30.11.2012 Views

Bharat Sanchar Nigam Limited - National Portal of India

Bharat Sanchar Nigam Limited - National Portal of India

Bharat Sanchar Nigam Limited - National Portal of India

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

<strong>Bharat</strong> <strong>Sanchar</strong> <strong>Nigam</strong> <strong>Limited</strong><br />

(A Government <strong>of</strong> <strong>India</strong> Enterprise)<br />

O/o the Chief General Manager Telecom. J&K Circle,<br />

4 th Floor, North Block, Bahu Plaza,<br />

Jammu- 180 012<br />

From: To<br />

AGM (EB) .................................................<br />

O/o CGMT, .................................................<br />

407, North Block, Bahu Plaza, .................................................<br />

Jammu – 180 012. .................................................<br />

No.CGMT/J&K/EB/tender/CAF Scan/10-11 Dated:1 st April 2010<br />

Sub. Tender document for Scanning, Uploading & Management <strong>of</strong> Customer Application<br />

Form (CAF) <strong>of</strong> BSNL Cellular customers alongwith web based monitoring system<br />

and supply <strong>of</strong> Server Hardware & S<strong>of</strong>tware in J&K Telecom Circle.<br />

Tender No:CGMT/J&K/EB/tender/CAF Scan/10-11<br />

Please find enclosed the tender document in respect <strong>of</strong> above mentioned limited<br />

tender which contains the following.<br />

S. No. Item Section Page No.<br />

1 Detailed Notice Inviting Tender 1 2-4<br />

2 Tender Information 2 5-6<br />

3 Scope <strong>of</strong> Work and Specifications 3 7-28<br />

4 Instructions to Bidders 4 29-39<br />

5 General Commercial Conditions <strong>of</strong> the Contract 5 40-48<br />

6 Undertaking and declaration 6 49-49<br />

7 Pr<strong>of</strong>ormas 7 50-53<br />

8 Bidder pr<strong>of</strong>ile and Questionnaire 8 54-55<br />

9 Bid Form 9 56-57<br />

If interested, kindly submit your <strong>of</strong>fer to the undersigned, which should reach him on or<br />

before 14-30 hours <strong>of</strong> 22 nd April 2010.<br />

1<br />

( S.C Jain )<br />

A.G.M (EB).<br />

Ph.No.0191-247 7144FAX.247 5722<br />

Regd. Office: BSNL <strong>Sanchar</strong> Bhawan, Janpath, New Delhi -110 001 Website=www.bsnl.co.in


Section -1<br />

Detailed Notice Inviting Tender<br />

Sealed tenders are invited by the CGMT J&K Circle for the following works:-<br />

S. No. Details <strong>of</strong> work. Estimated Quantity<br />

(No.)<br />

1 a) Supply <strong>of</strong> Server Hardware at Central One plus one<br />

Location (Jammu) including 3 years<br />

maintenance .<br />

b) Supply <strong>of</strong> Server S<strong>of</strong>tware(Operating<br />

System and Application S<strong>of</strong>tware)<br />

including 3 years maintenance.<br />

c) Supply <strong>of</strong> PC and Scanners along with<br />

S<strong>of</strong>tware<br />

d) Scanning & uploading <strong>of</strong> Scanned<br />

images <strong>of</strong> Commercial customer<br />

application form (CAFs) <strong>of</strong> all BSNL<br />

Cellular customers <strong>of</strong> J&K Circle. (10<br />

Lakh at present)<br />

e) Web based monitoring s<strong>of</strong>tware<br />

Earnest Money<br />

3. Sale <strong>of</strong> Tender Document: On all working days between 11-00 Hrs. to 17-00 Hrs till<br />

20<br />

2<br />

th April 2010.<br />

One<br />

13 each<br />

10 Lakh<br />

One<br />

Rs 1,37,500/-<br />

(Rs one lakh<br />

thirty seven<br />

thousand five<br />

hundred only)<br />

Note 1: The quantity mentioned above is estimated and may vary to the extent <strong>of</strong><br />

+25% <strong>of</strong> specified quantity at present.<br />

2. Tender document can be obtained from: AGM(EB), O/o CGMT, J&K Circle, Jammu<br />

a) Against payment <strong>of</strong> tender fee <strong>of</strong> Rs.1000/-in the form <strong>of</strong> DD/Bankers cheque<br />

on any scheduled bank drawn in favour <strong>of</strong> AO(Cash) O/o CGMT, J&K Circle,<br />

Jammu payable at Jammu<br />

OR<br />

b) Can be downloaded from the website www.jandk.bsnl.co.in<br />

2.1 In case the tender document is downloaded from the website, a DD <strong>of</strong> Rs. 1000/- as<br />

mentioned above has to be enclosed towards tender fee along with the tender papers<br />

failing which the tender will be rejected.


4. Eligibility Criteria <strong>of</strong> Bidders: The Eligible bidders should be reputed experienced<br />

<strong>India</strong>n firms or Agencies or individuals having sufficient equipment and trained<br />

personal. The Eligible bidders should have:-<br />

a) The bidder should have done scanning <strong>of</strong> 3 million pages in one year during any <strong>of</strong> the<br />

last three financial years 06-07, 07-08, 08-09, in <strong>India</strong>, for any one <strong>of</strong><br />

i. Telecom operator,<br />

ii. Any Bank<br />

iii. Government/PSU <strong>of</strong>fice.<br />

iv. For the above, a certificate from the client has to given. The name, address, phone<br />

number <strong>of</strong> the person has to be mentioned in the certificate.<br />

b) The application s<strong>of</strong>tware must be proven one. This application s<strong>of</strong>tware must<br />

have been used in <strong>India</strong> since last one year, for any <strong>of</strong><br />

i. Telecom operator,<br />

ii. Any Bank<br />

iii. Government/PSU <strong>of</strong>fice.<br />

iv. For the above, a certificate from the client has to given. The name, address, phone<br />

number <strong>of</strong> the person has to be mentioned in the certificate.<br />

c) Valid PAN No.<br />

d) Valid Sales Tax & Service Tax Registration Certificate with pro<strong>of</strong> <strong>of</strong> payment upto<br />

31.12.2009 or exemption there<strong>of</strong> for exemption.<br />

5. EMD: The bidder shall furnish the bid EMD in form <strong>of</strong><br />

demand Draft/ Banker’s cheque on any scheduled<br />

bank in favour <strong>of</strong> A.O (Cash), O/o CGMT, J&K<br />

Circle payable at Jammu.<br />

6. Submission <strong>of</strong> tender bid: Upto 14-30 hours <strong>of</strong> 22 nd April 2010.<br />

7. Opening <strong>of</strong> Tender Bid: At 1500 Hrs <strong>of</strong> 22 nd April 2010 i.e tender closing<br />

date.<br />

Note 2:- In case the date <strong>of</strong> submission (opening) <strong>of</strong> bid is declared to be a holiday, the<br />

date <strong>of</strong> submission (opening) <strong>of</strong> bid will get shifted automatically to next<br />

working day at the same scheduled time. Any change in bid opening date due<br />

to any other unavoidable reason will be intimated to all the bidders separately.<br />

8. Place <strong>of</strong> opening <strong>of</strong> tender Bid: Conference Hall, O/o CGMT J&K Circle,<br />

4 th Floor, North Block, Bahu Plaza, Jammu.<br />

9. Tender bids received after due time & date will not be accepted.<br />

10. Incomplete, ambiguous, conditional, unsealed tender bids are liable to be rejected.<br />

11. CGMT J&K Circle reserves the right to accept or reject any or all tender bids without<br />

assigning any reason. He is not bound to accept the lowest tender.<br />

3


12. Tender document can be downloaded from the website www.jandk.bsnl.co.in. The<br />

downloaded “tender document” should be printed on good quality A4 size paper only<br />

and should be properly bound and sealed.<br />

12.1 In case <strong>of</strong> downloaded tender document, the tenderer shall furnish a declaration that<br />

no addition/ deletion/ corrections have been made in the downloaded tender<br />

document being submitted and it is identical to the tender document appearing on<br />

website.<br />

12.2 In case <strong>of</strong> any correction/ addition/ alteration/ omission in the tender document, the<br />

tender bid shall be treated as non-responsive and shall be rejected summarily.<br />

4<br />

AGM (EB),<br />

O/o GM (EB)<br />

J&K Circle, Jammu.


Section 2<br />

Tender information<br />

1) Type <strong>of</strong> tender : Two Bid<br />

2) Bid Validity period/ Validity : 180 days from the date <strong>of</strong> opening<br />

<strong>of</strong> bid <strong>of</strong>fer for acceptance by BSNL <strong>of</strong> tender<br />

3) Period <strong>of</strong> Contract : 12 months from date <strong>of</strong> acceptance <strong>of</strong><br />

Offer but limited to 15 months from the<br />

tender opening date.<br />

4) The tender <strong>of</strong>fer should contain the following:<br />

a) Pro<strong>of</strong> <strong>of</strong> purchase <strong>of</strong> tender document i.e cash receipt or DD drawn in favour <strong>of</strong><br />

AO(Cash) O/o CGMT, J&K Circle, Jammu.<br />

b) Cost <strong>of</strong> tender document, if downloaded from the website<br />

c) Bid security in the form <strong>of</strong> Bank Guarantee /DD in favour <strong>of</strong> AO(Cash) O/o<br />

CGMT, J&K Circle, Jammu.<br />

d) Proper pro<strong>of</strong> <strong>of</strong> successful execution <strong>of</strong> Commercial orders <strong>of</strong> similar nature as<br />

mentioned in clause 4 above. (Copy <strong>of</strong> performance certificates only to be<br />

submitted). Mere submission <strong>of</strong> work order copies will not be considered.<br />

(Documentary evidence to be established in accordance to be established in<br />

accordance with clause 4 that the bidder is eligible to bid and is qualified to<br />

perform the contract if his bid is accepted).<br />

e) The list <strong>of</strong> equipment available with the bidder to be submitted. If required, a<br />

committee duly authorized by the tendering authority will inspect and ascertain<br />

the same.<br />

f) Copy <strong>of</strong> Power <strong>of</strong> Attorney to sign the bid in case bid is authorized to be signed.<br />

g) Certificate <strong>of</strong> Incorporation & Memorandum <strong>of</strong> Association(in case <strong>of</strong> company)<br />

h) Partnership deed(in case <strong>of</strong> a partnership firm)/Self declaration in case <strong>of</strong><br />

Proprietary concern.<br />

i) Documentary evidence regarding the financial stability/credibility i.e balance<br />

sheet/ income tax returns/ solvency certificate.<br />

j) Current labour licence( Registration with State/ Central Government Ministry <strong>of</strong><br />

labour departments).<br />

k) Tender/bid form duly filled & signed<br />

l) Undertaking and declaration duly filled and signed<br />

m) Bidder’s pr<strong>of</strong>ile & Questionnaire duly filled & signed<br />

n) No Near relative certificate in pr<strong>of</strong>orma<br />

o) Tender document set duly signed at the end <strong>of</strong> each section for having read it.<br />

p) The consignee for Server Hardware & S<strong>of</strong>tware will be DE(Computer) Kachi<br />

Chhawani, O/o GMTD, Jammu. For PC & Scanners, the consignee will be<br />

DE/SDE In-charge <strong>of</strong> that station.<br />

5


Payment : 1) 70% payment for Hardware on delivery to the consignee. 10<br />

% payment on successful commissioning <strong>of</strong> the equipment.<br />

10% after one year <strong>of</strong> satisfactory working and remaining<br />

10% after successful completion <strong>of</strong> maintenance for 3<br />

years.<br />

2) 70% payment <strong>of</strong> s<strong>of</strong>tware after successful commissioning.<br />

10% after one year <strong>of</strong> satisfactory working.Further 10%<br />

after 2 nd year and 10% after 3 years.<br />

3) For scanning work the payment will be made by DGM(CM-<br />

O), who will be the Circle CAF owner. The payment shall be<br />

made on monthly basis based upon S<strong>of</strong>tware report<br />

generated for CAF Scanning.<br />

Note: - In case <strong>of</strong> conflict between the statement <strong>of</strong> Section 1 to 3 & Section 6 to 9,<br />

with section 4 & 5, then the statement <strong>of</strong> section 1 to 3 and Section 6 to 9 shall prevail.<br />

6<br />

Signature <strong>of</strong> Tenderer with Stamp/Seal


SECTION-3<br />

Scope <strong>of</strong> Work & Specification<br />

For Supply <strong>of</strong> Hardware and S<strong>of</strong>tware for Scanning <strong>of</strong> CAFs <strong>of</strong> Telephone connections<br />

1. General :- BSNL is a Telecom Service provider and provides mobile services using GSM<br />

and CDMA technology in J&K Circle. It wishes to scan and store the customer data i.e<br />

Customer Application Forms (CAFs), in respect <strong>of</strong> GSM and CDMA customers. It has<br />

about 10 lakh customers & additional 10 lakh customers are expected by 2012.<br />

2. Scope <strong>of</strong> Work: The scope <strong>of</strong> work under this specification involves:<br />

a) Supply <strong>of</strong> appropriate server hardware along with SAN at central location. This<br />

Hardware will be under AMC <strong>of</strong> the vendor for 3 years.<br />

b) Supply <strong>of</strong> appropriate S<strong>of</strong>tware for the server including the Operating system and<br />

application s<strong>of</strong>tware.This s<strong>of</strong>tware will be under AMC <strong>of</strong> the vendor for 3 years.<br />

S<strong>of</strong>tware should support various modules like Scan, rescan, Indexing, Quality Check,<br />

Cropping etc.<br />

c) Uploading <strong>of</strong> the scanned forms to central server 750 numbers per day per location.<br />

d) Supply <strong>of</strong> appropriate hardware comprising <strong>of</strong> PC & Heavy duty scanners(One.per<br />

station) at 13 stations (Trikuta Nagar Jammu, Kachi Chhawani Jammu, Kathua,<br />

Srinagar, Baramulla, Anantnag, Pulwama, Udhampur, Doda, Leh & Rajouri) <strong>of</strong> storage<br />

<strong>of</strong> CAF forms. To meet the daily target <strong>of</strong> CAF Scanning, If more numbers <strong>of</strong> PC/<br />

Scanners are required , the same will be arranged by the vendor temporarily at his<br />

own cost.<br />

e) View <strong>of</strong> scanned forms.<br />

f) Supply <strong>of</strong> corrugated boxes and steel racks <strong>of</strong> specified size for storage <strong>of</strong> CAFs.<br />

Note:1 The additional scanners and PCs required at different locations for scanning <strong>of</strong><br />

the CAF shall be provided by the vendor along with the associated scanning<br />

S<strong>of</strong>tware. All issues related to operating system, etc for these PCs shall be<br />

handled by the vendor.<br />

3 Details <strong>of</strong> the Work:<br />

3.1 Hardware (Central Server) :<br />

3.1.1 The specifications <strong>of</strong> Central Server hardware to be supplied is enclosed at<br />

Annexure-1<br />

3.1.2 Two separate servers in cluster mode should be deployed for web based<br />

monitoring system. Images should be stored in SAN Storage.<br />

3.1.3 The servers shall be placed centrally at Jammu<br />

3.1.4 The existing CCN Node connectivity shall be used for connecting to the Central<br />

server during uploading <strong>of</strong> the scanned images and the Index data.<br />

3.1.5 The backup media (Tape Drives, Portable Hard Disks, Optical Disks, DVDs etc)<br />

for taking the backup <strong>of</strong> server and the scanning terminals shall be provided by<br />

the vendor for taking the backups during the first six months. For subsequent<br />

backups media shall be provided by BSNL.<br />

7


3.1.6 Integration at Zonal/ <strong>National</strong> Level is a desirable scenario for future. The<br />

bidder shall be required to ensure integration at Zonal/ <strong>National</strong> Level as and<br />

when mandated by BSNL. Any interfaces required for such integration should<br />

be preferably provided by the bidder along with the solution.<br />

3.2 Hardware (PC& Scanner)<br />

3.2.1 The specifications <strong>of</strong> PC’s & scanners to be supplied is enclosed at Annexure-5<br />

3.2.2 One PC & one Heavy duty scanner is required to be installed at the 13<br />

locations in all the 5 SSAs.<br />

3.3 S<strong>of</strong>tware (Central Server):<br />

3.3.1 The database, application s<strong>of</strong>tware and all interfaces shall be provided by the<br />

bidder. The application s<strong>of</strong>tware has to be web based.<br />

3.3.2 The operating system s<strong>of</strong>tware shall also be provided by the bidder.<br />

3.3.3 Only licensed s<strong>of</strong>tware’s shall be used for the server and the scanning<br />

machines. No freeware is accepted.<br />

3.3.4 The S<strong>of</strong>tware should provide for creation <strong>of</strong> various users along with assigning<br />

the variable access rights.<br />

3.3.5 The detailed requirements <strong>of</strong> the Web based S<strong>of</strong>tware along with various<br />

modules is enclosed at Annexure-2.<br />

3.3.6 The s<strong>of</strong>tware licenses required for any s<strong>of</strong>tware shall be obtained by the<br />

vendor and he should clearly quote the onetime charges and the recurring<br />

charges (with periodicity) for such licenses.<br />

3.3.7 The Source codes <strong>of</strong> the S<strong>of</strong>tware shall be made over to BSNL.<br />

3.4 Scanning Work: The tentative workflow / procedure shall be as per<br />

Annexure-4 enclosed.<br />

3.4.1 The scanning <strong>of</strong> CAFs should be done at 75 dpi tiff file format. For each<br />

CAF following pages shall be scanned:<br />

3.4.1.1 Front page containing the photograph <strong>of</strong> the customer.<br />

3.4.1.2 Second Page (Backside <strong>of</strong> front page) containing the signatures <strong>of</strong> the<br />

customer.<br />

3.4.1.3 Document supplied as Pro<strong>of</strong> <strong>of</strong> photo-identity.<br />

3.4.1.4 Document supplied as Pro<strong>of</strong> <strong>of</strong> Address.<br />

Note: In certain cases there may be a need to scan more than the above mentioned<br />

documents for which proportionate higher payment shall be made<br />

3.4.2 The scanning work would be done <strong>of</strong>fline and the scanned images along with<br />

the index data should be uploaded on the Central server lot-wise on daily basis.<br />

