS A/U QTY NO 1. 100 Pair (0.5mm Armoured) UG Cable Mtrs 3490 2. 50 Pair (0.5mm Unarmoured) UG Cable Mtrs 3890 3. 20 Pair (0.5mm Unarmoured) UG Cable Mtrs 1670 4. 10 Pair (0.5mm Unarmoured) UG Cable Mtrs 8230 5. 200 Pair Pillar Nos 01 6. 100 Pair Pillar Nos 02 7. 50 Pair Pillar Nos 05 8. 50 Pair DP Box Nos 03 9. 20 Pair DP Box Nos 11 10. 10P DP Box Nos 33 11. 100 Pair Jointing Kits Nos 07 21

12. 50 Pair Jointing Kits Nos 10 13. 20 Pair Jointing Kits Nos 10 14. 10 Pair Jointing Kits Nos 10 15. Drop wire 0.5mm Mtrs 5000 16. Jumper wire 0.5mm Mtrs 1000 17. Road Crossing with 2” GI pipe Mtrs 820 18. Route Indicators Nos 90 Digging, Trenching and Laying of UG 19. Cable as per BSNL specification in hard Mtrs 17280 soil 20. * AMC with spare of items Ser No 1 to 10 without taxes per year.

(b) Accessories : Rs

(c) Installation / Commissioning : Rs

(d) Training : Rs

(e) Technical literature : Rs

(f) Tools : Rs

(g) AMC (with spares) Rs

Note. Determination of L-1 will be done based on total of basic prices (not including levies, taxes and duties levied by central/State/Local governments such as including GST and customs duty on final product) of all items / requirements as mentioned above and include AMC.

22

3. Additional information in Price Bid on Taxes and Duties (not in scope of L-1 determination) :-

(a) Is Excise Duty extra?

(b) If yes, mention the following:- (i) Total value of items on which Excise Duty is leviable : (ii) Rate of Excise duty (item-wise if different ED is applicable) : (iii) Surcharge on Excise duty, if applicable : (i) Total value of excise duty payable :

(c) Is Excise Duty Exemption (EDE) required :

(d) If yes, then mention and enclose the following:-

(i) Excise notification number under which EDE can be given

(e) (i)Total Amount excluding AMC without Taxes : Rs ______.

(ii) Total Amount excluding AMC with Taxes : Rs ______.

(f) AMC Comprehensive :-

st (i) AMC Comprehensive 1 Year : Rs ______+ Taxes applicable.

nd (ii) AMC Comprehensive 2 Year : Rs ______+ Taxes applicable.

rd (iii) AMC Comprehensive 3 Year : Rs ______+ Taxes applicable.

th (iv) AMC Comprehensive 4 Year : Rs ______+ Taxes applicable.

th (v) AMC Comprehensive 5 Year : Rs ______+ Taxes applicable.

th (vi) AMC Comprehensive 6 Year : Rs ______+ Taxes applicable.

th (vii) AMC Comprehensive 7 Year : Rs ______+ Taxes applicable.

(g) Total incl AMC with Taxes: Rs ______23

C E R T I F I C A T E

1. It is certified that the company as laid in the paragraphs above and anywhere else in the proposal and in its appendices accepts all the terms and conditions and we will abide by them. It is further certified that any additional cost incurred to complete the integrated turnkey project will be borne by us.

2. It is certified that our firm has not been banned or delisted by any Govt or Quasi Govt agency or PSU.

Company Seal

Place : ______(Authorized Signature of Vendor/OEM/Company)

Date : ______24

ANNEXURE-I (Ref Para 14 of Part-I of RFP)

FORM DPM-13

EMD BANK GUARANTEE FORMAT

Whereas …………………………………… (hereinafter called the “Bid der”) has submitted their offer dated………………………………….for the supply of …………………… ………………… (hereinafter called the “Bid”) against the Buyer’s Request for proposal No. ……………………………………………… KNOW ALL MEN by these presents t hat WE ……………………………of …………………………………………….. having our regist ered office at ……………………………………………………………. are bound unto … ………………. (hereinafter called the “Buyer) in the sum of ……………………………………………………………………………for which payment will and truly to be made to the said Buyer, the Bank binds itself, its successors and assigns by these presents. Sealed with the Common Seal of the said Bank this…………… day of…………….20……

The conditions of obligations are :–

(1) If the Bidder withdraws or amends, impairs or derogates from the Bid in any respect within the period of validity of this tender.

(2) If the Bidder having been notified of the acceptance of his tender by the Buyer during the period of its validity.

(a) If the Bidder fails to furnish the Performance Security for the due performance of the contract.

(b) Fails or refuses to accept/execute the contract. WE undertake to pay the Buyer up to the above amount upon receipt of its first written demand, without the Buyer having to substantiate its demand, provided that in its demand the Buyer will note that the amount claimed by it is due to it owing to the occurrence of one or both the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force upto and including 45 days after the period of tender validity and any demand in respect thereof should reach the Bank not later than the above date.