The complete methodology and the procedures to be followed for scanning the<br />

CAFs are enclosed at Annexure-5.<br />

4. Responsibility <strong>of</strong> Vendor:<br />

4.1 The contractor shall engage competent and adequate staff to the satisfaction<br />

<strong>of</strong> BSNL for the execution <strong>of</strong> work. The contractors shall be responsible for the<br />

good conduct <strong>of</strong> their employees and shall compensate the department for losses<br />

arising from neglect, carelessness, want <strong>of</strong> skill or misconduct <strong>of</strong> themselves, their<br />

servants or agents or representatives.<br />

8


4.2 The contractor shall be wholly and solely responsible for the proper<br />

preservation and safe custody <strong>of</strong> all the files handed over to him<br />

4.3 Confidentiality <strong>of</strong> the information. Data/ Information which may be exchanged<br />

between the contractor & BSNL from time to time is not to be disclosed to any<br />

outside party.<br />

4.4 The contractor shall train staff as per clause-9 <strong>of</strong> section-5<br />

5. Responsibility <strong>of</strong> BSNL:<br />

5.1 The accommodation and furniture for keeping scanners, PCs and the power<br />

for the PCs and scanners shall be provided to vendor by BSNL free <strong>of</strong> charge.<br />

5.2 The bidder should be given CAF in lots.<br />

5.3 Providing network connectivity through existing CCN Network. A hub/ switch<br />

shall be provided by BSNL at central server & at PC location.<br />

5.4 Any other item not covered in the vendor list.<br />

5.5 Zonal B&CCS will give data <strong>of</strong> existing connections, prepaid and postpaid, to<br />

Circles. The application s<strong>of</strong>tware should generate list <strong>of</strong> Mismatched data, SSA<br />

wise. Mismatch list would mean the mobile number that is working as on date,<br />

but the CAF <strong>of</strong> the same has not been scanned.<br />

9


Hardware Specifications<br />

1. System Architecture: System Architecture shall be as follows:<br />

Future<br />

Approach<br />

Central Document<br />

Management<br />

System<br />

Zonal Level<br />

Batch<br />

Upload<br />

Circle<br />

Level<br />

Authentication<br />

and<br />

Authorization<br />

Storage &<br />

Reports<br />

1.1 Blade Servers: (1 active + 1 S/B)(Branded)<br />

10<br />

Annexure-1<br />

1.1.1 Processor:<br />

1.1.1.1 The processor should be based on True 64-bit high performance<br />

RISC/EPIC Architecture.<br />

1.1.1.2 The server should be configured with two processor sockets.<br />

1.1.1.3 The server should be 2 CPU Intel Xeon Quad Core 2.3 Ghz or<br />

higher.<br />

1.1.2 Memory:<br />

1.1.2.1 The server to be configured with 4 GB per core. The Blade server<br />

should be scalable to 48GB DDR2 Memory DIMM with parity<br />

protection. Also system should be capable to sustain Multi Bit error<br />

on a DIMM.<br />

1.1.2.2 Internal Hard Disk: The server to be configured with a 2X146GB @<br />

10K RPM Hot Pluggable SAS Disks in RAID1. In case the server<br />

does not support hot pluggable feature, the bidder should provision<br />

minimum 2X146GB SAS Disks in External Storage.<br />

1.1.3 Cache: Minimum 12MB L3 Cache.<br />

Backlog Scan<br />

and Image QC<br />

Ongoing Scan<br />

and Image QC<br />

Indexing and<br />

Indexing QC<br />

Rescanning<br />

Station<br />

SSA Level


1.1.4 I/O : Minimum 4X 1Gbps Ethernet Ports (2 for Data Traffic & 2 for cluster<br />

Traffic), Minimum), Minimum 2X 8Gbps FC Ports for connectivity to external FC<br />

Storage.<br />

1.1.5 Processor & System RAS: Cache error detection/ correction, Cache Safe<br />

Technology, Core logic parity protection.<br />

1.1.6 I/O slots RAS: Error detection/ correction, PCI failure isolation to a single slot,<br />

Enhanced I/O error recovery, Multi-pathing.<br />

1.1.7 Error handling: Machine Check Architecture (MCA) and event monitoring.<br />

1.1.8 Cluster: Blade servers will be in cluster.<br />

1.2 Blade Enclosure<br />

1.2.1 Form Factor : Between 6U to 10U.<br />

1.2.2 Support : The Blade Chassis should have a minimum <strong>of</strong> 8 Bays or Slots for<br />

Servers. The Blade Chassis should also support Intel, AMD, RISC/EPIC based<br />

Blade Servers.<br />

1.2.3 Network Switches: Redundant and Hot Pluggable Gigabit Ethernet Switches for<br />

Blade Chassis.<br />

1.2.4 Fibre Channel Switches: Redundant and Hot Pluggable 8Gbps capable Fibre<br />

Channel Switches, each with 12 Ports or higher to provide required<br />

functionality. The SAN Switches should be configured in Blade Chassis.<br />

1.2.5 Power : The enclosure should be populated fully with power supplies <strong>of</strong> the<br />

highest capacity available with the vendor.<br />

1.2.6 Cooling/Fans : Each blade enclosure should have a cooling subsystem<br />

consisting <strong>of</strong> redundant hot pluggable fans or blowers enabled with<br />

technologies for improved power consumption and acoustics<br />

1.2.7 KVM/CD/USB/Floppy : To be enabled Virtually over IP for Remote Access or<br />

Provided Locally.<br />

1.3 Operating System: RHEL (red Hat Enterprise Edition)<br />

1.4 External Storage (SAN):<br />

1.4.1 Operating System & Clustering Support:<br />

1.4.1.1 The storage array should support industry-leading Operating System platforms<br />

including: Windows Server 2003 (Enterprise Edition) and Linux.<br />

1.4.1.2 Offered Storage shall support all above operating systems in clustering.<br />

1.4.2 Capacity & scalability:<br />

1.4.2.1 The usable storage space should be 3 TB expandable upto 12 TB.<br />

1.4.2.2 The storage array shall be <strong>of</strong>fered with 12X300 GB @15K RPM<br />

SFF SAS or FC Disks.<br />

1.4.2.3 Storage should support a minimum <strong>of</strong> 90 number <strong>of</strong> drives.<br />

11


1.4.3 Architecture & Processing Power:<br />

1.4.3.1 The storage array should support dual, redundant, hot-pluggable,<br />

active-active array controllers for high performance and reliability.<br />

1.4.3.2 Storage array shall support Sustained sequential throughput <strong>of</strong> more<br />

than 800 MB/sec from Disk.<br />

1.4.3.3 Storage array shall support at-least 90,000 IOPS from cache.<br />

1.4.4 Disk Drive Support:<br />

Offered storage array shall support minimum 146/300/450GB hot-pluggable<br />

Enterprise SAS/FC hard drives along with SATA (500GB/ 750GB/ 1000GB)<br />

drives.<br />

1.4.5 Cache: Offered Storage Array shall be given with Minimum <strong>of</strong> 1GB Cache per<br />

controller in a single unit. Cache shall be backed up in case <strong>of</strong> power failure for<br />

indefinite time either using batteries or capacitors or any other equivalent<br />

technology.<br />

1.4.6 Raid Support: Offered Storage Subsystem shall support Raid 0, 1, 1+0, 3, 5,<br />

5+0 and raid 6 with Dual Parity Protection.<br />

1.4.7 Point in time and clone copy:<br />

1.4.7.1 Offered Storage array shall have array based support <strong>of</strong> (With the<br />

help <strong>of</strong> optional license) Both Snapshot and clone functionality.<br />

1.4.7.2 Offered Storage array shall support at-least 255 points in time copies<br />

(Snapshots) and 128 clone copies.<br />

1.4.8 Ports: Offered Storage subsystem shall be <strong>of</strong>fered with Dual 4 Gbps FC Ports<br />

per controller.<br />

1.4.9 Load balancing and Multi-path: Multi-path and load balancing s<strong>of</strong>tware shall<br />

be provided.<br />

1.5 Disk backup<br />

1.5.1 Capacity & Scalability :<br />

1.5.2 Disk backup solution shall be <strong>of</strong>fered with Minimum 3TB <strong>of</strong> Usable space in<br />

Raid 6.<br />

1.5.3 Disk backup solution shall have the ability to configure at-least 16 tape Libraries<br />

& at-least 512 Cartridge slots in the single appliance.<br />

1.5.4 Tape Drive Support : Ability to flexibly emulate tape drive/ tape formats LTO-<br />

Gen2, LTO-Gen3, LTO-Gen4, DLT8000, SDLT etc.<br />

1.5.5 Speed / Performance: Offered Disk backup solution shall support maximum<br />

aggregated data transfer rate <strong>of</strong> 325GB/hr.<br />

1.5.6 Connectivity: Offered Virtual tape Library shall have Minimum <strong>of</strong> 2 x 4Gbps<br />

Fibre Channel connections to SAN switches.<br />

1.6 Tape Backup<br />

1.6.1 Capacity :<br />

1.6.1.1 Shall support Native data capacity <strong>of</strong> 18TB (uncompressed)<br />

expandable to 36TB (compressed).<br />

1.6.1.2 Shall be <strong>of</strong>fered with Minimum <strong>of</strong> One LTO4 FC tape drive and<br />

minimum <strong>of</strong> 24 cartridge slots.<br />

1.6.1.3 Shall be <strong>of</strong>fered with 5 Data Cartridges.<br />

12


1.6.2 Tape Drive Architecture : Offered LTO4 drive in the Library shall conform to the<br />

Continuous and Data rate matching technique for higher reliability.<br />

1.6.3 Speed : Offered LTO4 drive shall support 120MB/sec in Native mode and<br />

240MB/sec in 2:1 Compressed mode.<br />

1.6.4 Scalability : Tape Library shall support scalability for more than 4 Number <strong>of</strong><br />

LTO-4 and 120 slots either within the same frame or by cascading another<br />

frame.<br />

1.6.5 Connectivity : Offered Tape Library shall provide 4Gbps native FC connectivity<br />

to SAN switches.<br />

1.6.6 Management: Tape Library shall provide web based remote management.<br />

1.6.7 Barcode Reader and Mail slots: Tape library shall support Barcode reader and<br />

mail slot.<br />

1.6.8 Other Features :<br />

1.6.8.1 Tape Library shall have GUI Panel<br />

1.6.8.2 Shall be rack mountable.<br />

1.7 Rack & Accessories<br />

1.7.1 Rack : Bidder to configure 42 U Rack with required railing kits for Blade<br />

Chassis, Storage, Backup Solution.Bidder to include necessary cables, etc.<br />

1.7.2 Power : Bidder to include necessary PDU's according to overall requirement <strong>of</strong><br />

the solution in redundant configuration.<br />

13


PC Specifications (Branded)<br />

14<br />

Annexure-2<br />

1. CPU : Intel Core 2 Duo E4600, 2.4 GHz, 2 MB L2 cache and 800 MHz FSB.<br />

2. Chipset : Intel 3 series/n Vidia GForce 7 series or better on OEM Motherboard.<br />

3. Bus Architecture : Integrated Graphics, 2 PCI,1 PCI Express x 1 and 1 PCI Bxpress x<br />

16.<br />

4. Memory : 2 GB 667 MHz DDR2 RAM with 4GB Expandability.<br />

5. Hard Disk Drive : 160 GB 7200 rpm Serial ATA HDD.<br />

6. Monitor : 43.2 cm(17 inch)TFT Digital Colour Monitor.<br />

7. Keyboard : 104 keys<br />

8. Mouse : Optical<br />

9. Bays : 4 Nos.(2 Nos. 5.25 inches for Optical Media Drives and 2 Nos. 3.5 inches for<br />

Hard Disk Drives).<br />

10. Ports : 6 USB Ports (with at least 2 in front), 1 Serial audio ports for microphone and<br />

headphone in front.<br />

11. Cabinet : Mini tower.<br />

12. DVD ROM Drive : 8X or better DVD ROM Drive.<br />

13. Networking facility : 10/100/1000 on board integrated Network Port with remote<br />

booting facility remote system installation, remote wake up.<br />

14. Operating System : Windows Vista Business preloaded with Media and<br />

Documentation and Certificate <strong>of</strong> Authenticity.<br />

15. OS Certifications: Windows 7Pr<strong>of</strong>essional OS and Linux Certification.<br />

16. Power Management: Screen Blanking, Hard Disk and System Idle Mode in Power On,<br />

Set up Password, Power supply SMPS Surge protected.<br />

17. Preloaded S<strong>of</strong>tware : Norton , McAfee, ETrust or equivalent Antivirus (Latest Version)<br />

with 1 year License.<br />

Scanner Specifications (Branded)<br />

Optical Resolution 4800 dpi<br />

Driver compatibility Twain compatible drivers<br />

Levels <strong>of</strong> grey scale 256<br />

Automatic Document feeder 100 sheet automatic document feeder<br />

Scanning Speed 25 pages per minute<br />

Size 490 x 343 x 91 mm (19.3 x 13.5 x 3.6 inches)<br />

Interface USB/High speed USB<br />

Operating Mode Duplex<br />

OS support Windows 7, Vista & XP<br />

Other features One touch scanning and transferring to PC. Relevant<br />

integrated s<strong>of</strong>tware shall be part <strong>of</strong> scanner.


1. Specifications <strong>of</strong> the S<strong>of</strong>tware :<br />

15<br />

Annexure-3<br />

1.1 Application S<strong>of</strong>tware: Digitization s<strong>of</strong>tware would be a key and important<br />

requirement for delivering output in a desired format & to maintain adequate quality.<br />

The system should be used for digitization <strong>of</strong> CAF with adequate indexes.<br />

1.2. Administration Console<br />

1.3. The system should support User Manager:<br />

1.3.1. System Administrator should be able to create various groups <strong>of</strong> users like<br />

scan station users; Index station users; QC station users and CD writing<br />

station users.<br />

1.3.2. The system should be able to set multilevel security in the system so that no<br />

un-authorized person has access to the system.<br />

1.3.3. The system should be able to restrict user access to certain machines in the<br />

network.<br />

1.3.4. The system should be able to restrict user access to certain scan jobs.<br />

1.3.5. Add/Modify users.<br />

1.3.6. Assigning Roles<br />

1.3.7. Assigning specific machines in network to a user for login.<br />

1.4. The system should support Job Component selection by user: Provision to choose<br />

the phases (Image QC/ Index/ Archival to CD/DVD) required for a sub-Job.<br />

1.5. The system should support Context sensitive Help.<br />

1.6. The system should have the ability to generate Reports.<br />

1.7. The system should support Audit Trail. Capture all the possible events <strong>of</strong> various<br />

phases in the product.<br />

1.8. The system should have:<br />

1.8.1. Provision to select the databases for exporting index data (MS-Access 2.0,dbase<br />

3.0,4.0,5.0, FoxPro 2, 2.5,3.0, Paradox 3.0,4.0,5.0)<br />

1.8.2. Page Separator<br />

1.8.3. The system should have option to prompt the user with ‘Accept’, ‘Append’, ‘Re-<br />

Scan’ at the time <strong>of</strong> scanning. The document should be forwarded to Image QC<br />

only if the user selects ‘Accept’.<br />

1.8.4. Provision to do Duplex scanning.<br />

1.8.5. Provision <strong>of</strong> creating a new windows folder and making it shared in the UI <strong>of</strong> the<br />

Sub-Job creation wizard.<br />

1.8.6. Option to select/Deselect Double Entry (Index validation) as per the requirement.<br />

1.9. The system should be able to support System administrator needs to create a Scan<br />

Job and relevant Document Types within that Scan Job for further usage by Scan,<br />

index, QC station users.