……………………….……………………………. (Signature of the authorized officer of the Bank) Name and designation of the officer Seal, name & address of the Bank and address of the Branch 25

ANNEXURE-II (Ref Para 10 of Part-IV of RFP)

MODEL ECS MANDATE FORMAT

Customer’s option to receive payments through e-Payment (ECS/ EFT/ DIRECT/CREDIT/ RTGS/ NEFT/ Other payment mechanism as approved by RBI.)

Credit Clearing Mechanism

1. Customer’s name :

2. Particulars of Bank Account :

(a) Bank name :

(b) Branch name :

(c) Address :

(d) Telephone numbers :

(e) IFS code :

(f) 9 Digit code number of : Bank and Branch appearing on MICR cheque issued by Bank

(g) Account Type : (S.B. Account / Current Account or Cash)

(h) Ledger number :

(j) Ledger Folio number :

(k) Account number as : appearing on Cheque Book

3. Please attach a blank cancelled cheque, or, photocopy of a cheque or front page of your savings bank passbook issued by your bank for verification of the above particulars.

4. Date of Effect.

“I, hereby, declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold the user institution responsible. I have read the option invitation letter and agree to discharge the responsibility expected of me as a participant under scheme.”

(……………………………….) Date : Signature of Customer

Certified that the particulars furnished above are correct as per our records.

Bank’s Stamp: (……………………………….) 26

Appendix A (Ref Para 2(a) (iv) of Part-I of RFP)

TENDER CONDITION ACCEPTANCE LETTER (To be given on Companey Letter Head)

Date ;

To, ______

______

SUB : ACCEPTANCE OF TERMS & CONDITION OF TENDER

Tender Referance No : ______

Name of Tender/Work :-

______

Dear Sir,

1. I/We have downloaded/obtained the tender document(s) for the above mentioned “Tender/Works” from the website(s) namely: ______as per your advertisment, given in the above mentioned website(s).

2. I/ We hereby certify that I/ We have read entire terms and conditions of the tender documents from Page No______to ______(Including all documents like annexure(s) scheduled(s),etc.,), which form part of the contract agreement and I/ we shall abide hereby the terms /conditions/clause contained therein.

3. The corrigendum(s) issued from time to time by your department / organisations too have also been taken into consideration, while submitting this acceptance letter.

4. I/ We hereby unconditionally accept the tender condtions of above mentioned tender documents(s)/ corrigendum(s) in its totality / entirety.

5. The tech Bid and its enclosure as submitted in physical form as mentioned in Para 2 (a) (iii) of Part I of RFP is the true copy of the documents uploaded on the Central Public Procurement Portal (https://eprocuregov.in/eprocure/app).

6. In case any provisions of this tender are found violated, your department / organisation shall be at liberty to reject this tender/bid including the forfeiture of the full said Earnest Money Deposit absolutely and we shall not have any claim/right against dept in satisfaction of this condition.

Yours Faithfully, (Signature of the Bidder, with official Seal) 27

Appendix B (Ref para 2(b) (ii) of Part-I of RFP)

ADDITIONAL CHARGES /DISCOUNTS

It is herby certified that no Additional Charges Levied Or Any Discounts Offered from the prices quoted in the enclosed BOQ, which will have financial implication of the bid value quoted by me.

OR

The following Additional Charges Levied/ Discount Offered over and above the prices quoted in the BOQ which will have financial implication on the bid value quoted by me.

(i)

(ii)

(iii)

Signed by :

Date : Official Stamp :

Notes :

1. Please strike out whichever is not applicable.

2. The certificate will be signed by the owner of the firm or any person auth to do so on behalf of the owner.

The certificate will be scanned, digitally signed and uploaded along with the BOQ in the Cover II containing File. 28

Appendix C (Ref Para 9 of Part-I of RFP)

INSTRUCTIONS TO THE BIDDERS

Instructions for Online Bid Submission. Instructions to the Bidders to submit the bids online through the Central Public Procurement Postal for e-procurement at https://eprocure.gov.in/eprocure/app are as follows :-

1. Possession of valid Digital Signature Certificate (DSC) and enrolment/registration of the contractors/bidders on the eprocurement/tender portal is a prerequisite for e-tendering.

2. Bidder should do the enrolment in the eProcurement site using the “Click here to Enrol” option available on the home page, Portal enrolment is generally free of charge. During enrolment/registration, the bidders should provide the correct/true information including valid email_id. All the correspondence shall be made directly with the contractors/bidders through email_id provided.

3. Bidder need to login to the site through their user ID/ password chosen during enrolment / registration.

4. Then the Digital Signature Certificate (Class II or Class certificates with signing key usage) issued by SIFY/TCS/inCode/eMudra or any Certifying Authority recognized by CCA India on eToken/Smart Card, Should be registered.