1.10. The system should allow the administrator to set the following parameters for<br />

scanning <strong>of</strong> different document types:<br />

1.10.1.1. Scanning Resolution<br />

1.10.1.2. Colour depth<br />

1.10.1.3. Page Separator<br />

1.10.1.4. Page size (Custom, A0, A1, A2, A3, A4, A5, etc)<br />

1.10.1.5. Single side/Double side scanning<br />

1.10.1.6. Number <strong>of</strong> pages/All pages in ADF<br />

1.10.1.7. Scanning/TWAIN<br />

1.10.1.8. Duplex scanning<br />

1.11. The system should allow creation <strong>of</strong> up to 10 Indices based on the Document Type.<br />

Further the system should allow defining <strong>of</strong> data types <strong>of</strong> the indices (Number, Text,<br />

Date, Boolean)<br />

1.12. System should have capability to set the location where the scanned images need to<br />

be stored for every Scan Job and document type created.<br />

1.13. System administrator should be able to generate the following reports:<br />

1.13.1. Successful scanning report<br />

1.13.2. Archival report (CD Volume label, Number <strong>of</strong> pages to the document)<br />

1.13.3. Daily activity report.<br />

1.14. Scan Stations:<br />

Technical Specifications<br />

1.14.1. Images are to be scanned at 75 dpi tiff file format.<br />

1.14.2. The photo and signature page also to be scanned at 75 dpi grayscale<br />

format.<br />

1.14.3. Scanning station should provide Integration with directory services for<br />

secure authentication and authorization.<br />

1.14.4. Scanning station should provide support for Failover, Security, Audit trails,<br />

Security and Application logging.<br />

1.14.5. It should provide Data auditing feature to track and log events. It shall<br />

provide audit logons, password changes, data access and modification, and<br />

many other events.<br />

1.14.6. System shall be able to store Scanned Images and related indexing at SSA<br />

level for 3 months. However the system is required to synchronize every<br />

day with the central document management system at Zonal Level.<br />

1.14.7. Scanning station should provide the features <strong>of</strong> Relational Database<br />

Management Systems (RDBMS) like concurrency, data consistency,<br />

transaction atomicity, and data integrity and data durability.<br />

1.14.8. It should provide environment to integrate with traditional databases like<br />

text/flat files.<br />

1.14.9. Scanning station should be capable enough to store data from structured,<br />

semi-structured, and unstructured documents, such as images and rich<br />

media, directly within the database.<br />

16


1.14.10. The system should allow addition <strong>of</strong> new pages to an existing record <strong>of</strong> a<br />

selected Job/ Sub-Job.<br />

1.14.11. The system should allow change in Scanner settings for adhoc change<br />

requirements while scanning and such changes should not overwrite the<br />

settings defined.<br />

1.14.12. The system should allow the setting <strong>of</strong> screen resolution before application<br />

starts up and inform the user and quit if the resolution is not correct as<br />

required.<br />

1.14.13. The system should have the capability to provide ‘Insert pages’ option for<br />

rejected documents with a selection to insert before/after the current page.<br />

1.14.14. The system should have the capability <strong>of</strong> provision to overwrite the Server<br />

IP Address.<br />

1.14.15. The system should support a notification panel which will be available in the<br />

scan station interface, containing the information about the rejected<br />

documents by Image QC, system should allow the user to re-scan the<br />

same.<br />

1.14.16. The system should support facility to insert pages for rejected documents.<br />

1.14.17. The system should support facility to super seed the system warning if there<br />

is a mismatch in the number <strong>of</strong> pages to be scanned and actual pages<br />

scanned differs.<br />

1.15 Image QC Station<br />

1.15.1 The system should have Document Name and Page (x <strong>of</strong> y) as window<br />

title for user friendliness.<br />

1.15.2 The system should provide Page Shuffling.<br />

1.15.3 The system should support Tool bar for all ImageQC related functionalities.<br />

1.15.4 The system should provide a Navigation bar (Previous/Next Page) for better<br />

user friendliness.<br />

1.15.5 The system should be able to Enable/Disable imaging menu items<br />

depending on the colour depth <strong>of</strong> the image which is being viewed.<br />

1.16 Image Verification and Quality Check<br />

1.16.1 The application should allow queuing <strong>of</strong> all the scanned images on to the<br />

designated PC for the purpose <strong>of</strong> Image QC.<br />

1.16.2 The system should have provision to accept, reject scanned images and also<br />

capture the reason for rejection.<br />

1.16.3 Scanning s<strong>of</strong>tware, Quality check tool (to assess all the pages for physical<br />

characteristics like DPI, image size, Grey colour etc), Facility for Eye ball check<br />

for consistency in the CAF and attached document like address pro<strong>of</strong>, photo id,<br />

signature V/s CAF information, tag information.<br />

1.16.4 The system should support the following features at Image QC Station<br />

1.16.5 Brightness control (+/-)<br />

1.16.6 Contrast control (+/-)<br />

1.16.7 Gamma correction<br />

17


1.16.8 De-skew<br />

1.16.9 Single degree rotation (1 to 359 degrees)<br />

1.16.10 Sharpen<br />

1.16.11 Diffuse<br />

1.16.12 Anti-alias<br />

1.16.13 Dither<br />

1.16.14 Individual control <strong>of</strong> Red, Green & Blue<br />

1.16.15 Zoom-in, Zoom-out<br />

1.16.16 Pan<br />

1.16.17 Phrase stamp (with a facility to select the location on the document before<br />

merging with the actual image)<br />

1.16.18 Accept/Reject the document<br />

1.17 Index Station<br />

1.17.1 The system should support Data Entry <strong>of</strong> structured indices<br />

1.17.2 The system should support Navigation button to scroll through Previous page, Next<br />

Page and Next Document.<br />

1.17.3 The system should support Index validation phase to be included with the concept<br />

<strong>of</strong> Double Entry. This phase can be provided as optional while creation <strong>of</strong> SubJob.<br />

1.17.4 It should be possible for the user to see the indexed data pertaining to a particular<br />

mobile customer. The page should also show the scanned photograph and the<br />

signatures <strong>of</strong> the customer (Photograph/ Signatures may be cropped from the<br />

scanned document).<br />

1.18 CD/ DVD/ Portable Hard Disk Writing<br />

1.18.1 Once a particular Scan Job is reportedly complete in all respects viz scanning,<br />

Image QC, Indexing, Index Validation the documents pertaining to that scan job<br />

and document type should be written on to a CD/ DVD/ Portable Gard Disk. For<br />

this purpose, system should have capability to archive scanned images along with<br />

comma separated text file (having information <strong>of</strong> identifying/mapping the scanned<br />

images <strong>of</strong> the document) onto a CD/DVD.<br />

1.18.2 The media for preserving this backup will be provided by the vendor froa period <strong>of</strong><br />

first six months. For subsequent backups storage media shall be provided by<br />

BSNL.<br />

1.19 Defining Master Data in s<strong>of</strong>tware<br />

1.19.1 The minimum <strong>of</strong> the following masters shall be defined in the s<strong>of</strong>tware.<br />

1.19.2 Circle Master<br />

1.19.3 SSA Master<br />

1.19.4 SDCA Master.<br />

1.19.5 Agency Master. This shall have the data for all the franchises/ dealer/ distributer/<br />

DSA <strong>of</strong> the entire circle. The data should be created carefully. The IDs already<br />

given to them have to be maintained. If required, new ID may be given, but the<br />

18


mapping between the old ID and new ID should be intact as the CAF will have<br />

the old ID.<br />

1.19.6 As per the regulatory requirement, letter No 800-4/2003-VAS (Vol.III) (Pt.III)<br />

dated 13.09.2007 issued by ADG (VAS-1) <strong>of</strong> DOT, it should be possible to trace<br />

from which CSC/ Dealer/ Distributer/ DSA, the CAF was collected. To meet this<br />

requirement proper hierarchy and ownerships have to be defined.<br />

1.19.7 Box master: The Box number, mapped with SSA shall be entered.<br />

1.19.8 Rack master: The racks should be numbered and the mapping with box shall be<br />

done. The idea is that, it should be possible to get the exact rack and<br />

1.19.9 Rack location master: Where the rack is located. The exact address, the postal<br />

address <strong>of</strong> the rack should be made available. Room number, floor number,<br />

Building name, address etc should be entered.<br />

1.19.10 The Ownerships as defined above shall also be part <strong>of</strong> master data.<br />

1.19.11 The linking <strong>of</strong> master data with one another should be made wherever possible<br />

to have best data integrity.<br />

1.20 Back Up S<strong>of</strong>tware<br />

1.20.1 S<strong>of</strong>tware : Bidder to provide Backup S<strong>of</strong>tware to take Backup <strong>of</strong> all the servers.<br />

The proposed Backup Solution should be available on various OS platforms such<br />

as Windows and UNIX platforms and be capable <strong>of</strong> supporting SAN based backup<br />

/ restore from various platforms including UNIX, Linux, Windows, etc.<br />

1.20.2 Client Backup : The backup solution should be configured to take backup <strong>of</strong><br />

unlimited clients, connected over LAN and SAN, running any operating system.<br />

1.20.3 Backup to Disk : The backup solution should be configured to take backup on to<br />

the Disk Backup Solution. Necessary licenses should be included by the bidder.<br />

1.20.4 Online Backup : The backup solution should also include online backup capability<br />

(with/without licenses) for the two Database Servers.<br />

1.20.5 Management : Proposed backup solution shall have same GUI across<br />

heterogeneous platform to ensure easy administration.<br />

19


20<br />

Annexure-3(A)<br />

1. General Technical requirements<br />

1.1. Each CAF will require about 500Kb <strong>of</strong> storage. This will include the front page <strong>of</strong> the<br />

CAF, and two supporting documents. In case the front page is extended in two pages, the<br />

storage space can be more.<br />

1.2. The bidder has to provide monitoring s<strong>of</strong>tware, web based, for the circle, which will<br />

create the work flow, store scanned data, and generate all kind <strong>of</strong> reports. This s<strong>of</strong>tware will<br />

run centrally on the server provided by circle. The invoice payment shall be done from the<br />

reports generated from this s<strong>of</strong>tware.<br />

1.3. The bidder has to supply PCs and scanners for scanning, validating, quality check<br />

and uploading <strong>of</strong> the scanned data. All issues related to operating system, etc for these PCs<br />

has to be handled by the bidder.<br />

1.4. The s<strong>of</strong>tware that will be provided by vendor should have the facility to bring out the<br />

responsibilities in case there is delay in scanning.<br />

1.5. After the scanning process starts, and also after the completion <strong>of</strong> work, at five nodes<br />

in each ssa, it should be possible to view the scanned application form.<br />

2. Storing <strong>of</strong> CAF<br />

2.1. All the CAFs Shall be finally stored at the SSA HQ.<br />

2.2. The vendor shall also provide Corrugated Cardboard Boxes <strong>of</strong> Uniform Size 13’’X<br />

10.5’’X 12.5’’ for storing <strong>of</strong> the scanned CAF. The box should be <strong>of</strong> corrugated paper<br />

<strong>of</strong> 7 ply. The numbering scheme on the boxes shall be provided by BSNL. The<br />

numbering nomenclature is attached as Annexure-3(A)-1. The file ‘cdr-zone-circle-<br />

ssa-sdca-list-ver.2.0.xls’ is enclosed where the codes for circles, ssa have been<br />

defined by ITPC. The metro circles can use the area code instead <strong>of</strong> ssa code<br />

wherever required.<br />

2.3. This box can store about 750 CAF.<br />

2.4. After the SSA_CAF_Owner, is satisfied with the scanned images and sample check<br />

has been done, the vendor will put the LOT <strong>of</strong> 750 completed forms in the box and<br />

hand over this to the SSA_CAF_Owner.<br />

2.5. The boxes should be numbered. The vendor has to provide A4 size sticker. The box<br />

number has to be written on all four sides. Hence for each box, 4 A4 size stickers<br />

shall be provided by vendor.<br />

2.6. This box number should also be entered in the data to be entered with each form.<br />

2.7. This box will then be handed over to SSA_CAF_Owner, after which it shall be the<br />

responsibility <strong>of</strong> the SSA_CAF_Owner to keep the Box in an appropriate place.<br />

2.8. This place shall be a secure place, and should be made termite free. Rodent<br />

treatments <strong>of</strong> this place should be done on monthly basis. It should also have the<br />

necessary fire fighting arrangements.<br />

3. Scanning workflow and methodology<br />

3.1. The work flow is attached as Annexure-4.<br />

3.2. The CAF which are ready for scanning should be submitted by POCAF_Owner in a<br />

LOT. The LOT size shall be 750 because the box <strong>of</strong> the defined size can<br />

accommodate 750 forms.<br />

3.3. Whenever the owner <strong>of</strong> POCAF is ready with 750 CAFs for scanning, the owner <strong>of</strong><br />

POCAF shall log in the s<strong>of</strong>tware and initiate a new ‘LOT’ in the s<strong>of</strong>tware.


3.4. The owner at the POCAF should enter only the mobile numbers from the CAF. The<br />

s<strong>of</strong>tware should generate 10 text boxes for entering mobile numbers on one page. There<br />

should be button, save and add more at the bottom, which will save the 10 records, the date<br />

<strong>of</strong> entry, LOT number and the ID <strong>of</strong> POCAF_Owner and open a fresh page with 10 text box.<br />

3.5. When 750 mobile numbers are added, the s<strong>of</strong>tware will give an indication, and will<br />

close the LOT. The total number <strong>of</strong> mobile numbers entered in the LOT should be shown on<br />

the top <strong>of</strong> page where data entry is done.<br />

3.6. A typical work flow can be as under<br />

3.6.1. The POCAF at all level, shall make LOTS. Attempt should be made to scan the most<br />

recent CAF first. LIFO. But in no way, the scanning has to stop.<br />

3.6.2. All the LOTs should be handed over to the SSA_CAF_Owner, with proper sign <strong>of</strong>f.<br />

This should be also reflected in the s<strong>of</strong>tware.<br />

3.6.3. Once the LOT is received is ready with SSA_CAF_Owner, it should be handed to<br />

vendor and after that it shall be shown pending for scanning.<br />

3.6.4. The responsibility <strong>of</strong> taking all CAF to SSA_CAF_Owner will be <strong>of</strong> BSNL.<br />

3.6.5. The Vendor shall scan the LOT, and check the quality <strong>of</strong> the image.<br />

3.6.6. The scanning shall be done at 75 dpi, and in grey scale. The first page <strong>of</strong> main form<br />

and also the supporting documents shall be in grey scale. The page containing the photo and<br />

signature should only be scanned.<br />

3.6.7. The vendor has to make folders in the local computer where image data is stored. The<br />

folder name shall be the LOT number. The image shall be stored in TIFF format. The file<br />

name shall be mobile number followed by underscore followed by date (defined in next para).<br />

For example 9400000356_02082007. The file number should be <strong>of</strong> 19 characters; hence<br />

zero should be added before dd and mm wherever required. This will take care <strong>of</strong> duplicate<br />

mobile number due to number reuse.<br />

3.6.8. Date is very important. The date that shall be entered in the data shall be (priority<br />

wise)<br />

3.6.8.1. Date <strong>of</strong> activation, mostly available for post paid.<br />

3.6.8.2. Date <strong>of</strong> sale <strong>of</strong> SIM, i.e. if one sells a prepaid connection, he will write the date<br />

on which this connection is sold. This date shall be considered.<br />

3.6.8.3. If the above two dates are not available, then any reasonable date available on<br />

the CAF can be entered.<br />

3.6.8.4. If any <strong>of</strong> three is not available, the SSA_CAF_Owner can decide any suitable<br />

date, as per the available bundle, as per SIM number or whatever. Attempt should be made<br />

not to stop the scanning process.<br />

3.6.8.5. Very important aspect with respect to date is that, there should be a list <strong>of</strong><br />

values provided which should indicate which type <strong>of</strong> date is entered.<br />

3.6.8.6. Whenever data is retrieved, the date selection criterion should also be taken, so<br />

that proper information is conveyed.<br />

3.7. The vendor will also do the data entry for each CAF in the s<strong>of</strong>tware. The data that is to<br />

be entered is mobile number and any <strong>of</strong> Date as defined above with the priority indicated.<br />

After submitting this data, a window will open that will collect the matching data from the data<br />

provided by the Zonal B&CCS. The idea is that the account number <strong>of</strong> the mobile number<br />

which is being scanned should be paired. The data that this application s<strong>of</strong>tware will get from<br />

the billing data dump shall be displayed. First name, last name, date <strong>of</strong> activation, account<br />

number will be displayed. A check box against each shall be displayed. The vendor has to<br />

select the matching check box and submit. The data that shall be finally stored in the server<br />

shall be<br />

3.7.1. Mobile number -- (To be entered by vendor, or one by one from the LOT)<br />

21


3.7.2. Date (as above, any one date) -- (To be entered by vendor)<br />

3.7.3. Which date type was chosen (Example activation, SIM sale date etc) -- (To be entered<br />

by vendor)<br />

3.7.4. Account number (if available) -- (To be taken from billing dump)<br />

3.7.5. Last name -- (To be taken from billing dump)<br />

3.7.6. First name -- (To be taken from billing dump)<br />

3.7.7. Post Paid/prepaid -- (To be taken from billing dump)<br />

3.7.8. POCAF_Owner_ID --(To be taken care by s<strong>of</strong>tware at the time <strong>of</strong> start <strong>of</strong> the<br />

scanning <strong>of</strong> the LOT)<br />

3.7.9. Franchise/dealer/distributer/ CSC ID --(To be taken only from the List <strong>of</strong> values)<br />

3.7.10. Date on which this record is entered<br />

3.7.11. Login id <strong>of</strong> the person doing scan/entry<br />

3.7.12. Corrugated box number where the CAF will be physically stored<br />

3.7.13. Rack Number<br />

3.7.14. Box number<br />

3.7.15. Total number <strong>of</strong> pages scanned (default 3)<br />

3.7.16. Identity pro<strong>of</strong>, list <strong>of</strong> values to be displayed, for example passport, voter card<br />

3.7.17. Residence pro<strong>of</strong>, list <strong>of</strong> values to be displayed, for example telephone bill.<br />

3.8. The POCAF ID should automatically come in the data.<br />

3.9. If the POCAF is non BSNL, then the dealer/distributer/agent code should also be<br />

entered from the master data. This data has to be selected from the LOV only.<br />

3.10. This data meant for indexing shall be the responsibility <strong>of</strong> vendor.<br />

3.11. The vendor will check the quality and will upload the images in the main central<br />

server.<br />

3.12. The approximate size <strong>of</strong> the main form and two supporting documents shall be 500<br />

Kb.<br />

3.13. The complete LOT <strong>of</strong> 750 when scanned, data entered is liable for payment in the<br />

next month.<br />

3.14. The SSA_CAF_Owner should make sample checks <strong>of</strong> 15 numbers in each LOT and<br />

should certify in the s<strong>of</strong>tware that sample check has been done.<br />

3.15. In all, the s<strong>of</strong>tware should be able to monitor the number <strong>of</strong> CAF scanned at any time.<br />

3.16. All report, pertaining to this should be generated. Vendor has to generate additional<br />

reports as required. Circle CAF owner shall decide this.<br />

3.17. The vendor has to validate the forms scanned after data entry.<br />

3.18. The s<strong>of</strong>tware should take care <strong>of</strong> this process.<br />

3.19. The lot number shall be entered, after which the forms and the data entered will start<br />

coming one by one.<br />

3.20. In half screen the form should be displayed, on the other half the data entered should<br />

be displayed. The image should display only the key areas for which data is to be entered.<br />