5. The DSC that is registered only should be used by the bdder and should ensure safety of the same.

6. Bidder logs in to the site through the secured log in by giving the user id/password chosen during enrolment/registration and then by giving the password of the eToken/SmartCard to access DSC.

7. In case of limited tender the regd dealers/ the bidders invited to participate in the tender will receive a notification through e-mail wrt to tender and after log in the bidder selects the tender and moves it to “my tenders”. In case of open tenders the bidder selects the tender which he/she is interested in by using the search option & then moves it to the “my tenders” folder.

8. From my tender folder, the bidder selects the tender to view all the details indicated.

9. After downloading / getting the tender document/schedules, the Bidder should go through them carefully and then submit the document as asked, otherwise bid will be rejected.

10. If there are any clarifications, this may be obtained online through the tender site, or through the contact details or during the pre-bid meeting if any.

11. Bidder should take into account the corrigendum published before submitting the bids online.

12. It is contrued that the bidder has read all the terms and conditions before submitting their offer. Bidder should go through the tender schedules carefully and upload the documents as asked: othewise, the bid will be rejected.

13. The Bidders can update well in advance, the documents such as certificates, annual report details etc., under My Space option and these can be selected as per tender requirements and then sent along with bid documents during bid submission. This will facilitate the bid submission process faster by reducing upload time of bids.

14. Bidder, in advace, should get the bid documents ready to be submitted as indicated in the tender document/schedule and generally, they can be in PDF/xlx/rar/zip/dwf formats. If there is more than one document, they can be clubbed together and can be provided in the requested format. Each document to be uploaded online for the tenders should be less than 2 MB. If any document is more than 2MB, it can be uploaded, if permitted, Bidders bid documents may be scanned with 100 dpi with black and white option. However if the file size is less than 1 MB the transaction uploading time will be very fast. 29

15. Bidder / should submit the Tender Fee/ EMD as specified in the tender. The orignal should be posted/couriered given in person to the Tender Inviting Authority, within the bid submission due date & time for the tender. Scanner copy of the instrument should be uploaded as part of the offer.

16. While submitting the bids online, the bidder must read the terms & condtions and accept the same to proceed further to submit the bid packets.

17. The bidder has to select the payment option as offline to pay the Tender FEE/ EMD as applicable and enter details of the instruments.

18. The details of the DD/any other accepted instrument, physically sent, should tally with details available in the scanned copy and the data entered during bid submission time. The submitted bid will not be acceptable if otherwise.

19. The bidder has to digitally sign and upload the required bid documents one by one as indicated. Bidders must note that the very act of using DSC for downloading the bids and uploading their offers shall be deemed to be a confirmation that they have read all sections and pages of the bid document including General conditions of contract without any exception and have understood the entire document and are clear about the requirements of the tender requirements.

20. The bidder has to upload the relevant files required as indicated in the cover content. In case of any irrelevent files, the bid will be rejected. The tech bid acceptance will be subject to physical receipt of specified docu at the time of tech bid opening. Further, the TIA will not be held responsible for any sort of delay or the difficulties faced during the submission of bids physically by the bidders under any circumstances whatsoever.

21. If the price bid format is provided ina spread sheet file like BoQ_xxxx.xls, the rates offered should be entered in the allotted space only and uploaded after filling the relevant columns. The price Bid/BOQ template must not be modified/replaced by the bidder, else the bid submitted is liable to be rejected for this tender.

22. The update are requested to submit the bids through online e-tendering system to the Tender Inviting Authority (TIA) well before the bid submission date & time (as per Server System Clock). The TIA will not be held responsible for any sort of delay or the difficulties faces submission of bids online by the bidders at the eleventh hour.

23. After the bid submission (ie after Clicking “Freeze Bid Submission “ in the portal), the acknowledgement number, even by the system should be printed by the bidder and kept as record of evidence for online submission, of bid or the particular tender and will also act as an entry pass to participate in the bid opening date.

24. The time setting fixed in the server sode & displayed at the top of the tender site, will be valid for all actions of requesting bid submission, bid opening etc in the e-tender system. The bidders should follows this time during bid submission.

25. All the data being entered by the bidders would be encrypted asing PKI encrption techniques to ensure the secret of the data. The data entred will not viewable by unaurthraised persons during bid submission & not be viewable by any one until the time of bid opening.

26. Any bid docment that is uploaded to the server is sujected to synthetic encryption using a system generated symmetric key further this key is subjected asymmetric encryption using buyers or the procurement officer openers public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authrized bid openers.

27. The confidentiaily of the bids is maintained sincethe secured Socket Layer 128 bit encrption technology is used. Data storage encryption sensitive fields is done.

28. The bidder should lagout of the tendering system using the normal logout option available at the top right hand corner and not by selecting the (X) exit option in the browser.

29. For any queries regarding e-tenderring process, the biddrers are requested to contact TIA as provided in the tender document. The bidders for any furhther queries can also to contact over phone :1800-233-7315 or send a E-mail over [email protected]. 30

30. All the pages of Technical Bid and unified commercial should have been duly signed by the bidder/auth rep and hard copy will be submitted in the office of TIA.

31. The undertaking to the effect that the terms and conditions stipulated in the tender docu are acceptable by the auth signatory of the bidders Regd firm will have to be submitted. The subject undertaking on a forwarding letter shall be uploaded on CPP portal during bidding by the bidders.

Notes :- (Rate to be quoted online by bidder in BOQ Excel Sheet only). lghfff 31 FORMAT FOR COMMERCIAL BID (BILL OF MATERIAL) OUTDOOR PLANT FOR NEW KLP WITH ALLIED JFC ACCESSORIES AT MIRCAHMEDNAGAR

All questions and column of part V of RFP need to be answered and mentioned clearly and failure to do so may result in disqualification and rejection of bid

Ser Description Qty Brand Basic GST Custom Duty Total Cost No /Make and cost Exemptions % Model per Unit (a) (b) (c) (d) (e) (f) (g) (h) 1. 100 Pair (0.5mm Armoured) UG Cable 3490 Mtrs 2. 50 Pair (0.5mm Unarmoured) UG Cable 3890 Mtrs 3. 20 Pair (0.5mm Unarmoured) UG Cable 1670 Mtrs 4. 10 Pair (0.5mm Unarmoured) UG Cable 8230 Mtrs 5. 200 Pair Pillar 01 Nos 6. 100 Pair Pillar 02 Nos 7. 50 Pair Pillar 05 Nos 8. 50 Pair DP Box 03 Nos 9. 20 Pair DP Box 11 Nos 10. 10P DP Box 33 Nos 11. 100 Pair Jointing Kits 07 Nos 12. 50 Pair Jointing Kits 10 Nos 13 20 Pair Jointing Kits 10 Nos 14. 10 Pair Jointing Kits 10 Nos 15. Drop wire 0.5mm 5000 Mtrs 16. Jumper wire 0.5mm 1000 Mtrs 17. Road Crossing with 2” GI pipe 820 Mtrs 18. Route Indicators 90 Nos Digging, Trenching and Laying of UG Cable as per 19. 17280 Mtrs BSNL specification in hard soil 20. * AMC with spare of items Ser No 1 to 10 without taxes per year. 32 Appendix-D (Ref Para 2 of Part II of RFP) TECHNICAL SPECIFICATION/COMPLIANCE SHEET FOR THE PROJECT “OUTDOOR PLANT AT KALINA, MALAD AND KANDIVALI” Ser Items Essential QRs/Acceptable range Make Compliance Deviation No /Model (yes/No) (Remarks)

1. 0.5 mm Armoured UG Cable (Number of pairs as per bill of material)

(a) 0.5 MM Diameter (Essential Specification)

(b) Annealed Copper (Essential Specification)

(c) Colour Coded (Essential Specification)

(d) Jelly Filled (Essential Specification)

(e) Armoured (Essential Specification)

(f) Polythene Jacketed cable (Essential Specification)

(d) Cored Twisted into Pairs (Essential Specification)

(e) Cable Company name, cable size, year of Marketing manufacture and cable progressing every one meter number marketing printed on the outer jacket (Essential Specification)

(f) Cable Each cable drum tested for the electrical Testing and transmission parameters and certificate attached (Essential Specification)

(g) Cable Cores Applied with moisture barrier (Essential Specification)

(h) Cable Electrical Characteristic as given below (i) Conductor diameter 0.5mm (Essential Specification) (ii) Conductor resistance/ <86 ohms + 6 Ohms Km in ohms indl (Essential Specification) (iii) Insulation > 3000 M Ohms resistance/Km (Essential Specification) (iv) Attenuation dB/KM at < 8.25 db/Km 150 KHZ shall not (Desirable Specification) exceed (v) Far End Cross talk Better than 67.8 dbindl 55 RMS (dB) at 12.5 Khz (Desirable Specification) OTHER REQUIREMENTS : (a) The core conductors of cable should be made of solid annealed copper wire. (b) The cable should be supplied in forms of coir’s/drums of standard length. No cut pieces are allowed. (c) Vendor should submit the manufactured/Material test certificate alongwith with supply (d) The cable shall be designed for laying in ducts/air/underground etc. (e) The cable should be manufactured in compliance with DOT/BSNOL/TEC specifications (f) Running Meter Length shall be marked on the cable (g) Quantity variation +-5% is allowed 33

Ser Items Essential QRs/Acceptable range Make Compliance Deviation No /Model (yes/No) (Remarks)

2. 0.5 mm Unarmoured UG Cable (Number of pairs as per bill of material)

(a) Solid MDPE/HDPE Conductor (Essential Specification) Insulation (b) PE of Solid LDPE (Essential Specification) Sheath/Jacket