4. S<strong>of</strong>tware requirement<br />

4.1. The tentative s<strong>of</strong>tware requirement shall include, Defining Ownerships, Defining<br />

Master data in s<strong>of</strong>tware, the ideas that are given in Guidelines for tendering, and the work<br />

flow.<br />

4.2. Administration Console<br />

4.2.1. This system shall support User Management<br />

4.2.2. Administrator shall be able to create various groups <strong>of</strong> users like<br />

4.2.2.1. Circle Master, SSA master, SDCA master (It should be possible to have report<br />

for SSA HQ). Ownerships should be clearly defined like Circle_CAF_Owner,<br />

SSA_CAF_Owner, POCAF_Owner<br />

22


4.2.2.2. Master data creation for franchise/ dealer/ distributer.<br />

4.2.2.3. Scanning users, QC Users, Indexing users, Verifier etc<br />

4.2.3. This system shall support Batch Manager which displays status <strong>of</strong> each batch (as to at<br />

what level each batch is (Scan, QC, Index etc))<br />

4.2.4. It should support Audit Trail<br />

4.2.5. It shall capture all the possible events <strong>of</strong> various phases in the product<br />

4.3. Scanning Module<br />

4.3.1. The system shall support Document as well as Batch scanning<br />

4.3.2. Scanning station should have tool bar for all Scanning related functionalities.<br />

4.3.3. It shall allow selection <strong>of</strong> color depth for every page being scanned. (e. g. first page<br />

can be color/gray, second can be b/w and third can be color and so on). Required where ID<br />

pro<strong>of</strong>s and Photos need to be scanned in color/grey format and the rest <strong>of</strong> the documents in<br />

b/w)<br />

4.3.4. The system shall support barcode recognition which helps in document separation as<br />

well as identification at scanning level.<br />

4.3.5. Scanning system shall also support Add/Insert Pages.<br />

4.4. QC Module<br />

4.4.1. The system shall display Document Name and Page (x <strong>of</strong> y) as window title for user<br />

friendliness.<br />

4.4.2. It should support Tool bar for all Image QC related functionalities like Rotate, Zoom,<br />

Page Navigation etc.<br />

4.4.3. System should provide Page Shuffling. In the right hand Panel <strong>of</strong> Image QC station, it<br />

should display all the pages <strong>of</strong> the document which is in view mode and allow shuffling by<br />

drag-drop.<br />

4.4.4. QC Module shall display thumbnails for all the pages <strong>of</strong> the document so that each<br />

page can be viewed by clicking on the thumbnail<br />

4.4.5. The system shall have the capability to retain the grey-scale page if the image<br />

quality is not proper OR convert to black-white if the image quality is good enough<br />

4.4.6. If because <strong>of</strong> any reason the page has to be rejected, system shall capture the<br />

reason for rejection from the operator, and this information shall be available and intimated to<br />

the Rescanning station for future use meaning for re-scan and etc.<br />

4.4.7. The system shall support Add/Delete/Insert Pages<br />

4.5. ReScan Module<br />

4.5.1. The system should display the information about the rejected documents by Image<br />

QC which are to be rescanned.<br />

4.5.2. The page numbers rejected and the reason shall be displayed.<br />

4.5.3. It should support facility to insert pages for rejected documents<br />

4.6. Cropping Module<br />

4.6.1. Cropping Module shall provide cropping <strong>of</strong> fields such as photographs & signatures.<br />

4.6.2. System shall support automatic as well as manual cropping.<br />

4.7. Sectioning Module<br />

4.7.1. Sectioning module shall provide document separation in sections like main form, Id<br />

Pro<strong>of</strong>, Address Pro<strong>of</strong> etc<br />

4.7.2. System shall support manual as well as automatic sectioning.<br />

4.7.3. It should also support automatic sectioning using patch codes.<br />

4.8. Indexing Module<br />

4.8.1. It shall have the capability <strong>of</strong> Image assisted Data Entry with zooming and zoning<br />

facility.<br />

23


4.8.2. It shall display Each document (image) for indexing one after another. The<br />

operator should have the capability to index the values in the respective index fields by<br />

looking at the image<br />

4.8.3. System shall highlight the data capture area while the user navigates within the<br />

fields.<br />

4.8.4. The system shall support navigation buttons to scroll through Previous page, Next<br />

Page etc<br />

4.9. Verification Module<br />

4.9.1. Each document shall be displayed with its respective indexes as captured by<br />

indexing operator<br />

4.9.2. The verifier shall be able to verify the data against the image and if required<br />

change it.<br />

4.9.3. System shall release the data to database after the verification process.<br />

4.9.4. It shall support double-blind verification process for maximum accuracy <strong>of</strong> the data<br />

4.10. Beamer (Release from SSA central location at Circle Level)<br />

4.10.1. This system shall support beaming <strong>of</strong> scanned images and its metadata at<br />

regular intervals to the centralized repository.<br />

4.10.2. All the SSAs will use beamer to send the scanned images and its<br />

metadata to the centralized repository<br />

4.11. Scanning Reports<br />

4.11.1. System shall be able to generate at least the<br />

following reports<br />

4.11.2. Successful scanning report<br />

4.11.3. User Performance Reports<br />

4.11.4. Daily activity report<br />

4.11.5. Audit reports<br />

4.11.6. Circle_CAF_Owner may ask for generation <strong>of</strong> more reports where ever<br />

required.<br />

4.12. Setup Requirement at SSA and Circle Level<br />

4.12.1. Setup at each SSA for Ongoing Scanning.<br />

4.12.2. Scanning & Rescan Module shall be installed on one common machine<br />

that is attached to the scanner and can be referred to as Scanning stations<br />

4.12.3. Image QC and "release to the central location" shall take place on a separate<br />

machine.<br />

4.12.4. Cropping, Sectioning, Indexing, Verifying etc are the modules that shall<br />

be installed at SSA level. It shall complete the indexing QC before it saves the data in the<br />

central location.<br />

4.13. Scanning s<strong>of</strong>tware , Quality check tool ( to assess all the pages for physical<br />

characteristics like DPI, image size, Gray colour etc),Facility for Eye ball check for<br />

consistency in the CAF and attached document like address pro<strong>of</strong> , photo id , signature V/s<br />

CAF information , Tag information.<br />

4.14. Work flow for jobs so that this work is assigned to different teams(Work Flow attached)<br />

CAFs are moved to storage after QA and acceptance <strong>of</strong> image, system should provide CAF<br />

submission module for CSC /SSA. CAFs submission will be acknowledged by Store incharge<br />

on receipt <strong>of</strong> CAF.<br />

24


5. Scanning Station Technical Specifications<br />

5.1. Images are to be scanned at 75 dpi tiff file format.<br />

5.2. The photo/signature page also to be scanned at 75 dpi grayscale format.<br />

5.3. Scanning station should provide the Integrated with directory services for secure<br />

authentication and authorization.<br />

5.4. Scanning station should provide support for Failover, Security, Audit trails, Security<br />

and Application logging.<br />

5.5. It should provide Data auditing feature to track and log events. It shall provide audit<br />

logons, password changes, data access and modification, and many other events.<br />

5.6. System shall be able to store Scanned Images and related indexing at SSA level for 3<br />

months. However the system is required to synchronize every day with the central document<br />

management system at Zonal Level.<br />

5.7. Scanning station should provide the features <strong>of</strong> Relational Database Management<br />

Systems (RDMS) like concurrency, data consistency, transaction atomicity, and data integrity<br />

and data durability.<br />

5.8. It should provide environment to integrate with traditional databases like text/flat files.<br />

1. Scanning station should be capable enough to store data from structured, semistructured,<br />

and unstructured documents, such as images and rich media, directly within the<br />

database.<br />

Annexure – 3(A)-1<br />

Circle Code - 2 or 3 Characters, as defined in the code list.<br />

SSA Code/Area Code - 3 Characters as defined in code list.<br />

Rack Number - 4 numeric, 0001 to 9999<br />

Box number - 2 numeric, 01 to 99<br />

The sticker on the box should have the following information<br />

1. Circle Code - 2 or 3 Characters, as defined in the code list.<br />

2. SSA Code/Area Code - 3 Characters as defined in code list.<br />

3. Rack Number - 4 numeric, 0001 to 9999<br />

4. Box number - 2 numeric, 01 to 99<br />

5. LOT number - 5 numeric, 00001 to 99999<br />

6. Date <strong>of</strong> opening LOT - date, dd-mmm-yy, ex 15-Aug-09<br />

7. POCAF_ID - 4 numeric, 0001 to 9999<br />

8. Date on which box completed date, dd-mmm-yy, ex 15-Aug-09<br />

25


1. POCAF_Owner ready with 750 CAF<br />

2. POCAF_Owner Logs into the S<strong>of</strong>tware<br />

Annexure-4<br />

3. Opens a new LOT, and gets a unique LOT number.<br />

4. Enters 750 mobile numbers in the S<strong>of</strong>tware<br />

5. Closes the LOT<br />

6. Sends the LOT to SSA_CAF_Owner along with physical forms<br />

7. SSA_CAF_Owner makes an entry in the S<strong>of</strong>tware for receipt <strong>of</strong> LOT and hands it to<br />

vendor<br />

8. This LOT is now ready for scan, can be viewed in the S<strong>of</strong>tware as pending for<br />

scanning<br />

9. Now vendor will ‘prepare document’, De-staple, clean, paste photo (if stapled) etc,<br />

LOT wise<br />

10. Vendor will also check if relevant attachment is available. If not available, give CAF<br />

back to SSA_CAF_Owner, who in turn will give it to POCAF_Owner. S<strong>of</strong>tware to take<br />

care <strong>of</strong> all entries.<br />

11. CAF is finally scanned. Image is stored in local computer.<br />

12. Image quality check in the neighbor computer. Also check for authentication <strong>of</strong><br />

documents.<br />

13. If OK, proceed, else proper reason for rejection to be entered in the s<strong>of</strong>tware, and this<br />

to be given back to SSA_CAF_Owner, who shall give it back to POCAF_Owner.<br />

26


14. Indexing data to be entered by vendor. Data dump to be provided by B&CCS for<br />

account number.<br />

15. Final checking <strong>of</strong> the Image file, index data, by vendor. Entry to be made in s<strong>of</strong>tware<br />

for sending this lot to SSA_QC_Owner to check 100% forms. Date should be clearly<br />

available.<br />

16. Upload the image data in the circle server, LOT wise. Also make a backup copy <strong>of</strong> the<br />

image and index data<br />

17. Handing over the physical LOT after completion to SSA_CAF_Owner<br />

18. SSA_CAF_Owner, stores the LOT in the pre numbered corrugated box <strong>of</strong> standard<br />

size.<br />

19. SSA_CAF_Owner, checks 15 forms randomly for image quality, proper documents<br />

and index data, and confirms the LOT in the s<strong>of</strong>tware. The LOT is now liable for<br />

payment.<br />

20. Circle_CAF_Owner makes the payment on monthly basis, and sends report to GM<br />

CMTS (O&M).<br />

27


1. Detailed Procedures and methodology for Scanning<br />

Ownership Definitions<br />

28<br />

Annexure-5<br />

1.1. Circle_CAF_Owner: The person shall be from the CMTS cell. He shall be responsible<br />

for getting the CAF scanned for the entire circle. The invoice payment shall be the<br />

responsibility <strong>of</strong> this person. Backup <strong>of</strong> the complete data shall be the responsibility<br />

<strong>of</strong> Circle_CAF_Owner. Backup to be taken on weekly basis. The name, contact<br />

number <strong>of</strong> the person at the circle level, with whom the vendor has to co-ordinate<br />

shall be entered in the s<strong>of</strong>tware.<br />

1.2. SSA_CAF_Owner: This person shall be responsible for getting the CAF scanned for<br />

the entire SSA/Area. The name, contact number <strong>of</strong> the person at SSA level/ Area<br />

Manager shall be entered in the s<strong>of</strong>tware.<br />

1.3. POCAF_Owner: POCAF stands for Point Of CAF. Each point where CAF exist should<br />

have an owner defined who shall be responsible <strong>of</strong> getting the CAF scanned within<br />

his jurisdiction. The name, contact number <strong>of</strong> person shall be entered in the s<strong>of</strong>tware<br />

in proper hierarchy. For example, in an SDCA if CAF are submitted, then<br />

POCAF_Owner has to be defined for the SDCA. Similarly if an SSA HQ is having,<br />

say, four CSC where CAF are collected, four POCAF_Owner are to be defined. If<br />

the DSA/franchise is submitting the CAF to some person in SSA HQ, then a<br />

separate POCAF_Owner has to be defined. Even if same person is taking CAF for<br />

BSNL and for Franchise/dealer/distributer, he should have different POCAF_Owner<br />

ID. Each POCAF_Owner shall have a separate ID and password. The person shall<br />

co-ordinate with customer/ franchise/DSA for getting the rejected form complete in<br />

all respects. The ID <strong>of</strong> the person shall be available with each CAF data. The more<br />

the number <strong>of</strong> this ID, the better will be the data. In case <strong>of</strong> any confusion, plan<br />

for more number <strong>of</strong> ID.<br />

1.4. As per the regulatory requirement, letter No 800-4/2003-VAS (Vol.III) (Pt.III) dated<br />

13.09.2007 issued by ADG(VAS-1) <strong>of</strong> DOT, it should be possible to trace from<br />

which CSC/ Dealer/ Distributer/ DSA, the CAF was collected.<br />

1.5. SSA_QC_Owner: The person will be responsible for checking 100% CAF after the full<br />

LOT is ready in all aspects, and is ready for uploading. The ID <strong>of</strong> this person shall be<br />

entered in the s<strong>of</strong>tware.<br />

1.6. The vendor is free to upload the data <strong>of</strong> a LOT/CAF in the server at any stage, as<br />

required by the workflow.


A. Introduction<br />

SECTION- 4<br />

Instructions to Bidders<br />

1. Definitions:<br />

(a) “The Tendering <strong>of</strong>ficer” means CGMT, J&K Circle.<br />

(b) “The Bidder” means the individual or firm participating in this tender who submits its<br />

bid.<br />

(c) “The contractor” means the bidder who is awarded the work under this tender<br />

(d) “The Work Order” means the order placed by the Tendering <strong>of</strong>ficer or executive<br />

authorized by him including all attachments and appendices thereto and all<br />

documents incorporated by reference therein on the contractor.<br />

(e) “The Contract Price” means the price payable to the contractor under the work order<br />

for the full and proper performance <strong>of</strong> its contractual obligations.<br />

2. Eligible Bidders:<br />

i) The bidder should satisfy the eligibility criteria specified in Detailed NIT i.e,<br />

Section 1.<br />

ii) The bidder should submit an undertaking to the effect that none <strong>of</strong> their<br />

relatives are working in BSNL as per the format attached.<br />

iii) The bidder should have authenticated partnership deed, in case <strong>of</strong> partnership<br />

firm and power <strong>of</strong> attorney to the representative <strong>of</strong> the firm to operate the<br />

tender.<br />

iv) The bidder should have PAN Card (or exemption). In case <strong>of</strong> proprietor ship<br />

PAN should be in the Individual’s name and in case <strong>of</strong> firm/partnership the PAN<br />

in firm’s name.<br />

v) The bidder should have Service Tax registration with pro<strong>of</strong> <strong>of</strong> its validity as on<br />

date <strong>of</strong> opening <strong>of</strong> tender and with pro<strong>of</strong> <strong>of</strong> payment upto 31.12.2009 or<br />

exemption there<strong>of</strong> for exemption.<br />

3. Cost <strong>of</strong> bidding:<br />

The bidder shall bear all costs associated with the preparation and submission <strong>of</strong> the<br />

bid. The Tendering <strong>of</strong>ficer will in no case be responsible or liable for these costs,<br />

regardless <strong>of</strong> the conduct or outcome <strong>of</strong> the bidding process.<br />

4. BID Documents:<br />

4.1 The works required, bidding procedures and contract terms are prescribed in<br />

the bid documents.<br />

The bid documents include:<br />

a) Detailed NIT<br />

b) Tender Information<br />

c) Scope <strong>of</strong> work and specifications<br />

d) Instructions to the Bidder<br />

e) Conditions <strong>of</strong> Contract<br />

f) Undertaking and declaration<br />

g) Pr<strong>of</strong>orma (s)<br />

29


h) Bidders pr<strong>of</strong>ile & Questionnaire<br />

i) Bid Form<br />

4.2 The bidder is expected to examine all instructions, forms, terms and<br />

specifications in the bid documents. Failure to furnish all information required<br />

as per the bid documents or submission <strong>of</strong> bids not substantially responsive to<br />

the bid documents in every respect will be at the bidder’s risk and shall result in<br />

rejection <strong>of</strong> the bid.<br />

5. Clarification <strong>of</strong> BID Documents:<br />

5.1 A prospective bidder, requiring any clarification <strong>of</strong> the bid documents shall<br />

notify the tendering <strong>of</strong>ficer in writing or FAX at the tendering <strong>of</strong>ficer’s mailing<br />

address indicated in the invitation for bids. The tendering <strong>of</strong>ficer shall respond<br />

in writing to any request for clarification <strong>of</strong> the bid documents, which it receives<br />

not later than 10(Ten) days prior to the last date for the submission <strong>of</strong> bids.<br />

Copies <strong>of</strong> the query (without identifying the source) and clarifications by the<br />

tendering <strong>of</strong>ficer shall be sent individually to all the prospective bidders who<br />

have purchased the bid documents.<br />

5.2 Any clarification issued by BSNL in response to query raised by prospective<br />

bidders shall form an integral part <strong>of</strong> bid documents and it may amount an<br />

amendment <strong>of</strong> relevant clauses <strong>of</strong> the bid document.<br />

5.3 The correction/modification, if any, in the tender document will be uploaded in<br />

the website i.e. www.jandk.bsnl.co.in which will be treated as final.<br />

6. Amendment <strong>of</strong> BID Documents:<br />

6.1 At any time, prior to the date for submission <strong>of</strong> bids, the tendering <strong>of</strong>ficer may,<br />

for any reason whether at its own initiative or in response to a clarification<br />

requested by a prospective Bidder, modify the bid documents by amendments.<br />

6.2 The amendments shall be notified in writing or by FAX to all prospective<br />

bidders on the address intimated at the time <strong>of</strong> purchase <strong>of</strong> bid document from<br />

the tendering <strong>of</strong>ficer and these amendments will be binding on them.<br />