(c) Water As in the type approval procedure of penetration TEC (Essential Specification) and drip tests (d) Water Compatible with PE insulation resistant filling (Desirable Specification) compound in the core (e) Cable Company name, cable size, year of Marketing manufacture and cable progressing every one meter number marketing printed on the outer jacket (Essential Specification)

(f) Cable Each cable drum tested for the Testing electrical and transmission parameters and certificate attached (Essential Specification)

(g) Conductor Solid MDPE/HDPE Insulation (Desirable Specification) (h) Cable Electrical Characteristic as given below (i) Conductor diameter 0.5mm (Essential Specification) (ii) Conductor <86 ohms + 6 Ohms resistance/ Km in (Essential Specification) ohms indl (iii) Insulation > 3000 M Ohms resistance/Km (Essential Specification) (iv) Attenuation dB/KM < 8.25 db/Km at 150 KHZ shall not (Desirable Specification) exceed (v) Far End Cross talk Better than 67.8 dbindl 55 (dB) at 12.5 Khz RMS (Desirable Specification) (vi) Length per Roll 1000 M or more. If the /Drum specified length per roll of 50 pair or more is not available the same should be quoted. (Desirable Specification) (vii) Spark Test 3 KV RMS AC, 1 Spark per 5 Km (Desirable Specification) (viii) Retraction 2.5 MM after 1 Min insulation shall not (Desirable Specification) exceed (ix) Resistance to 200 N, 12 V DC compression (Desirable Specification) (x) Insulation 5000 Mega Ohm/KM resistance at 500 V (Essential Specification) (xi) Core Wrap Polyester Tape (Desirable Specification)

(xii) Mutual 52 + 4.5 NF/KM Capacitance at 100 Hz 52 + 3 NF/KM (aa) Indl (Desirable Specification) (bb) Average (xiii) Near End Cross Better than 55 db (55 RMS – Talk (dB) at 1.5 KHZ Individual) (Essential Specification) (Xiv) Capacitance 3000 PF (PF/KM) 750 PF (aa) Indl (Desirable Specification) (bb) Average (xv) Filling Compound Water resistance compound (Petro Jelly) (Desirable Specification)

3. Pillar Box

(a) Krone type with adequate

(b) Thickness of galvanized iron metal sheet-24 gauge. (Essential Specification)

(c) Water proof rubber lining on the door and on opening for cable for the same. (Essential Specification)

(d) Adjustable attachment on the rear for mounting on poles. (Desirable Specification)

(e) Crocodile clamp earthing. (Essential Specification)

(f) Accommodate drop wires of 0.5mm diameter conductor. (Essential Specification)

(g) Interchangeable bridge module with standard five pin-foot print. (Desirable Specification)

(h) Insulation displacement (IDC) type connection. (Desirable Specification) (j) Clear Plastic housing to inspect the integrity of all wire connections. (Desirable Specification)

(k) Should have lock with min 3 keys. (Desirable Specification) 35

4. DP Box (Krone Type) (Number of pairs as per bill of material) (a) Pillar box made of 16 SWG MS Sheet with angle work inside for providing the Krone Module. Pillar Box is painted with rust proof Grey Colour paint front opening type providing waterproof gasket runner, as per DOT/ITD specification. Only original krone module will be used. (Essential Specification)

(b) Additional LOCK will be provided. (Essential Specification)

(c) Marking ’25 AD Regt, COD Malad, AFMSD Kandivali and pillar No will be made on the pillar and DP boxes will be 8 feet above ground level. G1 pipes will be used for UG connecting the Road crossing/Rail Crossing/Culvert. (Desirable Specification) (d) All pillars will be elevated 2 feet above the ground level with G1 pipe and hard standing will be made for each. (Essential Specification) (e) The Pillar box should be provided with additional external shelter/cover to prevent it from direct heavy rains. (Essential Specification) 5. Jointing Kit (Number of pairs as per bill of material)

(a) Should be outdoor type, should made out of PVC and tubular type with chemical waterproof sealing, cleaning solutions and have 12 Nos of sleeves for Db loss less joints(Essential Specification) 6. Route Indicators

(a) Route indicators will be placed at all turnings, road/bridge crossing and also at an interval of every 200 Mtrs. (Essential Specification) (b) Route indicators will be pegged 1.5 feet above the ground level and 1.5 feet below the ground level on hard standing. RCC route indicators will be used. (Essential Specification) 7. Drop wire (0.5 mm)

(a) Copper unarmoured drop wire PVC 0.5 mm dia medium (b) Configuration : 01 Pair

(c) Insulation : solid (MDPE/HDPE)

(d) Spark test : 3 KV RMS AC/1 spark per 5km (e) Retraction of Insulation: 2.5mm

(f) Insulation resistance : 5000 Mega Ohm at 500V (g) Should meet ISI specified elasticity standards 36

8. Jumper Wire (0.5 mm) (a) Insulated covering (b) Conductor : copper (c) Insulation: PVC/HRPVC/FRPVC/FRLSPVC/Polyethylen e (d) Conductor size : 0.5mm

(e) Product should meet ISI standards

Scope of work for Laying of UG Cable. The scope of work involved in laying of UG cables are given as under :-

(a) Excavation of trench upto a depth such that the top of the cable in one meter below the normal ground level according to the construction specifications.

(b) Laying and pulling of cables in Trenches or thorugh Pipes/Ducts/ Walk throgh trenches.

(c) Placing of half round RCC pipes/stone slabs/pre Cast RCC slabs/Layer of Bricks as per specification.

(d) Back filling and compacting of the excavated trenches according to construction specification and removal of excess earth form the site.

(e) Constrution of pillar foundations, erection, painting and sign writing of pillars.

(f) Erection, termination, painting and sign writing of DPs.

(g) Termination of cables in MDF, pillars and DPs.

(h) Jointing and end-to-end Testing of cables.

(j) Fixing, painting and sign Writing of Route and joint Indicators.

(k) Documentations.

3. Detailed guidelines for laying of cables

(a) The underground Copper Cables are extensively used in outdoor network of an exchange system. The cables are laid from Telephone Exchange upto Distribution Points (D.Ps), For the purpose of flexibility, pillars are introduced in the network. The primary cables, which are of higher size, are laid from Telephone Exchange to pillars. The Distribution Cables are laid from pillar to D.P. The capacity of pillars and D.Ps. are decided in accordance with the demand and size of the network.

(b) The underground cables are buried to a depth such that the top of the cable is one meter (100 cms) below the normal ground level

(c) Incase where required depth cannot be achieve due to hard soil/rockey soil HDPE pipe will be used to provide extra protection to the cable.

(d) Classification of Soil Strata For the purpose of trenching, the soil strata shall be categorized into different types of soils - soft soil/hard soil/morrum i.e. any strata, such as sand, gravel, loam, clay, mud, black cotton morrum, shingle, river or nallah bed boulders, soling of roads, paths, densely pebbles/stones etc., lime concrete, mud concrete and their mixtures which for excavation yields to the application of picks, 37

showels, sacrifiers, ripper and other manual digging implements including chiseling. Rocky Strata means generally any rock or boulder, for the excavation of which hand tools can not be used and blasting/electro mechanical breakers is required, such as quartzite, granite, basalt, reinforced cement concrete (reinforcement to be cut through but not separated from concrete) and the like.

(e) Road Crossings “Tarmac or Asphalt Road” means the road surface, which is metalled by asphalt/tarmac normally having compacted strata below the metalled surface, irrespective of thickness of asphalt/tarmac. At road crossings, the trenches shall be so dug that top of GI pipe shall be at one meter depth from ground level.

4. Excavation of Trenches

(a) Before excavation of trenches the route should be marked for trenching. Care should be taken to see that the route of the trench to excavate is reasonably straight avoiding the existing underground services. The contractor should take trial pits to locate the underground services before commencement of actual trenching. These trial pits shall be 30 cms wide, 100 cms deep and 100 cms long at right angles to the proposed trench at an interval of 20 to 50 Mtrs along the proposed cable route. If a slab is encountered, the same may be removed and trial pits may be made.

(b) In city areas, the trench will normally follow the footpath of the road except where it may have to come to the edge of carriage way or cutting across roads with the specific permission from the concerned authorities maintaining the road. Outside the city limits, the trench will normally follow the boundary of the roadside land. However, where the roadside land is full of burrow pits of afforestation or when the cables have to cross culverts/bridges or streams, the trench may come closer to the road edge or in some cases, over the embankment or shoulder of the road.

(c) The alignment of the trench will be decided in consultation with offr-in-charge communication. Once the alignment is marked, no deviation from the alignment is permissible except with the approval of offr-in-charge communication. While marking the alignment only the center line will be marked and the contractor shall set out all other works to ensure that, the excavated trench is as straight as possible. The contractor shall provide all necessary assistance and labour, at his own cost for marking the alignment. Contractor shall remove all bushes, undergrowth, stumps, rocks and other obstacles to facilitate marking the center line without any extra charges. It is to be ensured that minimum amount of bushes and shrubs shall be removed to dear the way and the contractor shall give all consideration to the preservation of trees. The line-up of the trench must be such that cables shall be laid in a straight line except at locations where it has to necessarily take a bend because of change in the alignment or gradient of the trench.

5. Methods of Excavation

(a) In city limits as in built up areas, the contractor shall resort to use of manual labour only to ensure that no damage is caused to any underground or surface installations belonging to other public services and /or private parties. However, along the Highways and cross country routes, there shall be no objection to the contractor resorting to mechanical means of excavation, provided that no underground installations exist in the path of excavation, if any are damaged. There shall be no objection to resort to horizontal boring to bore a hole of required size and to push through G.I. pipe through horizontal bore at road crossing or rail crossing or small hillocks etc.