6.3 In order to afford prospective bidders reasonable time to take the amendments<br />

into account in preparing their bids, the Tendering <strong>of</strong>ficer may, at its discretion,<br />

extend the deadline for the submission <strong>of</strong> bids suitably.<br />

B. Preparation <strong>of</strong> BIDs:<br />

7. Documents comprising the BID:<br />

It is a double bid system comprising <strong>of</strong> Technical bid and Financial bid. The Bid should<br />

be submitted & sealed as per clause (14) <strong>of</strong> this section.The bid prepared by the bidder<br />

shall comprise the following components:<br />

I) a) EMD: EMD furnished in accordance with Clause 5 <strong>of</strong> Section 1.<br />

b) Cost <strong>of</strong> tender document<br />

c) Documentary evidence established in accordance with Clause 2 and 10 <strong>of</strong><br />

this section and as per Clause 4 <strong>of</strong> Detailed NIT that the bidder is eligible to bid and<br />

is qualified to perform the contract if his bid is accepted.<br />

d) Undertaking and declaration duly filled and signed .<br />

e) Bidder’s Pr<strong>of</strong>ile & Questionnaire<br />

30


f) Tender documents<br />

g) The completed Tender/Bid Form (Section-9) in accordance with Clause-9 <strong>of</strong><br />

this section<br />

8. BID Form:<br />

The bidder shall complete the Tender/Bid Form documents, indicating the works to be<br />

done. The description <strong>of</strong> the specification and scope <strong>of</strong> work is as per Section-3.<br />

9. BID Prices:<br />

9.1 The bidder shall give the total composite price inclusive <strong>of</strong> all levies & taxes i.e.<br />

Sales Tax and Excise, packing, forwarding, freight, Entry tax and insurance<br />

charges etc. The <strong>of</strong>fer shall be firm in <strong>India</strong>n Rupees. Bidders shall have to<br />

quote price(s) against all the items, for tenders where numbers <strong>of</strong> items are<br />

more than one.<br />

9.2 The prices quoted by the bidder shall remain fixed during the entire period <strong>of</strong><br />

contract and shall not be subject to variation on any account. A bid submitted<br />

with an adjustable price quotation will be treated as non-responsive and<br />

rejected.<br />

9.3 In case <strong>of</strong> any discrepancies <strong>of</strong> quoting rate in figures and words, the rate<br />

quoted in words will be considered.<br />

9.4 Any erasures/corrections <strong>of</strong> price bid should be initialed by the bidder with date.<br />

10. Documents establishing Bidder’s eligibility & qualification:<br />

10.1 The bidder should submit documents showing his eligibility as per clause 4 <strong>of</strong><br />

Section-1.<br />

10.2 The bidder shall furnish Annual Report certified by CA firm for the last income tax<br />

return or a certificate from its bankers as evidence that he has the financial capability<br />

to perform the contract.<br />

10.3 All pages <strong>of</strong> the original Bid submitted with the bid including blank pages with scoring<br />

except for un-amended printed literature shall be signed by the person or persons<br />

signing the Bid.<br />

11. Earnest Money Deposit (EMD):<br />

11.1 i) EMD as mentioned in detailed NIT should be submitted as per clause 5 <strong>of</strong><br />

Section 1. The EMD is required to protect the company against the risk <strong>of</strong><br />

bidder’s conduct, which would warrant the security forfeiture.<br />

ii) A bid not secured as above shall be rejected by the accepting authority as<br />

non-responsive.<br />

iii) The EMD <strong>of</strong> the unsuccessful bidders will be discharged/returned as promptly<br />

as possible but not later than 30 days <strong>of</strong> finalization <strong>of</strong> tender.<br />

iv) The EMD may be forfeited if bidder withdraws his bid during the period <strong>of</strong> bid<br />

validity or fails to sign the contract and furnish performance security.<br />

31


v) In case <strong>of</strong> (v) above, the bidder will not be eligible to participate in the tender for<br />

same work for one year from the date <strong>of</strong> acceptance <strong>of</strong> LOI. The bidder will not<br />

approach the court against the decision <strong>of</strong> CGMT, J&K Circle in this regard.<br />

vi) No interest shall be allowed on the EMD to the Bidder.<br />

11.2 The bid security is required to protect the Tendering <strong>of</strong>ficer against the risk <strong>of</strong><br />

bidder’s conduct, which would warrant the security’s forfeiture pursuant to<br />

clause 11.5.<br />

11.3 Bid not secured in accordance with Para 11.1(i) shall be treated as nonresponsive<br />

and shall be rejected by th tendering authority.<br />

11.4 The successful bidder’s EMD will be discharged upon the bidder’s acceptance<br />

<strong>of</strong> the LOI/ APO satisfactorily in accordance with clause 27 <strong>of</strong> this section and<br />

furnishing the performance security.<br />

11.5 The bid security may be forfeited:<br />

(a) If bidder withdraws his bid during the period <strong>of</strong> bid validity specified by<br />

the bidder on the Bid Form, OR<br />

(b) In case <strong>of</strong> a successful bidder, if the bidder fails:<br />

i. To sign the contract in accordance with clause 28 <strong>of</strong> this section or<br />

ii. To furnish performance security in accordance with clause 28.2 <strong>of</strong> this<br />

section.<br />

(c) In both the above cases i.e. 11.5 (a) & (b), the bidder will not be eligible to<br />

participate in the tender for same item for one year from the date <strong>of</strong> issue <strong>of</strong><br />

LOI. The bidder will not approach the court against the decision <strong>of</strong> BSNL in this<br />

regard.<br />

12. Period <strong>of</strong> validity <strong>of</strong> BIDs:<br />

12.1 Bid shall remain valid for a period <strong>of</strong> 180 days from the date <strong>of</strong> bid opening. A<br />

bid valid for a shorter period shall be rejected by the tendering <strong>of</strong>ficer as nonresponsive.<br />

12.2 In exceptional circumstances, the Tendering <strong>of</strong>ficer may request the bidder’s<br />

consent for an extension to the period <strong>of</strong> bid validity. The request and the<br />

responses thereto shall be made in writing. The bid security provided under<br />

Clause 11above shall also be suitably extended. The bidder may refuse the<br />

request without forfeiting his bid security. In such case(s), his/her bid shall be<br />

returned without forfeiting the bid security. A bidder accepting the request and<br />

granting extension will not be permitted to modify his bid.<br />

13. Power <strong>of</strong> Attorney:<br />

i) a) The power <strong>of</strong> attorney should be submitted and executed on the non-judicial<br />

stamp paper <strong>of</strong> appropriate value as prevailing in the respective states (s) and the<br />

same be attested by a Notary Public or registered before Sub-Registrar <strong>of</strong> the sate(s)<br />

concerned.<br />

32


) The power <strong>of</strong> Attorney be executed by a person who has been authorized by the<br />

Board <strong>of</strong> Directors <strong>of</strong> the bidder in this regard, on behalf <strong>of</strong> the Company / institution /<br />

body corporate.<br />

ii) Format and signing <strong>of</strong> Bid:<br />

The bid shall contain no interlineations, erasures or overwriting except as necessary to<br />

correct errors made by the bidder in which case such corrections shall be signed by<br />

the person(s) signing the bid with date.<br />

C. Submission <strong>of</strong> BIDs:<br />

14. Sealing & Marking <strong>of</strong> BIDs:-<br />

14.1 The BID should be submitted as follows:-<br />

(i) Technical BID (cover marked-B):- This cover shall contain<br />

(a) BID security/EMD as per clause 11 <strong>of</strong> this section and<br />

(b) cost <strong>of</strong> tender document in the form <strong>of</strong> DD/pay order, (if tender document is<br />

downloaded from website) /copy <strong>of</strong> cash receipt (in case tender document is<br />

purchased from the <strong>of</strong>fice duly.<br />

(c) All the documents comprising BID as per NIT as per clause 7 <strong>of</strong> section-III .<br />

(d) All other documents except for financial –<strong>of</strong>fer.<br />

The envelope cover should be duly marked as Technical & Commercial <strong>of</strong>fer.<br />

(ii) Financial BID (cover marked-C) :- This cover shall contain only price schedule<br />

as given in section IX original & duplicate duly marked on cover as “Financial<br />

<strong>of</strong>fer- Original & Duplicate”.<br />

These two covers shall indicate name & address <strong>of</strong> the bidders along with tender<br />

enquiry no. and shall be sealed separately by the personal seal <strong>of</strong> the bidder &<br />

shall be packed in one main outer cover (cover marked-A).<br />

14.2 (a) The main outer cover shall be addressed to purchaser at the following address:-<br />

AGM (EB), Room No. 407, 4 th Floor, North Block, Bahu Plaza, Jammu-180012.<br />

On the top <strong>of</strong> envelope, following should be mentioned [Tender for SCANNING &<br />

UPLOADING OF SCANNED IMAGES ( ALONG WITH SERVER HARDWARE,<br />

STORAGE & WEB BASED MONITORING SOFTWARE) OF ALL COMMERCIAL<br />

CUSTOMER APPLICATION FORMS(CAFs) OF ALL BSNL CELLULAR<br />

CUSTOMERS AT J&K CIRCLE and the words ‘DO NOT OPEN BEFORE<br />

12 th Apr 2010)<br />

(b) The inner and outer envelopes shall indicate the name and address <strong>of</strong> the bidders<br />

to enable the bid to be returned unopened in case it is declared ‘late’<br />

(c) Tenders shall either be sent by registered post or delivered in person on above<br />

mentioned address (Address is given in clause 14.2(a) above. The responsibility<br />

for ensuring that the tenders are delivered in time would vest with the bidder.<br />

(d) Bids delivered in person shall be delivered to AGM (EB), Room No. 407, 4 th Floor,<br />

North Block, Bahu Plaza, Jammu-180012.The tendering authority shall not be<br />

responsible if the bids are delivered elsewhere.<br />

33


14.3 If the envelope is/are not properly sealed and marked as required above, the bid is<br />

liable for rejection in tender opening stage itself.<br />

14.4 Since this is a two bid tender, Technical BID shall be opened first and if all the<br />

documents are found correct than only it will be considered for opening <strong>of</strong> Financial<br />

BID.<br />

14.5 The envelope should be addressed to the <strong>of</strong>ficer stated in the covering letter. On all<br />

the envelopes cover mention the Tender Name, the tender number and the words ‘DO<br />

NOT OPEN BEFORE’ (due date and scheduled opening time). The envelope shall<br />

indicate the name and address <strong>of</strong> the bidder to enable the bid to be returned<br />

unopened in case it is declared ‘late’ .<br />

14.5.1 Bids shall either be sent by registered post or delivered in person. The responsibility<br />

for ensuring that Bids are delivered in time would vest with the bidder.<br />

14.5.2 Bids delivered in person shall be delivered to above indicated address on or before<br />

the due time <strong>of</strong> due date. The Tendering <strong>of</strong>ficer shall not be responsible if the bids are<br />

delivered elsewhere.<br />

15. Submission <strong>of</strong> BIDs.<br />

15.1 The main Sealed envelope containing both Technical and Financial Bids must<br />

be received by the Tendering <strong>of</strong>ficer at the address specified on the cover page not<br />

later than the time as specified in NIT.<br />

15.2 The Tendering <strong>of</strong>ficer may, at his discretion, extend this deadline for the<br />

submission <strong>of</strong> bids by amending the Bid Documents in accordance with Clause 6<br />

above in which case all rights and obligations <strong>of</strong> the Tendering <strong>of</strong>ficer and bidders<br />

previously subject to the deadline will thereafter be subject to the deadline as<br />

extended.<br />

15.3 The bidder shall submit his bid <strong>of</strong>fer against a set <strong>of</strong> bid documents purchased by<br />

him for all or some systems/equipment as per requirement <strong>of</strong> the Bid Documents. He<br />

may include alternate <strong>of</strong>fer wherever permissible as per the bid. However, not more<br />

than one independent and complete <strong>of</strong>fer shall be permitted from the bidder.<br />

16. Late BIDs:<br />

Any bid received by the tendering <strong>of</strong>ficer after the deadline for submission <strong>of</strong> bids<br />

prescribed by the tendering <strong>of</strong>ficer, shall be rejected and returned unopened to the<br />

bidder.<br />

17. Modification & withdrawal <strong>of</strong> BIDs:<br />

17.1 The bidder may modify or withdraw his bid after submission provided that the<br />

written notice <strong>of</strong> the modification or withdrawal is received by the tendering <strong>of</strong>ficer prior<br />

to the deadline prescribed for submission <strong>of</strong> bids.<br />

17.2 The bidder’s modification or withdrawal notice shall be prepared, sealed, marked<br />

and dispatched as required in the case <strong>of</strong> bid submission in accordance with the<br />

provision <strong>of</strong> clause 14. A withdrawal notice may also be sent by FAX but followed by a<br />

signed confirmation copy, post marked not later than the deadline for submission <strong>of</strong><br />

bids.<br />

17.3 Subject to clause 19 below, no bid shall be modified subsequent to the deadline<br />

for submission <strong>of</strong> bids.<br />

34


D. BID opening & evaluation:<br />

18. Opening <strong>of</strong> BIDs byTendering Officer<br />

18.1 i. Bids shall be opened by an authorized <strong>of</strong>ficer <strong>of</strong> BSNL in the presence <strong>of</strong><br />

bidders or their authorized representatives who choose to attend, at specified<br />

time and date. The bidder’s representatives, who are present, shall sign an<br />

attendance register/Tender opening Register. Authority letter shall be submitted<br />

by the bidder before they are allowed to participate in bid opening (The format<br />

as given in Section-7(C) <strong>of</strong> the Bid Document).<br />

ii. The authorized Tender opening <strong>of</strong>ficer will ensure the availability <strong>of</strong> EMD<br />

and pro<strong>of</strong> <strong>of</strong> payment <strong>of</strong> cost <strong>of</strong> tender document /cost (if downloaded from<br />

website). If any <strong>of</strong> these are not available the bid is liable to be rejected at that<br />

stage only.<br />

iii. Since this is a two bid tender, The authorized Tender opening <strong>of</strong>ficer shall<br />

open the envelope marked A. Out <strong>of</strong> two envelopes marked B & C available in<br />

envelope A, only envelope marked B shall be opened to check the availability <strong>of</strong><br />

all the documents as per clause 10.1above. Evaluation <strong>of</strong> the bids available in<br />

envelope C in detail shall be done by the Tendering <strong>of</strong>ficer on a later date.<br />

18.2 Only one representative for any bidder shall be authorized and permitted to<br />

attend the bid opening.<br />

18.3 The Bidder’s names, Modifications, bid withdrawals and such other details as the<br />

authorized tender opening <strong>of</strong>ficer <strong>of</strong> BSNL, at its discretion, may consider appropriate;<br />

will be announced at the time <strong>of</strong> opening.<br />

18.4 The date fixed for opening <strong>of</strong> bids, if subsequently declared as holiday by BSNL,<br />

the revised date <strong>of</strong> opening <strong>of</strong> tender & its schedule will be notified. However, in<br />

absence <strong>of</strong> such notification the bids will be opened on the next working day, time and<br />

venue remaining unaltered.<br />

19. Clarification <strong>of</strong> BIDs:<br />

To assist in the examination, evaluation and comparison <strong>of</strong> bids, the Tendering <strong>of</strong>ficer<br />

may, at its discretion ask the bidder for the clarification <strong>of</strong> its bid. The request for<br />

clarification and the response shall be in writing. However, no post bid clarification at<br />

the initiative <strong>of</strong> the bidder; shall be entertained.<br />

20. Preliminary evaluation:<br />

20.1 Tendering <strong>of</strong>ficer shall evaluate the bids to determine whether they are complete,<br />

whether any computational errors have been made, whether required sureties have<br />

been furnished, whether the documents have been properly signed and whether the<br />

bids are generally in order.<br />

20.2 Prior to the detailed valuation, pursuant to clause 21below, the Tendering <strong>of</strong>ficer<br />

will determine the substantial responsiveness <strong>of</strong> each bid to the Bid documents. For<br />

purposes <strong>of</strong> these clauses, a substantially responsive bid is one, which conforms, to<br />

all the terms and conditions <strong>of</strong> the Bid documents without material deviations. The<br />

Tendering authority’s determination <strong>of</strong> bid’s responsiveness is to be based on the<br />

contents <strong>of</strong> the bid itself without recourse <strong>of</strong> extrinsic evidence.<br />

35


20.3 A bid, determined as substantially non-responsive will be rejected by the<br />

Tendering <strong>of</strong>ficer and shall not subsequent to the bid opening be made responsive by<br />

the bidder by correction <strong>of</strong> the non-conformity also the Tendering <strong>of</strong>ficer shall not be<br />

bound to show the reasons/causes <strong>of</strong> rejection <strong>of</strong> the bid.<br />

20.4 The Tendering <strong>of</strong>ficer may waive any minor infirmity or non-conformity or<br />

irregularity in a bid, which does not constitute a material deviation, provided such<br />

waiver, does not prejudice or affect the relative ranking <strong>of</strong> any bidder.<br />

21. Evaluation & comparison <strong>of</strong> substantially responsive BIDs:<br />

21.1 On the due date <strong>of</strong> bid opening the tendering Authority will open the Technical<br />

bid specified in the bid document. If the bidder is eligible and meets all the conditions<br />

to participate in the tender, then only the technical evaluation will be done on the<br />

same day and the financial bid will be opened at a later date. Only those Financial<br />

BIDs shall be opened which are found techno-commercially compliant.<br />

21.2 The tendering Authority will make the technical/financial evaluation <strong>of</strong> the eligible<br />

bidders.<br />

21.3 Financial bid evaluation will be based on the net composite Price <strong>of</strong>fered in the Price<br />

schedule i.e., Section 9. The evaluation <strong>of</strong> the L-1 bidder will be decided based on the<br />

lowest quote.<br />

21.4 The Tendering <strong>of</strong>ficer shall evaluate in detail and compare the bids previously<br />

determined to be substantially responsive pursuant to clause 20 above.<br />

21.5 Arithmetical errors shall be rectified on the following basis. If there is a<br />

discrepancy between the unit price and total price that is obtained by multiplying the<br />

unit price and quantity, the unit price shall prevail and the total price shall be corrected<br />

by the tendering authority. If there is a discrepancy between words and figures, the<br />

amount in words shall prevail. If the bidder does not accept the correction <strong>of</strong> the<br />

errors, his bid shall be rejected.<br />

21.6 Tendering <strong>of</strong>ficer may negotiate with L1 bidder only or can make counter <strong>of</strong>fer<br />

against the prices quoted by any bidder.<br />

21.7 Apart from the existing cellular customers, the data <strong>of</strong> prospective customers<br />

enrolled during the contract period may have to be scanned and documented.<br />

21.8 The tendering authority will issue the APO/Work order and fix the target date to<br />

complete the work. The performance <strong>of</strong> each vendor will be assessed on weekly<br />

basis. If the bidder fails to meet the target and complete the work within the specified<br />

date, the tendering authority has the right to cancel that APO/PO/ Work Order and<br />

allot the same work to other bidders.<br />

21.9 There are 5 SSAs in J&K Telecom Circle and the scanning will be carried out<br />

at 11 locations presently. The tendering authority has every right to vary the no. <strong>of</strong><br />

scanning locations and cancel work order, if the bidder fails to meet the targets.<br />