(b) In rocky strata excavation shall be carried out by use of electro mechanical means like breakers or by blasting wherever permissible with express permission from the competent authority. Necessary barricades, night lamps, warning boards and required watchman shall be provided by the contractor to prevent any accident to pedestrians or vehicles. The contractor shall employ sufficient manpower for this with caution boards, flags, sign writings etc. 38

(c) When trenches are excavated in slopes, uneven ground, inclined portion, and the lower edge shall be treated as normal level of the ground for the purpose of measurement of depth of the trench. In certain locations, such as uneven ground, hilly areas and all other places, due to any reason whatsoever it can be ordered to excavate beyond standard depth of 100 cms. above the cable to keep the bed of the trench as smooth as possible.

(d) If excavation is not possible to minimum depth of 100 cms above the cable, as detailed above, full facts shall be brought to notice of the offr-in-charge communication in writing giving details of location and reason for not being able to excavate that particular portion. Approval shall be granted by the competent authority in writing under genuine circumstances. The contractor shall be responsible for all necessary arrangements to remove or pump out water from trench. Wherever the soil is hard due to dry weather conditions, if watering is to be done for wetting the soil to make it loose, the same shall be done by the contractor.

6. Trenching Near Culverts/Bridges At bridges and culverts the cable shall be laid in GI pipe of suitable size with the permission of concerned authorities maintaining the roads/bridges. While carrying out the work on bridges and culverts, adequate arrangement for cautioning the traffic by way of caution boards during day time and danger lights at night shall be provided. Of late the bridge construction authorities are providing ducts below the footpaths on the bridges for various services. However, for laying cables on existing bridges, where duct arrangement does not exist, one of the following methods may be adopted.

(a) Where the cushion on top of the arch of the culvert is 45 Cms. or more, the pipe to carry the cable may be buried on the top of the arch adjoining the parapet wall by digging close to the wheel guard. Every precaution shall be taken to see that no damage occurs to the arch of the culvert. After burying the Gi pipe, the excavated surface on the arch shall be restored.

(b) When the thickness of the cushion is less than 45 cms. the pipe to carry the cable may be buried under the wheel guard masonry. After burying the pipes, wheel guard should be re-built.

(c) If neither of the two methods mentioned above is possible, the pipe should be clamped to the outside of the parapet wall of the culvert or bridge with the help of clamps, nails, nuts, bolts and screws of suitable size to ensure that the pipe is securely fixed. The GI claims should be of minimum 25 mm width and 3 mm thickness and should be fixed at an interval of 50 cms. If necessary, the pipe should be taken to the parapet walls at the ends where the wall diverges away from the roads.

7. Excavation in surfaced Strata

(a) Excavation on Footpath The excavation of trenches in all types of footpaths including dismantling of asphalt/all type of tiles/CC and WBM shall be done upto a depth such that the top of the cable is 1.0 M below the normal ground level. the excavation on the footpaths will be done manually. The contractor shall have to provide shoring wherever necessary, in case the depth of trench is more than one meter. It is expected that the other services may be present below the footpath, therefore, extra care need to be exercised while excavation of trenches.

(b) Excavation of Trenches along the roads (which are carpeted end to end) The excavation of trenches along the roads which are carpeted from end to end including dismantling of asphalt, concrete and WBM shall be done upto a depth such that the top of the cable is 1.0M below the normal ground level. The excavation along the roads shall be done manually. The contractor shall have to provide shoring wherever necessary, in case the depth of trench is more than one meter. It is expected that the other services may be present below the roads, therefore, extra care to be exercised while excavation of trenches. 39

8. Excavation at Road Crossings

(a) The excavation of trenches in all types of roads including dismantling of asphalt/all type of tiles/CC and WBM shall be done upto a depth such that the top of the GI pipe is 1.0 meter below the normal ground level. After excavation of trench, GI Pipes of 100mm/150mm/225mm/300mm dia shall be laid at the road crossings. The pipes should be laid with a slight slope from the center to the sides of the road to prevent collection of water.

(b) Dimension of Trenches The dimension of trenches to be dug are given as under:- (i) Width at top - 45cms

(ii) Width at bottom - 30 cms

(iii) Depth of the trench - 100 cms

(c) The depth of trench is very important for future life of cables. Therefore, the contractor is obligated to ensure that the standard depth is maintained in normal circumstances. However, due to obstructions, if the standard depth cannot be achieved, lower depth upto certain limits are acceptable with prior approval of competent authorities.

9. Laying of Cables

(a) After excavation of trenches, approximately 5 cms thick bed of soft/soil/ or sand (in case the excavated material contains sharp pieces of rock/stones) is laid before directly laying the cable. Adequate care shall be excerised while laying the cables so that the cables are not put to undue tension/pressure as this may adversely affect the electrical characteristics of cables with passage of time.