22. Contacting the Tendering Authority:<br />

22.1 Subject to Clause 19 above, no bidder shall try to influence the Tendering<br />

<strong>of</strong>ficer on any matter relating to its bid, from the time <strong>of</strong> the bid opening till the time the<br />

contract is awarded.<br />

22.2 Any effort by a bidder to influence the Tendering <strong>of</strong>ficer or any other <strong>of</strong>ficer<br />

authorized on his behalf w.r.t the bid evaluation, bid comparison or contract award<br />

decisions shall result in the rejection <strong>of</strong> the bid.<br />

36


E. Contract<br />

23. Award <strong>of</strong> contract:<br />

The Tendering <strong>of</strong>ficer shall consider placement <strong>of</strong> orders for executing the work only<br />

on those eligible bidders whose <strong>of</strong>fers have been found technically, commercially and<br />

financially acceptable. The Tendering <strong>of</strong>ficer reserves the rights to counter <strong>of</strong>fer<br />

price(s) against price(s) quoted by any bidder. All terms and conditions applicable to<br />

the L1(composite rate) bidder are also equally applicable to the bidder/bidders, who<br />

will accept the counter <strong>of</strong>fer for execution <strong>of</strong> work.<br />

24. Tendering Officer’s right to vary quantities at the time <strong>of</strong> award:<br />

24.1 BSNL will have the right to increase or decrease up to 25% <strong>of</strong> the quantity <strong>of</strong><br />

goods and services specified in the schedule <strong>of</strong> requirements without any change in<br />

the unit price or other terms and conditions at the time <strong>of</strong> award <strong>of</strong> contract or up to<br />

50% <strong>of</strong> the additional quantities <strong>of</strong> services contained in the running tender/contract<br />

can be ordered within a period <strong>of</strong> twelve months from the earliest date <strong>of</strong> acceptance<br />

<strong>of</strong> PO at the same rate or a rate negotiated (downwardly) with the existing vendors<br />

considering the reasonability <strong>of</strong> rates based on prevailing market conditions and the<br />

impact <strong>of</strong> reduction in duties and taxes etc. and supplies to be obtained within delivery<br />

period scheduled a fresh.<br />

24.2 In exceptional situation where the requirement is <strong>of</strong> an emergent nature and it is<br />

necessary to ensure continued supplies from the existing vendors, the purchaser<br />

reserves the right to place repeat order up to 100% <strong>of</strong> the quantities <strong>of</strong> services<br />

contained in the running tender/contract within a period <strong>of</strong> twelve months from the<br />

earliest date <strong>of</strong> acceptance <strong>of</strong> PO at the same rate or a rate negotiated (downwardly)<br />

with the existing vendors considering the reasonability <strong>of</strong> rates based on prevailing<br />

market conditions and the impact <strong>of</strong> reduction in duties and taxes etc.<br />

Exceptional situation and emergent nature should be spelt out clearly detailing the<br />

justification as well as benefits accrued out <strong>of</strong> it and loss incurred in case this provision<br />

is not invoked and approved by the authority competent to accord administrative and<br />

financial approval for the procurement calculated on the basis <strong>of</strong> total procurement i.e.<br />

initial and proposed add on quantity.<br />

25. Validity <strong>of</strong> contract :<br />

The contract shall normally be valid for one year from the date <strong>of</strong> signing <strong>of</strong> the<br />

agreement with an option <strong>of</strong> extension for a further period <strong>of</strong> three months subject to a<br />

maximum <strong>of</strong> six months with same rate, terms and condition.<br />

26. Tendering Officer’sright to accept any BID & to reject any or all BIDs:<br />

The Tendering <strong>of</strong>ficer reserves the right to accept or reject any bid, and to annul the<br />

bidding process and reject all bids, at any time prior to award <strong>of</strong> contract without<br />

assigning any reason whatsoever and without thereby incurring any liability to the<br />

affected bidder or bidders on the grounds for the Tendering authority’s action.<br />

27. Issue <strong>of</strong> Letter Of Intent (LOI) or APO:<br />

27.1 The issue <strong>of</strong> an LOI or APO shall constitute the intention <strong>of</strong> the Tendering <strong>of</strong>ficer<br />

to enter into the contract with the bidder.<br />

27.2 The bidder shall within 10 days <strong>of</strong> issue <strong>of</strong> the LOI or APO give his unconditional<br />

acceptance to the terms & Conditions <strong>of</strong> tender in writing along with performance<br />

security for an amount <strong>of</strong> 5 % <strong>of</strong> the contract value for a period <strong>of</strong> 2 years in conformity<br />

with Section 7 provided with the bid documents.<br />

37


28. Signing <strong>of</strong> contract:<br />

28.1 The issue <strong>of</strong> Work order shall constitute the award <strong>of</strong> contract on the bidder.<br />

28.2 Upon the successful bidder furnishing the performance security <strong>of</strong> equal amount,<br />

the tendering <strong>of</strong>ficer shall discharge its EMD, pursuant to Clause 11above<br />

29. Annulment <strong>of</strong> Award:<br />

Failure <strong>of</strong> the successful bidder to sign the agreement shall constitute sufficient<br />

ground for the annulment <strong>of</strong> the award and forfeiture <strong>of</strong> the bid security in which event<br />

the Tendering <strong>of</strong>ficer may make the award to any other bidder at the discretion <strong>of</strong> the<br />

Tendering <strong>of</strong>ficer or call for new bids.<br />

30. Court Jurisdiction:<br />

The contract shall be governed by <strong>India</strong>n Laws and Courts at will have the jurisdiction<br />

to entertain any dispute or claim arising out <strong>of</strong> this tender till issue <strong>of</strong> Work order.<br />

31. While all the conditions specified in the Bid Documents are critical and are to be<br />

complied, special attention <strong>of</strong> bidder is invited to the following clauses <strong>of</strong> the bid<br />

document, non-compliance <strong>of</strong> any one <strong>of</strong> which shall result in outright rejection <strong>of</strong> the<br />

bid.<br />

.i. Clause 14.1 <strong>of</strong> this section -The bids will be recorded/ returned unopened, if covers<br />

are not properly sealed with “Personal seal” <strong>of</strong> the bidder.<br />

ii. Clause 11.1 & 12.1 <strong>of</strong> this section -The bids will be rejected at opening stage if<br />

EMD is not submitted as per Clauses 11.1above. BID validity is less than the period<br />

prescribed in Clause 12.1 mentioned above.<br />

iii. Clause 2 & 10 <strong>of</strong> this section -If the eligibility condition as per clause 2, Section 4 is<br />

not met and/or documents prescribed to establish the eligibility as per Clause 10 <strong>of</strong><br />

Section 4 are not enclosed, the bids will be rejected without further evaluation.<br />

iv. Section 9: Price schedule-Prices are not filled in properly as prescribed in price<br />

schedule.<br />

v. a) Before outright rejection <strong>of</strong> the bid for non-compliance <strong>of</strong> any <strong>of</strong> the provisions<br />

mentioned in clause 31 (i) and (ii) above <strong>of</strong> this section, the Tendering <strong>of</strong>ficer may<br />

extend opportunity to the Bidder(s)/Companies to explain it’s/ their position. However if<br />

the person representing the company is not satisfied with the decision <strong>of</strong> the Bidopening<br />

team, he/they can submit the representation to Bid-opening team immediately<br />

but in no case after closing <strong>of</strong> the tender process with full justification quoting<br />

specifically the violation <strong>of</strong> tender conditions, if any.<br />

b) The representations received in bid opening day shall be submitted to the<br />

competent authority for review if the bid opening team is satisfied with the arguments<br />

<strong>of</strong> the bidder(s)/companies mentioned in their representations and feel that there is<br />

prima-facie fact for consideration as early as possible and decision to this effect shall<br />

be communicated to the bidder company. If the reviewing <strong>of</strong>ficer finds it fit to open the<br />

bid <strong>of</strong> the petitioner, the bid(s) shall be opened by giving three (working) days notice to<br />

all the participating bidders to give opportunity to desirous participants to be present<br />

on the occasion.<br />

c) The Tendering <strong>of</strong>ficer shall not return the bids submitted by the bidders on the date<br />

<strong>of</strong> tender opening even if it is liable for rejection. Such bids shall be kept preserved in<br />

sealed cover as submitted by the bidder(s), however; desirous representatives <strong>of</strong> the<br />

participating bidders/ companies present on the occasion may put their signatures on<br />

the sealed envelopes if they intend to do so. Bids found liable for rejection will be<br />

returned to the bidders after issue <strong>of</strong> work order against instant tender.<br />

38


32. Tendering <strong>of</strong>ficer reserves the right to disqualify the bidder for suitable period who<br />

habitually failed to complete the work in time. Further, the bidders whose works do not<br />

perform satisfactorily in the field in accordance with the specifications may also be<br />

disqualified for a suitable period as decided by the Tendering authority.<br />

33. Tendering <strong>of</strong>ficer reserves the right to black list a bidder for a suitable period in case<br />

he fails to honor his bid without sufficient grounds.<br />

34. The bidder should give a certificate that none <strong>of</strong> his/ her near relative is working in the<br />

units as defined below where he/she is going to apply for the tender. In case <strong>of</strong><br />

proprietorship firm certificate will be given by the proprietor. For the partnership firm,<br />

certificate will be given by all the partners and in case <strong>of</strong> limited company by all the<br />

directors <strong>of</strong> the company excluding Government <strong>of</strong> <strong>India</strong>/ Financial institutions<br />

nominees and independent non-<strong>of</strong>ficial part time Directors appointed by Government<br />

<strong>of</strong> <strong>India</strong> or the Governor <strong>of</strong> the state. Due to any breach <strong>of</strong> these conditions by the<br />

company or firm or any other person, the tender will be cancelled and EMD will be<br />

forfeited at any stage whenever it is noticed and BSNL will not pay any damage to the<br />

company or the firm or the concerned person. The company or firm or the person will<br />

also be debarred for further participation in the concerned unit.<br />

The near relatives for this purpose are defined as:-<br />

(a) Members <strong>of</strong> a Hindu undivided family.<br />

(b) They are husband and wife.<br />

(c) The one is related to the other in the manner as Father, Mother, Son(s) and Son’s<br />

wife (Daughter-in-law), Daughter(s) and Daughter’s husband (Son-in-law), Brother(s)<br />

and Brother’s wife, Sister(s) & Sister’s husband (Brother-in-law).<br />

The format <strong>of</strong> the certificate is enclosed in Annexure 7 (B)<br />

39


Section 5<br />

General (commercial) conditions <strong>of</strong> contract<br />

1. APPLICATION:<br />

The general conditions shall apply in contracts made by the Tendering Authority for the<br />

services requisitioned.<br />

2. STANDARDS:<br />

The services under this contract shall conform to the Special conditions mentioned in<br />

Section-IV.<br />

3. PERFORMANCE SECURITY:<br />

3.1 The Successful bidder shall furnish performance security to the Tendering<br />

Authority for an amount equal to 5% <strong>of</strong> the total value <strong>of</strong> the services to be <strong>of</strong>fered in<br />

the form <strong>of</strong> Bank Guarantee within the stipulated time after the receipt <strong>of</strong> the Advance<br />

Work order.<br />

3.2 The proceeds <strong>of</strong> the performance security shall be payable to the Tendering authority as a<br />

compensation for successful bidder's failure to complete its obligations under the contract or<br />

for any loss resulting from the non performance <strong>of</strong> the contract.<br />

3.3 The Performance Security Bond shall be in the form <strong>of</strong> a Bank Guarantee for a period <strong>of</strong><br />

One and half year, issued by a Scheduled Bank and in the form provided in the Bid<br />

Document Section-7(A).<br />

3.4 The Tendering Authority will discharge the Performance Security Bond after completion <strong>of</strong><br />

the Successful bidder’s performance obligations, under the contract.<br />

4. PAYMENT TERMS:<br />

4.1 70% payment for Hardware on delivery to the consignee. 20 % payment on<br />

successful commissioning <strong>of</strong> the equipment. 10% after one year <strong>of</strong> satisfactory working.<br />

4.2 70% payment <strong>of</strong> s<strong>of</strong>tware after successful commissioning. 10% after one year <strong>of</strong><br />

satisfactory working.Further 10% after 2 nd year and 10% after 3 years.<br />

4.3 For scanning work the 100% <strong>of</strong> value <strong>of</strong> the services rendered during a month will be<br />

paid on successful completion <strong>of</strong> Scanning and uploading <strong>of</strong> documents <strong>of</strong> GSM & WLL<br />

customers to the satisfaction <strong>of</strong> the tendering authority. For claiming this payment the<br />

successful bidder has to submit the following documents to the paying authority:-<br />

a) Invoice.<br />

b) A certificate from the designated authority or in charge <strong>of</strong> the Scanning<br />

process for the number <strong>of</strong> commercial documents.<br />

4.4 The Income tax will be deducted from the bill amount due as per the standing rules in<br />

vogue.<br />

4.5 The payment for the service rendered will be made by the paying authorities<br />

mentioned in the detailed work order to which the services rendered.<br />

5. PRICES:<br />

40


5.1 The bidder shall give the total composite price inclusive <strong>of</strong> all levies and taxes i.e.<br />

as per clause 9 <strong>of</strong> Section-4. The basic unit price and all other components <strong>of</strong> price need to<br />

beindividually indicated as per the price schedule. The <strong>of</strong>fer shall be firm in <strong>India</strong>n Rupees.<br />

5.2 (a) Prices charged by the Successful bidder for services performed under the<br />

contract shall not be higher from the prices quoted by the successful bidder in<br />

his bid.<br />

(b) In case <strong>of</strong> revision <strong>of</strong> Statutory Levies/Taxes during the finalisation period <strong>of</strong> the tender<br />

the Tendering Authority reserves the right to ask for reduction in the prices.<br />

(c) Price once fixed will remain valid for the period <strong>of</strong> contract, irrespective <strong>of</strong> increase/<br />

decrease <strong>of</strong> taxes and other statutory duties.<br />

(d) The payment for Hardware, S<strong>of</strong>tware will be made by AO(Cash) O/o CGMT, Jammu and<br />

for scanning by GM/TDM/TDE <strong>of</strong> concerned SSA based on the CAFs scanned/uploaded.<br />

(e) In those cases, where such shortages/damages are intimated to the contractor in writing,<br />

the contractor shall extend the Bank Guarantee without fail for a suitable period at the<br />

request <strong>of</strong> purchaser in writing. Failure to do so shall result in forfeiture <strong>of</strong> Bank Guarantee.<br />

The Bank Guarantee will be released only after the cases are settled in accordance with the<br />

provisions available in the Bid Document/WorkOrder. It is the responsibility <strong>of</strong> the<br />

Contractor to obtain the acknowledgments from the consignees on completion <strong>of</strong> goods<br />

towards satisfactory receipt <strong>of</strong> goods both for quality and quantity.<br />

(f) In case <strong>of</strong> delayed scanning, increase in taxes and other statutory duties/levies after the<br />

expiry <strong>of</strong> the completion date shall be to the contractor’s account. However, benefit <strong>of</strong> any<br />

decrease in these taxes/duties shall be passed on to the Purchaser.<br />

(g) No payment shall be made for goods/works/services rejected at consignee’s end on<br />

verification.<br />

(h) The Income tax will be deducted from the bill amount due as per the standing rules in<br />

vogue.<br />

5.3 In case <strong>of</strong> delayed services after the scheduled period the advantage <strong>of</strong><br />

reduction <strong>of</strong> tax/duty would be passed on to the Tendering Authority and no<br />

benefit <strong>of</strong> increase in price will be permitted to the successful bidder if there is<br />

any increase in tax/duty.<br />

6. COMPLETION<br />

6.1 Completion <strong>of</strong> the works/services shall be made by the Contractor in accordance with the<br />

terms specified by the Purchaser in its Schedule <strong>of</strong> Requirements and special conditions<br />

<strong>of</strong> contract and the goods/works/services shall remain at the risk <strong>of</strong> the Contractor until<br />

work has been completed successfully (i.e. scanning, uploading and safe keeping the<br />

(CAFs).<br />

6.2 The delivery <strong>of</strong> goods shall be to the ultimate consignee as given in the Work Order.<br />

6.3 The delivery time <strong>of</strong> Server, PC & Scanners shall be 4 weeks from the date <strong>of</strong> placement<br />

<strong>of</strong> Work Oder.<br />

6.4 The installation and commissioning <strong>of</strong> the Server shall be completed within 8 weeks <strong>of</strong><br />

placement <strong>of</strong> Purchase Order.<br />

6.5 The scanning <strong>of</strong> CAFs should start within One week from the date <strong>of</strong> issue <strong>of</strong> work order<br />

simultaneously at all the SSA headquarters/Stations given and all CAFs are to be<br />

completed within 120 days i.e. one year from date <strong>of</strong> receipt <strong>of</strong> work order. It means that<br />

he shall create infrastructure & arrange manpower for carrying out scanning, data entry<br />

and porting @ 9,750 CAFs per day (minimum) inclusive <strong>of</strong> work at all SSA<br />

41


headquarters/Area Manager headquarters simultaneously i.e. @9,75,0000 CAFs in 100<br />

days.<br />

6.6 The vendor will establish his own scanning stations also so that scanning work is not<br />

delayed. The PC & Scanners purchased by BSNL are for future use <strong>of</strong> self scanning <strong>of</strong><br />