(b) After laying of cables, it is covered by a consolidated layer of 8 Cms. Of soft earth (or sand in special cases where excavated material contains sharp stones/objects) which should be free from stones or other sharp objects, carefully pressed and lightly tamped. On this layer of soft earth, a layer of half round RCC pipes (100/150 mm dia)/stone slabs/Pre Cast RCC slabs/Bricks is placed as a warning layer and also as a mechanical protection, as the telecom cables ate vulnerable to damage due to excavations by other agencies.

10. Erection of Pillars. The pillars should be installed in safe places on footpaths at suitable locations convenient and accessible for maintenance. The positions close to the edge of footpaths, near transformers or below Electric Lines particularly H.T. Lines must be avoided. The location of Pillar, which may obstruct the view of drives of vehicles as on kerb lines at street intersections, locations in which the doors of the pillars when opened constitute a danger to pedestrians of traffic must be avoided. In general, the pillar shall be so located that reasonable and safe working conditions to the staff are possible throughout the year. The height of the pillar shall be such that the pillar does not get submerged during rains.

11. Painting and Sign Writing of Pillars The pillar shell should be cleaned thoroughly and one coat of red oxide primer shall be applied on all surfaces i.e. inside and outside surfaces. After it is dried up, spray painting shall be done with battleship grey paint of reputed brand on all surfaces. Once they grey paint dries up, the sign writing shall be done after cleaning the surface with dry cloth, with white enamel paint of reputed brand. Suitable sign writing shall be carried out in capital letters of height 10 cms and width 7.5 Cms.

12. Erection of DPs The distribution points (DPs.) are fitted on poles, walls or in the staircase walls easily accessible for maintenance, to terminate distribution cables coming from pillars. There are two types of DPs. which are required to be erected.

(a) External DPs.

(c) Internal DPs. 40

13. Termination of cables In MDF & Pillars The U.G. cables are terminated on tag blocks on line side of the MDF. The MDF consists of iron framework and line side tag blocks are fitted on verticals. For simplicity and uniformity, a standard numbering scheme of verticals, tag blocks and tag numbers in the tag block is followed. From the non-growing end, the verticals are numbered as 01,02 and so on. The tag blocks in a vertical are numbered as 01,02 and so on from top to bottom.

14. Jointing of Cables The work of cable jointing involves jointing of pairs by twisting or machine jointing using modular connectors. The quality of joint is vital for overall electrical characteristics and quality of transmission of the subscriber loop and therefore, the same has to be done meticulously. There are three different types of joints which will be used for jointing of cables.

(a) Straight joint for connecting all the pairs of two cables

(b) Branch joint for connecting pairs of one cable to two or more different cables branching out at the joint.

(c) Teeing joint means Teeing of cable is done at the time of area transfer or rearrangements of cables in the external plant.

15. Cable route & Joint Indicators

(a) Cable route and joint indicators are to be provided to indicate the cable route and location joints. The route indicators are to be placed at every 200 meters and at every place where the cable changes direction. Joint indicators are to be provided at all joints. For the sake of uniformity and from viewpoint of identification of cable at later date for maintenance, the route indicators shall be provided in the alignment of the trench and the joint indicators should be provided in the alignment of the trench 2 meters towards exchange from the location of joint to obviate removal of joint indicator at the time of operating the joint.

(b) The route and joint indicators are of RCC of trapezoidal shape having base of approximately 250 mm x 150 mm and top 200 mm x 75 mm and height 1000 mm. For fixing the route/joint indicators, the pits of size 60 cms x 60 cms and 75 cms depth shall be dug. The indicator shall be secured in upright position by ramming with stone and murrum upto a depth of 15 cms and concreting the remaining portion of 15 cms by concretemix.

Checklist of documents. The following will be submitted along with Technical bids:-

(a) Company Registered under ISO 9001: 2000 Certificate. (b) OEM authorization. (c) Technical data sheet of equipments. (d) Any other technical information pages/brochures. (e) Specification/drawing, as applicable. (f) Technical details with technical parameters (g) Requirement of training/on-job training (h) Requirement of installation/commissioning (i) Requirement of Technical documentation. (j) Nature of assistance required after completion of warranty (k) Requirement of pre-site/equipment inspection (l) TSE certificate from MTNL and BSNL of all items. (m) Scanned copy of survey report and sketch to be uploaded in pdf. (n) Any other details, as considered necessary. 41 Appendix ‘G’ (Ref Para 11, Part IV of RFP)

OEM CERTIFICATE

We M/s ______(OEM) is hereby authorized M/s ______(Vendor) to bid in “Outdoor Plant at Kalina, Malad and Kandivali”. We certify that an agreement between M/s ______(OEM) and M/s ______(Vendor) is in place (Copy enclosed). We M/s _____ (OEM) hereby state that we will provide maintenance and repair cover for the project “Outdoor Plant at Kalina, Malad and Kandivali” for duration of three years (warranty period) and thereafter for seven years (AMC period).