CAFs.<br />

6.7 Acceptance testing & commissioning <strong>of</strong> the whole system will be the responsibility <strong>of</strong><br />

vendor.<br />

After scanning, the DMS application developed & scanned document and<br />

arrangement made in this regard will be property <strong>of</strong> BSNL( except scanning<br />

stations),contractor has to sign non disclosure agreement for data security &<br />

confidentiality as prescribed by BSNL. The vendor will be needed to give the source<br />

code <strong>of</strong> DMS application. All the s<strong>of</strong>tware required during the project execution and to<br />

retrieve the data /CAF in future need to be made over to BSNL.<br />

7 Pre scanning requirements :<br />

1 Installation <strong>of</strong> Operating System & Database server application in the server (Operating<br />

system and server will be provided by BSNL)<br />

2.Development <strong>of</strong> customized Document Management System( DMS) (web based) as<br />

specified by BSNL in this tender document. (there should not be any user based license<br />

restrictions on DMS (document Management application ,web based) given by vendor). No<br />

time will be given the vendor to develop the s<strong>of</strong>tware. The vendor are expected to be well<br />

experienced, having s<strong>of</strong>tware and other skills to perform the project. S<strong>of</strong>tware should be user<br />

friendly so that BSNL staff can operate without loading any extra s<strong>of</strong>tware on simple IP<br />

based PC<br />

3. Putting Scanning Station (PC along with scanners etc) & Manpower deployment in All SSA<br />

Hqtrs./Area Managers<br />

4. Arrangement for data entry, data porting & server backups<br />

5. Supply <strong>of</strong> corrugated paper box <strong>of</strong> 7 ply ,as per specifications need to be supplied by<br />

vendor as per requirement and also safe keeping CAFs ( 750 nos /Box) .<br />

6. After attaining the concurrency in the CAF i.e. when there is no backlog, physical storage<br />

and scanning <strong>of</strong> CAF is to be carried out centrally at one place in the Circle .<br />

7. The CAF accessibility should be over internal backhaul like CSR WAN or MPBN cloud<br />

only. In no case, the information should be available over public domain like internet. The<br />

interfaces should be clearly defined by the service provider so that any future integration with<br />

existing or future backhaul cloud <strong>of</strong> BSNL network is possible.<br />

8. The CAF information should be accessible for viewing only and should have a password<br />

protected access. The access rights should be given to BSNL personnel purely on<br />

operational requirement basis. There should not be any saving or downloading <strong>of</strong> CAFs<br />

possible and no printing <strong>of</strong> CAFs should be possible except at the authorized machine with<br />

authorized personnel dealing with Law Enforcement Agencies (LEA) and TERM cells.<br />

Further, a detailed activity logs should be maintained and it should be possible to watch the<br />

activity <strong>of</strong> a particular client machine. The aforesaid requirements <strong>of</strong> rights management<br />

could be attained using a suitable DRM (Digital Rights Module), which should be an integral<br />

part <strong>of</strong> the basic scanning s<strong>of</strong>tware to be provided by the service provider.<br />

8. WARRANTY<br />

42


8.1 The contractor shall warrant that the items to be supplied shall be new and free from all<br />

defects. This warranty shall survive inspection or payment for, acceptance <strong>of</strong> goods.<br />

8.2 If it becomes necessary for the contractor to replace or renew any defective portion(s) <strong>of</strong><br />

the work under this clause, If any defect is not remedied by the contractor within a<br />

reasonable time, the purchaser may proceed to get the defects remedied from other<br />

contractor etc. at the contractor risk and expenses etc. but without prejudice to any other<br />

rights which the purchaser may have against the contractor in respect <strong>of</strong> such defects.<br />

9. Staff Training :-<br />

9.1 The supplier shall provide training to BSNL staff/ Officers free <strong>of</strong> cost. The training<br />

shall commence within one month <strong>of</strong> the completion <strong>of</strong> scanning process, and shall<br />

endeavor to be completed within three months time frame thereafter. All the equipment<br />

required for imparting training will be arranged by the supplier.<br />

9.2 The training shall include modules for System Administrators and users, in addition to<br />

any other module which the supplier considers necessary for running the system<br />

effectively. For System Administration, training shall be imparted to up to 6 (six)<br />

Officers.<br />

9.3 The supplier shall provide necessary course material & literature for each participant<br />

free <strong>of</strong> cost. The training shall include both theory and practice sessions.<br />

9.4 The venue <strong>of</strong> training shall be decided with mutual consent between purchaser &<br />

supplier. If training is imparted outside the station, the travel expenses and<br />

boarding/lodging <strong>of</strong> the trainees shall be borne by purchaser.<br />

9.5 The training module for System Administration shall at least cover following topics:-<br />

9.5.1 System Design.<br />

9.5.2 Architecture <strong>of</strong> System- Hardware & S<strong>of</strong>tware.<br />

9.5.3 Data flow & Data Backups.<br />

9.5.4 Operation and maintenance <strong>of</strong> Hardware & S<strong>of</strong>tware<br />

9.5.5 System Administration and change <strong>of</strong> parameters.<br />

9.5.6 Password Management.<br />

9.5.7 Demonstration <strong>of</strong> all modules <strong>of</strong> services (QC, administration, QC etc.) with<br />

complete work-flow.<br />

9.5.8 Database training.<br />

The vendor has to provide training in such a way that the future scanning & uploading<br />

process will be done by the SSA staff themselves.<br />

10. CHANGES IN WORK ORDERS:<br />

10.1 The Tendering Authority may, at any time, by a written order given to the Successful<br />

bidder, make changes within the general scope <strong>of</strong> the contract in any one or more <strong>of</strong><br />

the following:<br />

(a) The services to be provided by the Successful bidder.<br />

(b) Paying authority<br />

10.2 If any such change causes an increase or decrease in the cost <strong>of</strong>, or the time<br />

required for the execution <strong>of</strong> the contract an equitable adjustment shall be made in the<br />

contract price and the contract shall accordingly be amended. Any proposal by the<br />

Successful bidder for adjustment under this Clause must be made within thirty days from the<br />

date <strong>of</strong> receipt <strong>of</strong> the change in order.<br />

11. SUBCONTRACTS:<br />

43


The Successful bidder shall notify the Tendering Authority in writing that no subcontracts<br />

awarded under this contract if not already specified in his bid. Such notification, in his original<br />

bid or later shall not relieve the successful bidder from any liability or obligation under the<br />

contract.<br />

12. DELAYS IN THE SUCCESSFUL BIDDERS PERFORMANCE:<br />

12.1 Performance <strong>of</strong> services shall be made by the Successful bidder in accordance with<br />

the time schedule specified by the Tendering Authority in its Work order. In case the service<br />

is not completed in the stipulated period, as indicated in the Work order, Tendering Authority<br />

reserves the right either to short close/cancel this Work order and/or recover damage<br />

charges. The cancellation/short closing <strong>of</strong> the order shall be at the risk and responsibility <strong>of</strong><br />

the Successful bidder and Tendering Authority reserves the right to order the balance <strong>of</strong> work<br />

at the risk and cost <strong>of</strong> the defaulting vendors.<br />

12.2 Delay by the Successful bidder in the performance <strong>of</strong> its obligations shall render the<br />

Successful bidder liable to any or all <strong>of</strong> the following sanctions, namely, forfeiture <strong>of</strong> its<br />

performance security, imposition <strong>of</strong> liquidated damages and/or termination <strong>of</strong> the contract for<br />

default.<br />

12.3 If at any time, during performance <strong>of</strong> the contract, the successful bidder should<br />

encounter conditions impending timely performance <strong>of</strong> service, the successful bidder shall<br />

promptly notify the Tendering Authority in writing <strong>of</strong> the fact <strong>of</strong> the delay, its likely duration<br />

and its cause(s). As soon as practicable after receipt <strong>of</strong> the notice, the Tendering Authority<br />

shall evaluate the situation and may at its discretion, if necessary, extend the period for<br />

performance <strong>of</strong> the contract subject to furnishing <strong>of</strong> additional performance security by the<br />

successful bidder @ 5% <strong>of</strong> the total value <strong>of</strong> the additional Work order. The extension period<br />

against the work order, if any, shall be granted subject to the condition that the Tendering<br />

Authority shall have the absolute right to revise the prices and also to levy penalty for delayed<br />

services.<br />

12.4 If the services are not completed in the extended delivery period, the Work order<br />

shall be short closed and both the performance securities shall be forfeited.<br />

13. LIQUIDATED DAMAGES:<br />

13.1 The stipulated period for rendering the service must be completed not later than the<br />

dates specified therein. Extension will not be given except in exceptional circumstances.<br />

Should however reports be made after expiry <strong>of</strong> the stipulated period without the prior<br />

concurrence <strong>of</strong> the Tendering Authority, such services will not deprive the Tendering<br />

Authority <strong>of</strong> his right to recover liquidated damages under Clause 12.2 below.<br />

13.2 Should the bidder fail to give the services/supply(Hardware & S<strong>of</strong>tware) within the<br />

stipulated period prescribed in the work order the tendering authority shall be entitled to<br />

recover, as agreed liquidated damages for breach <strong>of</strong> contract a sum equivalent to 0.5% <strong>of</strong><br />

the value <strong>of</strong> the delayed in rendering the service <strong>of</strong> the value <strong>of</strong> the delayed work for each<br />

week <strong>of</strong> delay or part there<strong>of</strong> for a period up to 10(ten) weeks and thereafter at the rate <strong>of</strong><br />

0.7% <strong>of</strong> the value <strong>of</strong> the delay in service for each week <strong>of</strong> delay or part there<strong>of</strong>.<br />

13.3 Quantum <strong>of</strong> the liquidated damages assessed and levied by the purchaser and decision<br />

<strong>of</strong> the purchaser thereon shall be final and binding on the contractor. Further, the same shall<br />

not be challengeable by the contractor before Arbitration, Tribunal or before the Court. The<br />

same shall stand specifically excluded from the purview <strong>of</strong> the arbitration clause, as such<br />

44


shall not be referable to arbitration.<br />

13.4 The total value <strong>of</strong> the L.D as per the above sub clauses shall be limited to a maximum <strong>of</strong><br />

12% <strong>of</strong> the Total Contract Value i.e LD shall be levied upto 20(twenty) weeks as per<br />

provisions at 12.2 above.<br />

14. FORCE MAJEURE:<br />

If any time, during the continuance <strong>of</strong> this contract, the performance in whole or in part by<br />

either party <strong>of</strong> any obligation under this contract shall be prevented or delayed by reason <strong>of</strong><br />

any war, or hostility, acts <strong>of</strong> the public enemy, civil commotion, sabotage, fires, floods,<br />

explosion, epidemics, quarantine restrictions, strikes, lockouts, or act <strong>of</strong> god (herein after<br />

referred to as events) provided notice <strong>of</strong> happening <strong>of</strong> any such eventuality is given by either<br />

party to the other within 21 days from the date <strong>of</strong> occurrence there<strong>of</strong>, neither party shall by<br />

reason <strong>of</strong> such event be entitled to terminate this contract nor shall either party have such<br />

any claim for damages against the other in respect <strong>of</strong> such non performance or delay in<br />

performance , and services under the contract shall be resumed as soon as practicable after<br />

such event may come to end or cease to exist , and the decision <strong>of</strong> the Tendering Authority<br />

as to whether services have been so resumed or not shall be final and conclusive , provided<br />

further that if the performance, in whole or part <strong>of</strong> any obligation under this contract is<br />

prevented or delayed by reason <strong>of</strong> any such event for a period <strong>of</strong> 60 days either party may ,<br />

at his option terminate the contract.<br />

15.TERMINATION FOR DEFAULT:<br />

15.1 The Tendering Authority may, without prejudice to any other remedy for breach <strong>of</strong><br />

contract, by written notice <strong>of</strong> default, sent to the successful bidder, terminate this contract<br />

in whole or in part.<br />

(a)If the successful bidder fails to render services within the time period specified in the<br />

contract, or any extension there<strong>of</strong> granted by the Tendering Authority pursuant to clause 11<br />

above.<br />

(b)If the successful bidder fails to perform any other obligation(s) under the contract; and<br />

(c)If the successful bidder, in either <strong>of</strong> the above circumstances does not remedy his failure<br />

within a period <strong>of</strong> 15 days after receipt <strong>of</strong> the default notice from the Tendering Authority.<br />

15.2 In the event the Tendering Authority terminates the contract in whole or in part the<br />

Tendering Authority may get services from any other bidder, upon such terms and in such<br />

manner, as it deems appropriate. The successful bidder shall be liable to the Tendering<br />

Authority for any excess cost for such services. However, the successful bidder shall<br />

continue performance <strong>of</strong> the contract to the extent not terminated.<br />

16 SET OFF:<br />

Any sum <strong>of</strong> money due and payable to the supplier (including security deposit refundable to<br />

him) under this contract may be appropriated by the purchaser or the BSNL or any other<br />

person or persons contracting through the BSNL <strong>of</strong> <strong>India</strong> and set <strong>of</strong>f the same against any<br />

claim <strong>of</strong> the Purchaser or BSNL or such other person or persons for payment <strong>of</strong> a sum <strong>of</strong><br />

money arising out <strong>of</strong> this contract or under any other contract made by the supplier with the<br />

Purchaser or the BSNL or such other person or persons contracting through the BSNL. It is<br />

an agreed term <strong>of</strong> the contract that the sum <strong>of</strong> money so withheld under this clause by the<br />

purchaser or BSNL will be kept withheld as such by the purchaser or BSNL till his claim<br />

arising out <strong>of</strong> the same contract or any other contract is either mutually settled or determined<br />

by the competent court and that the contractor shall have no claim for interest or damages<br />

45


what-so-ever on this account or any other ground in respect <strong>of</strong> any sum <strong>of</strong> money withheld<br />

under this clause and duly notified as such to the contractor.<br />

17.TERMINATION FOR INSOLVENCY:<br />

The Tendering Authority may at any time terminate the contract by giving written notice to the<br />

successful bidder, without compensation to the successful bidder if the successful bidder<br />

becomes bankrupt or otherwise insolvent as declared by the competent court provided that<br />

such termination will not prejudice or affect any right <strong>of</strong> action or remedy which has accrued<br />

or will accrue thereafter to the Tendering Authority.<br />

18 Termination for default<br />

18.1 The Purchaser may, without prejudice to any other remedy for breach <strong>of</strong> contract, by<br />

written notice <strong>of</strong> default, sent to the supplier, terminate this contract in whole or in part<br />

a) If the supplier fails to deliver any or all <strong>of</strong> the goods within the time period(s)<br />

specified in the contract, or any extension there<strong>of</strong> granted by the purchaser<br />

pursuant to clause11;<br />

b) If the supplier fails to perform any other obligation(s) under the Contract;<br />

and<br />

c) if the supplier, in either <strong>of</strong> the above circumstances, does not remedy his failure<br />

within a period <strong>of</strong> 15 days (or such longer period as the purchaser may<br />

authorize in writing) after receipt <strong>of</strong> the default notice from the purchaser.<br />

18.2 In the event the purchaser terminates the contract in whole or in part pursuant to para<br />

18.1 the purchaser may procure, upon such terms and in such manner as it deems<br />

appropriate, goods similar to those undelivered and the supplier shall be liable to the<br />

Purchaser for any excess cost for such similar goods. However the supplier shall<br />

continue the performance <strong>of</strong> the contract to the extent not terminated.<br />

19. Arbitration<br />

19.1 In the event <strong>of</strong> any question, dispute or difference arising under this agreement or in<br />

connection there-with (except as to the matters, the decision to which is specifically<br />

provided under this agreement), the same shall be referred to the sole arbitration <strong>of</strong><br />

the CGMT, J&K Telecom Circle, BSNL or in case his designation is changed or his<br />

<strong>of</strong>fice is abolished, then in such cases to the sole arbitration <strong>of</strong> the <strong>of</strong>ficer for the time<br />

being entrusted (whether in addition to his own duties or otherwise) with the functions<br />

<strong>of</strong> the CGMT, J&K Telecom Circle, BSNL or by whatever designation such an <strong>of</strong>ficer<br />

may be called (hereinafter referred to as the said <strong>of</strong>ficer), and if the CGMT, J&K<br />

Telecom Circle, BSNL or the said <strong>of</strong>ficer is unable or unwilling to act as such, then to<br />

the sole arbitration <strong>of</strong> some other person appointed by the CGMT, J&K Telecom<br />

Circle, BSNL or the said <strong>of</strong>ficer. The agreement to appoint an arbitrator will be in<br />

accordance with the Arbitration and Conciliation Act 1996. There will be no objection<br />

to any such appointment on the ground that the arbitrator is a Government Servant or<br />

that he has to deal with the matter to which the agreement relates or that in the course<br />

<strong>of</strong> his duties as a Government Servant he has expressed his views on all or any <strong>of</strong> the<br />

matters in dispute. The award <strong>of</strong> the arbitrator shall be final and binding on both the<br />

parties to the agreement. In the event <strong>of</strong> such an arbitrator to whom the matter is<br />

originally referred, being transferred or vacating his <strong>of</strong>fice or being unable to act for<br />

any reason whatsoever, the CGMT, J&K Telecom Circle, BSNL or the said <strong>of</strong>ficer<br />

shall appoint another person to act as an arbitrator in accordance with terms <strong>of</strong> the<br />

46


agreement and the person so appointed shall be entitled to proceed from the stage at<br />

which it was left out by his predecessors.<br />

19.2 The arbitrator may from time to time with the consent <strong>of</strong> both the parties enlarge<br />

the time frame for making and publishing the award. Subject to the aforesaid,<br />

Arbitration and Conciliation Act, 1996 and the rules made there under, any<br />

modification there<strong>of</strong> for the time being in force shall be deemed to apply to the<br />

arbitration proceeding under this clause.<br />

19.3The venue <strong>of</strong> the arbitration proceeding shall be the <strong>of</strong>fice <strong>of</strong> the CGMT, J&K<br />

Telecom Circle, BSNL, Jammu or such other places as the arbitrator may decide.<br />

20 Subject Laws & Jurisdiction<br />

i) The contract shall be governed by <strong>India</strong>n Laws and the Courts at place Jammu will<br />

have jurisdiction to entertain any dispute(s) or claim(s) arising out <strong>of</strong> such dispute(s).<br />

21 The bidders, who are given Purchase Orders, must give the details <strong>of</strong> the supplies<br />

made against all the Purchase Orders every month on the first working day <strong>of</strong> the<br />

following month to MM and the concerned Planning Branches <strong>of</strong> BSNL (Corporate<br />

Office).<br />

22The bidder should furnish the name <strong>of</strong> his collaborator (if applicable), brand name,<br />

model no. and type <strong>of</strong> the products <strong>of</strong>fered in this tender. The technical literatures <strong>of</strong> the<br />

products should also be submitted. No change in either technology or product shall be<br />

permitted after opening <strong>of</strong> bids.<br />

23 Fall clause<br />

23.1 The prices once fixed will remain valid during the scheduled delivery period except for<br />

the provisions in clause 12.1 <strong>of</strong> Section III. Further, if at any time during the contract<br />

(a) It comes to the notice <strong>of</strong> purchaser regarding reduction <strong>of</strong> price for the same or similar<br />

equipment/ service;<br />

and/or<br />

(b) The prices received in a new tender for the same or similar equipment/ service are less<br />

than the prices chargeable under the contract.<br />

The purchaser, for the purpose <strong>of</strong> delivery period extension, if any, will determine and<br />

intimate the new price, taking into account various related aspects such as quantity,<br />

geographical location etc., and the date <strong>of</strong> its effect for the balance quantity/ service to<br />

the vendor. In case the vendor does not accept the new price to be made applicable<br />

during the extended delivery period and the date <strong>of</strong> its effect, the purchaser shall have<br />

the right to terminate the contract without accepting any further supplies. This<br />

termination <strong>of</strong> the contract shall be at the risk and responsibility <strong>of</strong> the supplier and the<br />

purchaser reserves the right to purchase the balance unsupplied quantity/ service at<br />

the risk and cost <strong>of</strong> the defaulting vendor besides considering the forfeiture <strong>of</strong> his<br />

performance security.<br />

23.2(a)The vendor while applying for extension <strong>of</strong> time for delivery <strong>of</strong> equipment/ services, if<br />

any, shall have to provide an undertaking as “We have not reduced the sale price,<br />

and/ or <strong>of</strong>fered to sell the same or similar equipment/ service to any<br />

47


person/organization including Department <strong>of</strong> central/ state Government or any<br />

central/state PSU at a price lower than the price chargeable under the contract for<br />

scheduled delivery period.”<br />

(c) In case under taking as in Clause 24.2 (a) is not applicable, the vendor will give the<br />

details <strong>of</strong> prices, the name(s) <strong>of</strong> purchaser, quantity etc. to the purchaser, while<br />

applying extension <strong>of</strong> delivery period.<br />

24. Court Jurisdiction:-<br />

(i) Any dispute arising out <strong>of</strong> the tender/bid document/evaluation <strong>of</strong> bids/issue <strong>of</strong><br />

APO shall be subject to jurisdiction <strong>of</strong> the competent court at the place from<br />

where the NIT/tender has been issued.<br />

(ii) Where a contractor has not agreed to arbitration, the dispute/claims arising out<br />

<strong>of</strong> the Contract/PO entered with him shall be subject to the jurisdiction <strong>of</strong> the<br />

Competent Court at the place from where Contract/PO has been issued.<br />

Accordingly, a stipulation shall be made in the contract as under:<br />

‘This Contract/PO is subject to jurisdiction <strong>of</strong> Court at Jammu only”<br />

48


A) Certified that:<br />

Section- 6<br />

Undertaking & declaration<br />

1. I/ We ……………………………………. have read and agree with all the terms and<br />

conditions, specifications included in the tender documents & <strong>of</strong>fer to execute the work<br />

at the rates quoted by us in the tender form.<br />

2. If I/ We fail to enter into the agreement & commence the work in time the EMD/ SD<br />

deposited by us will stand forfeited to the BSNL.<br />

B) The tenderer hereby covenants and declares that:<br />

1. all the information, Documents, Photo copies <strong>of</strong> the Documents/ Certificates enclosed<br />

along with the Tender <strong>of</strong>fer are correct.<br />

2. if anything is found false and/or incorrect and/or reveals any suppression <strong>of</strong> fact at any<br />

time, BSNL reserves the right to debar our tender <strong>of</strong>fer/ cancel the LOA/ Purchase/<br />

work order if issued and forfeit the EMD/ SD/ Bill amount pending with BSNL. In<br />

addition, BSNL may debar the contractor from participation in its future tenders.<br />

Date: …………… …………………………………<br />

Signature <strong>of</strong> Tenderer<br />

Place: …………… Name <strong>of</strong> Tenderer ……………………………….<br />

along with date & Seal<br />

49


Sub: Performance guarantee.<br />

Section- 7<br />

7(A) Pr<strong>of</strong>orma for the Performance Guarantee<br />

(To be typed on Rs.100/- non-judicial stamp paper)<br />

Whereas BSNL-J&K has agreed to award the work <strong>of</strong> Scanning, Uploading &<br />

Management <strong>of</strong> Customer Application Form (CAF) <strong>of</strong> BSNL Cellular customers alongwith<br />

web based monitoring system and supply <strong>of</strong> Server Hardware & S<strong>of</strong>tware in J&K Telecom<br />

Circle to M/s……………………………………………………………………………………………..<br />

R/o………………………………………………………………… (hereafter referred to as<br />

Contractor) and has asked him to submit a performance guarantee in favour <strong>of</strong> AGM(EB) O/o<br />

CGMT J&K Circle <strong>of</strong> Rs. …………../- which is valid up to ……/……/………<br />

Now at the request <strong>of</strong> the Contractor, We ……………………………………… Bank<br />

…………………………Branch having ………………………… ……….<br />

.……………………………………. (Address) and Regd. <strong>of</strong>fice address as ………<br />

………...……………………………………………………………………… ……… ………<br />

…………… (Hereinafter called ‘the Bank”) agreed to give this guarantee as hereinafter<br />

contained:<br />

1. We, ‘the Bank” do hereby undertake and assure to the BSNL that if in the opinion <strong>of</strong><br />

the BSNL, the Franchisee has in any way failed to observe or perform the terms and<br />

conditions <strong>of</strong> the said agreement or has committed any breach <strong>of</strong> its obligations thereunder,<br />

the Bank shall on demand and without any objection or demur pay to the BSNL<br />

the said sum <strong>of</strong> Rs. …………./- (Rupees ……………… only) or such lesser amount as<br />

BSNL may demand without requiring BSNL to have recourse to any legal remedy that<br />

may be available to it to compel the Bank to pay the same.<br />

2. Any such demand from the BSNL shall be conclusive as regards the liability <strong>of</strong><br />

Franchisee to pay to BSNL or as regards the amount payable by the Bank under this<br />

guarantee. The Bank shall not be entitled to withhold payment on the ground that the<br />

Franchisee had disputed its liability to pay or has disputed the quantum <strong>of</strong> the amount<br />

or that any arbitration proceeding or legal proceeding is pending between Franchisee<br />

and BSNL regarding the claim.<br />

3. We, the Bank further agree that the guarantee shall come into force from the date <strong>of</strong><br />

its issue and shall remain in full force and effect up …../ ….. / 20……. hereafter<br />

referred to as Validity date)<br />

50


4. The Bank further agrees that the BSNL shall have the fullest liberty without the<br />

consent <strong>of</strong> the Bank and without affecting in any way the obligations hereunder to vary<br />

any <strong>of</strong> the terms and conditions <strong>of</strong> the said agreement or to extend the time for<br />

performance <strong>of</strong> the said agreement from any <strong>of</strong> the powers exercisable by BSNL<br />

against the Franchisee and to forebear to enforce any <strong>of</strong> the terms and conditions<br />

relating to the said agreement and the Bank shall not be relieved from its liability by<br />

reason <strong>of</strong> such failure or extension being granted to Franchisee or through any<br />

forbearance, act or omission on the part <strong>of</strong> BSNL or any indulgence by BSNL to<br />

Franchisee or any other matter or thing whatsoever which under the law relating to<br />

sureties would but for this provision have the effect <strong>of</strong> relieving or discharging the<br />

guarantor.<br />

5. Notwithstanding anything herein contained ;<br />

(a) The liability <strong>of</strong> the Bank under this guarantee is restricted to Rs. …………../-<br />

(Rs. …………….. only) and it will remain in force up to dd/mm/yyyy.<br />

(b) The guarantee shall stand completely discharged and all rights <strong>of</strong> the BSNL<br />

under this Guarantee shall be extinguished if no claim or demand is made on<br />

us in writing on or before its validity date.<br />

6. The Bank guarantees that the below mentioned <strong>of</strong>ficer who have signed it on behalf <strong>of</strong><br />

the Bank have authority to give this guarantee under its delegated power.<br />

Place: ……………………………<br />

Date: ………………………….. (Signature <strong>of</strong> the Bank Officer)<br />

51<br />

Rubber stamp <strong>of</strong> the bank<br />

Authorized Power <strong>of</strong> Attorney Number: ……………….<br />

Name <strong>of</strong> the Bank <strong>of</strong>ficer: ……………………………..<br />

Designation: ……………………………………<br />

Complete Postal address <strong>of</strong> Bank: ……………………<br />

………………………………………………………………<br />

Telephone Numbers ……………………………..<br />

Fax numbers ………………………………


7 (B) Pr<strong>of</strong>orma for no near relatives certificate BSNL<br />

(Certificate to be given by the contractor in respect <strong>of</strong> status <strong>of</strong> employment <strong>of</strong> his/ her near<br />

relative (s) in BSNL J&K Circle)<br />

I, Mr./Ms. …………………………………… …………….. S/o …………….………………<br />

…………………………………………….Resident <strong>of</strong> …………………. …………………………<br />

……………………………………………………………… ……………………………………<br />

do hereby certify that<br />

1. The following persons who are my near relative(s) as defined in the tender document<br />

is/ are employed in BSNL as per details given in tender document.<br />

2.<br />

S.<br />

No.<br />

1.<br />

2.<br />

3.<br />

Name <strong>of</strong> the person Designation in<br />

BSNL<br />

52<br />

Employed in<br />

O/o<br />

Relation with<br />

the tenderer<br />

3. None <strong>of</strong> my near relative(s) as defined in the tender document is/ are employed<br />

anywhere in BSNL as per details given in tender document.<br />

In case at any stage, it is found that the information given by me is false/<br />

incorrect, BSNL shall have the absolute right to take any action as deemed fit,<br />

without any prior notice to me.<br />

Signature <strong>of</strong> the tenderer<br />

with seal<br />

Note: In case <strong>of</strong> proprietorship firm, this certificate will be given by the proprietor,<br />

for partnership firm, this certificate will be given by all the partners and<br />

in case <strong>of</strong> Private Ltd. Company, this certificate will be given by all the directors <strong>of</strong><br />

the company.


7 (C) Pr<strong>of</strong>orma for Letter <strong>of</strong> Authorization for attending BID opening<br />

Subject: Authorization for attending Bid opening<br />

I/ We Mr. /Ms. …………………………………….. have submitted our bid for the tender<br />

no. ………………………….……… in respect <strong>of</strong> ……………………<br />

………………………………………………………….. ( Item <strong>of</strong> work) which is due to open on<br />

…………………. (date) in the Conference Hall O/o CGMT J&K Circle, 4 th floor, North Block,<br />

Bahu Plaza, Jammu-180012.<br />

We hereby authorize Mr. /Ms. ………………………………………. Whose signatures<br />

are attested below, to attend the bid opening for the tender mentioned above on our behalf.<br />

…………………………………….<br />

Signature <strong>of</strong> the Representative<br />

………………………………… Signature <strong>of</strong> Bidder/<br />

Name <strong>of</strong> the Representative Officer authorized to sign<br />

The Bid Document<br />

Signature Attested on behalf <strong>of</strong> the Bidder.<br />

Note 1: Only one representative will be permitted to attend the Bid opening<br />

2. Permission for entry to the hall where bids are opened may be refused in case<br />

authorization as prescribed above is not received.<br />

53


A) Tenderer’s Pr<strong>of</strong>ile<br />

SECTION- 8<br />

Tenderer/ Bidder’s Pr<strong>of</strong>ile & Questionnaire<br />

(To be filled in and submitted by the bidder)<br />

1. Name <strong>of</strong> the individual/Firm: ………………………………………………<br />

2. Present Correspondence Address …………………… ……………… ………<br />

……………………………………………………………………………<br />

……………………………………………………………<br />

Telephone No. …………………………….. Mobile No. ………………………...<br />

FAX No. …………………………………………………………………………<br />

3. Address <strong>of</strong> place <strong>of</strong> Works/ Manufacture ………………… …………………<br />

………………………………………………………………………………<br />

Telephone No. …………………………….. Mobile No. ……………………………<br />

4. State the Type <strong>of</strong> Firm: Sole proprietor-ship/ partnership firm / (Tick<br />

the correct choice): Private limited company.<br />

5. Name <strong>of</strong> the sole proprietor/ partners/ Director(s) <strong>of</strong> Pvt. Ltd Co.:<br />

S. No. Name Father’s Name Designation<br />

1.<br />

2.<br />

3.<br />

4.<br />

5.<br />

6. Name <strong>of</strong> the person authorized to enter into and execute contract/ agreement and<br />

the capacity in which he is authorized (in case <strong>of</strong> partnership/ private Ltd company):<br />

……… ……… ……… ……… ……… ……………… ……… ……………… ………<br />

……………… ……… ……………… ……...<br />

7. Permanent Account No. : …………………………………………………………<br />

8. Whether the firm has Office/ works (i.e. manufacture <strong>of</strong> the tendered item) in J&K<br />

State? If so state its Address………………………………………………………………..<br />

54


B) Questionnaire<br />

1. Do you think any other detail/ material is required to complete the work specified in<br />

the specification? Yes/ No.<br />

1.1 If Yes, Give details<br />

………………………………………………………………………………………….<br />

………………………………………………………………………………………….<br />

2. Do you think any other item <strong>of</strong> work need be included in tender form to complete the<br />

work specified in the specification? Yes/ No.<br />

2.1 If Yes, Give details<br />

………………………………………………………………………………………….<br />

………………………………………………………………………………………….<br />

3. Suggestion for improvement <strong>of</strong> the tender document.<br />

………………………………………………………………………………………….<br />

………………………………………………………………………………………….<br />

………………………………………………………………………………………….<br />

………………………………………………………………………………………….<br />

………………………………………………………………………………………….<br />

Place…………………. Signature <strong>of</strong> contractor ………………………<br />

Date …………………. Name <strong>of</strong> Contractor ……………………………<br />

55


SECTION- 9<br />

TENDER/ Bid Form<br />

From To<br />

………………………………….. AGM (EB),<br />

………………………………….. O/o Chief General Manager Telecom.<br />

………………………………….. BSNL, J&K Circle,<br />

………………………………….. 4 th Floor, North Block, Bahu Plaza,<br />

………………………………….. Jammu - 180 012.<br />

Dear Sir,<br />

Sub: - Tender for.<br />

1. Having examined the specifications, scope <strong>of</strong> work and other sections <strong>of</strong> the tender<br />

documents, the receipt <strong>of</strong> which is hereby acknowledged, we, the undersigned, <strong>of</strong>fer<br />

to execute the same in conformity with the specifications and conditions <strong>of</strong> contract<br />

for the sum shown against item <strong>of</strong> work given below.<br />

2. Bid submitted by us is properly sealed so as to prevent any alteration and<br />

replacement.<br />

3. No omission, addition, deletion or correction has been made in the downloaded<br />

tender document.<br />

4. We agree to abide by this bid for the period specified in the tender information from<br />

the Bid opening date which may be accepted by BSNL at any time before the expiry<br />

<strong>of</strong> that period.<br />

5. We understand that you are not bound to accept the lowest bid or any other bid that<br />

you receive against this tender.<br />

6. This Bid together with your written acceptance there<strong>of</strong> in your notification <strong>of</strong> award<br />

shall constitute a binding contract between us.<br />

7. If our Bid is accepted, we will submit performance guarantee from a Scheduled bank<br />

for 5% <strong>of</strong> the contract amount, for the due performance <strong>of</strong> the Contract.<br />

56


Price schedule:<br />

We hereby quote the following rates:<br />

S.<br />

No.<br />

Description <strong>of</strong> work. Unit <strong>of</strong><br />

measure<br />

ment<br />

(UOM)<br />

1 Server Hardware alongwith SAN at<br />

Central Location (Jammu) as per<br />

specification including 3 years mtce.<br />

2 Server S<strong>of</strong>tware(Operating System and<br />

Application s<strong>of</strong>tware) including 3 years<br />

maintenance.<br />

57<br />

Rate per<br />

UOM (in<br />

Rs)<br />

Total No. <strong>of</strong><br />

Units<br />

1No. 2<br />

1No. 1<br />

3 Desktop PC’s as per specifications 1No. 11<br />

4 Scanners as per specifications 1No. 11<br />

5 Scanning & uploading <strong>of</strong> Scanned<br />

images <strong>of</strong> Commercial customer<br />

application form (CAFs) <strong>of</strong> all BSNL<br />

Cellular customers <strong>of</strong> J&K Circle. (10<br />

Lakh at present)<br />

6 Corrugated Boxes <strong>of</strong> size<br />

13”X10.5”X12.5” <strong>of</strong> 7 ply along with A4<br />

size white sticker on four sides.<br />

Total<br />

1No. 10,00,000<br />

1No. 1350<br />

Total Amount<br />

(in Rs)<br />

Note:– Please see clause 21.3 <strong>of</strong> section 4.<br />

Total Amount (in words) = Rupees ……… ……… ……… ……… ……… ……… ……… ……… ……… ………<br />

……… ……… ……… ……… ……… ……… ………<br />

Date: …………… Signature <strong>of</strong> contractor …………………………….<br />

Place: …………… Name <strong>of</strong> Contractor …………………………………<br />

Signature <strong>of</strong> Bidder in capacity <strong>of</strong><br />

Witness Signature ………………………………..<br />

Address <strong>of</strong> Contractor ………………………………<br />

Name <strong>of</strong> the witness ……………………………<br />

Address ……………………………………………………………….<br />

…………………………………………………………………………..<br />

Contact Telephone No. ……………………………………………..

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!